46
ADDENDUM NO. 1 APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 OVER NORWALK RIVER YANKEE DOODLE BRIDGE FEDERAL AID PROJECT NO. 0951(372) STATE PROJECT NO. 102-348 CITY OF NORWALK ADDENDUM NO. 1 SPECIAL PROVISIONS NEW SPECIAL PROVISIONS The following Special Provisions are hereby added to the Contract: NTC - COORDINATION WITH KING INDUSTRIES NTC - CONTRACTOR PARKING NTC - SITE CLEANLINESS NTC - CITY OF NORWALK REQUIREMENTS NTC - PROPRIETARY ITEMS NTC - CONTRACTOR STAGING AND LAY DOWN AREAS NTC - MEMORIAL BRONZE PLAQUE ITEM #0520036A – ASPHALTIC PLUG EXPANSION JOINT SYSTEM ITEM #0653001A – CLEAN EXISTING CATCH BASIN ITEM #0653100A – CLEAN EXISTING CULVERT – 12” TO 42” DIAMETER ITEM #0913909A – 16’ CHAIN LINK DOUBLE GATE 6’ HIGH ITEM #0913916A – 16’ CHAIN LINK DOUBLE GATE 8’ HIGH REVISED SPECIAL PROVISIONS The following Special Provision are hereby deleted in their entirety and replaced with the attached like-named Special Provisions: ITEM #0401159A – DIAMOND GRINDING ITEM #0507793A – REMOVE, STORE, AND RESET CATCH BASIN TOP ITEM #0512024A – 12”PIPE FOR BRIDGE DRAINAGE - (FIBERGLASS) ITEM #0603050A – REPAIR DEFECTIVE WELDS ITEM #0603961A – ULTRASONIC IMPACT TREATMENT – TYPE 1 ITEM #0603962A – ULTRASONIC IMPACT TREATMENT – TYPE 2 ITEM #0603963A – ULTRASONIC IMPACT TREATMENT – TYPE 3 ITEM #0822042A – TEMPORARY GLARE SCREEN MODULAR UNITS ITEM #0822043A – RELOCATED TEMPORARY GLARE SCREEN MODULAR UNITS ITEM #0969066A – CONSTRUCTION FIELD OFFICE , EXTRA LARGE ITEM #1018050A – MAINTAINING NAVIGATION LIGHTS 102-348 1

APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ADDENDUM NO. 1

APRIL 27, 2018 BRIDGE REHABILITATION

BRIDGE NO. 00059 I-95 OVER NORWALK RIVER YANKEE DOODLE BRIDGE

FEDERAL AID PROJECT NO. 0951(372) STATE PROJECT NO. 102-348

CITY OF NORWALK

ADDENDUM NO. 1

SPECIAL PROVISIONS NEW SPECIAL PROVISIONS The following Special Provisions are hereby added to the Contract:

NTC - COORDINATION WITH KING INDUSTRIES NTC - CONTRACTOR PARKING NTC - SITE CLEANLINESS NTC - CITY OF NORWALK REQUIREMENTS NTC - PROPRIETARY ITEMS NTC - CONTRACTOR STAGING AND LAY DOWN AREAS NTC - MEMORIAL BRONZE PLAQUE ITEM #0520036A – ASPHALTIC PLUG EXPANSION JOINT SYSTEM ITEM #0653001A – CLEAN EXISTING CATCH BASIN

ITEM #0653100A – CLEAN EXISTING CULVERT – 12” TO 42” DIAMETER ITEM #0913909A – 16’ CHAIN LINK DOUBLE GATE 6’ HIGH

ITEM #0913916A – 16’ CHAIN LINK DOUBLE GATE 8’ HIGH REVISED SPECIAL PROVISIONS The following Special Provision are hereby deleted in their entirety and replaced with the

attached like-named Special Provisions:

ITEM #0401159A – DIAMOND GRINDING ITEM #0507793A – REMOVE, STORE, AND RESET CATCH BASIN TOP ITEM #0512024A – 12”PIPE FOR BRIDGE DRAINAGE - (FIBERGLASS) ITEM #0603050A – REPAIR DEFECTIVE WELDS ITEM #0603961A – ULTRASONIC IMPACT TREATMENT – TYPE 1

