82
- 1 - March 1, 2017 ADDENDUM NO. 001 Invitation for Bid No. 26711 – Triturator Upgrade T. F. Green Airport, Warwick, Rhode Island Prospective Bidders and all concerned are hereby notified of the following changes in the Invitation for Bids document for the bid of Triturator Upgrade at T. F. Green Airport, IFB No. 26711. These changes shall be incorporated in and shall become an integral part of the contract documents. Questions & Responses 1. There are no drawings or specifications for the electrical work. Please provide: specifications, wiring schematics, details of the electrical connection in cargo building, add circuit(s) in existing panel? ANSWER: There are no specific electrical specifications or drawings, however specifications for mechanical/electrical equipment are provided including power requirements. Power furnished to pump station and other components shall maintain industry standards and be in accordance with all federal, state and local electrical codes. Wiring schematics will come with the chosen vendor installation instructions. All panels shall be installed within cargo building and additional circuits will be required to be added to the existing panel. Any additional items will require coordination with the resident engineer during construction however it is the intention of these bid documents to provide for the all-inclusive installation of each item including supplying all materials and equipment necessary to provide a complete and operating system. 2. 02630 – page 14 2.6 Flow Meter: the flow meter is not shown on drawings. Where is it to be located? Location of remote wall mounted converter, 100 VAC and LCD display? Wiring diagram? ANSWER: The flow meter is proposed for installation within a precast meter vault that has been added via Addendum No. 001 to the contract. All items shall be located within the cargo building adjacent to the existing electrical panel and proposed location of the pump station panel. Items shall be field located with the Engineer’s approval. 3. 11330 – page 6 para 2.4 Plug Valve: the motorized plug valve is not shown on the drawings. Where is it to be located? How is it controlled?

March 1, 2017 ADDENDUM NO. 001 Invitation for Bid No ... · T. F. Green Airport, Warwick, Rhode Island . Prospective Bidders and all concerned are hereby notified of the following

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

- 1 -

March 1, 2017

ADDENDUM NO. 001 Invitation for Bid No. 26711 – Triturator Upgrade

T. F. Green Airport, Warwick, Rhode Island Prospective Bidders and all concerned are hereby notified of the following changes in the Invitation for Bids document for the bid of Triturator Upgrade at T. F. Green Airport, IFB No. 26711. These changes shall be incorporated in and shall become an integral part of the contract documents.

Questions & Responses

1. There are no drawings or specifications for the electrical work. Please provide: specifications, wiring schematics, details of the electrical connection in cargo building, add circuit(s) in existing panel? ANSWER: There are no specific electrical specifications or drawings,

however specifications for mechanical/electrical equipment are provided including power requirements. Power furnished to pump station and other components shall maintain industry standards and be in accordance with all federal, state and local electrical codes. Wiring schematics will come with the chosen vendor installation instructions. All panels shall be installed within cargo building and additional circuits will be required to be added to the existing panel. Any additional items will require coordination with the resident engineer during construction however it is the intention of these bid documents to provide for the all-inclusive installation of each item including supplying all materials and equipment necessary to provide a complete and operating system.

2. 02630 – page 14 2.6 Flow Meter: the flow meter is not shown on drawings.

Where is it to be located? Location of remote wall mounted converter, 100 VAC and LCD display? Wiring diagram? ANSWER: The flow meter is proposed for installation within a precast

meter vault that has been added via Addendum No. 001 to the contract. All items shall be located within the cargo building adjacent to the existing electrical panel and proposed location of the pump station panel. Items shall be field located with the Engineer’s approval.

3. 11330 – page 6 para 2.4 Plug Valve: the motorized plug valve is not shown on

the drawings. Where is it to be located? How is it controlled?

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-1

SECTION 00320 – BID FORM

To: Rhode Island Airport Corporation

T. F. Green Airport Date:__________________ 2000 Post Road Warwick, Rhode Island, 02886 ATTN: Office of Procurement Time:__________________

For: Triturator Upgrade T. F. Green Airport RIAC Construction Contract No. 26711

The undersigned, having visited the site of the work and having familiarized themselves with local conditions affecting the cost of the work and with all requirements of the proposed Contract Documents, and duly issued Addenda to said documents, as acknowledged herein, propose to furnish and perform all labor, materials, necessary tools, expendable equipment, and all utility and transportation services necessary to perform and complete in a workmanlike manner all work required by said documents and Addenda. ADDENDA: Bidder acknowledges receipt of and has examined the Addenda:

Addendum Number Dated: Addendum Number Dated: Addendum Number Dated: Acknowledged By: Date:

BID PROPOSAL: This Proposal shall be filled in by the BIDDER with unit prices entered into the spreadsheet provided. Total prices for each item and the total bid will be calculated by the spreadsheet. BIDDER agrees to perform all necessary labor, furnish all materials and do all work described in the Specifications, including allowances, and shown on the Drawings, for the following lump sum prices and/or unit process:    

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-2

Item No.

Pay Item No.

Est. Qty. Unit

Description and Unit Price (in words)

Figures

Unit Price Amount

Dollars Cents Dollars Cents

1 1 LS Temporary Sanitary Sewer Facilities

$ . $ .

(written)

dollars and

cents

per Lump Sum

2 1 LS Mobilization $ . $ .

(written)

dollars and

cents

per Lump Sum

3 1 LS Demobilization $ . $ .

(written)

dollars and

cents

per Lump Sum

4 28,000 SF Removal and Disposal of Existing Full Depth Pavement

$ . $ .

(written)

dollars and

cents

per Square Foot

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-3

Item No.

Pay Item No.

Est. Qty. Unit

Description and Unit Price (in words)

Figures

Unit Price Amount

Dollars Cents Dollars Cents

5 15 CY Boulder Excavation and Offsite

Disposal $ . $ .

(written)

dollars and

cents per Cubic Yard

6 15 CY Concrete and Miscellaneous Obstruction Removal and Disposal

$ . $ .

(written)

dollars and

cents per Cubic Yard

7 50 LF Permanent AOA Fence $ . $ .

(written)

dollars and

cents per Linear Feet

8 3,200 SY Full Depth Pavement $ . $ .

(written)

dollars and

cents

per Square Yard

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-4

Item No.

Pay Item No.

Est. Qty. Unit

Description and Unit Price (in words)

Figures

Unit Price Amount

Dollars Cents Dollars Cents

9 3 EA 4-Foot Diameter Sanitary Sewer Manhole

$ . $ .

(written)

dollars and

cents per Each

10 1 EA 4-Foot Diameter Doghouse Sanitary Sewer Manhole

$ . $ .

(written)

dollars and

cents per Each

11 5 EA 4-Foot Diameter Cleanout Structure

$ . $ .

(written)

dollars and

cents per Each

12 2 EA Precast Utility Vault $ . $ .

(written)

dollars and

cents per Each

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-5

Item No.

Pay Item No.

Est. Qty. Unit

Description and Unit Price (in words)

Figures

Unit Price Amount

Dollars Cents Dollars Cents

13 1 EA Precast Settling Basin $ . $ .

(written)

dollars and

cents per Each

14 475 LF 8-inch Diameter PVC Pipe $ . $ .

(written)

dollars and

cents per Linear Foot

15 55 LF 6-inch Diameter PVC Pipe $ . $ .

(written)

dollars and

cents per Linear Foot

16 830 LF 1.5-inch Diameter HDPE Pipe $ . $ .

(written)

dollars and

cents per Linear Feet

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-6

Item No.

Pay Item No.

Est. Qty. Unit

Description and Unit Price (in words)

Figures

Unit Price Amount

Dollars Cents Dollars Cents

17 1 LS Sanitary Sewer Pump Station $ . $ .

(written)

dollars and

cents per Lump Sum

18 1 LS Water Service – Cargo Building (written)

dollars and

$ . $ .

cents

Per Lump Sum

19 1 LS Abandonment of Sanitary Sewer System

$ . $ .

(written)

dollars and

cents per Lump Sum

20 1 LS Sanitary Sewerage Grinder $ . $ .

(written)

dollars and

cents per Lump Sum

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-7

Item No.

Pay Item No.

Est. Qty. Unit

Description and Unit Price (in words)

Figures

Unit Price Amount

Dollars Cents Dollars Cents

21 450 SF Removal and Disposal of Existing Concrete Sidewalk

$ . $ .

(written)

dollars and

cents per Square Foot

22 500 LF Additional Stormwater Controls $ . $ .

(written)

dollars and

cents per Linear Foot

23 100 CY Additional Gravel Borrow $ . $ .

(written)

dollars and

cents per Cubic Yard

  

  

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-8

LIQUIDATED DAMAGES: Upon execution of the contract, the Contractor shall proceed with the preparation and submittal of shop drawings and his tentative construction schedule and with subsequent ordering and fabricating of materials. The Owner will issue a written "Notice-to-Proceed" which will specify an effective date for the Contractor to begin work at the site. The construction shall be substantially completed within one hundred-forty (140) calendar days of the Notice to Proceed issuance. At the time of substantial completion, the Owner shall have beneficial use of the Triturator Upgrade. Final completion shall be within two hundred (200) calendar days of the Notice to Proceed. Should work continue beyond time specified above, and no time extension has been granted via the Change Order process, then liquidated damages will be assessed to the Contractor for each and every calendar day the work remains uncompleted. Refer to FAA Section 80 for specific information about Notices to Proceed, completion dates, and liquidated damages. Such deducted sums shall not be deducted as a penalty but shall be considered, as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. The undersigned affirms that in making such bid, neither he or she nor any company that they may represent, nor anyone in behalf of him or her or their company, directly or indirectly, has entered into any combination, collusion, undertaking or agreement with any other bidder or bidders to maintain the prices of said work, or any compact to prevent any other bidder or bidders from bidding on said Contract or work and further affirms that such bid is made without regard or reference to any other bidder or proposer and without any agreement or understanding or combination either directly or indirectly with any other person or persons with reference to such bidding in any way or manner whatsoever. The bidder shall furnish similar statements executed by each of his or her subcontractors to all subcontractor’s subcontractors whose contracts equal Ten Thousand Dollars ($10,000.00) or more and shall obtain similar compliance by such Subcontractors before awarding such Subcontractors. No subcontract shall be awarded to any non-complying Subcontractor. The undersigned further agrees that if awarded the Contract he or she will commence the work within ten (10) Calendar days after the date of the Notice to Proceed and that he or she will complete the work in accordance with the Summary Schedule and Key Milestones and Substantial Completion date set forth in the Bidding and Contract Documents or such amended date as may be granted. If the undersigned fails to complete the work as provided in the aforementioned schedule, then and in that event, he or she further expressly agrees that, for each day that any phase of work under this Contract remains uncompleted thereafter the Owner may deduct from the Contract price herein specified the stipulated sum of liquidated damages as provided in the Special Provisions and retain that sum for failure of the undersigned to complete this Contract on or before the expiration of the period shown in the completion schedule. In submitting this bid, it is understood that the right is reserved by the Owner to the fullest extent permitted by law to waive any informality or irregularity in any bid or bid guaranty, to reject any and all bids, to re-bid, to award or refrain from awarding a contract for the work and to negotiate with the apparent qualified low responsive bidder to such extent as may be beneficial to the Owner in its sole discretion. The undersigned attaches hereto a (cashier’s check), (certified check) (Bid Bond) in sum of _____________________________________________________________________________ Dollars, ($___________________________), payable to the Rhode Island Airport Corporation, as required in the Information to Bidders, and the undersigned agrees that in case he or she fails, within five (5) calendar days after Notice of Intent to Award the Contract to him or her, to enter into a Contract Agreement in

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-9

writing and furnish the required Payment and Performance Bonds, with surety or sureties to be approved by Owner, and insurance policies or endorsements, the Owner may, as its option, determine that the undersigned has abandoned his rights and interest in such bid and that the cashier's check, certified check, or Bid Bond accompanying his or her bid has been forfeited. Otherwise, the cashier's check, certified check, or Bid Bond shall be returned to the undersigned upon the execution of the Contract and acceptance of the bonds and insurance, or upon rejection of his or her bid. A bid shall be considered unresponsive and shall be rejected if it fails to include fully executed statements or if the Bidder fails to furnish required data. When a determination has been made to award the Contract to a specific Contractor, such Contractor shall, prior to award, furnish such other pertinent information regarding his or her own employment policies and practices as well as those of his or her proposed Subcontractors as the Owner may require. The bidder shall furnish similar statements executed by each Subcontractor and their Subcontractors whose contracts equal Ten Thousand Dollars ($10,000.00) or more and shall obtain similar compliance by such Subcontractors before awarding such Subcontractors. No subcontract shall be awarded to any non-complying Subcontractor. The undersigned affirms that he or she has completed all of the blank spaces in the "Bid Form", with an amount in words and numbers and agrees that where a discrepancy occurs between the prices quoted in words and/or in numbers the words shall take precedence and govern when determining final costs or award of Contract. The undersigned affirms that wages not less than the minimum rates or wages, as predetermined for this project by the State of Rhode Island were used in the preparation of this "Bid Form". SIGNATURE OF BIDDER

Signed: ____________________________________________________________________ By: ________________________________________________________________________ Title: _______________________________________________________________________ Date: _______________________________________________________________________

This proposal includes Addendum Numbers(s): ____________________________________________ (Fill in numbers(s) if Addendum(s) are issued).

Address of permanent place of business to which Notice-to-Proceed should be sent: ____________________________________________________________________________________ ____________________________________________________________________________________ *Important: Execute acknowledgment of officer or agent who signs this document (use proper form below).

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-10

ACKNOWLEDGMENT OF PRINCIPAL, IF A CORPORATION:

State of: (______________________________)

County of: (____________________________)§

On this ___________ day of _______________, 20____, before me personally came and appeared

_______________________________________ to me Known, who, being by me duly sworn, did depose and say to me that he resides at ___________________________________________________________

____________________________________________________________________________________,

that he/she is the ______________________________of ______________________________________,

the corporation described in and which executed the foregoing instrument, and that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is an impression of such seal; that it was so affixed by the order of the directors of said corporation, and that he signed his name thereto by like order.

(Seal) ____________________________________ Notary Public

ACKNOWLEDGMENT OF PRINCIPAL, IF A PARTNERSHIP: State of: (______________________________)

County of: (____________________________)§

On this ___________ day of _______________, 20____, before me personally came and appeared

_______________________________________ to me known and known to me to described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm.

