965
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. 1 320-019

TABLE OF CONTENTS OF SPECIAL PROVISIONS › SCP_Documents › Bids › 52926 › Contract... · 2020-04-17 · TABLE OF CONTENTS TABLE OF CONTENTS OF SPECIAL PROVISIONS Note: This

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

  • 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.

    1320-019

  • Table of ContentsTABLE OF CONTENTS OF SPECIAL PROVISIONS 1................................................................................CONTRACT TIME AND LIQUIDATED DAMAGES....................................................................................CONTRACT TIME AND LIQUIDATED DAMAGES....................................................................................NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS..................................................NOTICE TO CONTRACTOR - PROJECT DESCRIPTION........................................................................NOTICE TO CONTRACTOR - SUBMITTALS............................................................................................NOTICE TO CONTRACTOR - EARLY SUBMITTALS...............................................................................NOTICE TO CONTRACTOR - FRA ALCOHOL AND DRUG TESTING....................................................NOTICE TO CONTRACTOR - SOLE SOURCE PRODUCTS...................................................................NOTICE TO CONTRACTOR - POTENTIAL FOR ASBESTOS .................................................................CONTAINING MATERIALS .......................................................................................................................NOTICE TO CONTRACTOR - PRE-INSTALLATION MEETINGS ............................................................NOTICE TO CONTRACTOR - CLOSEOUT DOCUMENTS ......................................................................NOTICE TO CONTRACTOR - UTILITY SERVICE CONNECTIONS [AND...............................................RELOCATIONS].........................................................................................................................................NOTICE TO CONTRACTOR - CAD FILES................................................................................................NOTICE TO CONTRACTOR - STATION OPERATION ............................................................................NOTICE TO CONTRACTOR - WORK ON RAILROAD PROPERTY ........................................................NOTICE TO CONTRACTOR - PHOTO IDENTIFICATION........................................................................NOTICE TO CONTRACTOR - RAILROAD SAFETY TRAINING...............................................................NOTICE TO CONTRACTOR - MAINTAINING ROADWAY ACCESS TO .................................................TRACKS.....................................................................................................................................................NOTICE TO CONTRACTOR - LIGHT POLUTION CONTROL..................................................................NOTICE TO CONTRACTOR - TRACK MONITORING..............................................................................NOTICE TO CONTRACTOR - TACTILE WARNING STRIP .....................................................................NOTICE TO CONTRACTOR - UNDERGROUND UTILITIES....................................................................NOTICE TO CONTRACTOR - LIMITED SPACE AND AVAILABILITY......................................................OF PARKING .............................................................................................................................................NOTICE TO CONTRACTOR - MEASUREMENT AND PAYMENT ...........................................................NOTICE TO CONTRACTOR - FORM 817 REFERENCES ON STANDARD............................................DRAWINGS................................................................................................................................................NOTICE TO CONTRACTOR - PLATFORM CONSTRUCTION.................................................................NOTICE TO CONTRACTOR - LIMITATION OF CONTRACTOR..............................................................OPERATIONS............................................................................................................................................NOTICE TO CONTRACTOR - CONSTRUCTION CONTRACTOR...........................................................DIGITAL SUBMISSIONS ...........................................................................................................................NOTICE TO CONTRACTOR - FM GLOBAL SUBMITTALS......................................................................NOTICE TO CONTRACTOR - ENVIRONMENTAL INVESTIGATIONS....................................................NOTICE TO CONTRACTOR - PORTLAND CEMENT CONCRETE (PCC) ............................................MIX CLASSIFICATIONS............................................................................................................................NOTICE TO CONTRACTOR - TRAINING.................................................................................................NOTICE TO CONTRACTOR - 1.05 CONTROL OF THE WORK ..............................................................NOTICE TO CONTRACTOR - COMPASS SUBMITTALS.........................................................................NOTICE TO CONTRACTOR - ARCHITECTURAL AND INDUSTRIAL .....................................................MAINTENANCE COATINGS .....................................................................................................................NOTICE TO CONTRACTOR - PROCUREMENT OF MATERIALS...........................................................NOTICE TO CONTRACTOR - RIGHTS OF WAY RESTRICTIONS..........................................................SECTION 1.02 - PROPOSAL REQUIREMENTS AND CONDITIONS ......................................................SECTION 1.03 - AWARD AND EXECUTION OF CONTRACT .................................................................SECTION 1.08 - PROSECUTION AND PROGRESS................................................................................SECTION 1.10 - ENVIRONMENTAL COMPLIANCE ................................................................................SECTION 1.20 - GENERAL CLAUSES FOR FACILITIES ........................................................................

    45678

    10111314141516191921222326272828293033343535363939404141424243444646475152535356575860616266

    2320-019

  • CONSTRUCTION ......................................................................................................................................SECTION 6.01 - CONCRETE FOR STRUCTURES..................................................................................SECTION M.03 - PORTLAND CEMENT CONCRETE ..............................................................................ON-THE-JOB TRAINING (OJT) WORKFORCE DEVELOPMENT PILOT ...............................................SMALL CONTRACTOR AND SMALL CONTRACTOR MINORITY...........................................................BUSINESS ENTERPRISES (SET-ASIDE) ..............................................................................................ITEM #0000985A - TRACK MONITORING................................................................................................ITEM #0063521A - RAIL FACILITY UPGRADE SITE NO. 1 .....................................................................ITEM #0100500A - CONSTRUCTION COMMUNICATION EQUIPMENT.................................................ITEM #0101000A - ENVIRONMENTAL HEALTH AND SAFETY ..............................................................ITEM #0101117A - CONTROLLED MATERIALS HANDLING...................................................................ITEM #0202315A - DISPOSAL OF CONTROLLED MATERIALS .............................................................ITEM #0202452A - TEST PIT ....................................................................................................................ITEM #0603169A - PROGRESS PHOTOGRAPHS...................................................................................ITEM #0912530A - REMOVE AND RELOCATE BOLLARD......................................................................ITEM #0913984A - TEMPORARY PROTECTIVE FENCE ........................................................................ITEM #0915000A - TREE PROTECTION..................................................................................................ITEM #0921018A - BRICK PAVING...........................................................................................................ITEM #0947003A - BUS PASSENGER SHELTER....................................................................................ITEM #0949432A - ROOT PRUNING ........................................................................................................ITEM #0969000A - PROJECT COORDINATOR .......................................................................................ITEM #0969050A - DOCUMENT CONTROL SPECIALIST.......................................................................ITEM #0969062A - CONSTRUCTION FIELD OFFICE, MEDIUM .............................................................ITEM #0980001A - CONSTRUCTION STAKING ......................................................................................ITEM #0992093A - RESET BRICK PAVING..............................................................................................ITEM #1302061A - ADJUST GATE BOX (WATER) ................................................................................ITEM #1700001A - SERVICE CONNECTIONS (ESTIMATED COST) ....................................................INDEX OF CSI FORMATTED SPECIFICATIONS.....................................................................................PERMITS AND/OR REQUIRED PROVISIONS.........................................................................................

