table of contents of special provisions...table of contents table of contents of special provisions...

823
TABLE OF CONTENTS TABLE OF CONTENTS OF SPECIAL PROVISIONS Note: This Table of Contents has been prepared for the convenience of those using this contract with the sole express purpose of locating quickly the information contained herein; and no claims shall arise due to omissions, additions, deletions, etc., as this Table of Contents shall not be considered part of the contract. 310-059 1

Upload: others

Post on 26-Apr-2020

32 views

Category:

Documents


0 download

TRANSCRIPT

  • TABLE OF CONTENTS

    TABLE OF CONTENTS OF SPECIAL PROVISIONS Note: This Table of Contents has been prepared for the convenience of those using this contract with the sole express purpose of locating quickly the information contained herein; and no claims shall arise due to omissions, additions, deletions, etc., as this Table of Contents shall not be considered part of the contract.

    310-059 1

  • Table of ContentsTABLE OF CONTENTS OF SPECIAL PROVISIONS 1................................................................................CONTRACT TIME AND LIQUIDATED DAMAGES....................................................................................NOTICE TO CONTRACTOR - MEASUREMENT AND PAYMENT ...........................................................NOTICE TO CONTRACTOR - PROJECT DESCRIPTION........................................................................NOTICE TO CONTRACTOR - STATION OPERATION ............................................................................NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS..................................................NOTICE TO CONTRACTOR - CONSTRUCTION CONTRACTOR...........................................................DIGITAL SUBMISSIONS ...........................................................................................................................NOTICE TO CONTRACTOR - MONITORING RAILROAD STRUCTURES..............................................NOTICE TO CONTRACTOR - EARLY SUBMITTALS...............................................................................NOTICE TO CONTRACTOR - SOLE SOURCE PRODUCTS...................................................................NOTICE TO CONTRACTOR - POTENTIAL FOR ASBESTOS .................................................................CONTAINING MATERIALS .......................................................................................................................NOTICE TO CONTRACTOR - PRE-INSTALLATION MEETINGS ............................................................NOTICE TO CONTRACTOR - UTILITY SERVICE CONNECTIONS AND................................................RELOCATIONS..........................................................................................................................................NOTICE TO CONTRACTOR - CAD FILES................................................................................................NOTICE TO CONTRACTOR - NOTICE OF INTENT TO CONSTRUCT...................................................NOTICE TO CONTRACTOR - WORK ON RAILROAD PROPERTY ........................................................NOTICE TO CONTRACTOR - PLATFORM CONSTRUCTION.................................................................NOTICE TO CONTRACTOR - PHOTO IDENTIFICATION........................................................................NOTICE TO CONTRACTOR - LIMITED SPACE AND AVAILABILITY......................................................OF PARKING .............................................................................................................................................NOTICE TO CONTRACTOR - RAILROAD SAFETY TRAINING...............................................................NOTICE TO CONTRACTOR - PEDESTRIAN BRIDGE STRUCTURE .....................................................NOTICE TO CONTRACTOR - SPECIAL ELECTRICAL CATENARY .......................................................WORK ........................................................................................................................................................NOTICE TO CONTRACTOR - UNDERGROUND UTILITIES....................................................................NOTICE TO CONTRACTOR - LIGHT POLUTION CONTROL..................................................................NOTICE TO CONTRACTOR - NOISE POLUTION CONTROL.................................................................NOTICE TO CONTRACTOR - FM GLOBAL SUBMITTALS......................................................................NOTICE TO CONTRACTOR - CLOSEOUT DOCUMENTS ......................................................................NOTICE TO CONTRACTOR - Federal Rail Safety Regulations (49 C.F.R. Part 219) ............................Concerning Alcohol and Drug Testing........................................................................................................NOTICE TO CONTRACTOR - ENVIRONMENTAL INVESTIGATIONS....................................................SECTION 1.02 - PROPOSAL REQUIREMENTS AND CONDITIONS ......................................................SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES.............................................................SECTION 1.20 - GENERAL CLAUSES FOR FACILITIES ........................................................................CONSTRUCTION ......................................................................................................................................SECTION 4.06 - BITUMINOUS CONCRETE ............................................................................................SECTION M.04 - BITUMINOUS CONCRETE MATERIALS......................................................................ON-THE-JOB TRAINING (OJT) WORKFORCE DEVELOPMENT PILOT ...............................................SMALL CONTRACTOR AND SMALL CONTRACTOR MINORITY...........................................................BUSINESS ENTERPRISES (SET-ASIDE) ..............................................................................................ITEM #0063510A - RAIL FACILITY UPGRADE.........................................................................................ITEM #0100500A - CONSTRUCTION COMMUNICATION EQUIPMENT.................................................ITEM #0101000A - ENVIRONMENTAL HEALTH AND SAFETY ..............................................................ITEM #0101117A - CONTROLLED MATERIALS HANDLING...................................................................ITEM #0101128A - SECURING, CONSTRUCTION AND DISMANTLING................................................OF A WASTE STOCKPILE AND TREATMENT AREA..............................................................................ITEM #0202315A - DISPOSAL OF CONTROLLED MATERIALS .............................................................ITEM #0219011A - SEDIMENT CONTROL SYSTEM AT CATCH BASIN ................................................

    459

    10111212131415161617181820212225262727282930303132333839414142454647475579

    102106106117118122131138138141146

    310-059 2

  • ITEM #0406177A - POROUS PAVEMENT - HMA.....................................................................................ITEM #0601651A - RETAINING WALL (SITE NO. 1) ..............................................................................ITEM #0714026A - TEMPORARY SHEET PILING (RAILROAD) ............................................................ITEM #0715021A - SHEET PILING MATERIAL LEFT IN PLACE .............................................................(RAILROAD) .............................................................................................................................................ITEM #0714999A - MONITORING STRUCTURES ...................................................................................ITEM #0728020A - STONE BALLAST.......................................................................................................ITEM #0728032A - NO. 6 CRUSHED STONE...........................................................................................ITEM #0901003A - STEEL BOLLARD.......................................................................................................ITEM #0905106A - 6’ STOCKADE FENCE ...............................................................................................ITEM #0913984A - TEMPORARY PROTECTIVE FENCE ........................................................................ITEM #0921001A - CONCRETE SIDEWALK ............................................................................................ITEM #0949003A - FURNISHING, PLANTING AND MULCHING TREES, ...............................................SHRUBS, VINES AND GROUND COVER PLANTS .................................................................................ITEM #0969000A - PROJECT COORDINATOR .......................................................................................ITEM #0969050A - DOCUMENT CONTROL SPECIALIST.......................................................................ITEM #0969064A - CONSTRUCTION FIELD OFFICE, LARGE................................................................ITEM #0971001A - MAINTENANCE AND PROTECTION OF TRAFFIC...................................................ITEM #1206036A - REMOVE AND RELOCATE SIGN..............................................................................ITEM #1220013A - CONSTRUCTION SIGNS - BRIGHT FLUORESCENT ..............................................SHEETING.................................................................................................................................................ITEM #1302062A - ADJUST GATE BOX (GAS) ......................................................................................ITEM #1700001A - SERVICE CONNECTIONS (ESTIMATED COST) ....................................................ITEM #1700003A - CONTRACTOR SUPPLIED MATERIALS TO OTHERS.............................................(ESTIMATED COST) ...............................................................................................................................INDEX OF CSI FORMATTED SPECIFICATIONS.....................................................................................PERMITS AND/OR PERMIT APPLICATIONS...........................................................................................PERMITS AND/OR REQUIRED PROVISIONS.........................................................................................

    147170187187187188191198199201203205206206208217225233246247247251252253253254748766

    310-059 3

  • Rev. Date 06-09-17

    GENERAL

    JUNE 20, 2018 STATE PROJECT NO. 310-059

    CLINTON RAILROAD STATION – NORTH PLATFORM IMPROVEMENTS

    AND PEDESTRIAN BRIDGE

    Town of Clinton The State of Connecticut, Department of Transportation, Standard Specifications for Roads, Bridges, Facilities and Incidental Construction, Form 817, 2016, as revised by the Supplemental Specifications dated July 2017 (otherwise referred to collectively as "ConnDOT Form 817") is hereby made part of this contract, as modified by the Special Provisions contained herein. Form 817 is available at the following DOT website link http://www.ct.gov/dot/cwp/view.asp?a=3609&q=430362. The current edition of the State of Connecticut Department of Transportation's "Construction Contract Bidding and Award Manual" ("Manual"), is hereby made part of this contract. If the provisions of this Manual conflict with provisions of other Department documents (not including statutes or regulations), the provisions of the Manual will govern. The Manual is available at the following DOT website link http://www.ct.gov/dot/cwp/view.asp?a=2288&q=259258. The Special Provisions relate in particular to the CLINTON RAILROAD STATION – NORTH PLATFORM IMPROVEMENTS AND PEDESTRIAN BRIDGE in the Town of Clinton.

    CONTRACT TIME AND LIQUIDATED DAMAGES Six Hundred eleven (611) calendar days will be allowed for completion of the work on this project and the liquidated damages charge to apply will be Four Thousand One Hundred Dollars ($4,100.00) per calendar day.