(Seal) ____________________________________ Notary Public

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-11

ACKNOWLEDGMENT OF PRINCIPAL, IF AN INDIVIDUAL: State of: (______________________________)

County of: (____________________________)§

On this ___________ day of _______________, 20____, before me personally came and appeared

_______________________________________ to me known and known to me to the person described in and who executed the foregoing instrument and acknowledged that he executed the same.

(Seal) ____________________________________ Notary Public

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-12

ANTI-COLLUSION CERTIFICATE FOR CONTRACT AND FORCE ACCOUNT

(SWORN AFFIDAVIT) Title 23, United States Code, Section l 12(c), requires, as a condition precedent to approval by the Rhode Island Airport Corporation (RIAC) of the contract for this work, that there be filed a sworn statement executed by, on behalf of, the person, firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. This sworn statement shall be in the form of an affidavit executed and sworn to be the successful bidder before a person who is authorized by the Laws of this State to administer oaths. The person, firm, association, or corporation submitting the bid (under 23 U.S.C. l 12(c)) has the option to sign either:

a. the sworn affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths; or

b. the unsworn declaration executed under penalty of perjury under the laws of the United States

(as allowed by 28 U.S.C. 1746).

A bidder will not be considered for award of contract under this invitation for bids unless such bidder completes either the unsworn declaration (as stated on the following page) or the sworn affidavit as prescribed below: PLEASE NOTE: CONTRACTOR TO COMPLETE ONLY ONE (1) CERTIFICATION

STATEMENT. DO NOT SIGN BOTH STATEMENTS.

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-13

ANTI-COLLUSION CERTIFICATE FOR CONTRACT AND FORCE ACCOUNT (SWORN AFFIDAVIT)

To the: RHODE ISLAND AIRPORT CORPORATION State of RHODE ISLAND County of PROVIDENCE § I, ________________________________________________________ (name of party signing affidavit) _____________________________________________________________ (title), being duly sworn, do depose and say: on behalf of _________________________________________ that said Contractor has not, either directly or indirectly, entered into any agreement, participated in collusion, or otherwise taken any action in restraint of free competitive bidding in connection with Rhode Island Airport Corporation Construction Contract Number 26711. County of __________________________________________________________ Town/City __________________________________________________________

______________________________________________________ Contractor

______________________________________________________

Signature

Sworn to before me this _________ day of __________________________ 20____ My commission expires ____________ _________________________________

Signature and Seal of Notary Public

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-14

ANTI-COLLUSION CERTIFICATE FOR CONTRACT AND FORCE ACCOUNT (UNSWORN AFFIDAVIT)

Title 23, United States Code, Section l 12(c), requires, as a condition precedent to approval by the Rhode Island Airport Corporation (RIAC) of the contract for this work, that there be filed a unsworn declaration executed by, on behalf of, the person, firm, association, or corporation submitting the bid, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with submitted bid. This unsworn statement shall be in the form of a declaration executed under penalty of perjury under the laws of the United States. The person, firm, association, or corporation submitting the bid (under 23 U.S.C. l12(c)) has the option to sign either:

a. the sworn affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths; or

b. the unsworn declaration executed under penalty of perjury under the laws of the United States (as allowed by 28 U.S.C. 1746).

A bidder will not be considered for award of contract under this invitation for bids unless such bidder completes either the sworn affidavit (as stated on the previous page) or the unsworn declaration as prescribed below:

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-15

ANTI-COLLUSION CERTIFICATE FOR CONTRACT AND FORCE ACCOUNT (UNSWORN AFFIDAVIT)

To the: RHODE ISLAND AIRPORT CORPORATION State of RHODE ISLAND County of PROVIDENCE § I, ________________________________________________________ (name of party signing affidavit) ___________________________________________________________ (title), under penalty of perjury Under the laws of the United States, do depose and say: on behalf of ____________________________ that said Contractor has not, either directly or indirectly, entered into any agreement, participated in collusion, or otherwise taken any action in restraint of free competitive bidding in connection with Rhode Island Airport Corporation Construction Contract Number 26711. County of __________________________________________________________ Town/City __________________________________________________________

______________________________________________________ Contractor

______________________________________________________

Signature

Sworn to before me this _________ day of __________________________ 20____ My commission expires ____________ _________________________________

Signature and Seal of Notary Public

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-16

DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C 1352

1. Type of Federal Action

a. Contract b. Grant c. Cooperative agreement d. Loan e. Loan guarantee f. Loan insurance

2. Statue of Federal Action a. Bid/offer/application b. Initial award c. Post-award

3. Report Type a. Initial filing b. Material change

For Material Change Only: Year Quarter Date of last report

4. Name and Address of Reporting Entity:

5. If Reporting Entity in No. 4 is Subawardee, Enter Name and address of Prime:

6. Federal Department Agency:

7. Federal Program Name/description

8. Federal Action Number, if known:

9. Award Amount, if known:

10. Name and Address of Lobbying Entity, (if individual, last name, first name, MI)

10b. Individuals performing Services (including address if different from No. 10a), ( if individual, last name, first name, MI)

11. Amount of Payment (check all that apply)

$_________________ actual planned

13. Type of Payment (check all that apply)

a. Retainer b. One-time fee c. Commission d. Contingent fee e. Deferred f. Other specified___________

12. Form of Payment ( Check all that apply)

a. Cash b. In-kind; specify; nature__________

value

14. Brief description of services performed or performed and date(s) of service, including officers(s), employer(s), or members(s) contacted for payment indicated in Item 11.

15. Continuation Sheet(s) SF-LLL-A attached: Yes_____ No_____

16. Information requested through this form is authorized by Title 31 U.S.C Section 1362. This disclosure of lobbying activates is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C 1352. This information will be reported to Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure.

Signature:_____________________________ Print Name:___________________________

Title:_________________________________ Telephone:__________ Date: _____________

Federal Use Only

Authorized for Local reproduction Standard Form- LLL

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-17

DISCLOSURE OF LOBBYING ACTIVITIES CONTINUATION SHEET

Reporting Entity: ________________________________________________________ Page ____ of ____

Authorized for local Reproduction Standard Form - LLL

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-18

CERTIFICATION REGARDING DEBARMENT, SUSPENSION,

AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTION

In accordance with the Code of Federal Regulations, part 49, CFR Section 29.510, the prospective primary participant _______________________________________ (Name of Authorized Agent), __________________________________ (Title), being duly sworn (or under penalty of perjury under the laws of the United States), certifies to the best of his I her knowledge and belief, that its principals:

a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency;

b. Have not within a three-year period preceding this proposal been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction or records, making false statements, or receiving stolen property;

c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity

(federal, state, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification;

d. Have not within a three-year period preceding this application / proposal had one or more public

transactions (federal, state, or local) terminated for cause of default.

Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall list exceptions below. Exceptions will not necessarily result in denial or award, but will be considered in determining contractor responsibility. For any exception note, indicate below to whom it applies, the initiating agency, and the dates of the action. Providing false information may result in criminal prosecution or administrative sanction. If an exception is noted, the contractor must contact the Corporation to discuss the exception prior to award of the contract. _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ______________________________________________ ________________________________ Signature of Authorized Agent Date

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-19

REQUIREMENT FOR CERTIFICATION FOR NONSEGREGATED FACILITIES:

A certification of Nonsegregated Facilities must be submitted at the time of the bid opening of a contract or subcontract exceeding Ten Thousand Dollars ($10,000), which is not exempt from the provisions of the Equal Opportunity Clause.

Certification – The information above is true and complete to the best of my knowledge and belief.

Name and Title of Signer (please type)

Signature Date

Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-20

Disadvantaged Business Enterprise Utilization Plan

The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right State of the Federal Aviation Administration.

1. Name of Project: Triturator Upgrade, T.F Green Airport

2. Number of Project: 26711

3. Total Dollar Amount of Bid:

4. Disadvantage Business Enterprise Participation $ Goal:

a. Name of Bidder

Address: Phone(s):

b. If the Bidder is a Disadvantaged Business Enterprise (Contractors, Suppliers, Vendors) the services they will provide and the approximate amount of money they will receive. (Include joint venture partner, if applicable.)

Total of listed amount: $ _____________________ (Use back of sheet for additional space if needed)

Contractor: _________________________________________________________ By: _______________________________________________________________ Address: ___________________________________________________________ Phone Number: _______________ Zip Code______________________

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-21

LETTER OF INTENT TO PERFORM AS A QUALIFIED DISADVANTAGED BUSINESS

To: ________________________________________ Project: Triturator Upgrade

(Name of Contractor) Reference #: RIAC No. 26711

The undersigned intends to perform work in connection with the above project as (check one): an individual a corporation a partnership a joint venture

The undersigned certifies the company is a Disadvantaged Business Enterprise as defined by the Rhode Island Department of Administration. The undersigned is prepared to perform the following described work in connection with the above project (specify in detail work to be performed). _____________________________________________________________________________________ _____________________________________________________________________________________ Subcontractor: _______________________________ Contract Amount ________________________

(Name) Supplier: ____________________________________ Contract Amount: ________________________

(Name) The Bid Price agreed upon is $ _____________________________ Dated: ________________________ The undersigned agrees that the contract conditions above are true and accurate and will be performed by the above, who will enter into a formal agreement for the above work with you, conditioned upon your execution of a contract with the Rhode Island Airport Corporation. Name of company, signature and title of authorized official of the company and the date must be properly executed on this document or the bid will be deemed nonresponsive. _________________________ __________________________________________

(Date) (Name of Disadvantaged Company)

*As determined by _______________________ __________________________________________ (Signature of Authorized Official)

__________________________________________ Name

__________________________________________ (Title of Authorized Officer)

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-22

DBE WAIVER FORM (Required for All Bids Requesting Waiver of the 7.43% DBE Requirement Stated in Section 00750) I, _____________________, _____________________________, of _____________________________ (Name) (Address) (Company) certify that on __________________, I contacted the following DBE Contractors to obtain a bid for work (date) items to be performed on Contract Number 26711.

DBE Contractor Name and Address Work Items Sought __________________________________________ _______________________________________ __________________________________________ _______________________________________ __________________________________________ _______________________________________ To the best of my knowledge and belief, said DBE Contractor was unavailable (exclusive of unavailability due to lack of agreement on price) for work on this project, or unable to prepare a bid for the following reason(s): _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Signature: ___________________________________________

Date: ___________________________________________

This portion to be completed by DBE Contractor: _________________________________ was offered an opportunity to bid or make an offer on the above (Name of DBE) identified work on ___________________ by _______________________________________________

(Date) (Source) The above statement is a true and accurate account of why I did not submit an offer/bid on this project.

Signature: ___________________________________________

Title: ___________________________________________

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-23

CONTRACTOR QUALIFICATION FORM

Instructions: Elaboration of the following required information is necessary to ascertain your firm's capabilities to effectively execute the Project. Pursuant to the Information to Bidders of Section I , your completion of this Contractor Qualification Fann is MANDATORY and will be utilized by RIAC as a basis for determining the qualified lowest bid, and subsequent award. PLEASE ATTACH TO THIS FORM A COPY OF YOUR CERTIFICATE OF INSURANCE INDICATING CURRENT LIMITS.

Firm:_______________________________________________________ President:______________________________________ Address:____________________________________________________ Phone:_________________________________________ ___________________________________________________________ Fax:___________________________________________ Federal ID#:_________________________________________________ Former Company Name:__________________________ Years performing work specialty:________________________________ Work Now Under Contract:________________________ Bank Reference:______________________________________________ Work in Place Last Year:__________________________ Address:_____________________________________________________ Average Annual Sales Last 3 Years:_________________ ____________________________________________________________ Value of Capital Equipment Owned:_________________ Bonding Company:____________________________________________ Bonding Agent:_________________________________ Total Bonding Capacity:________________________________________ Address:_______________________________________ Work Currently Bonded:________________________________________ :______________________________________ Work Now Under ContracT:_____________________________________ Bonding Company’s Best Rating:_________________________________ Bonding Agent’s Phone:__________________________ Is Firm in Compliance with all EEO Requirements?: Y N Has Firm Ever Failed to Complete a Contract?: Y N Has Finn Ever Been Involved In Bankruptcy or Re-organization? : Y N Are There Any Claims Against The Firms?: Y N Are There Any Pending Judgments Against The Firm?: Y N (IF THE ANSWER IS YES TO ANY OF THE ABOVE, PLEASE DESCRIBE ON A SEPARATE SHEET) Insurance: ("CLAIMS-MADE" GENERAL LIABILITY IS UNACCEPTABLE) Submit Sample Certificate Of lnsurance Showing Coverage And Limits For General Liability, Automobile Liability, Excess Umbrella Liability, And Worker's Compensation. Experience Modification Rating: ______________________ Agency's Name:_____________________________________ Contact's Name: ___________________________________ Contact's Phone: ____________________________________

Safety:

Attach Log And Summary Of OSHA violations and any fines or settlements for the past 36 months

Attach Log And Summary Of Occpational Injuries And Illnesses As Required By the U.S. Dept. Of Labor For The Past 36

Months (OSHA Form No. 200) OSHA Recordable Incident Rate (Current Year): __________ OSHA Lost Days Away Incident Rate (Current Year): ____________

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-24

List Four (4) Or More Most Applicable Projects Completed Within The Last Five (5) Years: Refer to Section 00100, paragraph XI.

Project Location Engineer Contract With Contract

Amount Date

Completed

Reference Contact and

Phone Number

PLEASE ATTACH ADDITIONAL SHEETS IF NECESSARY Please list key personnel available for project and describe responsibilities of each: _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Total Firm Staff Employed for this project: ________ Total Staff Employed Firm-wide: ___________ Please list key equipment available for project and whether Firm owns or leases equipment:

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-25

List Three (3) Or More Most Applicable Projects Currently Under Construction: Refer to Section 00100, paragraph XI.

Project Location Engineer Contract With Contract

Amount Date

Completed

Reference Contact and

Phone Number

PLEASE ATTACH ADDITIONAL SHEETS IF NECESSARY THE APPARENT LOW BIDDER SHALL PROVIDE A COPY OF THEIR COMPANY’S FINANCIAL STATEMENT, CERTIFIED BY A PUBLIC ACCOUNTANT, WITHIN 5 DAYS OF REQUEST BY RIAC. This Form MUST Be Signed By An Officer Of The Firm Or An Individual So Authorized By An Officer Of The Firm. Signature: ___________________________________________________________________ Name: ______________________________________________________________________ Title: _______________________________________________________________________

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-26

PROJECT SUBCONTRACTORS The Bidder advises herein that the following Subcontractors are proposed for the item of work listed. Subcontractors are subject to review and approval per the requirements of the Contract Documents and the technical requirements specified. List only firms that will supply labor at the site. Failure to provide this information may result in the bid being considered non-responsive.