ITEM #0603962A – ULTRASONIC IMPACT TREATMENT – TYPE 2 ITEM #0603963A – ULTRASONIC IMPACT TREATMENT – TYPE 3

ITEM #0822042A – TEMPORARY GLARE SCREEN MODULAR UNITS ITEM #0822043A – RELOCATED TEMPORARY GLARE SCREEN MODULAR UNITS

ITEM #0969066A – CONSTRUCTION FIELD OFFICE , EXTRA LARGE ITEM #1018050A – MAINTAINING NAVIGATION LIGHTS

102-348 1

Page 2: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ADDENDUM NO. 1

DELETED SPECIAL PROVISION The following Special Provision is hereby deleted in its entirety:

ITEM #0211000A – ANTI-TRACKING PAD

CONTRACT ITEMS NEW CONTRACT ITEMS

ITEM NO. DESCRIPTION UNIT QUANTITY 0406236 0406303 0520036A 0651001 0913909A 0913916A 0950013 1204221 1806202 1807202

MATERIAL FOR TACK COAT SAWING AND SEALING JOINTS ASPHALTIC PLUG EXPANSION JOINT SYSTEM BEDDING MATERIAL 16’ CHAIN LINK DOUBLE GATE 6’ HIGH 16’ CHAIN LINK DOUBLE GATE 8’ HIGH EROSION CONTROL MATTING SIGN PANEL OVERLAY WITH COPY TRUCK-MOUNTED OR TRAILER-MOUNTED IMPACT ATTENUATOR REPAIR OF TEMPORARY IMPACT ATTENUATION SYSTEM (ESTIMATED COST)

GAL. L.F. C.F.

C.Y. EA. EA. S.Y. S.F. HR.

EST.

1,400 2,500

60

250 1 1

2,000 475

3,210

EST.

REVISED CONTRACT ITEMS

ITEM NO. DESCRIPTION ORIGINAL QUANTITY

REVISED QUANTITY

0202000 0202200 0213100 0219001 0406171 0406172 0406275A 0601073A 0601270A 0601318A 0603050A 0603726A 0603729A 0603801A

EARTH EXCAVATION CHANNEL EXCAVATION – EARTH GRANULAR FILL SEDIMENTATION CONTROL SYSTEM HMA S0.5 HMA S0.375 FINE MILLING OF BITUMINOUS CONCRETE (0” TO 4”) CLASS “S” CONCRETE FULL DEPTH PATCH (HIGH EARLY STRENGTH CONCRETE) PARTIAL DEPTH PATCH REPAIR DEFECTIVE WELDS EMBEDDED GALVANIC ANODES LOCALIZED PAINT REMOVAL AND FIELD PAINTING OF EXISTING STEEL STRUCTURAL STEEL

4,710 C.Y. 230 C.Y. 300 C.Y.

1,250 L.F. 1,220 TON

4 TON 9,935 S.Y.

15 C.F. 40 C.Y.

810 C.F. 27 L.F. 89 EA

5,000 SF

230 CWT.

4,735 C.Y. 200 C.Y. 360 C.Y.

2,000 L.F. 115 TON

1,230 TON 13,800 S.Y.

100 C.F. 100 C.Y.

1,600 C.F.

52 L.F. 600 EA.

10,000 SF

560 CWT.

102-348 2

Page 3: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ADDENDUM NO. 1

0653001A 0653100A 0703012 0755010 0913021 0944000 0950005 0950040A 0952051A

CLEAN EXISTING CATCH BASIN CLEAN EXISTING CULVERT – 12” TO 42” DIAMETER MODIFIED RIPRAP GEOTEXTILE (SEPARATION - MEDIUM SURVIVABILITY) 6’ CHAIN LINK FENCE FURNISHING AND PLACING TOPSOIL TURF ESTABLISHMENT CONSERVATION SEEDING FOR SLOPES CONTROL AND REMOVAL OF INVASIVE VEGETATION

1 EA. 100 L.F.

75 C.Y.

1,135 S.Y.

750 L.F. 400 S.Y.

1,000 S.Y. 600 S.Y.

1,400 S.Y.

18 EA. 810 L.F.

115 C.Y.

1,255 S.Y.