    310-059 4

  • Rev. Date 10/7/14

    GENERAL

    NOTICE TO CONTRACTOR - MEASUREMENT AND PAYMENT This Project is being bid with both lump sum and unit price items. The bid items include unit price and lump sum items which are IN ADDITION TO the Major Lump Sum Items, hereby referred to as “MLSI”. The MLSI of the Project is Item No. 0063510A, titled "Rail Facility Upgrade" The unit price and lump sum bid items will be measured for payment on a unit price or lump sum basis (whichever is applicable) for which a separate bid price is required, at the quantities as indicated in the Bid Proposal Form. Standard Form 817 Items are referenced by their standard item numbers. Refer to the applicable article of Form 817 for the requirements for these items. Special Provisions included in this Contract are referenced by their item number followed by an "A" suffix. Refer to the Special Provisions contained within this Contract for requirements for these items. All work depicted on the Contract Plans and described in the Contract Specifications, including mobilization, is included in the MLSI of the Project, with the exception of the unit price or other lump sum items listed on the Bid Proposal Form. Any work that is outside the limits stated under “Method of Measurement” and “Basis of Payment” for a specific item, other than the MLSI, but is shown on the Contract Plans or described in the Contract Specifications, is included in the MLSI. Any work that is incidental to an item which is not specifically described or included in the item, but which is required for performance and completion of the work required under the Contract, is included in the MLSI.

    The following unit price items will only be measured for payment up to the perimeter located 5 feet outside of the foundation wall for the platforms, stair assemblies and stair tower building walls: Item No. 0202000 – Earth Excavation Item No. 0205003 – Trench Excavation 0’-10’ Deep Item No. 0651001 – Bedding Material Item No. 0651011 – 12” R.C. Pipe Item No. 0651432 – 36” HDPE Pipe Item No. 0651885 – 12” High Density Polyethylene Pipe (Smooth Interior) Item No. 1220013A – Construction Signs – Bright Fluorescent sheeting Work associated with these items located within the vertical construction limits (as defined above) is included in the MLSI. The following unit price items will be measured for payment, whether or not they are enclosed within the vertical construction limits: Item No. 0100500A - CONSTRUCTION COMMUNICATION EQUIPMENT

    (ESTIMATED COST) Item No. 0101000A - ENVIRONMENTAL HEALTH AND SAFETY

    310-059 5

  • Rev. Date 10/7/14

    GENERAL

    Item No. 0101117A - CONTROLLED MATERIALS HANDLING Item No. 0101128A - SECURING, CONSTRUCTION AND DISMANTLING OF A

    WASTE STOCKPILE AND TREATMENT AREA Item No. 0201001 - CLEARING AND GRUBBING Item No. 0202000 - Earth Excavation Item No. 0202315A - DISPOSAL OF CONTROLLED MATERIALS Item No. 0202447 - COLD MILLING REMOVAL OF BITUMINOUS CONCRETE Item No. 0202502 - REMOVAL OF CONCRETE PAVEMENT Item No. 0202529 - CUT BITUMINOUS CONCRETE PAVEMENT Item No. 0205003 - TRENCH EXCAVATION 0'-10' DEEP Item No. 0209001 - FORMATION OF SUBGRADE Item No. 0210100 - ANTI-TRACKING PAD Item No. 0212000 - Subbase Item No. 0213050 - BANK RUN GRAVEL Item No. 0219001 - SEDIMENTATION CONTROL SYSTEM Item No. 0219011A - SEDIMENT CONTROL SYSTEM AT CATCH BASIN Item No. 0304002 - PROCESSED AGGREGATE BASE Item No. 0406236 - MATERIAL FOR TACK COAT Item No. 0406170 - HMA S1 Item No. 0406171 - HMA S0.5 Item No. 0406177A - POROUS PAVEMENT-HMA Item No. 0406236 - MATERIAL FOR TACK COAT Item No. 0507022 - TYPE "C" DOUBLE CATCH BASIN Item No. 0507656 - STANDARD STORM MANHOLE Item No. 0601651A - RETAINING WALL (SITE NO. 1) Item No. 0651001 - BEDDING MATERIAL Item No. 0651011 - 12'' R.C. PIPE Item No. 0651432 - 36" HDPE PIPE Item No. 0651885 - 12" HIGH DENSITY POLYETHYLENE PIPE (SMOOTH

    INTERIOR) Item No. 0714020 - TEMPORARY SHEET PILING Item No. 0714026A - TEMPORARY SHEET PILING (RAILROAD) Item No. 0714999A - MONITORING STRUCTURES Item No. 0715020 - SHEET PILING MATERIAL LEFT IN PLACE Item No. 0715021A - SHEET PILING MATERIAL LEFT IN PLACE (RAILROAD) Item No. 0728020A - STONE BALLAST Item No. 0728032A - NO. 6 CRUSHED STONE Item No. 0751711 - 6'' UNDERDRAIN Item No. 0755009 - GEOTEXTILE Item No. 0811001 - CONCRETE CURBING Item No. 0814002 - RESET GRANITE STONE CURBING Item No. 0901003A - STEEL BOLLARD Item No. 0905106A - 6' STOCKADE FENCE Item No. 0910025 - METAL BEAM RAIL TERMINAL ELEMENT Item No. 0910170 - METAL BEAM RAIL (TYPE R-B 350)

    310-059 6

  • Rev. Date 10/7/14

    GENERAL

    Item No. 0913000 - REMOVE CHAIN LINK FENCE Item No. 0913043 - 8' POLYVINYL CHLORIDE CHAIN LINK FENCE Item No. 0913984A - TEMPORARY PROTECTIVE FENCE Item No. 0921001A - CONCRETE SIDEWALK Item No. 0921039 - DETECTABLE WARNING STRIP Item No. 0924002 - CONCRETE DRIVEWAY RAMP Item No. 0943001 - WATER FOR DUST CONTROL Item No. 0944000 - Furnishing And Placing Topsoil Item No. 0949000 - WOOD CHIP MULCH Item No. 0949003A - FURNISHING, PLANTING AND MULCHING TREES,

    SHRUBS, VINES AND GROUND COVER PLANTS Item No. 0969000A - PROJECT COORDINATOR Item No. 0969050A - DOCUMENT CONTROL SPECIALIST Item No. 0969064A - CONSTRUCTION FIELD OFFICE, LARGE Item No. 0970006 - TRAFFICPERSON (MUNICIPAL POLICE OFFICER)

    (ESTIMATED COST) Item No. 970007 - TRAFFICPERSON (UNIFORMED FLAGGER) Item No. 0971001A - MAINTENANCE AND PROTECTION OF TRAFFIC Item No. 0977001 - TRAFFIC CONE Item No. 0978002 - TRAFFIC DRUM Item No. 0979003 - CONSTRUCTION BARRICADE TYPE III Item No. 0980001 - CONSTRUCTION STAKING Item No. 1206036A - REMOVE AND RELOCATE SIGN Item No. 1210105 - EPOXY RESIN PAVEMENT MARKINGS, SYMBOLS AND

    LEGENDS Item No. 1211001 - REMOVAL OF PAVEMENT MARKINGS Item No. 1220013A - CONSTRUCTION SIGNS – BRIGH FLUORESCENT SHEETING Item No. 1302062 - ADJUST GATE BOX (GAS) Item No. 1700001 - SERVICE CONNECTIONS (ESTIMATED COST) Platform/Site Amenities

    There will be no separate payment for platform/site amenities, including, but not limited to benches, trash receptacles, bicycle racks, etc. The cost of these site amenities, including any hardware and any required excavation and backfill, is included in the MLSI. Signs

    There will be no separate payment for signage, including but not limited to station identification signs, kiosks, accessible route signage, tactile signage, schedule holders and other pedestrian wayfinding signs. The cost of these signs, including any hardware and any required excavation and backfill, and installation is included in the MLSI. Vehicular signage, including directional signage, stop signs and parking signs, including any posts, hardware, footings, installation, and any required excavation and backfill, will be paid for these separate items will be measured for

    310-059 7

  • Rev. Date 10/7/14

    GENERAL

    payment on a unit price for which a separate bid price is required at the quantities as indicated in the Bid Proposal Form. Electrical Pads and Bases

    There will be no separate payment for concrete associated with the fabrication and installation of light pole bases, equipment pads, or for protection of electrical conduit and service entrances. The cost of concrete, including reinforcing, spacers, formwork, excavation and backfill, is included in the MLSI. Electrical

    There will be no separate payment for excavation and backfill associated with the installation of site electrical items including, but not limited to; exterior lighting; video monitoring equipment; internally lit signs; illuminated egress signs; fire alarm components; train approach message boards; emergency kiosks; communication cable and conduit; or any other electrical cable, conduit, or service connection components. The cost of excavation for all site electrical items is included in the MLSI. Water Connections

    There will be no separate payment for the excavation, backfill and materials required for; and the installation of, the hose bib(s). All associated material and installation costs for the water service are included in the MLSI. Railroad Grounding Connections

    There will be no separate payment for necessary components to complete the station grounding connections, including connection to the railroad counterpoise wire and associated excavation and backfill. The costs for all grounding items are included in the MLSI. Station Downspouts, Leaders, and Splash Blocks

    There will be no separate payment for necessary components to complete the drainage systems from the vertical construction to the discharge of the associated runoff. Downspouts, leaders, splash blocks, and all necessary excavation and backfill are included in the MLSI. Site Stairs

    There will be no separate payment for the site stairs located on the north side of the tracks connecting the parking lot to Hull Street. The cost of concrete, including reinforcing, spacers, formwork, excavation and backfill, metal work, railings, and any other labor, equipment and materials required is included in the MLSI.