    6681

    107115119119130133134136144152158160163164166168169171172182190197200201202203921

    3320-019

  • Rev. Date 06-09-17

    CONTRACT TIME AND LD

    MARCH 25, 2020 FEDERAL AID PROJECT NO.: N/A

    STATE PROJECT NO. 320-019

    NEW HAVEN – HARTFORD – SPRINGFIELD RAIL PROGRAM SHORT HIGH-LEVEL PLATFORM STATION

    Town of Windsor

    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 2019 (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 SHORT HIGH-LEVEL PLATFORM STATION in the Town of Windsor.

    CONTRACT TIME AND LIQUIDATED DAMAGES One Hundred Eighty-Three (183) calendar days will be allowed for completion of the work on this Contract and the liquidated damages charge to apply will be One Thousand Five Hundred Dollars ($1,500.00) per calendar day.

    4320-019

  • Rev. Date 06-09-17

    CONTRACT TIME AND LD

    MARCH 25, 2020 FEDERAL AID PROJECT NO.: N/A

    STATE PROJECT NO. 320-019

    NEW HAVEN – HARTFORD – SPRINGFIELD RAIL PROGRAM SHORT HIGH-LEVEL PLATFORM STATION

    Town of Windsor

    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 2019 (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 SHORT HIGH-LEVEL PLATFORM STATION in the Town of Windsor.

    CONTRACT TIME AND LIQUIDATED DAMAGES A total of ( ) calendar days will be allowed for completion of all work on this Contract. One Hundred Eighty-Three (183) calendar days will be allowed for completion of all work, excluding the planting and the liquidated damages charge to apply will be One Thousand Five Hundred Dollars ($1,500.00) per calendar day. In addition, starting on , ( ) calendar days will be allowed for the completion of the planting and the liquidated damages charge to apply will be Dollars ($ ) per calendar day that the planting work remains incomplete.

    5320-019

  • September 2016

    NOTICE TO CONTRACTOR

    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.

    6320-019

  • Date 6/13/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - PROJECT DESCRIPTION The Project consists of temporary 52-foot long high-level boarding platforms and associated improvements and upgrades to the existing railroad station located at 41 Central Street in Windsor, Connecticut as shown and described in the Contract. The project will construct new 52-foot long high-level boarding platforms with stair and ramp access. The platforms will include guardrails, premanufactured shelters, bench seating, blue light phones, passenger information display signs and variable instant messaging signs. The platform assemblies will consist of pile-supported, Structural Reinforced Modular Polymer Composite Deck and Surface-Applied Panels on steel beams supporting the platform. An integral electric snow-melt system will be incorporated into the Structural Reinforced Modular Polymer Composite Deck and Surface-Applied Panels and run back to a new centralized utility building housing the power, lighting, controls and telecommunications equipment. Platform, ramp and stair steel guardrails will be shop-fabricated, and shop painted with a high-performance coating system. The west side (Track 1) proposed construction is integrated into recent station improvements including a new ADA ramp and HC parking area. The project includes construction of a new cast-in-place concrete ramp leading to the platform and a new sloping concrete and fiberglass grating sidewalk connecting the existing HC parking area to the landing of the ADA ramp. In addition, the construction includes a new wheelchair lift pad and modifications to the existing one to serve as a storm drainage structure and support for the fiberglass grating spanning over top. The east side (Track 2) proposed construction is supported on the recently built low-level platform. The construction includes another high-level Structural Reinforced Modular Polymer Composite Deck and Surface-Applied Panel platform, as well as Reinforced Modular Polymer Composite ramp and stair connecting the platform to the existing low-level boarding platform. The steel beams supporting the light weight Structural Reinforced Modular Polymer Composite Deck and Surface-Applied Panel platform transfer the load to the foundation walls of the low-level platform. Lighting, fire alarms and CCTV security cameras are included on both platforms and in the utility building. A complete package of wayfinding, regulatory, and informational signs are also included as part of the overall station package. Variable message signs and PA systems are also included. Site work associated with the upgraded facility consists of excavation and minor grading work to accommodate the station components (sidewalk, ramp, utility building, site lighting and signage).

    7320-019

  • NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - SUBMITTALS The Contractor is hereby notified that submittals, including shop and working drawings, computations and calculations, catalog cuts, data sheets and all other materials the Contractor submits to ConnDOT shall be PREPARED AND SUBMITTED IN DIGITAL FORMAT. All correspondence including drawings submitted for review and/or approval, submittals, etc. will be transmitted by all parties in digital format, in accordance with Form 817 Article 1.20-1.05.02 and the latest ConnDOT Policies and Procedures. All submittals shall be produced and controlled using SharePoint, in accordance with Item No. 0969050A – Document Control Specialist. Transmittal of Submittals: Unless otherwise stipulated, all submittals requiring review for conformance with the Contract shall be digitally transmitted to Michael Baker International, Inc., ATTN: Tyler Tompkins, 500 Enterprise Drive, Suite 2B, Rocky Hill, Connecticut 06067 Transmittal letters shall be sent digitally via the SharePoint System (Email Notification) to Mr. Bruce A. Olmstead, P.E., Transportation Supervising Engineer, Facilities Design, Bureau of Engineering and Construction, Connecticut Department of Transportation, 2800 Berlin Turnpike, P.O. Box 317546, Newington, CT 06131-7546, Room 3405, ATTN: Mrs. Angela Maynard; and to the District 1A Administration Office, 700 State Street, Suite 101, New Haven, CT 06511, ATTN: Mohammed Bishtawi. The appropriate distributions will be set up by the Program Manager (PB) prior to the Notice to Proceed. Submittals requiring review for conformance with the Contract that shall be submitted digitally to the Assistant District Engineer in lieu of the Designer are listed below: Project Management Project Coordinator Major Lump Sum Item Schedule of Values Quality Control Plan Photographer Construction Field Office and Materials Computer Peripherals Emergency Numbers Concrete Mix Design Certifications Asphalt Mix Design Certifications Erosion Control Plan and Materials Demolition Plan Disposal Plan Welding (Welder) Certificates Certified Test Reports, Material Certificates, etc. from Form 817 Standard Items (non “A” Items from Bid List) “Non-A” items, including those items in CSI-formatted Specifications All test reports identified in CSI-formatted Specification except for Testing, Adjusting, and Balancing Reports