775 L.F. 1,000 S.Y. 3,000 S.Y. 1,500 S.Y.

3,600 S.Y.

DELETED CONTRACT ITEMS ITEM NO. DESCRIPTION ORIGINAL

QUANTITY REVISED

QUANTITY 0406173 1806201

HMA S0.25 TYPE D PORTABLE IMAPCT ATTENUATION SYSTEM

520 TON 3,210 HR.

0 0

PLANS NEW PLANS The following Plan Sheets are hereby added to the Contract:

SHEET NO. 03.17-1.A1 STEEL REPAIR LOCATIONS SHEET NO. 03.20-1.A1 STEEL REPAIR DETAILS – III SHEET NO. 03.38-1.A1 WEST ABUTMENT JOINT DETAILS SHEET NO. 03.38-2.A1 EAST ABUTMENT JOINT DETAILS SHEET NO. 03.63-1.A1 CONSTRUCTION ACCESS EASEMENT MAP – II SHEET NO. 03.69-1.A1 MISCELLANEOUS DETAILS – I SHEET NO. 03.69-2.A1 MISCELLANEOUS DETAILS – II

REVISED PLANS The following Plan Sheets are hereby deleted and replaced with the like-numbered Plan Sheets:

SHEET NO. 02.01.A1 LIST OF REVISIONS SHEET NO. 03.05.A1 STAGE CONSTRUCTION SHEET NO. 03.06.A1 WEST ABUTMENT PLAN AND ELEVATION SHEET NO. 03.07.A1 EAST ABUTMENT PLAN AND ELEVATION SHEET NO. 03.10.A1 MODIFICATION OF WINGWALL & BARRIERS SHEET NO. 03.16.A1 FRAMING PLAN SPANS 1-4

102-348 3

Page 4: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ADDENDUM NO. 1

SHEET NO. 03.17.A1 FRAMING PLAN SPANS 5-7 SHEET NO. 03.18.A1 DEFECTIVE WELD REPAIRS SHEET NO. 03.19.A1 STEEL REPAIR DETAILS I SHEET NO. 03.20.A1 STEEL REPAIR DETAILS – II SHEET NO. 03.25.A1 REHABILITATED DECK PLAN – I SHEET NO. 03.26.A1 REHABILITATED DECK PLAN – II SHEET NO. 03.35.A1 EXPANSION JOINT DETAILS – EXISTING SHEET NO. 03.36.A1 EXPANSION JOINT DETAILS – PROPOSED SHEET NO. 03.37.A1 PREFORMED JOINT SEAL DETAILS – I SHEET NO. 03.38.A1 PREFORMED JOINT SEAL DETAILS – II SHEET NO. 03.45.A1 BRIDGE DRAINAGE DETAILS – IV SHEET NO. 03.51.A1 PAINTING DETAILS AND BARGE LOCATION PLAN SHEET NO. 03.56.A1 IMS DETAILS SHEET NO. 03.65.A1 TEMPORARY APPROACH TRAFFIC CONTROL SHEET NO. 03.69.A1 CLEARING AND GRUBBING AREAS SHEET NO. 04.04.A1 MAINTENANCE & PROTECTION OF TRAFFIC – STAGE 1 SHEET NO. 04.09.A1 SIGNING & PAVEMENT MARKING PLAN SHEET NO. 05.02.A1 STORMWATER BASINS SHEET NO. 05.03.A1 STORMWATER BASINS SHEET NO. 05.04.A1 STORMWATER BASINS SHEET NO. 05.05.A1 MISCELANEOUS DETAILS

The Bid Proposal Form has been revised to reflect these changes. The Detailed Estimate Sheets do not reflect these changes. There will be no change in the number of calendar days due to this Addendum. The foregoing is hereby made a part of the contract.

102-348 4

Page 5: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

GENERAL ADDENDUM NO. 1

NOTICE TO CONTRACTOR - COORDINATION WITH KING INDUSTRIES

The Contractor is notified that access to the work site through the Construction Easement acquired from King Industries Inc. will be limited as follows:

1. The Contractor is advised that King Industries controls all vehicular transit activities and/or access through their property. The Contractor’s employees and employees of all subcontractors will be designated as “Escorted Visitors” and must sign in at the King Industries main gate prior to entry.