SUBCONTRACTOR DBE (Y/N)

TRADE CONTRACT WORK

ITEM(S) TO BE PERFORMED

VALUE ($)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14.

15.

Respectfully Submitted: Company: __________________________________________________

Signature: _________________________________________________ Name: ____________________________________________________ Title: _____________________________________________________

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-27

CERTIFICATION OF COMPLIANCE WITH FEDERALLY REQUIRED CONTRACT REQUIREMENTS

The bidder/offeror certifies, by submission of this proposal or acceptance of this, that he/she has read the federally mandated contract requirements as listed in Section 00950, Federal Contract Conditions and Section 00960, Executive Orders and that compliance with said references will be incorporated into the terms of the Contract documents . I hereby certify that I have read and will comply with all of the above requirements. Signature of Authorized Contractor and/or Consultant Representative ___________________________ Date

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-28

BUY AMERICAN - CERTIFICATE (JAN 1991)

By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel, and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American - Steel and Manufactured Products for Construction Contracts), and that the components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the Rhode Island Airport Corporation lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ________________________________________________________ Signature of Authorized Contractor and/or Consultant Representative ____________________________ Date

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-29

EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT As Required by 41 CFR 60-1.7(b)

The Bidder (proposer) shall complete the following statement by checking the appropriate boxes. Failure to complete these blanks may be grounds for rejection of bids. 1. The Bidder (proposer) has ______ has not _______ developed and has on file at each establishment

Affirmative Action Programs pursuant to 41 CFR 60-1.4 and 41 CFR. 2. The Bidder (proposer) has _______ has not _______ participated in any previous contract or

subcontract subject to the Equal Opportunity Clause prescribed by Executive Order 11246, as amended.

3. The Bidder (proposer) has _______ has not _______ filed with the Joint Reporting Committee the

annual compliance report on Standard Form 100 (EEO-I Report). 4. The Bidder (proposer) does _______ does not _______ employ fifty (50) or more employees. BY: ___________________________________________________________________ TITLE: ________________________________________________________________ DATE: _________________________________________________________________

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-30

BID BOND

STATE OF RHODE ISLAND )§ COUNTY OF KNOW ALL MEN BY THESE PRESENT that we, ___________________________________________ as Principal, and ___________________________________________________________ as Surety, are held and firmly bound unto the Rhode Island Airport Corporation, hereinafter called the Owner, in the Penal sum of _____________________________________________________________________ Dollars ($________________________________________) for the payment of which sum well and to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally firmly by these presents. WHEREAS, the Principal, on the __________ day of ___________________, 20____ entered into A certain Contract with the Owner, hereto attached, for Contract entitled

Project Name: Triturator Upgrade T.F. Green Airport Warwick, Rhode Island

RIAC Construction Contract No. 26711 NOW THEREFORE, IF THE Principal shall not withdraw said Bid(s) within One Hundred Fifty (150) calendar days after date of opening of the same, and shall within five (5) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Obligee in accordance with the Bid(s) as accepted, and give a Performance Bond and a Payment Bond with good and sufficient surety or sureties, as required by the Contract Documents, for the faithful performance and proper fulfillment of such Contract and for the proper payment of all persons furnishing labor or materials in connection therewith, or in the event or withdrawal of said Bid(s) within the period specified, or in the event of failure to enter into such Contract and give such Bonds within the time specified, if the Principal shall pay the Obligee the difference between the amount specified in said (Bid(s) and the amount of which the Obligee may procure the required work and/or supplies, provided the latter amount be in excess of the former then the above obligations shall be void and of no effect; otherwise, to remain in full force and virtue.

Triturator Upgrade Bid Form T. F. Green Airport Section 00320 Warwick, Rhode Island  

RIAC Construction Contract No. 26711 00320-31

IN WITNESS WHEREOF, the Principal and Surety have hereunto caused this Bond to be duly executed and acknowledged by their appropriate officials as set forth below this ______ day of ________, 20____.

PRINCIPAL (If Sole Proprietor or Partnership): _____________________________________________

(Firm Name)

ATTEST: By: __________________________________________ (SEAL)

________________________________

_____________________________________________ Title (Sole Proprietor or Partner)

PRINCIPAL (If Corporation):

(Impress Corporate Seal) _____________________________________________

(Corporation Name) By: __________________________________________

(President)

_____________________________________________

(Secretary) COUNTERSIGNED BY RESIDENT RHODE ISLAND AGENT OF SURETY: SURETY:

_____________________________________________ ________________________________ (COPY OF Agent’s current license By: __________________________________________ as issued by State of Rhode Island Attorney-In-Fact Insurance Commissioner (Power of Attorney Must Be Attached)

(Impress Corporate Seal)

END OF SECTION

Triturator Upgrade Applications For Payment T. F. Green State Airport Section 01027 Warwick, Rhode Island

RIAC Construction Contract No. 26711 01027 - 1

SECTION 01027 – APPLICATIONS FOR PAYMENT PART 1 – GENERAL 1.0 Related Requirements.

A. Division 0, Bidding and Contract Documents of the Project Specifications. B. Division 1, General Provisions of the Project Specifications are applicable in the

execution of all Specifications Sections of the Project Specifications and drawings 1.1 Summary.

A. This Section specifies administrative and procedural requirements governing the Contractor’s Applications for Payment.

B. This Section requires the coordination of the Contractor’s Applications for Payment with

Construction Schedule, including established Key-Milestone Dates, Schedule of Values, Submittal Schedule, and Prime Sub-Contractors work.

1.2 Application For Payment.

A. General

1. Progress payments shall be applied for and made as the Work proceeds at intervals stated in the Contract. The Contractor will provide, to the Engineer a “draft” copy of his/her Application for Payment on the 25th day of the month, or the closest workday should the 25th day fall on a weekend or holiday. This provides an opportunity to discuss figures (Schedule of Values) before they become “fixed”, and will expedite the processing of the final typed Application when the Engineer receives it.

2. Formal Applications for Payment shall be submitted to the Engineer, by close of

business on the 1st day of the succeeding month, or the closest work day should the 1st day fall on a weekend or holiday of the month. The Application for Payment will be processed, by the Owner, forty (40) calendar days from the day that the Engineer submits the approved Application for Payment to the Owner, except if that day should fall on a weekend or holiday in which case payment shall be made on the next succeeding work day.

3. All information required on the Application shall be provided and filled in,

including that for Change Orders executed prior to the date of submittal of the Application. Summary of dollar values must agree with respective totals indicated on continuation sheets.

4. Each Application for Payment shall be consistent with previous Applications as approved by the Engineer and paid for by the Owner.

Triturator Upgrade Applications For Payment T. F. Green State Airport Section 01027 Warwick, Rhode Island

RIAC Construction Contract No. 26711 01027 - 2

5. All Work covered by Progress Payments shall, at the time of payment, become the property of the Owner.

6. Form of Application for Payment will be AIA Document G 702 or an approved

equal, in agreement with RIAC, the Engineer and Contractor.

7. All formal Applications for Payment shall be submitted in duplicate to the Engineer by means ensuring receipt within twenty-four (24) hours. Itemized Applications and supporting documents shall be submitted with a complete transmittal form listing attachments, and recording appropriate information related to the Application in a manner acceptable to the Engineer. Itemized data and format provided on continuation sheets shall include schedules, line items, values as stipulated in the Schedule of Values as accepted by the Owner.

8. With each Application for Payment the Contractor shall certify such Application

for Payment represents a just estimate of costs reimbursable to Contractor under terms of the Contract and shall certify there are no Mechanic’s or Materialmen’s Liens outstanding at the date of that Application for Payment, that all due and payable bills with respect to the Work have been paid to date or shall be paid from the proceeds of that Application for Payment, that there is no known basis for the filing of any Mechanic’s or Materialmen’s Lien against the Surety in connection with the Work, that Waivers and Bills Paid Affidavit forms from all Subcontractors and materialmen have been, or will be, obtained in the form agreeable to the Owner and that amount of the contract remaining to be expended is sufficient to complete the project.

9. The Contractor shall complete each entry on the forms, including notarization

and execution by a person authorized to sign legal documents on behalf of the Contractor. Incomplete Applications for Payment will be returned without action.

10. Conditions governing regular schedule for applications, payment and retainage

shall be as stated in the Contract.

11. Continuation sheets shall include a total list of all scheduled component items of work with item number and scheduled dollar value for each item. Dollar values to be included in each column for each scheduled line item when Work has been performed or products stored. Round off values to nearest dollar or as may be specified for Schedule of Values.

12. List each Change Order executed prior to date of submission at end of

continuation sheets. List by Change Order number and description as to original component item of Work.

B. Waivers and Mechanics Liens

1. Monthly Applications for Payment shall include Waivers of Mechanic’s Liens

and Claims for all Work included in the period of construction covered by the Application for Payment and the previous month’s Application. Waivers of Liens and Claims from Subcontractors or Subcontractors and suppliers shall include the

Triturator Upgrade Applications For Payment T. F. Green State Airport Section 01027 Warwick, Rhode Island

RIAC Construction Contract No. 26711 01027 - 3

period of construction covered by the Application for Payment, the total amount paid prior to and including the previous month’s Application

2. Partial Waivers of Liens shall be submitted on each item of work for the amount

requested, prior to deduction for retainage, for each item.

3. Contractor shall submit final or full Waivers of Liens and Claims for completed items of work shown on the monthly Application for Payment.

4. The Owner reserves the right to designate which entities involved in the Work

must submit Waivers of Liens.

5. The Contractor’s final Application for Payment shall be submitted with, or preceded by final Waivers from every entity involved with the performance of work, supplying of materials or the providing of professional services covered by the Application who could lawfully be entitled to a Lien.

6. Waivers of Liens shall be provided on forms, and executed in a manner

acceptable to the Owner.

C. Initial (First) Monthly Application for Payment

1. Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include, but are not limited to the following:

a. List of all Subcontractors, with indications of DBE Owner firms. b. Contractor’s Sworn Statement of principal suppliers, fabricators and

Subcontractors.

c. Schedule of Values.

d. Contractor’s construction schedule, updated monthly.

e. Schedule of principal products and long lead delivery items, updated monthly.

f. Submittal Schedule, Procurement Schedule.

g. List of Contractors principal consultants.

h. List of Contractor’s staff assignments.

i. Copies of building permits.

j. Copies of authorizations and licenses from governing authorities for

performance of work.

Triturator Upgrade Applications For Payment T. F. Green State Airport Section 01027 Warwick, Rhode Island

RIAC Construction Contract No. 26711 01027 - 4

k. Initial progress report.

l. Certificates of Insurance and insurance policies.

m. Suppliers and Subcontractors waivers, as verification of payment noted on prior month’s payments.

n. Forms noted in the DBE/EEO Plan including but not limited to:

1) MBE Participation Affidavit 2) Certified Payroll

3) Monthly DBE Utilization Reports

o. Contractor certification of completed work in compliance with the By

American Act.

p. Any material stored off site must carry additional insurance (All Risk Ryder) stating Owner as insured. All material is to be inspected by Engineer personnel before billing can be approved. Bill of Sale and receipts for items being billed at cost only are required and twenty-five percent (25%) retainage will be held for off-site stored materials. Paperwork must accompany request two weeks prior to billing to insure adequate time to schedule inspection.

q. Contractor DBE Plan (Initial Only).

r. Contractor Safety Plan (Initial Only).

D. Application for Payment at Substantial Completion

1. The Contractor shall, upon issuance of the Certificate of Substantial Completion,

submit his Application for payment, which shall reflect any Certificates of Substantial Completion issued previously for Owner occupancy for designated portions of the Work.

2. Application shall include, but not be limited to and as may be determined by the

Engineer, the following:

a. Certificates of Occupancy and such other permits and approvals as may be required.

b. Warranties (Guarantees) and maintenance agreements as may be

applicable.

c. Testing, Adjusting and Balance Records.

d. Maintenance manuals, training and instructions.

Triturator Upgrade Applications For Payment T. F. Green State Airport Section 01027 Warwick, Rhode Island

RIAC Construction Contract No. 26711 01027 - 5

e. Equipment Start-Up Performance Reports.

f. Changeover information related to Owner’s occupancy, use, operation

and maintenance.

g. Final cleaning.

h. Application for Reduction of Retainage, and Consent of Surety.

i. List of incomplete Work, recognized as exceptions to issuance of Certificate of Substantial Completion.

E. Final Application for Payment

1. Administrative actions and submittals that shall precede or coincide with this

final Application for Payment shall include, but not be limited to and as may be determined by the Engineer, the following:

a. Completion of Project Closeout requirements. b. Completion of items specified by the Engineer for completion after

Substantial Completion. c. Prepare and submit to the Engineer a list of unsettled claims, as may be

applicable.

d. Transmit to the Engineer all required project records including permit drawings, as constructed drawings both on hard copy and in electronic format.

e. Provide to the Engineer evidence that all requisite taxes, fees and similar

obligations have been paid in full.

f. Removal of all temporary facilities and services.

g. Removal of all surplus materials, rubbish and similar elements.

h. Account for and return to the appropriate agency all personnel security access badges previously received. A duplicate list of the same shall be provided to the Engineer.

PART 2 – PRODUCTS (NOT USED ) PART 3 – EXECUTION (NOT USED)

PART 4 – MEASUREMENT AND PAYMENT (NOT USED)

END OF SECTION 01027

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 1

SECTION 02200 - EARTHWORK PART l - GENERAL 1.1 Scope

A. This section includes excavation of earth materials, placement of backfill, construction of embankments, disposal of all excavated material off-site, salvaging of topsoil, and fine grading and compaction.

1.2 References

A. All work specified in this Section shall conform to “Standard Specifications for Road and Bridge Construction” of the Rhode Island Department of Transportation, latest revision, herein referred to as “State Standards”.

1.3 Definitions

A. Relative Compaction: The ratio, in percent, of the as-compacted field dry density to the laboratory maximum dry density as determined by ASTM D1557. Corrections for oversize material may be applied to either the as-compacted field dry density or the maximum dry density, as determined by the Engineer.

B. Optimum Moisture Content: Determined by the ASTM standard specified to determine

the maximum dry density for relative compaction. C. Relative Density: As defined by ASTM D4253 or D4254. D. Prepared Ground Surface: The ground surface after clearing, grubbing, stripping,

excavation, and scarification and/or compaction. E. Completed Course: A course or layer that is ready for the next layer or next phase of the

work. F. Well-Graded: A mixture of particle sizes that has no specific concentration or lack

thereof of one or more sizes. Well-graded does not define any numerical value that must be placed on the coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters. Well-graded is used to define a material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids.