    8320-019

  • NOTICE TO CONTRACTOR

    Submittals requiring review for conformance with the Environmental Contract will also be sent digitally via the SharePoint System to Denise Young, DOT Environmental Compliance, Bureau of Engineering and Construction, Connecticut Department of Transportation, 2800 Berlin Turnpike, P.O. Box 317546, Newington, CT 06131-7546. The appropriate distributions will be set up by the Program Manager (PB) prior to the Notice to Proceed. Health and Safety Plan Disposal Plan and Site Submittal Preparation and Processing: The Contractor shall provide the Designer with complete submittal packages (Product Data, Shop Drawings, Samples, and Quality Assurance Submittals, as applicable) for individual elements of Project work for a concurrent review of all information. Incomplete submittal packages will be returned to the Contractor without being reviewed. The Contractor shall also provide FM Global with one (1) printed copy of the any submittals required as part of the Notice to Contractor – FM Global Submittals and/or as required in the specifications. Address: FM Global, Boston Operations 1175 Boston-Providence Turnpike Norwood, MA 02062

    All submittals are to be packaged in PDF format according to guides provided by the Program Management Team (PB) and transmitted digitally using the SharePoint System. For all approved submittals, the Contractor shall maintain a record copy (paper print) of approved submittals on site at the field trailer and transmit 1 paper copy of approved submittals to the designated CTDOT inspection field office addressed to District 1 Engineer – Donald Ward. Samples: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of choices, submit two (2) full sets of the standard and custom choices for the material or product. Where Samples illustrate assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit one (1) sample (or set, if applicable). Designer’s Action: The Designer will digitally return submittals marked with action taken and corrections or modifications required. Shop Drawings: The Designer will return shop drawings digitally. The digital copy shall be considered a “Record Document” and maintained as such. Samples: The Designer will return one set of samples marked with the action taken. The set of samples shall be maintained at the Project site when returned. Maintenance manuals and warranties will not be returned unless they are rejected. Other key construction personnel will be identified at the Pre-Construction Meeting.

    9320-019

  • NOTICE TO CONTRACTOR

    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:

    Architecturally-Exposed Structural Steel Framing

    Structural Steel Framing Variable Messaging Sign Head-End Equipment Passenger Information Display System (PIDS)

    Structural Fiber Reinforced Modular Polymer Composite Deck and Surface-Applied Panels

    Snow Melt Heating Panels 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

    Health and Safety Plan Platform Layout Plan (approval by AMTRAK)

    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.

    10320-019

  •  

        NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - FRA 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 “each 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.  https://www.fra.dot.gov/eLib/details/L02814  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 

    11320-019

  •  

        NOTICE TO CONTRACTOR

     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, AMTRAK  has stated that contractors or consultants who do not comply with the FRA regulations will not be able to work on AMTRAK 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) 4936313. 

    12320-019

  • NOTICE TO CONTRACTOR

    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. Special Provision: Form 817 Section 0947003A, “Bus Passenger Shelter”. 2. Metals: CSI Division Section 051300, “Retractable Platform Edge”. 3. Cast Polymer Fabrications: CSI Division Section 066100, “Structural Reinforced

    Modular Polymer Composite Deck and Surface-Applied Panels”. 4. Specialties: CSI Division Section 104060, “Trash/Recycling Receptacles”. 5. Lighting: CSI Division Section 265600, “Lighting”. 6. Data Communications Network Equipment: CSI Division Section 272133, “Data

    Communications Wireless Access Points”. 7. Snow Melting Systems: CSI Division Section 321743, “Snow Melt Heating Panels”. 8. Fences and Gates: CSI Division Section 323119, “Decorative Metal Fences and Gates”. 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.

    13320-019

  • Rev. Date 03/28/19

    NOTICE TO CONTRACTOR

    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 071900, “Water Repellants.” 3. Division 07 Section 072100, “Thermal Insulation.” 4. Sheet Underlayment: Division 07 Section 073200, “Composite Roof Tile Systems”. 5. All products but Metals, Fasteners: Division 07 Section 074113, “Formed Metal Roof

    Panels.” 6. All products but Sheet Metals, Fasteners: Division 07 Section 076200, “Sheet Metal

    Flashing and Trim.” 7. All products but Metals, Fasteners: Division 07 Section 077100, “Roof Specialties.” 8. Division 07 Section 079200, “Joint Sealants.” 9. Division 09 Section 092900, “Gypsum Board.” 10. Tapes and Adhesives: Division 10 Section 104250, “Signage.” 11. Division 23 Section 230713, “Duct Insulation.” 12. Division 23 Section 230719, “HVAC Piping Insulation.” 13. Division 23 Section 232001, “HVAC Piping and Joints.” 14. Flexible Connectors: Division 23 Section 233100, “Sheet Metal Work and Accessories.” 15. Sealants: Division 23 Section 233100, “Sheet Metal Work and Accessories.” 16. Division 26 Section 260519, “Low-Voltage Electrical Power Conductors and Cables.” 17. Division 260533, “Raceways and Boxes for Electrical Systems”.

    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.