2. The Contractor’s supervisory personnel will be required to maintain radio

communications with the King Industries security team and inform the King Industries security team when escort is needed to transit from the jobsite back through King Industries property. Radios will be supplied by King Industries and will be picked up and dropped off at the main entry gate upon entry and exit of King Industries property.

3. While being escorted through King Industries all contractor vehicles and

subcontractor vehicles will follow the agreed upon transit route or the safest alternative route through King Industries as determined by King Industries security team, and will not park on King Industries property or delay transit.

4. The Contractor agrees that access through the Construction Easement will be

allowed between 6:00 AM and 5:00 PM Monday through Fridays.

5. The Contractor shall provide to King Industries the name and telephone number of the contractors’ project superintendent who will be in charge of the daily activities. The telephone number provided shall remain active 24 hours per day. Any changes made by the contractor to the superintendent position shall be immediately reported to King Industries.

6. The Contractor’s supervisory personnel and supervisory personnel of all

subcontractors who will be entering the jobsite through King Industries must undergo a Contractor Management safety training class of approximately two hours offered by King Industries. The class will be conducted on the grounds of King Industries, Science Road, Norwalk. The Contractor must make his own arrangements with King Industries for scheduling the class for up to 15 Contractor employees. No additional compensation will be allowed to the Contractor for employee’s time attending theses classes. The Contractor’s supervisory personnel who have attended the class will be responsible for training all employees requiring access through King Industries.

7. The Contractor shall maintain a log of those employees who have been trained,

102-348 5

Page 6: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

GENERAL ADDENDUM NO. 1

including date and time of training. Every Contractor employee and subcontractor employee must review and sign the Safety and Security Guide to King Industries, Inc. (copy attached) before being allowed on king Industry property. A copy of this signed record shall be kept by the Contractor and made available upon request. The Contractor shall also provide a copy to the Engineer for verification.

8. A windshield placard (copy attached) will be required to be placed in the windshield

of all Contractor and subcontractor vehicles prior to their escort through the property to the job site.

9. Prior to the commencement of work requiring Contractor access through King

Industries, the Contractor, Engineer and an authorized representative of King Industries shall walk the Construction Easement while recording a high definition color video along the entire length of the construction easement to serve as a record of “original” conditions. The camera shall be a professional quality camera provided by the Contractor and acceptable to the Engineer. A copy of the video recording shall be provided to the Engineer and the King Industries representative.

10. The Contractor shall be responsible for all damage to King Industries property

resulting from or caused by his use of the Construction Easement. When damage is done to King Industries property by the Contractor’s use of the construction easement, the Contractor shall restore, at its own expense, the property to a condition as close as possible to that which existed before such damage was done.

11. In the event that the Contractor is responsible for damage to King Industries

property, The Contractor shall retain the services of Conte Company LLC, Norwalk CT to perform the repairs at the Contractor’s expense. The Contractor will not be allowed to repair damage to King Industries property.

12. Employees of the Contractor will not be permitted to walk through King Industries

property, vehicular transit only.

13. The Contractor shall name King Industries as an additionally insured to the Contractors’ General Liability policy.

All matters requiring King Industries coordination and /or approval shall be directed to:

Mr. Lang Reese Health & Safety Manager King Industries Science Road Norwalk, CT Tel: 203-866-5551 Email: [email protected]

Any costs associated with this notice shall be included in the general cost of the contract. In addition, there shall be no time granted to the Contractor for compliance with this notice. The Contractor’s compliance with this notice and any associated regulations shall not be grounds for claims as outlined in Section 1.11 – “Claims.”

102-348 6

Page 7: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

GENERAL ADDENDUM NO. 1

Safety and Security Guide to King Industries, Inc.

We are dedicated to protecting the environment while providing a safe and

healthy work place for both our employees and our visitors. King Industries is an active chemical manufacturing plant. In order to provide

safe access through our facility, we will need good communication and adherence to the items listed below:

1. Know where you are! King Industries, Inc. handles many hazardous materials.

STAY IN YOUR VEHICLE AND WITH YOUR KING ESCORT AT ALL TIMES.