G. Influence Area: The area within planes sloped downward and outward at 1:1 slope from

(a) 1 foot outside the outermost edge at the base of foundations or slabs; or (b) 1 foot outside the outermost edge at the surface of roadways or shoulder: or (c) 0.5 foot outside the exterior edge at the spring line of pipes and culverts.

H. Unclassified Excavation: The nature of materials to be encountered that has not been

identified or described herein. I. Imported Material: Material obtained by the Contractor from sources off the site.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 2

J. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material exceeding 2 cubic yards.

K. Non-hazardous Contaminated Material: Material, water or soil that does not meet the

definition of hazardous contaminated materials but contains detectable quantities of VOCs, petroleum, PCBs, or other hazardous material or metals in exceedance of the residential direct exposure criteria.

L. Non Contaminated Material: Material, water or soil, which following laboratory testing,

is determined to contain concentrations of VOCs, petroleum, PCBs, or other hazardous material or metals at or below the residential direct exposure criteria.

1.4 Site Information

A. Soils investigation data is not warranted to indicate actual conditions. Owner, does not assume responsibility for variations in kind, depth, quantity and condition of soils; they disclaim responsibility for accuracy, true location, and extent of soils investigation that has been prepared by others; and they further disclaim responsibility for interpretation of that data by Contractor as in projecting soil bearing values, rock profiles, soil stability, and presence, level, and extent of underground water.

B. Additional test borings and other exploratory operations may be made by Contractor at

no additional cost to Owner. 1.5 Existing Utilities

A. Call Dig Safe 1-888-DIG-SAFE (1-888-344-7233) 72 hours before commencing with any

excavation, in order that all pertinent utility companies become informed of such work. B. If active utilities existing on the site are encountered they shall be carefully protected

from damage. When an active utility line is exposed during construction, its location and elevation shall be documented and both the Engineer and the Utility Owner notified in writing.

C. Active utility lines damaged in the course of construction operations shall be repaired or

replaced as determined by the Engineer and Utility Owner, without additional cost to the Owner.

1.6 Use of Explosives

A. Use of explosives is not permitted. 1.7 Submittals

A. Shop drawings shall be submitted in accordance with the requirements as specified in Section 01300, SUBMITTALS.

B. Provide the following submittals:

1. Certification, test results, source, and samples for all imported earth materials.

Submit bag samples (40lbs minimum) of each type of fill material to be used for

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 3

backfilling to the Engineer at least 10 working days in advance of its required use. Representative samples of excavated fill material which will be used for backfill shall also be submitted for testing.

2. Catalog and manufacturer's data sheets for compaction equipment. 3. Copies of permits obtained for excavation that are required by state and local

governing authorities. 4. Manufacturer's certificate of compliance attesting that geotextiles meet the

requirements of these specifications. Provide mill certificates stating the length and width of fabric contained on each roll.

1.8 Imported Material Acceptance

A. All imported earth materials specified in this section are subject to the following requirements:

1. The Contractor shall make all gradation tests to locate acceptable sources of

imported material. The Contractor shall perform two initial gradation tests for all material to be imported from off-site locations. For each additional 10,000 cubic yards of material, the contractor shall perform one additional gradation test. Certification that the material conforms to the Specification requirements along with copies of the test results from a qualified commercial testing laboratory shall be submitted to the RE for approval at least 21 calendar days before the material is required for use. All material samples shall be a minimum of 40 pounds and furnished by the Contractor at the Contractor's sole expense. Samples shall be representative and be clearly marked to show the source of the material and the intended use on the project. Sampling of the material source shall be done by the Contractor in accordance with ASTM D75. Tentative acceptance of the material shall be based on an inspection of the source by the Engineer and/or the certified test results submitted by the Contractor to the Engineer at the Engineer’s discretion. No imported materials shall be delivered to the site until the proposed source and the Engineer tentatively accepted materials tests in writing. Final acceptance will be based on Quality Control and Quality Assurance tests made on samples of material taken from the completed and compacted course.

2. Gradation tests for the proposed materials shall be made on samples taken at the

place of production prior to shipment. Samples of the finished product for gradation testing shall be taken as specified in Section 01400, QUALITY CONTROL, or more often as directed by the Engineer if variation in gradation is occurring, or if the material appears to depart from the Specifications. Test results shall be forwarded to the Engineer within 48 hours of testing.

3. If tests conducted by the Contractor or the Engineer indicate that the material does

not meet Specification requirements, material placement will be terminated until corrective measures are taken. Material that does not conform to the Specification requirements and is placed in the work shall be removed and replaced at the Contractor's sole expense. Retesting of material that does not meet specification requirements shall be performed at the Contractor's sole expense.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 4

4. The Contractor shall sample all imported soil at a minimum frequency of one (1) per ten thousand (10,000) cubic yards to verify materials free of contamination. The soil shall be tested for the following: volatile organic compounds (VOCs) (EPA method 8260), Poly-Nuclear Aromatic Hydrocarbons (PAHs) (EPA method 8270), total Petroleum Hydrocarbons (TPH), and RCRA 8 Metals.

5. Imported soils with levels above the residential direct exposure criteria shall not be

used onsite. 1.9 Reuse of On-Site Material

A. Reuse of on-site material from excavations is allowable, provided the material properties specified herein are attained.

B. Soils impacted by former Manufacture Gas Plant shall be removed from site per direction of National Grid.

1.10 Shoring, Sheeting, Bracing, and Sloping

A. The Contractor shall furnish, install, and maintain shoring, sheeting, bracing, and sloping necessary to support the sides of excavations, to keep and to prevent any movement which may damage adjacent pavements, utilities, or structures, damage or delay the work, or endanger life and health. Furnish, install, and maintain shoring, sheeting, bracing, and sloping as required by OSHA and other applicable governmental regulations and agencies.

1.11 Excavation Safety

A. The Contractor shall be solely responsible for making all excavations in a safe manner. Provide appropriate measures to retain excavation side slopes and prevent earth slides to ensure that persons working in or near the excavation are protected.

1.12 Codes, Ordinances, and Status

A. The Contractor shall familiarize itself with, and comply with, all applicable codes, ordinances, statues, and bear sole responsibility for the penalties imposed for noncompliance.

1.13 Quality Control

A. Provide in accordance with the requirements as specified in Section 01400, QUALITY CONTROL.

B. All material limits shall be constructed within a vertical tolerance of 0.1 foot and a

horizontal tolerance of 1 foot except where dimensions or grades are shown or specified as minimum. All grading shall be performed to maintain slopes and drainage as shown. No reverse slopes will be permitted.

PART 2 - PRODUCTS 2.1 Materials

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 5

A. All soil fill materials shall consist of hard, durable, sand and gravel and shall be free from ice

and snow, roots, sod, rubbish, and other deleterious or organic matter. B. Common Borrow shall be imported material conforming to Item M.01.01 of the State

Standards, except that not more than 10% shall pass the #200 sieve. Onsite granular material, free from stones, roots, organic matter and of suitable gradation for satisfactory compaction, may be reused as Common Borrow upon approval by the Engineer.

C. Gravel Borrow shall be imported material conforming to Item M.01.02.1 of the State

Standards except that 100 percent by weight shall be less than 3 inches in size. Alternatively, gravel borrow may consist of select materials within project limits that are proportioned and processed to be in conformance with M.01.02.

D. Pervious Fill shall be imported material conforming to Item M.01.03 of the State Standards. E. Gravel Borrow Bedding Material and Crushed Stone Bedding Material shall be imported

material conforming to Item M.01.04 of the State Standards. F. Sand Bedding Material shall be imported material conforming to the following: dry screen

sand. Stand shall be graded with 100% passing a 3/8 inch sieve and not more than 5% passing a No. 200 sieve.

G. Crushed Stone shall be imported material conforming to Item M.01.09 Type VI of the State

Standards and shall consist of 100 percent crushed particles. H. Stabilized Construction Entrance Stone shall be imported material conforming to Item

M.01.09 Type II of the State Standards. I. Trench Stabilization Material shall conform to Item M10.03.1 designation FS-3 of the State

Standard.

J. Topsoil shall conform to Item M.18.02 of the State Standards. K. Water for compaction shall be furnished by the Contractor. Water for compaction from

sources other than potable sources shall be as approved by the Engineer. L. Type 1 Geotextile (filter fabric) shall be nonwoven and needle punched pervious sheets of

polyester, polyethylene, nylon, or polypropylene filaments formed into a uniform pattern. The geotextile shall have minimum properties as stated in the following table, when measured in accordance with the referenced standards.

M. Type 2 Geotextile shall be a woven sheet of polyester, polyethylene, nylon, or

polypropylene filaments woven into a uniform pattern. The geotextile shall have the following minimum properties as stated in the table when measured in accordance with the referenced standards.

TYPE 1 AND 2 GEOTEXTILE PROPERTIES

Test Method Type 1 (1) Type 2 (1)

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 6

Test Method Type 1 (1) Type 2 (1)

Mass per Unit Area (oz/yd2) ASTM D-3776 8 N/A

Grab Tensile Strength (lbs) ASTM D-4632 180 min 300 min

Puncture Strength (lbs) Modified ASTM D-3787 Using 5/16-inch flat tipped rod

75 min 90-120

Mullen Burst (lbs/in2) ASTM D-3786 290 min 350-600 min

Elongation at Required Strength (%)

ASTM D-4632 50 min N/A

Equivalent Opening (US Standard Sieve)

ASTM D-4751 40-100 30-40

Permitivity (sec-1) ASTM D-4491 with 60 mm

Falling Head

1.5 min 0.02 min

Water Flow Rate (gal/min/ft2) at 50 mm Constant Head

(2) 80 –120 2-4 min

(1) All numerical values represent minimum/maximum average roll values (i.e., the

average of minimum test results on any roll in a lot should meet or exceed the minimum specified values).

(2) Water flow rate in gal/min/ft2 shall be determined by multiplying permitivity in sec-1 as determined by ASTM D-4491 by a conversion factor of 74.

PART 3 - EXECUTION 3.1 General

A. All topsoil and unsuitable or excess materials shall be stripped from areas of new

construction or re-grading. Materials suitable for reuse shall be stored in approved locations that will not interfere with construction operations. Topsoil shall be stripped and stored before any underlying excavating is begun. Stripped topsoil to be reused shall be free from clay, large stones and debris. The Contractor shall legally dispose all excess and unsuitable materials off-site.

B. Earth excavation is unclassified and shall include the excavation, removal and

satisfactory disposal of all materials of whatever nature encountered from within the limits indicated or specified (other than rock ledge) or as directed in writing. It shall include, but not be limited to, earth materials such as peat, organic or inorganic silts, clay, sand and gravel, cobbles and boulders less than 2 cubic yards in volume, soft or disintegrated rock which, in the opinion of the Engineer, can be removed without blasting or drilling, pavement, and all obstructions not specifically included in another section.

C. All excavations shall be backfilled as specified. All compacted fill shall be placed in

layers. Each layer shall be systematically compacted by approved compaction equipment to the density specified herein.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 7

D. Compaction equipment in open areas shall consist of a vibratory drum roller with a minimum static weight of 10,000 lbs.

E. Compaction equipment in confined area (in trenches and adjacent to walls) shall be

accomplished by hand-operated vibratory compaction.

3.2 Work in Freezing Weather A. Protect excavation bottoms against freezing when atmospheric temperature is less that 35

degrees Fahrenheit. B. In freezing weather, a layer of fill shall not be left in an uncompacted state at the close of

a day’s operation. Prior to terminating operations for the day, the final layer of fill, after compaction, shall be rolled with a smooth-wheeled roller to eliminate ridges of soil left by tractors, trucks and compaction equipment.

C. The Contractor shall not place a layer of compacted fill on snow, ice or soil that was

permitted to freeze prior to compaction. Removal of these unsatisfactory materials will be required as directed by the Engineer.

3.3 Removal of Water

A. Provide and operate equipment adequate to keep all excavations and trenches free of

water. Remove all water during periods when pipe is being laid, during the placing of backfill, and at such other times as required for efficient and safe execution of the work. Avoid settlement or damage to the adjacent property. Dispose of water in a manner that will not damage adjacent property. When dewatering open excavations, dewater from the outside the structural limits and from a point below the bottom of the excavation when possible. Design dewatering system to prevent removal of fines from existing ground.

B. Implement erosion control practices to protect the exposed surface from gulleying,

surface wash, or other erosion. Provide measures such as straw bales, silt fences, temporary slope flumes, or other methods to protect the work.

3.4 Stockpile Operation

A. Keep stockpiles and areas around them graded to drain and take all necessary precautions to minimize erosion including but not limited to the installation of baled hay. Maintain access roads as necessary at the Contractor's expense. Excavation at the stockpiles shall be limited to that depth which will permit the completed area to slope to drain to the surrounding area after completion of all work. Remove all stockpiles at the completion of the project. Grade the surrounding area at completion and finish the area. Protect the stockpile so that the stockpiled material remains in a condition suitable for use in the project.

3.5 Excavation

A. Excavation for Structures: 1. Shall conform to dimensions and elevations indicated with tolerance as stated in the

Quality Control paragraph in Part 1 of this Section. Excavations shall be made to

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 8

allow sufficient room for construction and removal of formwork and inspection. 2. Do not disturb bottom of foundation excavations. Excavate by hand to final grade

just before placement of concrete. Trim bottoms to required grades and lines to leave solid base for concrete.

B. Disturbed Subgrade

1. The Contractor shall, at the request of the Engineer, place a 12- to 18-inch layer of

Gravel Borrow or 6-inches of Crushed Stone over natural underlying soil to stabilize areas which may become disturbed as a result of groundwater. Particular attention shall be paid towards areas beneath foundations.

C. Excavation for Pavement

1. Excavations for pavements shall be made to lines and grades as shown on the

Drawings. 3.6 Backfill

A. The Contractor shall inform the Engineer in writing a minimum of 48 hours prior to

starting any backfill operation. The information shall include the location to be filled, the amount of fill to be placed, and the material to be placed.

B. Prior to placing any backfill, remove all trash, debris, and/or any other unsuitable

material from areas where backfill is to be placed. Do not place frozen backfill. Do not place backfill on frozen ground or in areas where standing water is present.