    14320-019

  • NOTICE TO CONTRACTOR

    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. Micropiles: Verification Test for Micropiles, Proof Test for Micropiles, and Micropile

    Length Adjustment, Form 817 Article 7.06. 3. Cast-In-Place Concrete: CSI Division 3 Section 033000, “Cast-In-Place Concrete.” 4. Clay Masonry Unit: CSI Division 4 Section 042113, “Brick Masonry.” 5. Structural Steel Framing: CSI Division 5 Section 051200, “Structural Steel Framing.” 6. Structural Steel Framing: CSI Division 5 Section 051213, “Architecturally Exposed

    Structural Steel Framing.” 7. Cast Polymer Fabrications: CSI Division 6 Section 066100, “Structural Reinforced

    Modular Polymer Composite Deck and Surface-Applied Panels.” 8. Thermal and Moisture Protection: CSI Division 7 Section 073200, “Composite Roof Tile

    Systems.” 9. Thermal and Moisture Protection: CSI Division 7 Section 074113, “Formed Metal Roof

    Panels” 10. Painting: CSI Division 9 painting Sections 11. Tactile Warning Surface: CSI Division 9 Section 093050, “Tactile Warning Strip –

    Surface Applied.” 12. Specialties: CSI Division 10 Section 104250, “Site Wayfinding & Identification

    Signage.” 13. Testing, Adjusting, and Balancing: CSI Division 23 Section 230593, “Testing, Adjusting,

    and Balancing for HVAC.” 14. Convection Heating and Cooling Units: CSI Division 23 Section 238240, “DX Mini-

    Splits System.” 15. Common Work Results for Electrical: Raceway and Boxes for Electrical Systems, CSI

    Section 260533 16. Video Surveillance: CSI Division 28 Section 282301, “Video Surveillance System.” 17. Intrusion Detection: CSI Division 28 Section 283101 “Fire Alarm System.” 18. Pavement Snow Melting Systems: CSI Division 32 Section 321743 “Snow Melt Heating

    Panels.”

    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.

    15320-019

  • NOTICE TO CONTRACTOR

    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. Spare Parts: The Contractor shall deliver spare parts on products listed in the Table below to the Project Site. Operation and Maintenance Manuals: Submit in accordance with Form 817 Article 1.20-1.08.14. The Designer and the Owner (Mr. Richard Jankovich, Office of Rails) will review the manuals for conformance to the Contract. Product 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 in accordance with Form 817 Article 1.20-1.06.08. The Designer and the Owner will review the warranties for conformance to the Contract. The Contractor shall provide special warranties on products and installations listed in the Table.

    TABLE

    Special Provision (including CSI-formatted Specifications) Warranties

    Spare Parts Training

    Operation and

    Maintenance Manuals

    CSI Section 051300, “Retractable Platform Edge” X X X CSI Section 066100, “Structural Reinforced Modular

    Polymer Composite Deck and Surface-Applied Panels” X

    CSI Section 066400, “Polyethethylene Platform Edge Strips” X

    CSI Section 071900, “Water Repellents” X

    CSI Section 073200, “Composite Roof Tile Systems” X X

    CSI Section 074113.16, “Formed Metal Roof Panels” X CSI Section 074230, “Soffit Panels” X X

    16320-019

  • NOTICE TO CONTRACTOR

    Special Provision (including CSI-formatted Specifications) Warranties

    Spare Parts Training

    Operation and

    Maintenance Manuals

    CSI Section 074650, “Exterior Siding and Trim” X X CSI Section 076200, “Sheet Metal Flashing and Trim” X X

    CSI Section 077100, “Roof Specialties” X X CSI Section 079200, “Joint Sealants” X

    CSI Section 087100, “Door Hardware” X X CSI Section 099113, “Exterior Painting” X CSI Section 099610, “Graffiti Control” X

    CSI Section 099613, “Interior Epoxy Painting” X X CSI Section 104060, “Trash Receptacles” X X

    CSI Section 104070, “Bicycle Parking Racks” X CSI Section, “Emergency Key Cabinet” X

    CSI Section 104250, “Site Wayfinding & Identification Signage” X

    CSI Section 230500, “Basic Mechanical Materials and

    Methods” X X

    CSI Section 230593, “Testing, Adjusting, and Balancing” X

    CSI Section 233900, “Fans and Accessories” X X X CSI Section 238235, “Terminal Heat Transfer Units” X

    CSI Section 238240, “DX Mini-Splits” X X X CSI Section 238323, “Electric Snow Melt System” X X X CSI Section 260500, “Common Work Results for

    Electrical” X X

    CSI Section 260923, “Lighting Control Devices” X X X CSI Section 262200, “Low-Voltage Transformers” X X

    CSI Section 262416, “Panelboards” X X X CSI Section 262726, “Wiring Devices” X

    CSI Section 262816, “Enclosed Switches and Circuit Breakers” X

    CSI Section 263353, “Static Uninterruptible Power Supply” X X X

    CSI Section 264313, “Surge Protection Devices for Low Voltage” X X

    CSI Section 265200, “Emergency Lighting” X CSI Section 265600, “Lighting” X X

    CSI Section 273226, “Blue Light/Emergency Telephone System” X X

    CSI Section 274216, “Passenger Information Display X

    17320-019

  • NOTICE TO CONTRACTOR

    Special Provision (including CSI-formatted Specifications) Warranties

    Spare Parts Training

    Operation and

    Maintenance Manuals

    (PID) Systems” CSI Section 275116, “Public Address System” X

    CSI Section 282301, “Video Surveillance System” X X X CSI Section 283101, “Fire Alarm System” X X X

    CSI Section 321743, “Snow Melt Heating Panels” X X X CSI Section 323119, “Decorative Metal Fences and

    Gates” X

    Form 817 Item 0947003A, “Bus Passenger Shelter” X X

    18320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - UTILITY SERVICE CONNECTIONS [AND RELOCATIONS] The electric, telephone, gas, and water (including fire protection), services to the Project Site require service connections to the applicable utility company’s facilities. Utility service connection 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: Storm: Town of Windsor

    Mr. Philip J. Sissick Director of Public Works

    Stanton Road Windsor Locks, CT 06096

    Phone: 860-627-1405 [email protected]

    Water: MDC – The Metropolitan District

    Mr. Richard Norris, P.E. Project Engineer/ Utility Liaison

    555 Main Street, P.O. Box 800 Hartford, CT 06142-0800

    Phone: 860-278-7850 EXT: 3450 [email protected]

    Gas: Connecticut Natural Gas (CNG)

    Mr. Jonathan Gould

    Gas Engineer 76 Meadow Street, 2nd Floor

    East Hartford, CT 06108 Phone: 860-727-3044 [email protected]

    19320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    Electric: Eversource

    The Connecticut Light & Power Company dba Eversource Energy – Electric Distribution Mr. Thomas Woronik

    Supervisor – Construction Engineering 22 East High Street

    East Hampton, CT 06424 Phone: 860-267-3891

    [email protected] Map Requests: [email protected]

    Telephone: Frontier Connecticut

    The Southern New England Telephone Company dba Frontier Communications of

    Connecticut Ms. Lynne DeLucia

    Manager – Engineering & Construction 1441 North Colony Road Meriden, CT 06450-4101

    Phone: 203-238-5000 Mobile:860-967-4389

    [email protected] Map Requests: [email protected]

    See the Utility Mailing List: https://portal.ct.gov/-/media/DOT/documents/dutilities/Utility-Mailing-List.pdf?la=en 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.