2. A blue line indicates your route of travel. FOLLOW THE BLUE LINE.

3. Our speed limit is 10 MPH.

4. Radio contact will be maintained between King Industries Security Personnel and your job site supervisor. An escort will be required to transit back through King Industries at the completion of your shift. DO NOT EXIT THE JOB SITE THROUGH KING INDUSTRIES WITHOUT AN ESCORT.

5. Smoking is NOT allowed at this facility, even while in your vehicle.

6. Alcoholic Beverages and Illegal Drugs and Firearms are NOT ALLOWED

anywhere in this facility.

7. Cell phone use is prohibited on King Industries property.

8. If you have an emergency, immediately notify your supervisor who will notify King Industries for support as required.

9. In the unlikely event there is a plant emergency at King Industries, your job site is

an authorized evacuation area. DO NOT ATTEMPT TO ENTER THE SITE. I acknowledge that I have read and understand the Safety and Security Guide to King Industries, Inc. and agree to abide by the rules stated therein. Date: Company: Name:

Welcome to King Industries, Inc.

A World Leader in Specialty Chemicals for Rubber Additives, Coatings Additives and

Specialty Applications

Welcome to King Industries, Inc.

A World Leader in Specialty Chemicals for Rubber Additives, Coatings Additives and

Specialty Applications

102-348 7

Page 8: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Contractor Escort

Place this notice on your dashboard and during your visit with us please observe the following guidelines:

1. Stay with your King Industries escort at all times. 2. A blue line indicates your route of travel. FOLLOW THE BLUE LINE. 3. Our speed limit is 10 MPH. 4. No smoking allowed on King Industries Property. 5. Cellular phone use is not permitted on King Industries property. 6. An escort will be required to transit back through King Industries at the completion of your

shift. DO NOT EXIT THE JOB SITE THROUGH KING INDUSTRI ES WITHOUT AN ESCORT.

7. As you leave the property, please return the “Contractor Escort” sign to the security Guard.

Please drive safely.

King Industries Inc.

Contractor Escort

Place this notice on your dashboard and during your visit with us please observe the following guidelines:

1. Stay with your King Industries escort at all times. 2. A blue line indicates your route of travel. FOLLOW THE BLUE LINE. 3. Our speed limit is 10 MPH. 4. No smoking allowed on King Industries Property. 5. Cellular phone use is not permitted on King Industries property. 6. An escort will be required to transit back through King Industries at the completion of your

shift. DO NOT EXIT THE JOB SITE THROUGH KING INDUSTRI ES WITHOUT AN ESCORT.

7. As you leave the property, please return the “Contractor Escort” sign to the security Guard.

Please drive safely.

King Industries Inc.

102-348 8

Page 9: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

 

GENERAL ADDENDUM NO. 1

NOTICE TO CONTRACTOR - CONTRACTOR PARKING

The Contractor is hereby advised that there are limited areas available for employee parking adjacent to the various construction locations within the project limits. At no time shall parked or stored vehicles used for and by construction personnel impinge on roadway traffic operations and or local business ingress and egress. The Contractors parking arrangements are subject to all local parking regulations.

The Contractor shall inform the Engineer of any areas he intends to use for parking. In addition potential sites to be obtained by the Contractor from private owners must be submitted to the Town of Norwalk, Traffic Authority for approval. The Contractor must submit verification of approval to the Engineer prior to use. The Contractor may be required to shuttle employees to the project site from an off- site/remote parking facility, if required, at his own expense. There will be no direct payment for employee parking under the contract.

102-348 9

Page 10: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

GENERAL ADDENDUM NO. 1

NOTICE TO CONTRACTOR - SITE CLEANLINESS

The Contractor is hereby notified that all areas utilized for construction activities including all onsite and offsite facilities shall be maintained so as to be free of rubbish, trash and deleterious construction debris at all times. The use of covered and secured trash receptacles is required. All receptacles will be regularly emptied and maintained. There will be no direct payment for maintaining the site cleanliness of the construction areas under the contract.