    310-059 8

  • Rev. Date 9/22/16

    GENERAL

    NOTICE TO CONTRACTOR - PROJECT DESCRIPTION The Project consists of the demolition, construction, and renovation of a passenger rail facility located at 10 John Street Extension, Clinton, Connecticut as shown and described in the Contract. Work includes selective structural demolition of a portion of the south passenger shelter foundation for the construction of a new passenger elevator/stair tower assembly. A similar elevator/stair tower assembly will be constructed north of the railroad tracks and be linked to the south tower with a new pedestrian overpass. The station towers and overpass components shall be comprised of structural steel with cold-formed and light gage steel, concrete masonry, aluminum storefront framing and brick veneer masonry walls. Elevators are provided to meet the requirements of the Americans with Disabilities Act (ADA). Electrical power, lighting, fire alarm, and CCTV security are included in the project. Work also includes removal of the existing passenger shelter steel framing and roof to make way for the new south tower assembly. The existing shelter will be reused on site as a bicycle parking shelter. Additional work includes:

    1. Rehabilitation of the south passenger platform, including reconfiguration of steel railings, concrete repairs, painting, electrical, lighting, emergency lighting, exit signage, communication, wayfinding signage.

    2. Rehabilitation of the existing south parking lot including sidewalk repairs, metal beam rail repairs, stormwater improvements, relocation of utilities, replacement of site lighting luminaires, new bicycle rack, new fencing, and partial pavement replacement and overlay.

    3. Construction of a new surface lot north of the railroad right-of-way. The north parking lot will make use of porous pavement for portions of the surface to handle storm water.

    4. Construction of a new north-side passenger rail platform and accessible ramp. The platforms will be constructed of both precast and cast-in-place concrete with steel canopies that will extend the entire length of the platform. Platform includes a full-length canopy, seating, windscreens, lighting, steel guard rails, and other amenities such as visual messaging systems and waste receptacles.

    5. Construction of a new site stair to Hull Street. Environmental work associated with this facility includes work with polluted soils and groundwater, as further specified in the NOTICE TO CONTRACTOR – ENVIRONMENTAL INVESTIGATIONS.

    310-059 9

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - STATION OPERATION The Contractor is advised that there will be no interruption of station services during construction. The Contractor shall provide a safe, accessible, well-marked route for commuters to reach areas of the platform which shall remain open during construction (as designated in the contract plans) and shall maintain all temporary facilities so that they remain free of hazards. The Contractor shall schedule work that will require closure of a passenger boarding area, or route thereto, during night hours after station operations have ceased for the day. The Contractor shall put in place temporary barricades and safety devices as required to return the entire platform to operation the following morning. For further guidance refer to Form 817 Section 1.08 – Prosecution and Progress, and Section 1.20-1.08 - Prosecution and Progress for Facilities Construction.

    310-059 10

  • September 2016

    GENERAL

    NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be presented through the CTDOT Pre-Bid Q and A Website. The Department cannot guarantee that all questions will be answered prior to the bid date.  PLEASE NOTE - at 9:00 am Monday (i.e. typical Wednesday Bid Opening) the project(s) being bid will be closed for questions, at which time questions can no longer be submitted through the Q and A Website. Answers may be provided by the Department up to 12:00 noon, the day before the bid. At this time, the Q and A for those projects will be considered final, unless otherwise stated and/or the bid is postponed to a future date and time to allow for further questions and answers to be posted. If a question needs to be asked the day before the bid date, please contact the Contracts Unit staff and email your question to [email protected] immediately. Contractors must identify their company name, contact person, contact email address and phone number when asking a question. The email address and phone number will not be made public. The questions and answers (if any) located on the Q and A Website are hereby made part of the bid/contract solicitation documents (located on the State Contracting Portal), and resulting contract for the subject project(s). It is the bidder’s responsibility to monitor, review, and become familiar with the questions and answers, as with all bid requirements and contract documents, prior to bidding. By signing the bid proposal and resulting contract, the bidder acknowledges receipt of, and agrees to the incorporation of the final list of Q and A, into the contract document. Contractors will not be permitted to file a future claim based on lack of receipt, or knowledge of the questions and answers associated with a project. All bidding requirements and project information, including but not limited to contract plans, specifications, addenda, Q and A, Notice to Contractors, etc., are made public on the State Contracting Portal and/or the CTDOT website.

    310-059 11

  • Rev. 7/14/17

    GENERAL

    NOTICE TO CONTRACTOR - CONSTRUCTION CONTRACTOR DIGITAL SUBMISSIONS Upon execution of the Contract, the Contractor acknowledges and agrees that contractual submittals for this Project shall be submitted and handled through a system of paperless electronic means as outlined in the special provision for Section 1.05 herein. Shop drawings, working drawings, and product data shall be created, digitally signed and delivered by the Contractor in accordance with the Department’s Contractor Digital Submission Manual (CDSM). The Contractor shall prepare and maintain the contract documentation utilizing either Bentley Systems’ Projectwise or Microsoft SharePoint document control system which will be provided by the Department. The specific platform chosen by the Department to be utilized on this project will be announced prior to Contractor Notice to Proceed. The document control system will be physically located in a secure location designated by the Department and the Contractor shall directly access the document control system via the internet. The Department will provide the Contractor the necessary end-user access, contact information, routing details, such as email addresses. The Contractor will also be provided training, a training manual and on-going technical support for the Document Control System. All information that resides on the shared document control system shall become the sole property of the Engineer. The Department shall not be held responsible for delays, lack of processing or response to submittals that do not follow the specified guidelines in the CDSM. Refer to ITEM #0969050A – DOCUMENT CONTROL SPECIALIST for more information pertaining to the requirement for a Document Control Specialist who will ensure that the Contractor and all other parties as designated by the Engineer will prepare, status, electronically file and send all project correspondence and drawings utilizing a document control system as established and maintained by the Department.

    310-059 12

  • Rev. 11/08/17

    GENERAL

    NOTICE TO CONTRACTOR - MONITORING RAILROAD STRUCTURES The Contractor is advised that ongoing monitoring of railroad bridge, track, and catenary structures within and adjacent to the project limits will be required throughout the duration of the project to ensure that no settlement, misalignment or unsafe conditions have been created as a result of construction activities. Refer to ITEM #0714999A – MONITORING STRUCTURES for additional requirements. The Contractor shall bid accordingly.

    310-059 13

  • Rev. Date 09/12/17

    GENERAL

    NOTICE TO CONTRACTOR - EARLY SUBMITTALS The Contractor is hereby advised that the Department has identified the potential need to order certain materials and equipment, and thereby submit certain submittals for approval early in the construction process to ensure the Project is completed within the allowable Contract Time. Submittals shall be in accordance with Form 817 Article 1.20-1.05.02. The following items have been identified:

    1. Section 142100 “Electric Traction Elevators”

    The following items have been identified as possibly requiring early submission for purposes of project coordination and project work scheduling:

    Selection of the Project Coordinator Baseline Critical Path Schedule Contractor’s Submittal Schedule

    The lists above are not intended to be all-inclusive and do not relieve the Contractor from coordinating the activities of its subcontractors and suppliers. The Contractor will not be permitted to perform any physical work on the Project without the approval of the required submittals. Failure to properly plan for long lead items within the Contract schedule will not be justification for additional construction time. It is recommended that the Contractor identify early in the construction sequencing process the subcontractors and suppliers associated with long lead-time items and submit accordingly upon Award. The Engineer will conduct a pre-coordination meeting before the Contractor prepares submittals under the following CSI Division 05 Sections: 2. Section 035320 “Microsilica Concrete Overlay” 3. Section 050310 “Thermal Spray Metallizing and Sealing Coats” 4. Section 142100 “Electric Traction Elevators” 5. Section 285110 “Station Control Unit” 6. Section 285116 “Train Approach Message System”

    310-059 14

  • Rev. Date 9/22/16

    GENERAL

    NOTICE TO CONTRACTOR - SOLE SOURCE PRODUCTS For operational purposes, the Department has determined the need to sole source products specified in the following Contract provisions (including specific CSI-formatted Specifications contained within a particular Special Provision): 1. Platform Fold-Up Edge (Refer to Contract Drawings for further details) Manufacturer: ADA SOLUTIONS, INC.

    www.adatile.com Helmut Klohn, Operations Manager P: 800.372.0519, Cell: 978.618.1284, F: 978.262.9125

    2. Benches and Trash Receptacles, CSI Section 104060 (Manufacturer per Specification) 3. Station Control Unit Integrator and Passenger Information Displays (PIDS), CSI Section

    285110 (Manufacturer per Specification) No “Or Equals” will be permitted. Said products shall be installed only by their factory authorized installer or service representative. The Contractor shall bid the Project accordingly.