    20320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    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.

    21320-019

  • Rev. Date 2/28/18

    NOTICE TO CONTRACTOR

    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 all temporary facilities and all platforms at all times and shall maintain all temporary facilities so that they remain free of hazards. The Contractor shall schedule work that will require closure of a platform 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 – Persecution and Progress for Facilities Construction.

    22320-019

  • NOTICE TO CONTRACTOR

    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.

    23320-019

  • NOTICE TO CONTRACTOR

    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:

    Madeleine Respler AMTRAK

    Engineering – I&C 30th Street Station, Box 64

    2955 Market Street Philadelphia, PA 19104

    Phone: 215-349-4367 [email protected]

    and

    Keith Hogan AMTRAK

    Senior Engineer, Capital Construction 76 Depot Road

    Berlin, CT 06037 Office 860-829-2260 Mobile 860-237-7395

    [email protected] 2. In general, unless otherwise authorized by the Railroad, operations directly over or

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

    Block of Available Foul Time (Single or Double Track)

    Sunday Night – Monday Morning 11:00PM – 5:00AM (freight movements expected within this window)

    Monday Night – Friday Morning

    11:59PM – 5:00AM (freight movements expected within this window)

    Friday Night – Saturday Morning

    11:59PM – 6:00AM

    Saturday Night - Sunday Morning 11:00PM – 6:00AM

    24320-019

  • NOTICE TO CONTRACTOR

    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. The hours shown for available foul time are the times the track(s) may be taken be out of

    service for Contractor activities. However, it should be noted the identified blocks of available foul time above are subject to suspension or revocation due to, but not limited to, scheduled freight movements, late or delayed passenger trains, track maintenance activities, locomotive/coach dead head movements, track car movements, train equipment movements and emergency or unplanned activities. The Contractor shall understand that while freight movements are anticipated within blocks of available foul time identified above, these hours and days of availability are subject to change in the future. In addition, passenger train schedules are also subject to change, which may alter or shorten blocks of available foul time. Outside the blocks of available foul time identified above, the Contractor is not precluded from requesting foul time, however, the Contractor shall expect very limited durations based on current passenger train and freight movements.

    2. Track outages will be considered as requests are submitted but not necessarily granted. While every effort will be made to accommodate the Project’s needs, track outages cannot be guaranteed. 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. Further, requests for track outages must identify Contractor activities that are deemed necessary for construction, not merely for the Contractor’s convenience. In the event a track outage is granted, the Contractor shall understand time needs to be allotted to AMTRAK to take the track out of service and return the track back into service within the duration of the outage.

    3. Station area work shall be performed, and flag protection acquired, in accordance with AMTRAK safety procedures. The Contractor shall be made aware of weeks in which holidays occur or weeks abutting holidays may result in limited availability of railroad protective personnel. The Contractor shall plan and execute their work accordingly.

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

    25320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    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.

    26320-019

  • Rev. Date 12/28/10

    NOTICE TO CONTRACTOR

    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.

    27320-019

  • Rev. Date 08/02/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - MAINTAINING ROADWAY ACCESS TO TRACKS The Contractor is hereby advised that maintaining access to all railroad tracks and equipment through the site for railroad and State employees, as well as for emergency vehicles, is hereby required. The Contractor shall construct a temporary access road to insure that access to the tracks and equipment is continuous during construction activities. Removal of the temporary access road shall be coordinated with the Engineer during construction.

    28320-019

  • Rev. Date 12/28/10

    NOTICE TO CONTRACTOR

    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.

    29320-019

  • Rev. 5/3/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - TRACK MONITORING Application Track monitoring is required for construction work that could affect the stability of the track, or any earth disturbing construction activity that is within 50 feet of the centerline of the nearest track or construction work that is within the influence line of the track. Construction activities that typically trigger the need for track monitoring include exaction, dewatering, pile driving or pipe jacking. Examples of the types of projects in which track monitoring is required:

    1. Underground pipe crossing by jacking or horizontal directional drilling. 2. Local excavation, such as for catenary structure foundation. 3. Excavation that is parallel to the track, such as construction of ditch or utility trench.

    Purpose The purpose of track monitoring is to record railroad track data before and during construction. The data sets are compared to determine if the track has been affected by construction. If the track has been affected, that data can be used to reestablish the pre-construction conditions. Track monitoring is based on the Class of Track and on tolerances for alignment and surface found in Amtrak MW 1000 Limits and Specifications for Track Maintenance Subpart C – Track Geometry. Scope of Work Track monitoring includes:

    1. Using surveying methods to establish locations (stations) for collection of track data. 2. Gathering and recording track data before construction starts. 3. Gathering and recording track data at pre-determined time intervals during

    construction. 4. Comparing pre-construction and during-construction data to determine if differential

    movement has occurred. 5. Reporting track monitoring data and comparison to Amtrak Construction Project

    Manager, Assistant Division Engineer of Track and System Track. Amtrak responsibilities:

    1. Prior to construction, Amtrak will provide the Class of Track and determine the number of stations where track data is to be measured.

    2. During construction, Amtrak will analyze the data provided and determine the appropriate course of action.

    30320-019

  • Rev. 5/3/19

    NOTICE TO CONTRACTOR

    3. Amtrak will be represented by either the Amtrak Construction Project Manager, the Amtrak Assistant Division Engineer of Track or the Amtrak System Track Senior Manager.