C. Backfill around and adjacent to concrete structures only after the concrete has attained

2/3 of the specified compressive strength indicated by Section 03300, CAST-IN-PLACE CONCRETE.

D. Do not operate earth-moving or other heavy equipment within a distance that will cause

damage to new or existing structures. Compact backfill adjacent to and on top of existing and new structures, utilities, and concrete walls with hand-operated vibratory compactors or other acceptable equipment. Compaction shall be performed in a manner, which will not damage new or existing structures and utilities.

E. Backfill excavations as promptly as work permits, but not until inspection, testing,

approval and recording locations of underground utilities. 3.7 Compaction

A. Control soil compaction during construction providing the minimum percentage of

compaction specified for each area classification. B. Provide not less than the following percent relative compaction at optimal moisture

content, as determined by ASTM D-1557, Modified Proctor Test. 1. Base Course: Compact base course material below bituminous pavement to not

less than 95% relative compaction

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 9

2. Subbase: Compact subbase course material not less than 95% relative compaction.

3. All other fill materials, with the exception of Crushed Stone and unless otherwise

specified, shall be compacted to not less than 90% relative compaction. 4. All materials placed below foundation zones and within the foundation zone

influence area, shall be compacted to not less than 95% relative compaction. C. Place Common Borrow in 12-inch maximum loose lifts and compact each lift to not less

than 90 percent relative compaction. Make proper allowances for pavements and topsoil. D. Place Gravel Borrow in previously excavated areas under and within the influence area of

slabs as shown. In no case, provide less than 12 inches of compacted Gravel Borrow beneath concrete slabs. Compact each lift to not less than 95 percent relative compaction.

3.8 Trench Excavation

A. Excavate for the installation of utilities and foundations to the depths and widths shown. All

obstructions, such as tree roots, stumps, large stones, boulders, rocks and other material of any type shall be removed.

B. Minimum width of unsheeted trenches or the minimum clear width of sheeted trenches in

which pipe is to be laid shall be 24 inches greater than the outside diameter of the pipe. Sheeting requirements shall be independent of trench width. The maximum clear width at the top of the pipe or above the pipe will not be limited, except in cases where excess width of excavation would cause damage to adjacent structures.

C. Utility trenches shall be excavated a minimum of 6-inches below the bottom of the utility

line to accommodate bedding material. Allow for working space and slopes as shown or required. Do not carry excavations deeper than the elevations shown unless directed by the Engineer. Excavation carried below the grade lines shown or established by the Engineer shall be filled with the same material as specified for the overlying backfill, and compacted as required for such overlying backfill.

D. After completion of excavation, and prior to bedding material placement, compact the

excavation surface with a heavy vibratory roller or other suitable equipment to detect soft or loose zones. Notify the Engineer prior to commencement of compacting. If soft or loose zones are found excavate the soft or loose material to a depth accepted by the Engineer, then fill with Trench Stabilization Material. The cost of such excavation shall be paid for under the appropriate unit price bid item.

3.9 Pipe Bedding and Backfilling

A. Trench Bedding 1. All pipelines shall be laid in Gravel Borrow Bedding Material except in high

groundwater areas, or as directed, where Crushed Stone Bedding Material shall be used.

2. Bedding Material shall be placed in maximum 10” lifts and each lift compacted to a

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 10

minimum of 95% relative compaction. 3. The first lift of bedding material shall be placed from the bottom of the excavation

to mid diameter of the pipe, for the full width of the trench. Subsequent lifts of bedding material shall extend to 1-foot above the pipe crown. The initial bedding layer for RCP, PVC and PCCP trenches shall be placed from the bottom of the excavation to the bottom quarter of the pipe and compacted. Subsequent lifts shall extend to 1-foot above the pipe crown.

B. Trench Backfilling

1. Backfill materials placed from 12-inches above a pipe to the bottom of a pavement

base course or to the bottom of Topsoil shall meet the requirements of Common Borrow except where specified elsewhere. Common Borrow shall be placed in 12 inch lifts with each lift compacted to no less than 95% relative compaction.

2. Fill, adjacent to pipelines and structures shall be placed evenly on both sides to

prevent displacements. 3. Backfill and compact over pipelines such that no damage occurs to the piping. The

Engineer may request that pipes be excavated and exposed to observe if the pipe has been damaged. All damaged pipe shall be removed and replaced at no additional cost to the Owner.

3.10 Backfill for Final Grading

A. Backfill or filling required below subgrade elevation shall be with Common Borrow

placed in layers having a minimum loose lift thickness of 12-inches. B. Subbase and base course shall be placed in layers having a maximum loose lift thickness

of 12-inches and 6-inches, respectively, except in confined areas or within 3 feet of new or existing structures where maximum loose lift thickness shall be 8-inches or less as determined by the Engineer.

3.11 Moisture Control

A. During the compacting operations, the moisture content of the material shall be within the

range necessary to obtain the specified compaction, as determined by laboratory testing. B. Maintain moisture content throughout the lift. Insofar as practicable, add water to the

material at the site of excavation. Supplement, if required, by sprinkling the material. C. Do not compact material that contains excessive moisture. Aerate material by blading,

dicing, harrowing, or as approved, to hasten the drying process.

3.12 Compaction Testing A. In addition to the Contractor’s QC testing, the Engineer will direct the Quality Assurance

testing laboratory, for randomly testing the backfill as specified in Section 01400, QUALITY CONTROL.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 11

B. The Contractor shall make all necessary excavations and preparations for testing. Excavations for density tests shall be backfilled with material similar to that excavated, and compacted to the specified density by the Contractor.

C. Nuclear density methods shall be used for all density testing due to the ease of testing and

the relatively large number of tests which can be run in a specified time. Check the moisture content with at least two samples and correct Nuclear Gauge moisture readings if appropriate. 1. Compaction testing shall be performed, at a minimum, at the following

frequencies: One test per 10,000 square feet, but no less than 2 tests per lift. 2. Trench bedding and backfill: One test per 200 feet of trench length at each

compacted backfill layer, but no less than 2 tests.

D. Under foundation slabs or paved areas: One test per 5,000 square feet, but no less than three tests per lift.

1. Failure of the backfill material to achieve the specified density will be just cause

for rejection of any or all portions of the excavation section tested. The Contractor will not be granted an extension of time or additional compensation for testing or repair of backfill ordered by the Engineer.

3.13 Finish Grading

A. The areas to be graded shall be cleared of unsatisfactory material and shall then be compacted as directed within the areas of the proposed pavement structure.

B. A tolerance of a maximum of 1-inch, plus or minus, shall be allowed, provided that this

plus or minus deviation from grade shall not continue for more than 100-feet in any direction.

C. Any depressions that may occur during construction shall be then filled with additional

suitable material. The subsurface shall then be graded and compacted true to the lines and grades, as required.

D. The subgrade upon which the pavement structure and sidewalk are placed shall be graded

and compacted to 95-percent of the maximum density in accordance with the following specifications. This operation shall be performed prior to pavement structure construction.

1. Each layer shall be uniformly compacted to the specified density before the next

layer is placed. The specified density shall be obtained by utilized any approved compaction equipment such as: pneumatic tired compaction equipment, or three-wheeled power rollers, or vibratory, sheepsfoot, or tamping rollers, or other approved types of compaction equipment.

2. Dumping and rolling areas shall be kept separate, and another shall not cover a

lift until the compaction requirements of this Subsection have been meet. Hauling and leveling equipment shall be routed or distributed over each layer of the fill as to make best use of that compaction effort.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 12

3. Densities: a. The maximum density will be determined by AASHTO T180

b. Field density of soil in place shall be determined by either AASHTO T191 or a nuclear moisture density gauge conforming to AASHTO T238 and T239.

c. The method of correcting for oversize particles in soil compaction test

results shall conform to AASHTO T224. 4. Compaction of Earth Embankment

a. The resulting subgrade surface shall be compacted as required, to not less than 95-percent of maximum density, measured to a depth of 12-inches below the surface.

b. Earth in embankment sections below a plane of three feet below

subgrade shall be compacted to not less than 90-percent of maximum density. The remainder of the roadway section up to subgrade shall be compacted to 95-percent of maximum density.

E. All slopes shall be graded and finished to conform with the lines and grades as indicated

on the Drawings. F. Finish gradients shall provide a free and uninterrupted flow of water without erosion. G. Areas to be loamed shall be trimmed and graded to the lines and grades as indicated on

the Drawings or as directed. 3.14 Maintenance

A. Protect newly graded areas from erosion and keep free of trash and debris. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances.

B. Where completed compacted areas are disturbed by subsequent construction operations

or adverse weather, scarify, reshape and compact to required relative compaction. 3.15 Contaminated Soils

A. Existing soil or water at the work sites that the Contractor encounters that appear oily, have a chemical odor, or appear to be contaminated, shall immediately be brought to the attention of the Engineer. Refer to Section 02211 EXCAVATION, HANDLING, AND STORAGE OF CONTAMINATED MATERIALS.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 13

PART 4 – MEASUREMENT AND PAYMENT

4.0 Earthwork

A. Unless otherwise noted, all earthwork shall be included under any item requiring earthwork. The prices for those items which involve earthwork shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.1 Removal and Disposal of Existing Full Depth Pavement (Item 4)

A. Removal and disposal of existing full depth pavement shall be measured for payment on a square foot basis.

B. Measurement and payment for removal and disposal of existing full depth pavement will be based on a square foot basis and shall include all sawcutting, labor, equipment, materials, quality control and incidental costs to complete the work of removal and disposal of the existing sidewalk as required to install site utilities, relocate existing roads, expand the existing roads, and install ancillary trenches as required for the project and all other work and appurtenances incidental thereto and not specifically included for payment under other items. Transportation of equipment and materials to and from the site will be included in the contract unit price.

C. The Contractor shall supply all required supervision, materials, equipment, and labor. D. The Work of this section shall be paid for as the Unit Price per Square Foot.

4.2 Removal and Disposal of Existing Concrete Sidewalk (Item 21)

A. Removal and disposal of existing concrete sidewalk shall be measured for payment on a square foot basis.

B. Measurement and payment for removal and disposal of concrete sidewalk will be based

on a square foot basis and shall include all sawcutting, labor, equipment, materials, quality control and incidental costs to complete the work of removal and disposal of the existing sidewalk as required to install site utilities, relocate existing roads, expand the existing roads, and install ancillary trenches as required for the project and all other work and appurtenances incidental thereto and not specifically included for payment under other items. This shall include removal and disposal of any concrete or granite curbing associated with the concrete sidewalk removal. Transportation of equipment and materials to and from the site will be included in the contract unit price.

C. The Contractor shall supply all required supervision, materials, equipment, and labor. D. The Work of this section shall be paid for as the Unit Price per Square Foot.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 14

4.3 Common Borrow

A. Unless otherwise noted, all common borrow shall be included under any item requiring earthwork. The prices for those items which involve common borrow shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.4 Gravel Borrow

A. Unless otherwise noted, all gravel borrow shall be included under any item requiring earthwork. The prices for those items which involve gravel borrow shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.5 Crushed Stone

A. Unless otherwise noted, all crushed stone shall be included under any item requiring earthwork. The prices for those items which involve crushed stone shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.6 Sand Bedding

A. Unless otherwise noted, all sand bedding shall be included under any item requiring earthwork. The prices for those items which involve sand bedding shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.7 Stabilized Construction Entrance Stone

A. Unless otherwise noted, all stabilized construction entrance stone shall be included under any item requiring earthwork. The prices for those items which involve stabilized construction entrance stone shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

Triturator Upgrade Earthwork T. F. Green State Airport Section 02200 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02200 - 15

4.8 Loam

A. Unless otherwise noted, all loam shall be included under any item requiring earthwork. The prices for those items which involve loam shall include compensation for disposal of surplus or unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.9 Water

A. Water shall be considered incidental to the work. Payment shall be included as part of other appropriate pay items. The prices for those items which involve water shall include transportation and application.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.10 Type I Geotextile

A. Unless otherwise noted, all Type I geotextile shall be included under any item requiring earthwork. The prices for those items which involve Type I geotextile shall include transportation and installation. Payment shall be included as part of other appropriate pay items.

B. The Contractor shall supply all required supervision, materials, equipment, and labor.

4.11 Additional Gravel Borrow (Item 23)

A. It is anticipated that the existing gravel borrow is suitable for reuse. If it is found to be unsuitable, this item shall be used.

B. Additional Gravel borrow shall be measured for payment on a cubic yard basis.

C. Measurement and payment for Additional Gravel Borrow will be based on a cubic yard basis and shall include material costs, removal of unsuitable material, backfilling, compaction testing, and installation of all necessary sheeting and bracing as required for the project and all other work and appurtenances incidental thereto and not specifically included for payment under other items. Transportation of equipment and materials to and from the site will be included in the contract unit price.

D. The Contractor shall supply all required supervision, materials, equipment, and labor.

END OF SECTION

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 1

SECTION 02575 - PAVING

PART 1 - GENERAL 1.0 Scope.

A. The work under this section includes the furnishing of all labor, equipment, tools, materials and all operations necessary for the replacement of existing pavement, construction of new pavement, milling of existing pavement, and restoration of pavement markings. The limits of work shall be as shown on the contract drawings and/or as specified herein.

B. Unless otherwise specified or detailed, all disturbed pavements including bases shall be replaced in kind, with similar materials of equal thickness.

1.1 Related Work.

A. Section 01060, REGULATORY REQUIREMENTS 1.2 System Description.

A. General The types of pavement systems to be utilized on this project are as follows: PERMANENT TRENCH PAVEMENT – TRENCH WIDTH FINAL PAVEMENT

B. Permanent Trench Pavement – Trench Width Areas shall be paved with a full depth pavement cross-section in the areas of the trench excavation in accordance with the Contract Drawings. The full depth pavement restoration shall be in accordance with detail sheet.

1.3 References. A. The following standards form a part of these specifications and indicate the minimum

standards required:

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 2

American Society for Testing and Materials (ASTM) ASTM D1557 Test for Moisture-Density Relations of Soils and Soil- Aggregate

Mixtures Using 10 Pound Rammer and 18-Inch Drop

State of Rhode Island and Providence Plantations Department of Transportation (RIDOT)

Standard Specification for Road and Bridge Construction Section 301 Aggregate and Gravel Base Courses Section 401 Dense Graded Bituminous Concrete Pavements Section 501 Portland Cement Concrete Pavement and Base Section T.20 Pavement Markings Section M Materials 1.4 Submittals.

A. Shop drawings and brochures shall be submitted for all items to be furnished in accordance with the provisions of the General Conditions as supplemented.