    310-059 15

  • Rev. Date 07/18/16

    GENERAL

    NOTICE TO CONTRACTOR - POTENTIAL FOR ASBESTOS CONTAINING MATERIALS The Contractor shall submit manufacturer certification letters for all materials specified in the following Contract provisions (including CSI-formatted specifications contained within a particular special provision): 1. Division 07 Section 071113, “Bituminous Dampproofing.” 2. Division 07 Section 072100, “Thermal Insulation.” 3. Division 07 Section 072500, “Weather Barriers” 4. Sealants: Division 07 Section 074243 “Composite Wall Panels” 5. All products but Metals, Fasteners: Division 07 Section 077100, “Roof Specialties.” 6. Division 07 Section 078413, “Penetration Firestopping.” 7. Division 07 Section 079200, “Joint Sealants.” 8. Glazing Strips and Sealants: Division 08 Section 084113 “Aluminum-Framed Entrances

    and Storefronts” 9. Glazing Tapes and Sealants: Division 08 Section 088000, “Glazing.” 10. Division 09 Section 092900, “Gypsum Board.”

    The above list may not be all-inclusive and does not relieve the Contractor from its responsibility to provide manufacturer certification letters that are required under other Contract provisions. Furthermore, the Department may at any time require the Contractor to submit manufacturer certification letters proving that other materials do not contain asbestos.

    310-059 16

  • Rev. Date 9/29/16

    GENERAL

    NOTICE TO CONTRACTOR - PRE-INSTALLATION MEETINGS The Engineer will conduct a pre-installation meeting at the Project Site before each of the following construction activities:

    1. Pre-demolition: Form 817 Article 1.20-1.08.03 – Prosecution of Work, subsection 5 – Selective Demolition.

    2. Concrete: CSI Division 3 Section 033000, “Cast-In-Place Concrete.” 3. Platform Topping: CSI Division 3 Section 035320 “Microsilica Concrete Overlay” 4. Metalizing: CSI Division 5 Section 050310 “Thermal Spray Metallizing and Sealing

    Coats”

    5. Roofing: CSI Division 7 Section 074113.16 “Standing-Seam Metal Roof Panels” 6. Siding: CSI Division 7 Section 074243 “Composite Wall Panels” 7. Painting: CSI Division 9 painting Sections. 8. Elevators: CSI Division 14 Section 142100 “Electric Traction Elevators” 9. HVAC Units: CSI Division 23 Section 238126 “Split-System Air-Conditioners” 10. CCTV Systems: CSI Division 28 Section 282300 “Video Surveillance” 11. Fire Alarm System: CSI Division 28 Section 283100 “Fire Detection and Alarm” 12. Station Control Unit: CSI Division 28 Section 285110 “Station Control Unit”

    The above list may not be all-inclusive and does not relieve the Contractor from its responsibility to provide pre-installation meetings that are required under other Contract provisions.

    310-059 17

  • Rev. Date 9/22/16

    GENERAL

    NOTICE TO CONTRACTOR - UTILITY SERVICE CONNECTIONS AND RELOCATIONS The electric, telephone, water and fiber optic utility services to the Project Site require service connections and/or relocations from/to the applicable utility company’s facilities. Utility service connection relocations and installations to the point of the utility service are included as shown and described within the Contract. Unless otherwise noted, the Contractor is responsible for notifying each utility company a minimum of 4 weeks’ notice prior to the need for the utility to perform any work, and for coordinating the service connection and/or relocation requirements with the utility company. The Contractor shall coordinate with the following utility companies:

    Electric: Eversource

    Telephone: AT&T Connecticut

    Water: The Connecticut Water Company Mr. Gerry McDermott Senior Technical Services Project Coordinator 93 West Main Street Clinton, CT 06413 (860) 664-6125 [email protected]

    Fiber Optic: Verizon (MCI) AT&T Corp. (Long Lines)

    (Track-side Fiber Utility) AMTRAK Engineering – New England Division Richard O’Brien, PMP Project Manager o: 860.446.3707 c: 267.353.0304

    Gas: Southern Connecticut Gas

    77 Hartland Street, 4th Floor East Hartford, CT 06108 Toll Free: 1- (866) 268-2887

    310-059 18

  • Rev. Date 9/22/16

    GENERAL

    Where known, utility company representative names are identified within the Contract. Item No. 1700001A – Service Connections (Estimated Cost) is included in the Contract to reimburse each utility for their work that is required to support Contract work. Refer to the CSI Specification Sections referenced below for additional information in this regard.

    310-059 19

  • Rev. Date 9/22/16

    GENERAL

    NOTICE TO CONTRACTOR - CAD FILES The Contractor is hereby advised that CAD files will not be provided to construction contract bidders, the Contractor, or any subcontractor. Contract documents, including plans, are provided in Portable Document Format (PDF). The Department AEC Applications unit has prepared technical reference materials on extending the utility of PDF contract plan sheets. See the Repurposing PDF Contract Plan Sheets web page http://www.ct.gov/dot/cwp/view.asp?a=2288&Q=567262&PM=1.

    The Contractor shall bid the Project accordingly.

    310-059 20

  • Rev. Date 10/02/07

    GENERAL

    NOTICE TO CONTRACTOR - NOTICE OF INTENT TO CONSTRUCT The Contractor is hereby advised that a Notice of Intent to Construct (NOIC) will be issued as the Building Permit for this Project in accordance with CGS. The Contractor will not be required to apply for a Building Permit from the local Building Official.

    310-059 21

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - WORK ON RAILROAD PROPERTY The Contractor acknowledges that work to be accomplished under this Contract is to be performed on Railroad territory, which consists of territory operated by National Railroad Passenger Corporation (AMTRAK). The Contractor's work must be accomplished simultaneously with ongoing daily Railroad operations. Such operations include, but are not limited to, the passage of trains, storage of trains, flagging, inspection, repair, construction, reconstruction, and maintenance of the railroad right-of-way and facilities. The Contractor is advised that the Railroad controls all activity in the respective right-of-way, and the Department expects that these conditions may cause delays and possibly a complete suspension of construction activity. The Contractor shall consider normal Railroad operations and associated impacts to the construction schedule. The Contractor shall not be entitled to time extensions for delays associated with normal Railroad operations. If the Contractor is delayed or suspended in the completion of the work by atypical railroad operations including, but not limited to, activities associated with a derailment, major track failure, or extended power outage, the Contractor will be entitled to a time extension for every day that he can demonstrate that the delays affected the completion date of the Contract. This extension of time will be considered non-compensable and the Contractor will not be entitled to any additional compensation for damages incurred for all direct and indirect costs including, but not limited to, all delay and impact costs, and inefficiencies. The Contractor shall be responsible for obtaining the “Temporary Permit to Enter Upon Property” included elsewhere in this Contract. The cost of obtaining this permit including the cost of complying with the Specifications attached to the permit (Insurance, Safety, Training, etc.) shall be included in the MLSI. The cost of Railroad Flag Protection necessary to complete the work shown in the Contract, as well as the cost of other work shown in the Contract to be performed by AMTRAK Forces, shall be paid directly by the State under separate Force Account Agreement. The Contractor shall be responsible for the coordination of the work of its various subcontractors. The Contractor shall coordinate its operations with those of the Railroad Company in carrying out railroad force account. The Contractor must make its own arrangements with the Railroad Company for the use of Railroad equipment or changes in Railroad facilities made solely to facilitate the Contractor’s operations. The expense incurred by making such arrangements shall not be a part of this Contract.

    310-059 22

  • Rev. Date 12/28/10

    GENERAL

    Contractor Requirements for Work Affecting the Railroad The Contractor shall be governed by AMTRAK EP3014 and the General Requirements and Covenants of the Contract. 1. All matters requiring Railroad Company approval or coordination shall be directed to:

    Kathy Haywood, PE, CFM Project Manager II Engineering – I&C

    30th Street Station, Box 64 2955 Market Street

    Philadelphia, PA 19104 Phone: 215-349-4367

    [email protected]

    and

    Richard O’Brien, PMP Project Manager

    AMTRAK Engineering New England Division

    Office Phone: 860.446.3707 Cell Phone: 267.353.0304

    [email protected]

    2. In general, unless otherwise authorized by the Railroad, operations directly over or

    adjacent to the operating right-of-way will be performed during the following time periods:

    Outage Time

    Single Track 1 or 2 Sunday-Thursday Night 10:30PM – 5:30AM

    Single Track 1 or 2 Friday Night 12:01AM-8:00AM

    Single Track 1 or 2 Saturday Night 10:30PM-8:00AM

    Double Track 1 & 2 Saturday and Sunday Morning 12:01AM-3:00AM

    Double Track 1 & 2 Saturday and Sunday Morning 4:30AM-7:30AM

    310-059 23

  • Rev. Date 12/28/10

    GENERAL

    Temporary at-grade crossings across any tracks WILL NOT be permitted. The Contractor shall provide a minimum of 30 calendar days advance notice for the scheduling of any work to be performed by AMTRAK forces. All work involving rail, ties, overhead electrification, and other track components on active tracks, unless specifically designated otherwise within the Contract, will be performed by AMTRAK employees. The Contractor may not remove abandoned track (out of service) unless given prior written approval from the Engineer and AMTRAK. Notes:

    1. Single-track outages will be considered as requests are submitted. Additional track outages will be considered for approval as requested by the Contractor for the completion of work.

    2. While every effort is made to accommodate the Project needs, the above track outages cannot be guaranteed at all times. Track outages are dependent on many circumstances; including weather, availability of protective personnel, conflicts with other projects and unforeseen operating problems. Therefore, no claims may be made against AMTRAK for delays due to unavailability of track and/or power outages. Further, outages are granted on the basis of what is deemed necessary for construction, not merely for the Contractor’s convenience.