    Submittal for Amtrak Approval Design submittals are to be presented to Amtrak System Track for approval at least one month prior to construction. Proposed track monitoring plans must show either:

    1. Where track monitoring points are to be located and the monitoring details or 2. A note on the construction plans stipulating that the Contractor must submit the locations

    of track monitoring points and the monitoring details. Contract Surveyors must be licensed to work in the state in which the work is being performed and must be pre-approved by Amtrak Principal Engineer Surveys. Contractor ID card Credentials. For long-term monitoring, submit prism/target product date, proposed total station(s) location and data collection time intervals. Execution Safety: Work performed on track or close enough to foul a track must only be performed under the direction of qualified railroad personnel. Points Locations or Stations: Track monitoring points shall be established along the track and centered at the point where the work is closest to the track. Track alignment condition is checked by analyzing the uniformity over short distances on tangents and in curves. Uniformity at any point along the track is established by averaging the measured mid-chord offset values for nine (9) consecutive points centered on that point and which are spaced as follows:

    Chord Length = 31 feet, Spacing = 7’-9” Chord Length = 62 feet, Spacing = 15’-6”

    Datum and Accuracy: In accordance with Amtrak Survey Specification, summarized as follows. Horizontal – NAD 83 UTM 18N coordinates in survey feet. Vertical – NAVD 88. Horizontal and vertical accuracy 0.01 feet. Monitoring Intervals: Track monitoring measurements shall be observed and recorded prior to construction and then at the beginning and end of every shift of work. Points shall be measured,

    31320-019

  • Rev. 5/3/19

    NOTICE TO CONTRACTOR

    the measurements recorded, and the numbers compared with previous measurements. All points shall be measured each time monitoring occurs. Allowable deviations: If track is found to have moved either vertically or horizontally by more than one half of the Amtrak Maintenance limits as specified in Amtrak’s MW-1000 (and as shown in the table below) for the particular class of track involved, then all work shall cease immediately and the construction Contractor shall immediately notify the Amtrak Construction Project Manager, Assistant Division Engineer of Track or System Track Senior Manager. Work may not resume until the designated Amtrak Construction Project Manager has inspected the site and authorized work to restart. Track Maintenance: Deficiencies in track surface and alignment caused by construction activities will be corrected by Amtrak forces and billed to the construction project.

    TRACK CLASS

    MAX. PASSENGER SPEED (MPH)

    CROSS LEVEL (INCHES) The Difference in Cross Level

    Between Any Two Points Less

    Than

    DEVIATION FROM UNIFORM PROFILE

    (INCHES)

    DEVIATION FROM

    HORIZONTAL ALIGNMENT

    (INCHES)

    DEVIATION FROM

    HORIZONTAL ALIGNMENT

    (INCHES) 10’ 62’ 31’ CHORD 62’ CHORD 31’ CHORD 62’ CHORD

    MAINTENANCE LIMITS 1 15 1 2 ¼ N/A 2 ¼ 2 ¾ 3 ¾ 2 30 1 1 ⅝ N/A 2 1 ½ 2 ¼ 3 60 1 1 ½ N/A 1 ⅝ 7/8 1 ¼ 4 80 1 1 ¼ N/A 1 ½ ¾ 1 5 90 1 1 ⅛ N/A 1 ⅜ ½ 6 110 ¾ 1 ¾ ¾ ⅜ ½ 7 125 ¾ 1 ¾ ¾ ⅜ ⅜ 8 160 ¾ 1 ½ ¾ ⅜ ⅜ 9 200 ¾ 1 ⅜ ½ ⅜ ⅜

    ½ MAINTENANCE LIMITS 1 15 ½ 1⅛ N/A 1 ⅛ 1 ⅜ 1 ⅞ 2 30 ½ 13/16 N/A 1 ¾ 1 ⅛ 3 60 ½ ¾ N/A 13/16 7/16 ⅝ 4 80 ½ ⅝ N/A ¾ ⅜ ½ 5 90 ½ 9/16 N/A ½ 3/16 ¼ 6 110 ⅜ ½ ⅜ ⅜ 3/16 ¼ 7 125 ⅜ ½ ⅜ ⅜ 3/16 3/16 8 160 ⅜ ½ ¼ ⅜ 3/16 3/16 9 200 ⅜ ½ 3/16 ¼ 3/16 3/16

    32320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - TACTILE WARNING STRIP The installation of the Tactile Warning Strip requires close coordination between the Contractor and the supplier/installer. This coordination is the sole responsibility of the Contractor and there will be no compensation for delays caused by the lack of coordination.

    33320-019

  • Rev Date 12/28/10

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - UNDERGROUND UTILITIES A portion of the work to be accomplished under this Contract is to be performed within Amtrak’s 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.

    34320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - LIMITED SPACE AND AVAILABILITY OF PARKING In order to maintain the maximum number of parking spaces available to commuters at the active station, the Contractor shall restrict its operations to the area(s) 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 station.

    35320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    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 (MLSI), of the Project, as follows: Item No. 0065321A – Rail Facility Upgrade Site No. 1; proposed Windsor station These separate 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 respective 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 respective MLSI.

    Vertical Construction Limits The vertical construction limits are defined as five (5) feet outside of the vertical projection of the edges of the platform, stair and ramp assemblies and five (5) feet (horizontally) outside the face of footing and walls of utility building. The following unit price items will only be measured for payment up to the vertical construction limits: Item No. 0202000, “Earth Excavation”

    Work associated with these items located within the vertical construction limits (as defined above) is included in the respective MLSI.

    The following unit price items will be measured for payment, whether or not they are enclosed within the vertical construction limits: Item No. 0000985A, “Track Monitoring” Item No. 0209001, “Formation of Subgrade” Item No. 0811001 “Concrete Curbing” Item No. 0913984A, “Temporary Protective Fence”

    36320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    Platform/Site Amenities There will be no separate payment for platform/site amenities, including, but not limited to recycling and trash receptacles, shelters, etc. The cost of these site amenities, including any hardware and any required excavation and backfill, is included in the respective MLSI.

    Signage 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, footings, installation and any required excavation and backfill is included in the respective 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 measured for payment on a unit price basis for which a separate bid price is required at the quantities as indicated in the Bid Proposal Form.

    Platform Power There will be no separate payment for the installation of conduit and cable for the communications for lighting, PIDs, trackside phones and/or the public address system. The cost of the conduits, cables, hardware, handholes, junction boxes and/or vaults, and any required excavation and backfill, is included in the respective MLSI.

    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 respective 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; electrical service, including service to the utility building; video monitoring equipment; internally lit signs; illuminated egress signs; fire alarm components; train approach message boards; communication cable and conduit; or any other site electrical cable, conduit, or service connection component. The cost of excavation for all site electrical items is included in the respective MLSI.