B. Six sets of complete job mix formula shall be submitted to the Engineer at least two weeks before any of the work of this section is to begin.

PART 2 - PRODUCTS 2.0 Gravel Subbase.

A. Gravel subbase shall consist of inert material that is hard durable stone and coarse sand, free from loam and clay, surface coatings and deleterious materials.

B. Gradation requirements for gravel subbase shall be as specified in Section 02200, EARTHWORK for Gravel Borrow.

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 3

2.1 Bituminous Concrete Pavement.

A. Bituminous concrete pavements shall consist of Class I Bituminous Concrete, Type I-1.

B. Bituminous concrete mixtures shall be within the composition limits of modified base courses, modified binder courses, top courses and surface treatment, in accordance with RIDOT Section M.03, with constituents that conform to Table A, below.

C. All bituminous concrete pavement shall come from a RIDOT certified asphalt plant.

D. The tack coat shall be a hot poured rubberized emulsified asphalt sealant meeting the requirements of Federal Specifications SS-S-1401 or SS-S-164.

TABLE A

PERCENT BY WEIGHT PASSING SIEVE DESIGNATION

Standard Sieves

Modified Base

Course

Modified Binder Course

Type I-1 Medium

Type I-2 Dense

Bit. Conc. Curbing

2 in. 100

1 in. 86-100 100

3/4 in. 70-100 90-100

5/8 in. 100

1/2 in. 55-85 80-100 100 100

3/8 in. 46-74 40-65 70-90 95-100 90-100

No. 4 32-60 50-70 55-75 80-100

No. 8 22-52 25-40 35-50 40-55 60-82

No. 30 10-34 18-29 20-30 35-55

No. 50 6-26 8-17 13-23 10-20 22-38

No. 100* 8-16 10-22

No. 200 3-8 2-6 3-8 3-8 5-12 Bitumen

% by weight 4-6.5 4-6 6.5-8 6-7.5 7-10

* Percentages shown for aggregate sizes are stated as proportional percentages of total aggregate

for the mix.

Unless authorized by the Engineer, no Job-Mix Formula will be approved which specifies:

Less than 4% passing No. 200 for Top Course.

Less than 6% bitumen for Top Course.

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 4

2.2 Pavement Markings.

A. Pavement markings shall conform to the requirements of RIDOT Sections T.20 and M.17.

B. The mixture of the marking material shall be within the composition limits for reflectorized pavement markings as described in the RIDOT Specifications as follows:

1. Thermoplastic reflectorized pavement markings - T.20.

2. Fast drying traffic paint - T.20.

C. Application of the glass beads to be used as reflector material on the striping shall conform to Sections T.20 and M.17 of the RIDOT Specifications.

PART 3 - EXECUTION 3.0 General.

A. Paving courses required for the project shall be as shown on the drawings and as specified herein. Pavement thicknesses specified are measured in compacted inches. If a pavement course thickness exceeds 2-1/2 compacted inches, the course shall be installed in multiple lifts with each lift not exceeding 2-1/2 compacted inches in thickness.

3.1 Gravel Subbase.

A. The gravel subbase to be placed under pavement shall consist of 12 inches of gravel evenly spread and thoroughly compacted.

B. The gravel shall be spread in layers not more than 4 inches thick, compacted measure. All layers shall be compacted to not less than 95 percent of the maximum dry density of the material as determined by ASTM D1557 Method C at optimum moisture content.

3.2 Permanent Bituminous Pavement Patch – Trench Width.

A. Where specified and directed by the Engineer and after placement of the gravel subbase, the Contractor shall place bituminous pavement patch above the trench, between the edges of the existing pavement. It shall consist of Bituminous Concrete Pavement in accordance with RIDOT Standards, with thickness as indicated herein and on the drawings.

3.3 Final Bituminous Pavement – Mill and Overlay. (Not Used) 3.4 Pavement Placement.

A. Unless otherwise permitted by the Engineer for particular conditions, only machine methods of placing the pavement shall be used. The equipment for spreading and finishing shall be mechanical, self-powered pavers, capable of spreading and finishing the mixture true to line, grade, width and crown. The mixtures shall be placed and

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 5

compacted only at such times as to permit proper inspection and checking by the Engineer.

B. After the paving mixtures have been properly spread, initial and intermediate compaction shall be obtained by the use of steel wheel rollers having a weight of not less than 240 pounds per inch width of tread.

C. Final rolling of the top course or surface treatment pavement shall be performed by a steel wheel roller weighing not less than 285 pounds per inch width of tread at a mix temperature and time sufficient to allow for final smoothing of the surface and thorough compaction.

D. Immediately after placement of top course or surface treatment pavement, all joints between the existing and new top course or surface treatment pavements shall be sealed with hot poured rubberized asphalt sealant meeting the requirements of Federal Specification SS-S-1401 or SS-S-164.

E. Where there is no backing for the edges of the curb-to-turning lane pavement, the Contractor shall provide a gravel transition. The gravel transition shall be installed immediately after the pavement is placed, shall be feathered and extend a minimum of 18 inches, and shall be compacted using the same equipment as for pavement compaction. The gravel shall be uniformly graded material with a maximum size of 3/8 to 1/2-inch.

F. When directed by the Engineer, the Contractor shall furnish and install additional paving to provide satisfactory transition for driveways and walkways impacted by new pavement installation. The transition installation will be considered incidental to the final pavement installation.

3.5 Additional Paving.

A. If the Engineer determines that the existing bituminous concrete pavement on local streets is thicker than the permanent pavement specified herein, the Contractor may be required to install additional Type I-1 bituminous concrete to obtain the depth of the existing pavement.

B. If for the installation of full width paving, the Engineer determines that the existing road surface requires additional leveling pavement, then the Contractor shall install additional Type I-1 bituminous concrete to bring the section to proper line and cross section. Additional paving required to restore the proper line and cross section of binder course installed by the Contractor which has become rough and uneven shall be furnished and installed at the expense of the Contractor.

3.6 Parking Lots and Driveways.

A. Pavement shall consist of a 1.5-inch binder course and a 1.5-inch top course on a 12-inch gravel subbase. All thicknesses are compacted thicknesses.

B. Adjacent concrete work, slate work, sidewalks, structures, etc., shall be protected from stain and damage during the entire operation. Damaged or stained areas shall be replaced or repaired to equal their original condition.

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 6

C. All joints between binder and top course shall be staggered a minimum of 6 inches.

D. After final rolling, no vehicular traffic of any kind shall be permitted on the pavement until it has cooled and hardened sufficiently to prevent distortion and loss of fines, and in no case in less than 6 hours.

E. Smoothness of all areas of the finished surface shall not vary more than ¼-inch when tested with a 16 foot straight edge, applied both parallel to and at right angles to the centerline of the paved area. At building entrances, curbs, and other locations where an essentially flush transition is required, pavement elevation tolerance shall not exceed plus or minus 1/8-inch. Irregularities exceeding these amounts, or which retain water on the surface, shall be corrected by removing the defective work and replacing or repairing it to the satisfaction of the Engineer.

F. The surface area to be seal coated, as shown on the drawings, shall be swept and air cleaned. The first coat shall be applied with eight (8) pounds of #30 silica sand blended with each gallon of emulsion applied at a rate of 0.15 gallons per square yard. The second coat shall be a straight sealer applied at the rate of 0.1 gallons per square yard.

G. Parking lot line painting shall be in accordance with Section T.09 of the RI-DOT Standards.

3.7 Raising and Adjusting Castings.

A. In areas of permanent top course paving, existing catch basin and manhole castings and valve boxes shall be raised to the proper grade where directed by the Engineer.

B. Castings owned by private utilities shall be raised by their own forces. The Contractor shall be responsible for coordinating this work.

C. The method of adjusting these castings shall be as follows: Cut around catch basin or manhole castings a minimum of 8 inches from casting. Excavate and if required rebuild up to 12 inches of masonry below the bottom of the casting. Backfill with suitable material and compact to bottom of casting. Place high, early strength concrete collar, as directed, to approximately 1-½ inches below the raised casting grade. Masonry work shall conform to Section 02601, PRECAST MANHOLES AND CATCH BASINS.

D. In some areas, raising of castings may not be required. Where directed by the Engineer, castings not to be raised shall have at least 12 inches of bituminous concrete pavement chipped and removed around the casting. New high early strength concrete shall be placed and compacted around such castings to approximately 1-½ inches below the top of the casting. The overlay course shall then be sloped down to the level of the casting.

E. The method of raising valve boxes shall be as follows: Cut around valve box a minimum of 8 inches from valve box. Excavate as required and raise the valve box. Pour high early strength cement or bituminous concrete collar, as directed, to approximately 1-½ inches below the top of the valve box.

F. Castings which need to be raised or adjusted to complete permanent curb to curb paving shall be done immediately prior to paving.

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 7

3.8 Pavement Markings.

A. The Contractor shall replace all pavement markings removed or covered-over in carrying out the work, and as directed by the Engineer, no sooner than 48 hours after completion of permanent pavement. The markings shall be 4 inches wide, white or yellow, single or double lines as required.

B. When directed by the Engineer, the Contractor shall provide temporary markings at no additional cost to the Owner.

3.9 Pavement Repair.

A. If required in the contract or if permanent pavement becomes rough or uneven, permanent pavement patches and trenches shall be repaired and brought to grade utilizing "infrared" paving methods following completion of the construction at no extra cost to the owner.

B. The Contractor performing the work shall use care to avoid overheating the pavement being repaired.

C. Pavement repair shall extend a minimum of 6 inches beyond all edges of the pavement patch to assure adequate bonding at the pavement joints.

PART 4 - MEASUREMENT AND PAYMENT 4.0 Full Depth Pavement (Item 8)

A. Full Depth (Type 2) Pavement shall be measured and paid at the contract unit price per

square yard complete in-place and accepted including all pavement, base and subbase (bituminous, concrete or otherwise), and sawcutting and sealing new pavement to existing pavement. This work shall be limited to the areas specified as shown on the Drawings or as approved by the Engineer.

B. The unit price bid shall include all labor, equipment, materials, and incidental costs

including trucking to complete the work including all sawcutting, labor, equipment, materials, quality control and testing to complete the work including pavement, preparation and compaction of subgrade, installation of base and subbase (including gravel base), installation of cape cod berm, joint sealant, raising/adjusting all structures within the work zone, installation of full depth pavement per specification, and sawcutting and sealing new pavement to existing pavement.

C. The Contractor shall supply all required supervision, materials, equipment, and labor. D. The Work of this section shall be paid for as the Unit Price per Square Yard.

Triturator Upgrade Paving T.F. Green Airport Section 02575 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02575 - 8

END OF SECTION

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 1

SECTION 02630 - SANITARY SEWER PUMPING STATION

PART 1 - GENERAL 1.1 Section Includes

A. Work under this section includes, but is not limited to, furnishing and installing a factory built quadriplex pump station and associated components as indicated on the project drawings, herein specified, as necessary for proper and complete performance. The specified pump station shall be installed in an existing concrete wetwell.

1.2 References

A. Publications listed below form part of this specification to extent referenced in the text by basic designation only. Consult latest edition of publication unless otherwise noted.

1. American National Std. Institute (ANSI) / American Water Works Assoc. (AWWA)

a. ANSI B16.1 Cast iron pipe flanges and flanged fittings. b. ANSI/AWWA C115/A21.51 Cast/ductile iron pipe with threaded flanges. c. ANSI 253.1 Safety Color Code for Marking Physical Hazards. d. ANSI B40.1 Gages, Pressure and Vacuum. e. AWWA C508 Single Swing Check Valves.

2. American Society for Testing and Materials (ASTM)

a. ASTM A48 Gray Iron Castings. b. ASTM A126 Valves, Flanges, and Pipe Fittings. c. ASTM A307 Carbon Steel Bolts and Studs. d. ASTM A36 Structural Steel.

3. Institute of Electrical and Electronics Engineers (IEEE)

a. ANSI/IEEE Std 100 Standard Dictionary of Electrical Terms. b. ANSI/IEEE Std 112 Test Procedure for Polyphase Induction Motors. c. IEEE Std 242 Protection of Industrial and Control Power Systems.

4. National Electric Code (NEC) / National Electrical Manufacturers Assoc. (NEMA)

a. NEC National Electric Code. b. NEC 701 National Electric Code article 701. c. NEMA Std MG1 Motors and Generators.

5. Miscellaneous References

a. Ten-State Standards Recommended Standards for Sewage Works. b. Hydraulic Institute Std. for Centrifugal, Rotary and Reciprocating Pumps. c. NMTBA and JIC Std. National Machine Tool Builders Association and Joint

Industrial Council Standards d. ISO 9001International Organization for Standardization.

1.3 System Description

A. Contractor shall furnish and install one factory built, quadriplex pump station. The station shall be complete with all equipment specified herein, factory assembled. The pumps shall be

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 2

custom designed, integral, vertical rotor, motor driven, solids handling pumps of the progressing cavity type with a single mechanical seal. All pump motor/grinder units shall be of like type and horsepower.

B. The principal items of equipment shall include four submersible sewage grinder pumps,

valves, slide face connections, discharge hoses and tree, piping, disconnect junction box, floats, level sensor, and multi-pump control panel.

C. Factory built pump station design, including materials of construction, pump features, valves

and piping, and motor controls shall be in accordance with requirements listed under PART 2 - PRODUCTS of this section.

D. Factory built pump station shall be Environment One Quadriplex Grinder Pump Station or

approved equal. 1.4 Performance Criteria

A. The grinder pumps shall be capable of reducing components in normal domestic sewage, including a reasonable amount of foreign objects. Pumps shall have a 4" inlet and a 1 ¼" discharge connection. The quadriplex pumping system shall be selected to perform under following operating conditions:

1. Capacity (GPM) 50 2. Total Dynamic Head (FT) 83 3. Maximum Pump Speed (RPM) 1725 4. 1.0 Hp, maximum, 240 volts single-phase 60 Hertz.

The pump(s) must also be capable of operating at negative total dynamic head without overloading

the motor(s). The pump(s) shall be capable of intermittent (3 minute minimum) at any head. Under no conditions shall in-line piping or other restrictions be allowed to create a false apparent head.

B. Station Power Requirements

1. Site power furnished to pump station shall be 1 phase, 60 hertz, 240 volts,

maintained within industry standards. The available fault current provided at the pump station control panel is 10,000 kA rms symmetrical. Voltage tolerance shall be plus or minus 10 percent. Phase-to-phase unbalance shall not exceed 1% average voltage as set forth in NEMA Standard MG-1. Control voltage shall not exceed 132 volts.