    3. The hours shown for track outages are the times the track(s) will be out of service. The outage times do not represent the time the track(s) are available to the Contractor. Time needs to be allowed to take the track out of service and return the track to service within the durations noted above.

    4. Station area work shall be performed, and flag protection acquired, in accordance with AMTRAK safety procedures.

    5. Erection of the pedestrian bridge is to be performed on a Sunday morning between the hours of 12:01 AM and 4:00 AM. During this erection operation, no tracks shall remain in service. AMTRAK shall have the authority to postpone this operation, at its sole discretion, because of weather or other condition or circumstance that may arise. Should postponement occur, the erection will be rescheduled.

    6. Use of existing parking areas for construction activities, materials storage, or other work that would limit use of all existing parking is strictly prohibited. Contractor shall review the Staging Plan for proposed work areas.

    310-059 24

  • Rev. Date 9/30/14

    GENERAL

    NOTICE TO CONTRACTOR - PLATFORM CONSTRUCTION This project contains platform construction along existing railroad tracks. Where shown on the plans, the approximate centerline of the existing track has been established utilizing data included in the survey performed by the Connecticut Department of Transportation. The existing track centerlines are shown for informational purposes only and are in no way warranted to indicate the as-built conditions in the field. The Contractor shall verify the location of the tracks via a field survey prior to the start of platform construction and shall notify the Engineer immediately of any discrepancies. The Contractor is advised that the railroad platforms must be constructed to specific offset requirements as required by Amtrak. These requirements are shown on Amtrak Standard Track Plan 70050-G “Minumum Roadway Clearances” and are detailed below:

    At all times during construction of the platforms, the Contractor shall maintain a 5’-7” horizontal offset to the face of the rubrail and a 4’-0” vertical offset from the top of nearest rail as shown on the plans and in Amtrak Standard Track Plan 70050-G.

    The Contractor shall develop and submit a “Platform Layout Plan” to the Engineer and Amtrak for review and approval prior to commencing work on the platform construction. The Contractor’s “Platform Layout Plan” shall adhere to all offset requirements as required by Amtrak and shown on Amtrak Standard Track Plan 70050-G, noted above, and as shown in the contract plans. If made available by the Department, the Contractor shall not rely on CADD files for the construction of the railroad platforms and items incidental thereto. At all times, the Contractor shall be bound by the horizontal and vertical offset controls noted above. It is the Contractor’s responsibility to field verify the site conditions, and notify the Engineer of any discrepancies, prior to the start of the platform construction. The Contractor shall bid the project accordingly.

    310-059 25

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - PHOTO IDENTIFICATION The Contractor is hereby notified that all employees, including subcontractors, who will work on the Project will be required to carry personal photo identification, such as a valid driver’s license.

    310-059 26

  • Rev. Date 9/25/13

    GENERAL

    NOTICE TO CONTRACTOR - LIMITED SPACE AND AVAILABILITY OF PARKING In order to maintain the maximum number of parking spaces available to commuters at Clinton Station, the Contractor shall restrict its operations to the areas shown on the Contract Plans. The Contractor will not be allowed to use any of the available parking spaces for storage of equipment or materials. Further, the Contractor must provide parking spaces for its employees, the employees of its subcontractors, and the Engineer and its employees within the staging area, outside of the limits of operation of the active stations.

    310-059 27

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - RAILROAD SAFETY TRAINING All individuals employed by the Contractor and its subcontractors shall attend AMTRAK’s Safety Contractor/Leasee Employee Training Class prior to entering onto the Railroad’s property or coming within twenty-five (25) feet of the centerline of the track or energized wires. It is the Contractor’s responsibility to arrange this Safety Training. All costs associated with this class shall be included in the Major Lump Sum Item for the project.

    310-059 28

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - PEDESTRIAN BRIDGE STRUCTURE The Contractor is hereby advised that the Department has identified the need to install the pedestrian bridge structure as a single entity. Therefore, it will be required to transport the structural steel pedestrian bridge frame, complete, to the Project site. The Contractor is responsible for obtaining all permits such as Oversized Load and Over Height, and for developing a delivery route, approved by the Department, to the Project site prior to fabrication of the pedestrian bridge. Refer to Form 817 Article 1.07.05 “Load Restrictions” for additional information in this regard. The Department has determined that, in order to minimize disruption to the railroad, all structural steel, the entire steel deck, the electrical conduits under the steel deck, and the entire metal roof deck for the bridge (with the exception of identified or approved lifting points for installation) be in place prior to placing the bridge. The Contractor shall be responsible for determining whether it is feasible to install the steel deck or the roof deck prior to the bridge frame being transported to the site, or whether these items should be installed at the site prior to placement of the bridge. The Contractor is responsible for any damage to the pedestrian bridge, steel deck, and metal roof deck during transport and placing operations, and shall make all necessary repairs and or replacements to the Engineer’s satisfaction. The Contract includes additional information regarding this activity. The Contractor shall comply with all requirements of the NOTICE TO CONTRACTOR – WORK ON RAILROAD PROPERTY to install the pedestrian bridge during off-peak hours. The Contractor shall bid the Project accordingly.

    310-059 29

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - SPECIAL ELECTRICAL CATENARY WORK The Contractor is hereby advised that the Project includes electrical work on the existing catenary structures. Some of this work will be accomplished by AMTRAK Forces under a separate Force Account Agreement with the Department. The Contractor is responsible for coordinating with AMTRAK for this work and for de-conflicting this work with work performed by the Contractor. The Contractor shall strictly adhere to all requirements as specified within the Contract in the performance of this Project work. Details for work to be accomplished by AMTRAK and for electrical work to be accomplished by the Contractor are included in the Contract.

    310-059 30

  • Rev Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - UNDERGROUND UTILITIES A portion of the work to be accomplished under this Contract is to be performed within Amtrak’s Northeast Corridor (NEC) railroad right-of-way. Call-Before-You-Dig (CBYD) does not coordinate the mark out of any underground utilities located within the railroad right-of-way. The Contractor is responsible for coordinating with Amtrak and locating all other utilities throughout the railroad right-of-way prior to performing any excavations.

    310-059 31

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - LIGHT POLUTION CONTROL Due to AMTRAK operating restrictions, much of the work on this project will occur during nighttime hours and will require the use of construction lighting for its safe prosecution. The Contractor shall position and shield its construction lighting, at each site, such that the light does not fall directly on residences adjacent to the Project Site. All costs associated with light pollution control shall be included in the MLSI for the Project.

    310-059 32

  • Rev. Date 12/28/10

    GENERAL

    NOTICE TO CONTRACTOR - NOISE POLUTION CONTROL The Contractor is hereby advised that the requirements set forth in Form 817 Article 1.10.05 “Construction – Noise Pollution” apply to any residential building adjacent to the Project Site. All costs associated with noise pollution control shall be included in the Major Lump Sum Item for the project. The Contractor shall use whatever means necessary to meet the requirements of Article 1.10.05 including, but not limited to, the following: 1. To the maximum extent possible, the Contractor shall power electrical equipment,

    construction lighting, and electric power tools using a temporary electrical service tied to the local power grid. The use of portable electrical generators shall be minimized.

    2. The Contractor shall maintain equipment mufflers and lubrication to reduce sound emissions. 3. The Contractor shall attach intake and exhaust mufflers, shields, or shrouds to individual

    pieces of equipment and tools as necessary. 4. The Contractor shall use noise-deadening material on the inside of hoppers, conveyor

    transfer points and chutes. 5. To the maximum extent possible, the Contractor shall limit the number and duration of

    equipment idling on the Project Site. The use of annunciators or public address systems and the use of air or gasoline driven hand tools shall be kept to a minimum.

    6. The Contractor shall erect noise barriers and/or noise curtain systems to intervene between the noise source and the noise receptor locations.

    7. The Contractor shall minimize the noise of backup alarms using measures that meet OSHA regulations. This includes the use of self-adjusting ambient-sensitive backup alarms, manually-adjustable alarms on low settings, and the use of observers.