    Water Connections Payment for the hose spigot, hydrant and water line for service to the platforms is defined by the “Vertical Construction Limits” noted above. There will be no separate payment for the excavation, backfill, and materials required for this work enclosed within the “Vertical Construction Limits”. The costs for this are included in the respective MLSI. Excavation,

    37320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    backfill, and materials required for this work not enclosed within the “Vertical Construction Limits” will be measured for payment.

    Railroad Grounding/Bonding Connections There will be no separate payment for necessary components to complete the station grounding and bonding connections, including associated excavation and backfill. The costs for all grounding items are included in the respective MLSI.

    38320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - FORM 817 REFERENCES ON STANDARD DRAWINGS The Contract includes standard Connecticut Department of Transportation drawings with material and pay limit references to Form 817. For work shown on these drawings that is included under the Major Lump Sum Item (MLSI) for the Project, the Contractor shall disregard these references within the Vertical Construction Limits which are defined in Notice to Contractor – Measurement and Payment. Concrete shall comply with the requirements of CSI Specification Section 033000 under the MLSI. Pay limits for unit price and lump sum items other than the MLSI shall be in accordance with Method of Measurement (Part 4), and Basis of Payment (Part 5) of the appropriate special provision section. Concrete for unit price items other than the MLSI shall be in accordance with Form 817, unless specifically noted otherwise.

    39320-019

  • Rev. Date 8/26/19

    NOTICE TO CONTRACTOR

    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 Track Design Specification 63 and specific offset requirements as required by Amtrak to account for curvature in the adjacent track and any superelevation. These requirements are shown on the contract plans and Amtrak Standard Track Plan “Minimum Roadway Clearances” sheets 1 and 2 (dwg. Nos. 700500.001.08 and 700700.002.08) 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.

    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 Track Design Specification 63 and all offset requirements as required by Amtrak and shown on Amtrak Standard Track Plan “Minimum Roadway Clearances” sheets 1 and 2 (dwg. Nos. 700500.001.08 and 700700.002.08) , 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.

    40320-019

  • Date 6/27/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - LIMITATION OF CONTRACTOR OPERATIONS The Contractor shall repair at its own expense any and all damage caused by construction operations to existing buildings unless said damage is scheduled as part of the Project work. The Contractor shall take all precautions necessary to protect the existing facilities and its occupants for the duration said facilities are to remain in operation. During all times that the Project Site is occupied by the Engineer and Department personnel, the Contractor shall maintain the following utilities and services to the extent described to permit Department operations: 1. Electrical Service: The Contractor shall be responsible for paying all monthly electrical

    usage utility costs related to their construction field office.

    2. Telephone Service: The Contractor shall be responsible for paying all monthly telephone utility usage costs related to their construction field office.

    3. Sanitary Facilities: The Contractor is responsible for emptying the sanitary facilities at its expense.

    The Contractor shall bid the Project accordingly.

    41320-019

  • Rev. 7/14/17

    NOTICE TO CONTRACTOR

    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.

    42320-019

  • NOTICE TO CONTRACTOR

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

    3. CSI Section 238240 – DX Mini-Splits System

    4. CSI Section 283101 – Fire Alarm System

    5. CSI Section 042113 – Brick Masonry

    6. CSI Section 061600 - Sheathing

    7. FM Global Property Loss Prevention Data Sheet 1-31 Metal Roofing Systems for the formed metal roof. Detailed drawings and calculations including the manufacturer, and insulation, will accompany the Property Loss Prevention Data Sheet.

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

    43320-019

  • NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - ENVIRONMENTAL INVESTIGATIONS Environmental site investigations have been conducted that involved the sampling and laboratory analysis of soil collected from various locations and depths within the Project limits. The results of these investigations indicated the presence of detectable concentrations of semi-volatile organic compounds (SVOCs) and pesticides in the soils within proposed construction areas in exceedance of Connecticut Department of Energy and Environmental Protection (CT DEEP) numeric criteria. The presence of these compounds at these concentrations will require the disposition of soils excavated from these areas to be restricted as described herein. Based on these findings, two (2) AOECs exist within the proposed Project limits. Material excavated from the AOECs that cannot be reused with the Project limits will require disposal at an approved treatment/disposal facility in accordance with Item No. 0202315A - Disposal of Controlled Materials. The DEEP groundwater classification beneath the site is GB. The Contractor is hereby notified that controlled materials requiring special management or disposal procedures will be encountered during various construction activities conducted within the Project limits. Therefore, the Contractor will be required to implement appropriate health and safety measures for all construction activities to be performed within the AOECs. These measures shall include, but are not limited to, air monitoring, engineering controls, personal protective equipment and decontamination, equipment decontamination and personnel training. 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 Connecticut Department of Transportation, as Generator, will provide an authorized representative to sign all manifests and waste profile documentation required by disposal facilities for disposal of contaminated water and controlled materials. All suitable material excavated within the AOECs shall be utilized as fill/backfill within the AOECs 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 DEEP 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. 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. 0202315A - Disposal of Controlled Materials

    44320-019

  • NOTICE TO CONTRACTOR

    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 samples (if necessary), and to observe site conditions for the State. The WSA on the plans 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 can be found in the documents listed below. The results contained in the environmental investigation reports listed below show levels of various contaminants that the Contractor may encounter during construction. Actual levels found during construction may vary and such variations will not be considered a change in condition provided the material can still be disposed as non-hazardous at one or more of the disposal facilities listed in Item No. 0202315A - Disposal of Controlled Materials. These documents shall be available for review electronically.

    Soil Investigation Analytical Results Summary, Windsor Short High-Level Platform Station, New Haven – Hartford – Springfield Rail Program; HRP Associates, Inc.; September 4, 2019.

    45320-019

  • Rev. 5/20/19

    NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - PORTLAND CEMENT CONCRETE (PCC) MIX CLASSIFICATIONS

    SECTIONS 6.01 and M.03 MIX CLASSIFICATION EQUIVALENCY

    Sections 6.01 Concrete for Structures and M.03 Portland Cement Concrete are herein revised to reflect changes to item names and nomenclature for standard Portland Cement Concrete (PCC) mix classifications. Other Special Provisions, standard specifications, plan sheets and select pay items in this Contract may not reflect this change. Refer to the Concrete Mix Classification Equivalency Table below to associate the Concrete Mix Classifications with Former Mix Classifications that may be present elsewhere in the Contract.