1.5 Submittals

A. Product Data

1. Prior to fabrication, pump station manufacturer shall submit 3 copies of submittal data for review and approval.

2. Submittal shall include shop drawings, electrical ladder logic drawings, and support

data as follows: Catalog cuts sheets reflecting characteristics for major items of

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 3

equipment, materials of construction, major dimensions, motor data, pump characteristic curves showing the design duty point capacity (GPM), head (FT), net positive suction head required (NPSHr), and hydraulic brake horsepower (BHP). Electrical components used in the motor branch and liquid level control shall be fully described.

B. Shop drawings shall provide layout of mechanical equipment and anchor locations for

equipment within the existing wetwell. The electrical ladder logic drawings shall illustrate motor branch and liquid level control circuits to extent necessary to validate function and integration of circuits to form a complete working system.

C. Operation and Maintenance Manuals

1. Installation shall be in accordance with written instructions provided by the pump

station manufacturer. Comprehensive instructions supplied at time of shipment shall enable personnel to properly operate and maintain all equipment supplied. Content and instructions shall assume operating personnel are familiar with pumps, motors, piping and valves, but lack experience on exact equipment supplied.

2. Documentation shall be specific to the pump station supplied and collated in

functional sections. Each section shall combine to form a complete system manual covering all aspects of equipment supplied by the station manufacturer. Support data for any equipment supplied by others, even if mounted or included in overall station design, shall be provided by those supplying the equipment. Instructions shall include the following as a minimum:

a. Functional description of each major component, complete with operating

instructions. b. Instructions for operating pumps, engine and pump controls in all modes of

operation. c. Calibration and adjustment of equipment for initial start-up, replacement of

level control components, or as required for routine maintenance. d. Support data for commercially available components not produced by the

station manufacturer, but supplied in accordance with the specifications, shall be supported by literature from the prime manufacturer and incorporated as appendices.

e. Electrical schematic diagram of the pump station circuits shall be in

accordance with NFPA70. Schematics shall illustrate, to the extent of authorized repair, pump motor branch, control and alarm system circuits including interconnections. Wire numbers and legend symbols shall be shown. Schematic diagrams for individual components, not normally repairable by the station operator, need not be included. Details for such parts shall not be substituted for an overall system schematic. Partial schematics, block diagrams, and simplified schematics shall not be provided in lieu of an overall system diagram.

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 4

f. Mechanical layout drawing of the pump station and components, prepared in accordance with good commercial practice, shall provide installation dimensions and location of all pumps, valves and piping.

3. Operation and maintenance instructions which rely on vendor cut-sheets and

literature which include general configurations, or require operating personnel to selectively read portions of the manual shall not be acceptable. Operation and maintenance instructions must be specific to equipment supplied in accordance with these specifications.

1.6 Quality Assurance

A. The pumps and pump station manufacturer must be ISO 9001:2000 revision certified, with scope of registration including design control and service after sales activities. The pumps and pump station manufacturer must be registered to the ISO 14001 Environmental Management System standard and as such is committed to minimizing the impact of its activities on the environment and promoting environmental sustainability by the use of best management practices, technological advances, promoting environmental awareness and continual improvement.

B. Upon request from the engineer, the pump station manufacturer shall prove financial stability

and ability to produce the station within the specified delivery schedules. Evidence of facilities, equipment and expertise shall demonstrate the manufacturer's commitment to long term customer service and product support.

C. Manufacturer must show proof of original product design and testing. Products violating

intellectual property regulations shall not be allowed, as they may violate international law and expose the user or engineer to unintended liabilities. “Reverse-engineered” products fabricated to substantially duplicate the design of original product shall not be allowed, as they may contain substantial differences in tolerances and material applications addressed in the original design, which may contribute to product failure.

D. The term “pump manufacturer” or “pump station manufacturer” shall be defined as the entity

which designs, machines, assembles, hydraulically tests and warranties the final product. Any entity that does not meet this definition will not be considered a “pump manufacturer” or “pump station manufacturer” and is not an acceptable supplier. For quality control reasons and future pump and parts availability, all major castings of the pump shall be sourced and machined in North America.

E. Pump Performance Certifications

1. All internal passages, impeller vanes, and recirculation ports shall pass normal

domestic sewage solids. Smaller internal passages that create a maintenance nuisance or interfere with pump performance shall not be permitted. Upon request from the engineer, manufacturer’s certified drawings showing size and location of the recirculation port(s) shall be submitted for approval.

F. Factory System Test

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 5

1. All components including the pumps, motors, engine, valves, piping and controls will be tested as a complete working system at the manufacturer's facility. Tests shall be conducted in accordance with Hydraulic Institute Standards at the specified head, capacity, rated speed and horsepower. Factory operational test shall duplicate actual performance anticipated for the complete station.

G. The manufacturer’s technical representative shall inspect the completed installation, correct

or supervise the correction of any defect or malfunction, and instruct operating personnel in the proper operation and maintenance of the equipment as described in Part 3 of this section.

1.7 Manufacturer’s Warranty

A. The pump station manufacturer shall warrant all equipment to be of quality construction, free of defects in material and workmanship. A written warranty shall include specific details described below.

1. Controls: Twelve (12) months parts and labor warranty against manufacturing

defects from date of installation but no greater than thirteen (13) months after receipt of shipment. Repair will be made free of charge and be made on-site by an authorized service center within 24 hours of notice given to the manufacturer by the Owner.

2. Pumps: Twenty four (24) month parts and labor warranty against manufacturing

defects from date of installation but no greater than twenty five (25) months after receipt of shipment. Repair will be made free of charge and be made on-site by an authorized service center within 24 hours of notice given to the manufacturer by the Owner.

B. Components failing to perform as specified by the engineer, or as represented by the

manufacturer, or as proven defective in service during the warranty period, shall be replaced, repaired, or satisfactorily modified by the manufacturer.

C. It is not intended that the station manufacturer assume liability for consequential damages or

contingent liabilities arising from failure of any vendor supplied product or part which fails to properly operate, however caused. Consequential damages resulting from defects in design or delays in delivery are also beyond the manufacturer's scope of liability.

D. Equipment supplied by others and incorporated into a pump station or enclosure is not

covered by this limited warranty. Any warranty applicable to equipment selected or supplied by others will be limited solely to the warranty, if any, provided by the manufacturer of the equipment.

1.8 Manufacturer

A. The pump station shall be manufactured by Environment One Corporation or approved equal. Contact: Ed Quann at F.R. Mahony and Associates, Inc. [email protected].

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 6

PART 2 - PRODUCT 2.1 Pump Design

A. The manufacturer of the pumps must be ISO 9001:2000 revision certified, with scope of

registration including design control and service after sales activities. B. Pumps shall be custom designed, integral, vertical rotor, motor driven, solids handling

pumps of the progressing cavity type with a single mechanical seal capable of handling raw domestic sanitary sewage. Pump solids handling capability and performance criteria shall be in accordance with requirements listed under PART 1 - GENERAL of this section.

C. Materials and Construction Features

1. All pump castings shall be cast iron, fully epoxy coated to 8-10 mil Nominal dry

thickness, wet applied. The rotor shall be through-hardened, highly polished, precipitation hardened stainless steel.

2. The stator shall be of a compounded ethylene propylene synthetic elastomer. This

material shall be suitable for domestic wastewater service. Its physical properties shall include high tear and abrasion resistance, grease resistance, water and detergent resistance, temperature stability, excellent aging properties, and outstanding wear resistance.

3. The grinder shall be immediately below the pumping elements and shall be direct-

driven by a single, one-piece motor shaft. The grinder impeller (cutter wheel) assembly shall be securely fastened to the pump motor shaft by means of a threaded connection attaching the grinder impeller to the motor shaft. The grinder impeller shall be a one-piece, 4140 cutter wheel of the rotating type with inductively hardened cutter teeth. The cutter teeth shall be inductively hardened to Rockwell 50 – 60c for abrasion resistance. The shredder ring shall be of the stationary type and the material shall be white cast iron. The teeth shall be ground into the material to achieve effective grinding. The shredder ring shall have a staggered tooth pattern with only one edge engaged at a time, maximizing the cutting torque.

4. This assembly shall be dynamically balanced and operate without objectionable

noise or vibration over the entire range of recommended operating pressures. The grinder shall be constructed so as to minimize clogging and jamming under all normal operating conditions including starting. Sufficient vortex action shall be created to scour the tank free of deposits or sludge banks which would impair the operation of the pump. These requirements shall be accomplished by the following, in conjunction with the pump

a. The grinder shall be positioned in such a way that solids are fed in an

upward flow direction. b. The maximum flow rate through the cutting mechanism must not exceed 4

feet per second. This is a critical design element to minimize jamming and as such must be adhered to.

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 7

c. The inlet shroud shall have a diameter of no less than 5 inches. Inlet shrouds that are less than 5 inches in diameter will not be accepted due to their inability to maintain the specified 4 feet per second maximum inlet velocity which by design prevents unnecessary jamming of the cutter mechanism and minimizes blinding of the pump by large objects that block the inlet shroud.

d. The impeller mechanism must rotate at a nominal speed of no greater than 1800 rpm.

D. Serviceability

1. The pump manufacturer shall demonstrate to the engineer's satisfaction that

consideration has been given to reducing maintenance costs by incorporating the following features.

2. No special tools shall be required for replacement of any components within the

pump.

E. Spare Parts

1. One full pump spare core shall be provided to match the full specifications including pump core, discharge hose, ball valve and slide face connector, and power supply cord with electrical quick disconnect

2. There shall be furnished with the pump station the following minimum spare parts:

One spare pump mechanical seal (complete), and with it all gaskets, seals, sleeves, O-rings, and packing required to be replaced during replacement of the seal.

2.2 Valves and Piping

A. Check Valve:

1. The discharge of each pump shall be equipped with a factory installed, gravity operated, flapper-type integral check valve built into the discharge piping. The check valve will provide a full-ported passageway when open, and shall introduce a friction loss of less than 6 inches of water at maximum rated flow.

2. Moving parts will be made of a 300 Series stainless steel and fabric reinforced

synthetic elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A nonmetallic hinge shall be an integral part of the flapper assembly providing a maximum degree of freedom to assure seating even at a very low back-pressure. The valve body shall be an injection molded part made of an engineered thermoplastic resin.

3. The working pressure of the valve shall be at least 235 psi. Ball type check valves

are unacceptable due to their limited sealing capacity.

B. Anti-Siphon Valve:

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 8

1. The discharge of each pump shall be equipped with a factory-installed, gravity-operated, flapper-type integral anti-siphon valve built into the discharge piping.

2. Moving parts will be made of 300 Series stainless steel and fabric-reinforced

synthetic elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A nonmetallic hinge shall be an integral part of the flapper assembly, providing a maximum degree of freedom to ensure proper operation even at a very low pressure.

3. The valve body shall be injection-molded from an engineered thermoplastic resin.

Holes or ports in the discharge piping are not acceptable anti-siphon devices due to their tendency to clog from the solids in the slurry being pumped. The anti-siphon port diameter shall be no less than 60% of the inside diameter of the pump discharge piping.

C. Air Release Valve:

1. The Sewage Combination Air Valves shall combine an Air & Vacuum large orifice

and an automatic small orifice in a single body. The valve shall be specially designed to operate with liquids carrying solid particles such as wastewater and effluent. The combination air valve shall discharge air (gases) during the filling or charging of the system, admit air to the system while draining and at water column separation and discharge accumulated air (gases) from the system while operating under pressure. The valve's design shall guarantee separation of the liquid from the sealing mechanism and provides optimum work conditions. The valve shall discharge air at high flow rates, without premature closing.

2. The Sewage Combination Air valve shall be capable of operating at working

pressure range of 3 - 150 psi. The valve shall be certified to a test pressure of 250 psi at a working temperature of 140° F. The valve shall be rated for a maximum working temperature for short time period: 194° F.

3. Valve body shall be either Stainless Steel SAE 316 or Reinforced Nylon and shall

not contain any corrosive materials in the body and mechanism. All internal metal parts shall be of stainless steel. Internal floats shall be made of composite materials. The valve design shall prevent any contact between wastewater and the sealing mechanism by creating an air gap at the top of the valve. This air gap shall be guaranteed even under extreme conditions.

4. The valve body shall be a conical body shape designed to assure a large initial

air/gas pocket, to maintain the maximum distance between the liquid and the Sealing Mechanism; while allowing minimum body height. A spring supported joint between the stem and the upper float shall be provided to assure that vibrations of the lower float will not unseal the air release orifice of the air valve.

5. Release of air will occur only after enough air accumulates. A Rolling Seal

Mechanism in the valve design shall be utilized as it is less sensitive to pressure changes than a direct float seal. The rolling seal mechanism is required as it allows a comparably large orifice for a wide pressure range (up to 150 psi).

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 9

6. The lower body shall be funnel-shaped to ensure that residue wastewater matter will drain to the pipe and be to be carried away by the flow, and will not remain in the valve. The upper body shall have a 1 1/2" threaded discharge outlet which shall enable removal of excess fluids.

7. The valves shall be furnished with flanged ends to meet ASA 150 standard. Smaller

valves of 2”, 3” valves may be supplied with NPT male threads.

D. Piping

1. Each pump shall be furnished with a discharge hose and fittings for easy removal and replacement of each pump core. The piping shall be constructed of polypropylene, EPDM or PVC. The discharge hose assembly shall include a shut-off valve rated for 200 psi WOG and a quick disconnect feature to simplify installation and pump removal. The bulkhead penetration shall be factory installed and warranted by the manufacturer to be watertight. The assembly shall include a redundant full union ball valve to be installed on the pump discharge connection prior to the discharge hose making it capable for the removal of the pump core at the pump connection or at the basin connection. Hose shall be of sufficient length to enable removal of the pump core from the pump connection without being excessively long.

2.3 Drive Unit

A. Electric Motor

1. As a maximum, the motor shall be a 1 HP, 1725 RPM, 240 Volt 60 Hertz, 1 Phase, capacitor start, ball bearing, air-cooled induction type with Class F installation, low starting current not to exceed 30 amperes and high starting torque of 8.4 foot pounds.

2. The motor shall be press-fit into the casting for better heat transfer and longer

winding life. Inherent protection against running overloads or locked rotor conditions for the pump motor shall be provided by the use of an automatic-reset, integral thermal overload protector incorporated into the motor.