    Noise Reduction Materials and Equipment Noise reduction materials may be new or used. Used materials shall be of a quality and condition to perform their designed function. Noise reduction equipment and materials may include, but not be limited to: 1. Shields, shrouds, or intake and exhaust mufflers. 2. Noise-deadening material to line hoppers, conveyor transfer points, storage bins, or chutes. 3. Noise barriers using materials consistent with the Temporary Noise Barrier materials

    specified below. 4. Noise curtains using materials consistent with the Noise Control Curtains materials specified

    below. All equipment with backup alarms operated by the Contractor, vendors, suppliers, and subcontractors on the Project Site shall be equipped with either audible self-adjusting ambient-sensitive backup alarms or manually-adjustable alarms. The ambient-sensitive alarms shall automatically adjust to a maximum of 5 dBA over the surrounding background noise levels. The manually-adjustable alarms shall be set at the lowest setting required to be audible above the

    310-059 33

  • Rev. Date 12/28/10

    GENERAL

    surrounding noise. Installation and use of the alarms shall be consistent with the performance requirements of the current revisions of Society of Automotive Engineering (SAE) J994, J1446, and OSHA regulations. All equipment used on the Project Site, including jackhammers and pavement breakers, shall have exhaust systems and mufflers that have been recommended by the manufacturer as having the lowest associated noise. The local power grid shall be used wherever feasible to limit generator noise. No generators larger than 25 KVA shall be used and, where a generator is necessary, it shall have maximum noise muffling capability and meet the noise emission limits specified in Form 816 Article 1.10.05. Temporary Noise Barriers Temporary barriers shall be constructed of ¾-inch Medium Density Overlay (MDO) plywood sheeting, or other material of equivalent utility and appearance having a surface weight of 2 pounds per square foot or greater. The temporary noise barriers shall have a Sound Transmission Class of STC-30, or greater, based on certified sound transmission loss data taken according to ASTM Test Method E90. The temporary barriers shall be lined on one side with glass fiber, mineral wool, or other similar noise curtain type noise-absorbing material at least 2-inch thick and have a Noise Reduction Coefficient rating or NRC-0.85, or greater, based on certified sound absorption coefficient data taken according to ASTM Teat Method C423. The materials used for temporary barriers shall be sufficient to last through the duration of construction for this Contract, and shall be maintained in good repair. Barrier panels shall be attached to support frames constructed in sections to provide a moveable barrier capable of withstanding wind loads in accordance with current building codes. When barrier units are joined together, the mating surfaces of the barrier sides shall be flush with each other. Gaps between barrier units, and between the bottom edge of the barrier panels and the ground, shall be closed with material that will completely fill the gaps, and be dense enough to attenuate noise. The barrier height shall be designed to break the line-of-site and provide at least a 5 dBA insertion loss between the noise producing equipment and the upper-most story of the receptor(s) requiring noise mitigation. If for practicality or feasibility reasons, which are subject to the review and approval of the Engineer, a barrier can not be built to provide noise relief to all stories, then it must be built to the tallest achievable height. Prefabricated acoustic barriers are available from various vendors. An equivalent barrier design can be submitted in lieu of the plywood barrier described above.

    310-059 34

  • Rev. Date 12/28/10

    GENERAL

    Acoustical Barrier Enclosures The acoustical barrier enclosure shall consist of durable, flexible composite material featuring a noise barrier layer bonded to sound-absorptive material on one side. The noise barrier layer shall consist of rugged, impervious material with a surface weight of at least one pound per square foot. The sound absorptive material shall include a protective face and be surely attached to one side of the flexible barrier over the entire face. The acoustical material used shall be weather and abuse resistant, and exhibit superior hanging and tear strength during construction. The material shall have a minimum breaking strength of 120 lb/in. per FTMS 191 A-M5102 and minimum tear strength of 30 lb/in. per ASTM D117. Based on the same test procedures, the absorptive material facing shall have a minimum breaking strength of 100 lb/in. and a minimum tear strength of 7 lb/in. The acoustical material shall be corrosion resistant to most acids, mild alkalies, road salts, oils, and grease. The acoustical material shall be fire retardant, mildew resistant, vermin proof, and non-hygroscopic.

    310-059 35

  • Rev. Date 12/28/10

    GENERAL

    The acoustical material shall have a Sound Transmission Class of STC-25 or greater, based on certified sound transmission loss data taken according to ASTM Test Method E90. It shall also have a Noise Reduction Coefficient rating of NRC-0.70 or greater, based on certified sound absorption coefficient data taken according to ASTM Test Method C423. The acoustical material shall be installed in vertical and horizontal segments with the vertical segments extending the full enclosure height. All seams and joints shall have a minimum overlap of 2 inches and be sealed using double grommets. Construction details shall be performed according to the manufacturer’s recommendations. The Contractor shall be responsible for the design, detailing and adequacy of the framework and supports, ties, attachment methods, and other appurtenances required for the proper construction of the acoustical barrier enclosure.

    Noise Control Curtains The noise control curtain shall consist of durable, flexible composite material featuring a noise barrier layer bonded to sound-absorptive material on one side. The noise barrier layer shall consist of a rugged, impervious material with a surface weight of at least one pound per square foot. The sound absorptive material shall include a protective face and be securely attached to one side of the flexible barrier over the entire face. The noise curtain material used shall be weather and abuse resistant, and exhibit superior hanging and tear strength during construction. The curtain’s noise barrier layer material shall

    310-059 36

  • Rev. Date 12/28/10

    GENERAL

    have a minimum breaking strength of 120 lb/in. per FTMS 191 A-M5102 and minimum tear strength of 30 lb/in per ASTM D117. Based on the same test procedures, the noise curtain absorptive material facing shall have a minimum breaking strength of 100 lb/in and a minimum tear strength of 7 lb/in. The noise curtain material shall be corrosion resistant to most acids, mild alkalies, road salts, oils, and grease. It also shall be mildew resistant, vermin proof, and non-hygroscopic. The noise curtain material shall be fire retardant. The noise control curtain shall have a Sound Transmission Class of STC-30 or greater, based on certified sound transmission loss data taken according to ASTM Test Method E90. It shall also have a Noise Reduction Coefficient rating of NRC-0.85 or greater, based on certified sound absorption coefficient data taken according to ASTM Test Method C423. The noise control curtains shall be designed to withstand wind loads in accordance with current building codes. The curtains shall be installed in vertical and horizontal segments with the vertical segments extending the full curtain height to the ground. All seams and joints shall have a minimum overlap of 2 inches and be sealed using Velcro or double grommets spaced 12 inches on center. Curtains shall be fastened to framework and guardrails with wire cable 12 inches on center. Construction details shall be performed according to the manufacturer’s recommendations. The curtain height shall be designed to break the line-of-site and provide at least a 5 dBA insertion loss between the noise producing equipment and the upper-most story of the receptor(s) requiring noise mitigation. If for practicality or feasibility reasons, which are subject to the review and approval of the Engineer, a curtain system can not be built to provide noise relief to all stories, then it must be built to the tallest achievable height. The Contractor shall be responsible for the design, detailing and adequacy of the framework and supports, ties, attachment methods, and other appurtenances required for the proper construction of the noise control curtains.

    310-059 37

  • Rev. Date 12/9/13

    GENERAL

    NOTICE TO CONTRACTOR - FM GLOBAL SUBMITTALS

    Copies of the following submittal(s) requiring FM Global review for conformance with the Contract shall be transmitted to the Designer in accordance with NOTICE TO CONTRACTOR- SUBMITTALS. Review of the following submittals may take up to 60 days in accordance with Form 817 Article 1.20-1.05.02.

    1. FM Global Form 2688 Application for Acceptance of Roofing Systems

    2. FM Global Property Loss Prevention Data Sheet 1-31 Metal Roofing Systems for the standing seam roof. Detailed drawings and calculations including the manufacturer and type of metal roof, insulation, purlins and bracing will accompany the Property Loss Prevention Data Sheet.

    3. FM Global Form 85B, Contractor’s Material and Test Certificate for underground piping should be completed and submitted to FM Global.

    The above list may not be all-inclusive and does not relieve the Contractor from its responsibility to provide ConnDOT or AMTRAK other submittals for approval as may be required elsewhere in the Contract Drawings.

    310-059 38

  • Rev. Date 12/11/13

    GENERAL

    NOTICE TO CONTRACTOR - CLOSEOUT DOCUMENTS

    General: The list of special provisions (including CSI-formatted specifications) in the Table below may not be all-inclusive and does not relieve the Contractor from its responsibility to provide spare parts, operation and maintenance manuals, training, and warranties that are required under other Contract provisions. This Table will be forwarded to Mr. Richard Jankovich, Office of Rails, for concurrence prior to the Semi-Final Inspection. Spare Parts: The Contractor shall deliver spare parts on products listed in the Table below to the Project Site. Operation and Maintenance Manuals: Submit four (4) copies of each manual to the Designer. The Designer and Mr. Richard Jankovich, Office of Rails, will review the manuals for conformance to the Contract. The manuals will be processed in accordance with Form 817 Article 1.20-1.05.02, with three (3) copies being forwarded to Mr. Richard Jankovich and one (1) copy being sent to the Engineer. Materials and Finishes Maintenance Manual: The Contractor shall provide complete information in the materials and finishes manual on products listed in the Table below. Equipment and Systems Maintenance Manuals: The Contractor shall provide complete information in the equipment and systems manual on products listed in the Table below. Training: The Contractor shall provide training on products listed in the Table below. Warranties: Submit 4 copies of written warranties, including special warranties to the Designer. The Designer and Mr. Richard Jankovich, Office of Rails, will review the warranties for conformance to the Contract. The warranties will be processed in accordance with Form 817 Article 1.20-1.05.02, with three (3) copies being forwarded to Mr. Richard Jankovich and one (1) copy being sent to the Engineer. The Contractor shall provide special warranties on products and installations listed in the Table below:

    310-059 39

  • Rev. Date 12/11/13

    GENERAL

    TABLE

    Special Provision (including CSI-formatted Specifications) Warranties

    Spare Parts Training

    Operation and

    Maintenance Manuals

    CSI-Formatted Section 050310 X CSI-Formatted Section 074113.16 X X

    CSI-Formatted Section 074243 X X CSI-Formatted Section 074600 X X CSI-Formatted Section 074650 X X CSI-Formatted Section 077100 X CSI-Formatted Section 077253 X CSI-Formatted Section 079200 X CSI-Formatted Section 084113 X XX CSI-Formatted Section 087100 X CSI-Formatted Section 088000 X CSI-Formatted Section 093050 X X X CSI-Formatted Section 096516 X CSI-Formatted Section 099113 X CSI-Formatted Section 099610 X CSI-Formatted Section 101419 X CSI-Formatted Section 104060 X CSI-Formatted Section 104070 X CSI-Formatted Section 104250 X CSI-Formatted Section 104260 X CSI-Formatted Section 113300 X X CSI-Formatted Section 142100 X X CSI-Formatted Section 238126 X X X CSI-Formatted Section 260526 X CSI-Formatted Section 262416 X X X CSI-Formatted Section 262726 X CSI-Formatted Section 263353 X X X CSI-Formatted Section 265219 X CSI-Formatted Section 265600 X X X CSI-Formatted Section 282300 X X X CSI-Formatted Section 283100 X X X X CSI-Formatted Section 285223 X X X X

    310-059 40

  •     GENERAL 

    NOTICE TO CONTRACTOR - Federal Rail Safety Regulations (49 C.F.R. Part 219) Concerning Alcohol and Drug Testing

    On October 16, 2008, the United States Congress enacted the Rail Safety Improvement Act of 2008 (RSIA). RSIA directs the Federal Railroad Administration (FRA) to promulgate new safety regulations related to railroad safety. The purpose of this NTC is to notify you of certain requirements recently promulgated by the FRA that may be applicable to work you are currently performing, or may in the future perform, for the Connecticut Department of Transportation (Department).