    Concrete Mix Classification Equivalency Table New Mix Classification (Class PCCXXXYZ1) Former Mix Classification

    Class PCC03340 Class “A” Class PCC03360 Class “C” Class PCC044602 Class “F” Class PCC044622 High Performance Concrete Class PCC04481,

    PCC05581 Class “S”

    Table Notes: 1. See Table M.03.02-1, Standard Portland Cement Concrete Mixes,

    for the new Mix Classification naming convention. 2. Class PCC04462 (low permeability concrete) is to be used for the

    following cast-in-place bridge components: decks, bridge sidewalks, and bridge parapets.

    Where called for in the Contract, Low Permeability Concrete shall be used, as specified in Sections 6.01 and M.03. Please pay special attention to the requirements for Class PCC04462, including:

    Submittal of a mix design developed by the Contractor and a concrete supplier at least 90 days prior to placing the concrete

    Testing and trial placement of the concrete mix to be developed and discussed with the Department

    The Department will not consider any requests for change to eliminate the use of Low Permeability Concrete on this Project.

    46320-019

  • NOTICE TO CONTRACTOR

    NOTICE TO CONTRACTOR - TRAINING The Contractor shall provide training on products specified in the following Contract provisions:

    1. Ethernet Switch – Cisco IE3200 2. Ethernet Switch – Cisco IE5000 3. Ethernet Switch – Cisco C2960XR 4. Ethernet Switch – Cisco 4503E 5. Video Encoder 6. Workstations 7. Video Management System 8. Fixed Mount Dome Camera 9. CCTV Cabinet – Base Mounted 10. Remote CCTV Cabinet 11. 60W PoE Injector 12. PoE Surge Protection Chassis – Rack Mount 13. PoE Surge Protection Chassis – Wall Mount 14. PoE Surge Protection Module 15. Cisco Network Management System 16. Video Wall System 17. Video Decoder 18. Video Decoding Workstation 19. Console Workstation 20. Time Server 21. Security Node House 22. Standby Generator 23. Automatic Transfer Switch 24. CACP/FACP 25. Uninterruptable Power Supply

    The above list may not be all inclusive and does not relieve the Contractor from his responsibility to provide training for all system elements or training that is required under other Contract provisions. Training Program General Requirements: A Training Program shall be provided by the Contractor in order to provide initial and ongoing training for all users of the CCTV System. The Contractor shall provide videos on DVD of all Contractor-provided training sessions to facilitate the ongoing training. Training shall include ALL components of the CCTV system including (but not limited to) head-end, cameras, field

    47320-019

  • NOTICE TO CONTRACTOR

    panels and equipment, communications network, encoders, and IR illuminators and shall include site-specific information. The training shall be tailored to the functions and configuration of the final system as furnished by the Contractor. Submit Training Plan for approval by the Engineer. After approval of the Training Plan, the Contractor shall conduct the specified training. The training program shall be implemented through the use of formal classroom training and/or other forms of presentation as recommended by the Contractor. The curriculum shall be designed so that each group of trainees shall be trained in the full repertoire of system commands which they may have to use in the course of performing their designated functions. Students shall be provided with complete sets of training materials and operating manuals during the training sessions, which they shall retain for use on the job at the completion of training. Formal training shall also include a comprehensive student testing program for determining that the intended training has been successfully imparted. Contractor shall develop and implement a training database configuration to train staff on the use of the system. This training configuration should address the functions and operation of the CCTV System, in real-time simulation of typical alarm events. To support this project, a test database shall be created which shall remain available for centralized training after the system is in operation. The test database configuration shall not degrade the performance of the CCTV System. Contractor shall conduct the required training at the facility, at the scheduled times and location designated by the Engineer consistent with the approved Training Plan. The full complement of training courses shall be conducted over time to accommodate shift personnel, vacations, and make-up sessions. A detailed schedule for the delivery of all training shall be included in the Project Plan and Schedule and reported on during the regularly scheduled status meetings. All training shall be completed no later than 14 calendar days prior to commencement of the 31-day operational test unless otherwise coordinated with the Engineer. The training shall include, but not be limited to the following groupings of staff:

    1. Operator training shall include a simulation of actual site conditions at each facility and shall be provided for three groups of 15 students per course/per facility. Each group shall be trained for the equivalent of two eight hour instructional classes (training must be flexible to accommodate shift workers). Training shall include, but not be limited to: sequence of operation review; sign-on/sign-off; selection of all displays and reports: commanding of points, English and graphic mode; modifying English text; selection of all alarm functions; temporarily modifying resolution and frame rate for viewing; reviews of all topics presented in the Operator's Manual. Training shall also provide site-specific information about the newly installed components and demonstration of the new

    48320-019

  • NOTICE TO CONTRACTOR

    system with particular emphasis of components or settings that are different from previous phases.

    2. System Administrator Training shall include, in addition to subjects addressed in the operator training classes, training for two groups of six CTDOT or AMTRAK supervisors per facility. Each group shall be trained for two, eight hour instructional classes to be held on two separate days. Training shall include, but not be limited to: communications system instruction; use of operator terminal; program upload, download modification; password assignment and modification; operator assignment and modification; point disable/enable; terminal and data segregation/modification; sequence of operation and flowcharts; modification of control programs and databases; add/delete/modify data points; review of all topics presented in the System Administrator's Manual. Training shall also provide site-specific information about the newly installed components and demonstration of the new system with particular emphasis of components or settings that are different from previous phases.

    3. Maintenance Training shall include training for two groups of six students per

    course, per facility. Each group shall be trained for four, eight hour instructional classes to be held on four separate days. System maintenance training shall include all functions required to maintain the System and to prepare maintenance personnel to make minor adjustments to the System, troubleshoot the System at the board level, replace defective components and field devices, and perform other maintenance functions normally associated with board-level maintenance activities. This shall include, at a minimum, component overview, safety, troubleshooting, programming, adjustments, and maintenance requirements of the following:

    a. Overall system and architecture b. b. System components c. c. CCTV cabinets d. d. CCTV cameras e. e. Head-end systems f. g. Power supplies and power injectors g. h. Network architecture and network equipment

    Training shall include symptom recognition, shut down and start-up procedures, replacement of all devices and subcomponents including cameras, lenses, housings, power supplies, switches, etc. Training shall also provide site-specific information about the newly installed components and demonstration of the new system with particular emphasis of components or settings that are different from previous phases. Upon completion of each training program, the Contractor shall prepare and deliver a training

    49320-019

  • NOTICE TO CONTRACTOR

    report which shall summarize