3. This motor protector combination shall have been specifically investigated and listed

by Underwriters Laboratories, Inc., for the application. 4. Non-capacitor start motors or permanent split capacitor motors will not be accepted

because of their reduced starting torque and consequent diminished grinding capability.

5. The wet portion of the motor armature must be 300 Series stainless. To reduce the

potential of environmental concerns, the expense of handling and disposing of oil, and the associated maintenance costs, oil-filled motors will not be accepted.

2.4 Electrical Control Components

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 10

A. A multi-pump control panel specifically engineered to maximize the efficiency of four (4) 1 horsepower, 230-volt single phase pumps shall be supplied.

B. Pump station control panel will be tested as an integral unit by the pump station

manufacturer. The control panel shall also be tested with the pump station as a complete working system at the pump station manufacturer's facility.

C. The electrical control components shall be provided by the pump station supplier and shall

be provided with the following features. D. Panel enclosure

1. The panel shall include a NEMA 4X dead front enclosure for wall or pole mounting

by the CONTRACTOR. The NEMA enclosure shall be manufactured of fiberglass to assure corrosion resistance. The enclosure shall include a hinged lockable cover with padlock, preventing access to electrical components, and creating a secured safety front to allow access only to authorized personnel. All HOA switches and indicator lights shall be mounted on inner door.

2. The panel shall contain 15-amp single pole circuit breakers for the alarm circuit and control circuit. The panel shall also contain circuit breakers for each pump motor for the power circuit. The panel shall contain a Hand/Off/Auto (HOA) feature, an internal run indicator for each pump, and a complete alarm circuit.

3. The control/alarm panel(s) shall include the following features: • Corrosion-proof enclosure • NEMA 4X rated enclosure • Lockable latch with padlock • Circuit breakers • Terminal blocks & ground lugs • Alarm Dry Contacts • Lead/Lag indicator lights • Alarm indicator lights • Run indicator lights • Hand/Off / Auto Switch mounted on the inner door for each pump. • IEC Rated Motor starters w/adjustable overloads • Alarm Horn w/ silence circuitry • Aux. dry contacts for (High Level, Backup Active, Low Level • Unitronics V570 Programmable logic controller (PLC) for primary level

controls • Backup float level control circuit • Required analog I/O Modules • Required digital I/O Modules • 24DC power supply to (PLC) • 4-20 Ma Level transducer with built in surge protection. • UL 508A Listing

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 11

D. The audible alarm shall be externally mounted on the enclosure. The audible alarm shall be capable of being deactivated by depressing a push-type switch that is in a weather proof push-to-silence button.

E. The entire alarm panel, as manufactured, shall be listed by Underwriters Laboratories, Inc. F. Each pump shall cycle and alternate sequentially at the end of its cycle to equalize run times. G. Operating levels can be adjusted individually utilizing the Unitronics V570 touch pad.

Example; 1st On/Off, 2nd On/Off, 3rd On/off 4th On/Off, High level alarm and low level alarm settings.

H. The wet well shall be monitored by the 4-20 ma level transducer and displayed in feet on the

color display mounted on the inner door. I. A two float backup circuit shall be provided which will be activated if the preset high level

float is reached. This circuit will require a manual reset to reactivate the Level transducer. 2.5 Wetwell Components:

A. Each pump shall be fitted with a discharge hose with a true union ball valve connection at the pump and a quick disconnect pump connection rated at 200 psi WOG at the manifold.

1. Pump component supplier shall provide a stainless steel discharge manifold capable of accepting up to four (4) pump quick discharge connections. The manifold shall terminate outside the tank wall with a 1-1/2” female NPT pipe thread.

2. The power and control cable shall connect to the pump by means of the provided

NEMA 6P Electrical Quick Disconnect (EQD) and shall enter the tank through a field installed watertight strain relief connector supplied by the manufacturer. An electrical junction box shall not be permitted in the tank. Installation of the inlet grommet and cable strain relief shall require field penetration of the tank wall by the installing party.

B. Electrical Quick Disconnect (EQD)

1. Each grinder pump core shall include a factory-installed NEMA 6P electrical quick disconnect (EQD) for all power and control functions. The EQD will be supplied with 32’, 25’ of useable, electrical supply cable (ESC) to connect to the alarm panel. The EQD shall require no tools for assembly, seal against water before the electrical connection is made, and include radial seals to assure a watertight seal regardless of tightening torque.

2. Plug-type connections of the power cable onto the pump housing will not be

acceptable due to the potential for leaks and electrical shorts. Junction boxes are not acceptable due to the large number of potential leak points. The EQD shall be so designed to be conducive to field wiring as required.

C. Wiring

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 12

1. The pump station components, as furnished by the manufacturer, shall be

completely pre-wired. (Note: If control panel is opted to be shipped loose, the pump station as furnished by the manufacturer shall be completely pre-wired except for the power feeder lines and final connections to pump motors and level sensing devices. The interconnecting wire, conduit, and other materials required shall be furnished and installed by the electrical contractor.)

2. All wiring, workmanship, and schematic wiring diagrams shall be in compliance

with applicable standards and specifications for industrial controls set forth by the Joint Industrial Council (JIC), National Machine Tool Builders Association (NMTBA), and the National Electric Code (NEC).

3. All user serviceable wiring shall be type MTW or THW, 600 volts.

D. Wire Identification and Sizing

1. Control circuit wiring inside the panel, with the exception of internal wiring of individual components, shall be 16 gauge minimum, type MTW or THW, 600 volts. Wiring in conduit shall be 14 gauge minimum. Motor branch wiring shall be 10 gauge minimum.

2. Motor branch conductors and other power conductors shall not be loaded above the

temperature rating of the connected termination. Wires shall be clearly numbered at each end in conformance with applicable standards. All wire connectors in the control panel shall be of the ring tongue type with nylon insulated shanks. All wires on the sub-plate shall be bundled and tied. All wires extending from components mounted on door shall be terminated on a terminal block mounted on the back panel. All wiring outside the panel shall be installed in conduit.

3. Control conductors connecting components mounted on the enclosure door shall be

bundled and tied in accordance with good commercial practice. Bundles shall be made flexible at the hinged side of the enclosure. Adequate length and flex shall be allowed so that the door can swing to its full open position without undue mechanical stress or abrasion on the conductors or insulation. Bundles shall be clamped and held in place with mechanical fastening devices on each side of the hinge.

E. Conduit requirements are as follows:

1. All conduit and fittings shall be UL listed. 2. Liquid tight flexible metal conduit shall be constructed of a smooth, flexible

galvanized steel core with smooth abrasion resistant, liquid tight, polyvinyl chloride cover.

3. Conduit shall be supported in accordance with articles 346, 347, and 350 of the

National Electric Code. 4. Conduit shall be sized according to the National Electric Code.

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 13

F. Grounding

1. The pump station manufacturer shall ground all electrical equipment to the enclosure

back panel. The mounting surface of all ground connections shall have any paint removed before making final connections.

2. The contractor shall provide an earth driven ground connection to the control panel

at the main ground lug in accordance with the National Electric Code (NEC).

G. Equipment Marking

1. Permanent corrosion resistant name plate(s) shall be attached to the control and include following information:

1) Equipment serial number 2) Control panel short circuit rating 3) Supply voltage, phase and frequency 4) Current rating of the minimum main conductor 5) Electrical wiring diagram number 6) Motor horsepower and full load current 7) Motor overload heater element 8) Motor circuit breaker trip current rating 9) Name and location of equipment manufacturer

2. Control components shall be permanently marked using the same identification keys

shown on the electrical diagram. Labels shall be mounted adjacent to device being identified.

3. Switches, indicators, and instruments mounted through the control panel door shall

be labeled to indicate function, position, etc. Labels shall be mounted adjacent to, or above the device.

H. Alarm Light (External):

1. Station manufacturer will supply one 12 VDC alarm light fixture with vapor-tight

shatter resistant red globe, conduit box, and mounting base. The design must prevent rain water from collecting in the gasketed area of the fixture, between the base and globe. The alarm light will be shipped loose for installation by the contractor.

I. Alarm Flasher

1. The alarm light circuit shall be equipped with a repeat cycle timer causing the alarm light to flash. Flash rate shall be approximately 1 second. (1/2 second on and off).

2.6 Flow Meter:

A. The flow meter shall be a Siemens Mag 5100W Magnetic Flow Meter (1 ½”) or approved equal.

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 14

B. The flow meter shall be include a Mag 6000 (or approved equal) remote wall mounted converter, 110 VAC and LCD display.

C. Flow meter shall be equipped with Telog ILR-31 single channel data logger and Telog

Windows Lite software, or approved equal.

D. The flow meter shall include a submergence kit, 250 feet of electrode signal cable, stainless steel grounding rings, and all other ancillary components required for proper installation.

E. Equipment manufacturer shall provide up to 8 hours of time onsite for training and startup. F. Equipment shall be installed and calibrated per manufacturer’s instructions and guidelines. G. Spare parts shall include one set of manufacturer’s recommended spare parts and one

additional operation manual. PART 3 - EXECUTION 3.1 Examination

A. Contractor shall off-load equipment at installation site using equipment of sufficient size and design to prevent injury or damage. Station manufacturer shall provide written instruction for proper handling. Immediately after off-loading, contractor shall inspect complete pump station and appurtenances for shipping damage or missing parts. Any damage or discrepancy shall be noted in written claim with shipper prior to accepting delivery. Validate all station serial numbers and parts lists with shipping documentation. Notify the manufacturer’s representative of any unacceptable conditions noted with shipper.

3.2 Installation

A. Install, level, and align pump station as indicated on project drawings. Installation must be in accordance with written instructions supplied by the manufacturer at time of delivery.

B. Suction pipe connections are vacuum tight. Fasteners at all pipe connections must be tight.

Install pipe with supports and thrust blocks to prevent strain and vibration on pump station piping. Install and secure all service lines (level control, air release valve or pump drain lines) as required in wet well.

C. Check motor and control data plates for compatibility to site voltage. Install and test the

station ground prior to connecting line voltage to station control panel. D. Prior to applying electrical power to any motors or control equipment, check all wiring for

tight connection. Verify that protective devices (fuses and circuit breakers) conform to project design documents. Manually operate circuit breakers and switches to ensure operation without binding. Open all circuit breakers and disconnects before connecting utility power. Verify line voltage, phase sequence and ground before actual start-up.

3.3 Field Quality Control

A. Operational Test

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 15

1. Prior to acceptance by owner, an operational test of all pumps, drives, and control

systems shall be conducted to determine if the installed equipment meets the purpose and intent of the specifications. Tests shall demonstrate that all equipment is electrically, mechanically, structurally, and otherwise acceptable; it is safe and in optimum working condition; and conforms to the specified operating characteristics.

2. After construction debris and foreign material has been removed form the wet well,

contractor shall supply clear water volume adequate to operate station through several pumping cycles. Observe and record operation of pumps, suction and discharge gage readings, ampere draw, pump controls, and liquid level controls. Check calibration of all instrumentation equipment, test manual control devices, and automatic control systems. Be alert to any undue noise, vibration or other operational problems.

B. Manufacturer’s Start-up Services

1. Co-ordinate station start-up with manufacturer’s technical representative. The

representative or factory service technician will inspect the completed installation. He will calibrate and adjust instrumentation, correct or supervise correction of defects or malfunctions, and instruct operating personnel in proper operation and maintenance procedures.

3.4 Cleaning

A. Prior to acceptance, inspect interior and exterior of pump station for dirt, splashed material or damaged paint. Clean or repair accordingly. Remove from the job site all tools, surplus materials, scrap and debris.

3.5 Protection

A. The pump station should be placed into service immediately. If operation is delayed. Station is to be stored and maintained per manufacturer’s written instructions.

PART 4 - MEASUREMENT AND PAYMENT 4.0 Sanitary Sewer Pump Station (Item 17)

A. The Sanitary Sewer Pump Station quantity to be paid will be measured as Lump Sum installed in-place. Transportation, delivery and installation of all necessary equipment, and all required fittings and castings will be included in the contract unit price.

B. The Sanitary Sewer Pump Station will be paid for at the contract unit price per lump sum.

The unit price per lump sum shall include all labor, equipment, materials, testing, training, quality control and incidental costs to complete the work including furnishing pipe and all appurtenances, installation of pipe, pumps, control panel, fittings, pipe sleeve, valves, meters, ground rods and wiring, sensors, pipe support, electrical and signal wiring, conduits (including concrete encasement), alarms, lights, connection to existing power source, bollards, bollard covers, testing, record drawings, excavation, backfill, compaction, and all work incidental thereto and not specifically included for payment under other items. The

Triturator Upgrade Sanitary Sewer Pumping Station T. F. Green State Airport Section 02630 Warwick, Rhode Island

RIAC Construction Contract No. 26711 02630 - 16

work shall also include all flow metering (metering, display, and data logging) equipment and components as well as the replacement of up to four (4) existing exterior lights at the receiving station with motion activated LED equivalents.

C. The Contractor shall supply all required supervision, materials, equipment, and labor. D. The Work of this section shall be paid for as the Unit Price per Lump Sum.

END OF SECTION

TRITURATOR UPGRADE

2001771

OF 14

SHEET TITLE

DESIGNED

PROJECT

CHECKED

DATE:

DRAWN APPROVED

SHEET

166 Valley Street, Building 5

Providence, RI 02909

C-2 PROPOSED WORK PLAN 1 OF 2

5

C-3 PROPOSED WORK PLAN 2 OF 2

TRITURATOR UPGRADE

2001771

OF 14

SHEET TITLE

DESIGNED

PROJECT

CHECKED

DATE:

DRAWN APPROVED

SHEET

166 Valley Street, Building 5

Providence, RI 02909

6

C-6 SANITARY SEWER PLAN

AND PROFILE 3 OF 3

TRITURATOR UPGRADE

2001771

OF 14

SHEET TITLE

DESIGNED

PROJECT

CHECKED

DATE:

DRAWN APPROVED

SHEET

166 Valley Street, Building 5

Providence, RI 02909

9

TRITURATOR UPGRADE

2001771

OF 14

SHEET TITLE

DESIGNED

PROJECT

CHECKED

DATE:

DRAWN APPROVED

SHEET

166 Valley Street, Building 5

Providence, RI 02909

C-8 CIVIL DETAILS 1

11

C-9 CIVIL DETAILS 2

5

TRITURATOR UPGRADE

2001771

OF 14

SHEET TITLE

DESIGNED

PROJECT

CHECKED

DATE:

DRAWN APPROVED

SHEET

166 Valley Street, Building 5

Providence, RI 02909

12