    On June 10, 2016, the FRA published a final rule expanding the scope of its drug and alcohol testing regulations (FRA Regulations) to provide that “[e]ach railroad must ensure that a regulated employee is subject to being selected for random testing... whenever the employee performs regulated service on the railroad’s behalf.” 49 C.F.R. § 219.601. A “regulated employee” includes a contractor to a railroad or any individual who is performing activities for a railroad and includes those contractors, consultants or individuals who are deemed “maintenance-of-way” employees under 49 C.F.R. Part 219 (See 49 C.F.R. §219.5). The term maintenance-of-way (MOW) employee, as used in 49 C.F.R. Part 219, is defined in 49 C.F.R. § 214.7 as “any employee…of a contractor to a railroad, whose duties include inspection, construction, maintenance or repair of railroad track, bridges, roadway, signal and communications systems, electric traction systems, roadway facilities or roadway maintenance machinery on or near track or with the potential of fouling a track, and flagmen and watchmen/lookouts.” (collectively, MOW Activities).

    The final rule, which is effective June 12, 2017, requires contractors and consultants employing MOW employees to submit a Part 219 Compliance Plan to FRA prior to the effective date. Please consult the following link to the model drug and alcohol plan prepared by the FRA for guidance.

    h t t p s : / / w w w . f r a . d o t . g o v / e L i b / d e t a i l s / L 0 2 8 1 4 The final rule mandates, among other things, the establishment of a random testing pool to ensure a testing rate of 50% of MOW employees for drugs and 25% of MOW employees for alcohol on an annual basis. For more information related to the requirements, please refer to:

    http://www.ecfr.gov/cgi-bin/text-idx?rgn=div5&node=49:4.1.1.1.14

    Every contractor or consultant that is performing MOW Activities must comply with its obligations under 49 C.F.R. Part 219 to ensure that all MOW employees are being randomly tested for drugs and alcohol. Failure of a contractor or consultant to timely comply with the FRA Regulations may subject that firm to civil penalties. In addition, MetroNorth Railroad (MNR) has stated that contractors or consultants who do not comply with the FRA regulations will not be able to work on MNR property.

    The Department strongly urges all contractors and consultants to consult with their attorneys and/or to conduct their own independent due diligence regarding the requirements imposed by the new FRA Regulations to determine what steps are necessary to assure compliance. The information provided herein is advisory in nature and is offered without warranty of any kind. The Department does not accept any responsibility or liability for the accuracy, content, completeness, legality, or reliability of the information contained herein. Any questions regarding the FRA Regulations concerning drug and alcohol testing should be directed to: Mr. Gerald Powers, Drug and Alcohol Program Manager, Office of Safety Enforcement, Federal Railroad Administration, 1200 New Jersey Avenue SE, Mail Stop 25, Washington, DC 20590 or via telephone (202) 493-6313.

    310-059 41

  • 11/3/17

    GENERAL

    NOTICE TO CONTRACTOR - ENVIRONMENTAL INVESTIGATIONS Environmental site investigations have been conducted that evaluated soil quality from various locations and depths within the Project Limits. The analytical results of these investigations indicate concentrations of semi-volatile organic compounds (SVOCs), total extractable petroleum hydrocarbons (ETPH), and leachable lead in the soil that exceed Connecticut’s Remediation Standard Regulations (RSRs) applicable to the Pollutant Mobility Criteria (GA) and/or Residential Direct Exposure Criteria (RES DEC). Based on these findings, three Areas of Environmental Concern (AOECs) for soil have been designated on the northern portion of the Project Site. An elevated concentrations of ETPH was detected in AOEC-1, and elevated concentrations of leachable lead were detected in AOEC-2 and AOEC-3. The Project Plans include the construction of a stormwater recharge bed that will underlie most of the paved surface on the northern portion of the Project (parking lot will be paved with porous hot mixed asphalt), with an infiltration gallery to be located in the western-most portion of that area. Due to the proposed installation of the recharge and infiltration beds, soils removed from the AOECs shall not be reused within the Project Limits. Soils excavated from the AOECs shall be managed in accordance to Item No. 0101117A, “Controlled Material Handling” and will require disposal at an approved treatment/disposal facility in accordance with Item 0202315A, “Disposal of Controlled Materials.” Concentrations of SVOCs, ETPH, pesticides, and total and leachable metals below the applicable Connecticut RSR criteria were detected in soil throughout the Project Limits. Therefore the remaining areas of the Project (both the northern and southern portions of the site) have been identified as “Low Level” Areas of Environmental Concern (LLAOECs). The presence of the compounds at these concentrations will not require material handling measures beyond those required for normal construction operations. However, the presence of these compounds will require the final disposition of soils excavated from these areas to be restricted as described herein. Materials excavated from within the LLAOECs that cannot be reused within the Project Limits shall be managed in accordance to Item No. 0101117A, Controlled Material Handling and will require disposal at an approved treatment/disposal facility in accordance with Item 0202315A, “Disposal of Controlled Materials.” Controlled Material will be transported to the temporary waste stockpile area (WSA) located within the Project Limits. Construction of the WSA shall be in accordance with Item 0101128A, “Securing, Construction, and Dismantling of a Waste Stockpile” and as indicated on Drawing No. ENV-002. The WSA shall consist of a minimum of two storage bins. Due to the limited space available within the Project Limits for soil management, the location and dimensions of the bins will be at the Contractor’s discretion, subject to the Engineer’s approval. Note that the WSA will need to be relocated at least once during the Project to accommodate the sequencing of the Project activities.

    310-059 42

  • 11/3/17

    GENERAL

    All suitable material excavated within the LLAOECs shall be utilized as fill/backfill within the Project Limits, in accordance with the following conditions:

    1. Such soil is deemed to be structurally suitable for use as fill by the Engineer;

    2. Such soil is not placed below the water table;

    3. The CT Department of Energy and Environmental Protection (CTDEEP) groundwater classification of the area where the soil is to be reused as fill does not preclude said reuse; and

    4. Such soil is not placed in an area subject to erosion.

    Soils within the LLAOECs are to be reused onsite before importing soil and/or fill such that soils requiring off-site disposal are minimized. The CTDEEP groundwater classification beneath the Project is GA-impaired. One groundwater grab sample was collected during the environmental investigation. While the analytical results from this sample indicated no exceedances of the RSRs, VOCs and arsenic were detected at concentrations that exceed the effluent limits for one or more of the CTDEEP General Discharge Permits. However, it is not anticipated that groundwater will be encountered during construction, as the depth to water was observed at approximately 17 feet below surface grade. Should it be determined that it is necessary, any water resulting from dewatering activities will have to be treated to comply with that permit and appropriate provision will be added to the Contract.

    The Contractor is hereby notified that they will be required to implement appropriate health and safety measures for all construction activities to be performed within the Project Limits. These measures shall include, but are not limited to, air monitoring, engineering controls, personal protective equipment and decontamination, equipment decontamination and personnel training. THE PROVISION OF WORKER HEALTH AND SAFETY PROTOCOLS WHICH ADDRESS POTENTIAL AND/OR ACTUAL RISK OF EXPOSURE TO SITE SPECIFIC HAZARDS IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. The Sections which shall be reviewed by the Contractor include, but are not limited to, the following:

    Item No. 0101000A – Environmental Health and Safety

    Item No. 0101117A – Controlled Materials Handling

    Item No. 0101128A – Securing, Construction, and Dismantling of a Waste Stockpile and Treatment Area

    Item No. 0202315A – Disposal of Controlled Materials

    310-059 43

  • 11/3/17

    GENERAL

    The Contractor is alerted to the fact that a Department environmental consultant will be on site for excavation activities within the AOECs, to collect soil and groundwater samples (if necessary), and to observe site conditions for the State. The WSA is to be used exclusively for temporary stockpiling of excavated materials from within the Project AOECs for determination of disposal classification. Information pertaining to the results of the environmental investigations discussed above can be found in the following documents. These documents shall be available for review on the Project portal in ProjectWise. Task 210 – Surficial Site Investigation Report, Guilford and Clinton Railroad Stations,

    Guilford and Clinton, Connecticut. GEI Consultants, Inc., Revised June 9, 2003.

    Task 210 – Subsurface Site Investigation Report, Clinton Shoreline East Station, Clinton, Connecticut. TRC, February 2011 (and Addendum Letter dated May 31, 2011).

    Task 210 – Subsurface Site Investigation Report – Drainage Area Investigation, Clinton Shoreline East Station, Clinton, Connecticut. TRC, June 2011.

    310-059 44

  • Rev. Date 03/25/08

    GENERAL

    SECTION 1.02 - PROPOSAL REQUIREMENTS AND CONDITIONS Article 1.02.04 – Examination of Plans, Specifications, Special Provisions and Site of Work:

    Replace the third sentence of the last paragraph with: The Department cannot ensure a response to inquiries received later than ten (10) days

    prior to the original scheduled opening of the related bid.

    310-059 45

  • Rev. Date 10-16-13

    GENERAL

    SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES Article 1.07.10 - Contractor’s Duty to Indemnify the State against Claims for Injury or Damage:

    Add the following after the only paragraph: “It is further understood and agreed by the parties hereto, that the Contractor shall not use

    the defense of Sovereign Immunity in the adjustment of claims or in the defense of any suit, including any suit between the State and the Contractor, unless requested to do so by the State.”

    310-059 46

  • Rev. Date 08/22/17

    GENERAL

    SECTION 1.20 - GENERAL CLAUSES FOR FACILITIES CONSTRUCTION 1.20-1.00 – Facilities Construction – General: Delete the second sentence in the first paragraph and replace with the following: “The Department has determined that this Project is Facilities Construction and therefore Section 1.20 applies.” 1.20-1.05.02— Facilities Construction – Contractor Submittals: Replace #1, #2, and #3. 1. General: If the plans prepared by the Department do not show complete details, they will show the necessary dimensions and preliminary details, which when used along with the other Contract documents, will enable the Contractor to prepare submittals necessary to complete the Contract work. The Contractor is required to prepare submittals as Portable Document Format (PDF) files using Bluebeam Revu. The Contractor is also required to acquire and maintain access to the Department’s Bentley ProjectWise data management system portal. The minimum recommended internet speed is 25MB/sec. For reference, the Department’s internet speed is 1 GB/sec. The Contractor shall submit a “CT DOT ProjectWise – New User Form” to request user names and passwords. The Department will permit Web-based access and no more than 2 users for the Contractor. The entry/log-in procedure is described in Section 3.2 of the CT DOT Digital Project Development Manual. 2. Submittal Preparation and Processing: The Contractor shall: (a) Coordinate preparation and processing of submittals with performance of construction activities; (b) Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay; (c) Coordinate each submittal with fabrication, purchasing, testing, delivery, and other submittals and related activities that require sequential activity; (d) Provide complete submittal packages as multi-page PDF’s (Working Drawings, Shop Drawings, Product Data, Product Samples, and Quality Assurance Submittals, as applicable) for related elements of Project work for a concurrent review of all information. Incomplete submittal packages will be returned to the Contractor without being reviewed. Electronic PDF packages shall be limited to 75 MB unzipped; larger PDF packages will need to be broken up. The Contractor shall allow at least 21 calendar days for initial submittal review by the submittal

    310-059 47

  • Rev. Date 08/22/17

    GENERAL

    reviewer, and allow additional time for such review if processing must be delayed to permit coordination with subsequent submittals. If a subsequent submittal is necessary, the Contractor shall allow at least 21 additional calendar days for processing each subsequent submittal. The submittal reviewer reserves the right to withhold action on a submittal if coordination with other submittals is necessary, until all related submittals are received. The submittal reviewer will promptly inform the Contractor when a submittal being processed must be delayed for such coordination. The Contractor shall allow at least 45 calendar days for outside agency review of any submittal requiring their approval, including but not limited to the following: any utility, FTA, any railroad, DEEP, U.S. Coast Guard, Army Corps of Engineers, FM Global, and any Commissioning Authority. The Engineer will not authorize an extension of Contract time because of the Contractor’s failure to transmit submittals to the submittal reviewer or outside agencies sufficiently in advance of the work to permit processing. The Contractor shall be limited to one acceptable submittal per product. Once a product has been accepted either as originally specified, or as an “Or Equal” to the product specified, the Contractor may elect to submit a subsequent product for consideration, but the Contractor shall be required to reimburse the Department for all costs associated with reviewing the subsequent request. The Contractor shall attach a Submittal Transmittal Form to the beginning of each PDF submittal package. A blank Submittal Transmittal Form is located in ProjectWise “01.0 – Projects-Active” under the subfolder “120_Contractor_Submittals (PDF)” under the project number main folder. This form will be used for the Contractor to digitally certify that “Having reviewed this submittal, I certify that it is complete, accurate, coordinated in all aspects of the item being submitted and conforms to the requirements of the Contract in all respects, including all Federal requirements such as “Buy America”, except as otherwise noted.” The digital certification process is detailed in Section 2 of the CT DOT Digital Project Development Manual. 3. Transmittal of Submittals: The digitally certified PDF submittal package shall be uploaded into ProjectWise “01.0 – Projects-Active” under the subfolder “120_Contractor_Submittals (PDF)” under the project number main folder. The upload process is detailed in Section 3.2.1-3 of the CT DOT Digital Project Development Manual. The submittal reviewer will not act on submittals received in any other manner. The Contractor shall attribute the submittal packages in ProjectWise using the following the following attributes and naming conventions:

    a) Discipline: CTR b) Main Category: CONTRACTOR c) Sub Category: SUBMITTAL d) Label: “XXX-Spec Reference-##”

    310-059 48

  • Rev. Date 08/22/17

    GENERAL

    1. “XXX” is the chronological submittal number created by the Contractor starting at 001.

    2. “Spec Reference” is the 7-digit Contract Item No. (no “A” shall be included) for individual Contract items or is the 6-digit CSI Section number preceded by a “C” (making it a total of 7 digits) for the MLSI.

    3. “##” is the submission attempt (01, 02, 03, etc.) of the submittal.

    e) Description: Brief description of submittal content labeled “Submittal – submittal content.”

    The first submission for a particular item is the “01” submittal. Subsequent resubmittals (02, 03, etc.) are transmitted as described above only for those submittals or portions thereof returned to the Contractor with a “Revise and Resubmit” or “Rejected” disposition. The chronological submittal number shall not be revised on a resubmittal. After uploading an initial or subsequent submittal, the Contractor shall provide e-mail notification to submittal reviewers and other key personnel at their business e-mail address that the submittals have been uploaded and are available for review. The Contractor shall provide a web link to the PDF submittal within their e-mail notification. The Contractor shall include the following information in the notification e-mail subject line in this order: Project Number - “XXX-Spec Reference-##” – “Description.” The submittal review time begins when the submittal reviewer is notified by e-mail. In the 4th paragraph of subsection e, insert “color” between the phrase “2 copies” in each location. 1.20-1.05.07—Facilities Construction – Coordination with Work by Other Parties: Add the following after the last paragraph: “The Contractor is hereby advised of the Engineer’s and the Department personnel’s intent to maintain a minimum of one hundred ten linear feet (110’-0”) of the south platform boarding area of the passenger rail station until the Department accepts and occupies the renovated rail platform. The Contractor shall cooperate with the Engineer during construction operations to minimize conflicts and facilitate Engineer and Department personnel usage. The Contractor, the Engineer, and the Department personnel will coordinate construction operations and Department operations on a daily basis, if necessary.” 1.20-1.05.08— Facilities Construction – Schedules and Reports: Delete the first sentence and replace with the following: “Transmittals of Schedules: The schedule package shall be uploaded into ProjectWise “01.0 – Projects-Active” under the subfolder “115_Contractor_Schedules” under the project number main folder. The specific work flow to do so will be distributed at the Preconstruction Meeting.

    310-059 49

  • Rev. Date 08/22/17

    GENERAL

    The Contractor shall attribute the submittal packages in ProjectWise using the following the following attributes and naming conventions:

    a) Discipline: CTR b) Main Category: CONTRACTOR c) Sub Category: SCHEDULE d) Label: “Project Number - Schedule #XX - Date” e) Description: “Schedule #XX – Date”

    After uploading a schedule (baseline bar chart, monthly update, biweekly, or recovery), the Contractor shall provide e-mail notification to submittal reviewers and other key personnel at their business e-mail address that the submittals have been uploaded and are available for review. The Contractor shall provide a web link to the schedule within their e-mail notification. The Contractor shall include the following information in the notification e-mail subject line in this order: “Project Number - Schedule #XX - Date” When a project coordinator is not required by the Contract the following shall apply:” 1.20-1.05.23 – Facilities Construction – Requests for Information (RFI’s) and Requests for Change (RFC’s): Delete the first paragraph and replace with the following: “The Contractor shall upload all RFIs and RFCs into ProjectWise “01.0 – Projects-Active” under the subfolder “121_Contractor RFIs and RFCs” under the project number main folder. The specific work flow to do so will be distributed at the Preconstruction Meeting. The Contractor shall attribute the RFIs and RFCs in ProjectWise using the following the following attributes and naming conventions: Discip