102-348 10

Page 11: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

GENERAL ADDENDUM NO. 1

NOTICE TO CONTRACTOR - CITY OF NORWALK REQUIREMENTS

The Contractor is hereby notified of the following: The City of Norwalk shall be named as an additional insured party for the Commercial General Liability and Automotive Liability insurance policies required by Article 1.03.07 of the Standard Specifications and the Special Provisions to this Contract. The Contractor shall provide a copy of the Certificate of Insurance naming the City of Norwalk as an additional insured party. The Certificate Holder shall read:

City of Norwalk Attn: Corporation Counsel, City of Norwalk

Norwalk City Hall 125 East Avenue P.O. Box 5125

Norwalk, CT 06856-5125

102-348 11

Page 12: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. 2/16

GENERAL

ADDENDUM NO. 1

NOTICE TO CONTRACTOR - PROPRIETARY ITEMS The Contractor is hereby notified that the following item shall be furnished by the specific manufacturer:

Item No. Item Description Manufacturer

1113621A Optical Fiber Cable, Single Mode, Loose Buffer

Tube Cable, 72 Fiber

Corning Incorporated

0603726A Embedded Galvanic Anodes Vector Corrosion Technologies, Inc.

102-348 12

Page 13: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

GENERAL ADDENDUM NO. 1

NOTICE TO CONTRACTOR - CONTRACTOR STAGING AND LAY DOWN AREAS

The Contractor is hereby advised that there are limited areas available for staging, lay down operations and storage of materials in the immediate site vicinity of the project within the State Right-of-Way.

The Contractor must secure their own areas for lay down, storage, etc. through purchase or lease, if required, at his own expense. There will be no direct payment for securing these areas under the contract.

102-348 13

Page 14: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

  

(Rev. 1/26/16)  

GENERAL ADDENDUM NO. 1

NOTICE TO CONTRACTOR - MEMORIAL BRONZE PLAQUE  

There exists a memorial bronze plaque attached to the pedestrian rail located approximately at the mid-point of the bridge. Before the start of construction the Contractor shall carefully remove the placard from the pedestrian rail, professionally restore the plaque to “like new” condition and return said plaque to the Engineer. At the completion of the project the Engineer shall return the plaque to the Contractor for reattachment to the rehabilitated bridge at a location to be determined by the Engineer. There will be no direct payment under this contract for removing, handling, restoration and reattachment of the plaque to the rehabilitated bridge.  

                              

102-348 14

Page 15: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0401159A ADDENDUM NO. 1

1-10-2018

ITEM #0401159A - DIAMOND GRINDING   Description: This work shall consist of diamond grinding the Latex Modified Concrete (LMC) overlay of Bridge No. 00059. This work shall also consist of sealing the LMC overlay after diamond grinding with a high molecular weight methacrylate (HMWM) sealer. This work shall also consist of the containment, treatment and disposal of the diamond grinding wastewater (slurry). All work shall be done in accordance with the requirements of the plans or as ordered by the Engineer. Materials: The high molecular weight methacrylate (HMWM) sealer shall be clear in color when fully dried on the concrete surfaces to which it is applied. It shall be low viscosity, non-fuming, conforming to the following:

a. Viscosity shall be less than 25 centipoises @ 75°F (Brookfield viscometer,

Model RVT or LVF with UL adaptor; ASTM D2849). b. Density shall be greater than 8.0 lb/liquid gallon @ 75° F (ASTM D2849). c. Flash point shall be greater than 200° F (Pensky-Martens Closed Cup

Tester; ASTM D93) d. Vapor pressure shall be less than 1.0 mm Hg @ 75° F (ASTM D323). e. Tg (DSC) shall be greater than 135° F (ASTM D3418). f. Shelf life shall be one year minimum, stored at the manufacturer's

recommended environmental conditions. g, Gel time (100 gram mass) shall be greater than 40 minutes (thin film; ASTM

2471). h. Percent solids shall be greater than 90% by weight. i. Bond strength shall be greater than 1,500 PSI (ASTM C882).

102-348 15

Page 16: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0401159A ADDENDUM NO. 1

Construction Methods: The diamond grinding operation shall proceed in accordance with the requirements of the “Maintenance and Protection of Traffic” and “Prosecution and Progress” and “Latex Modified Concrete” special provisions. The Contractor shall diamond grind the LMC overlay with equipment having gang-mounted diamond saw blades on a multiblade arbor specifically designed for LMC overlays or superstructure production grinding. The equipment shall be capable of producing a 3 ft wide (minimum) grinding pass that is equipped with a vacuum system capable of removing wastewater from the bridge deck surface. Smaller diamond grinding equipment shall be used as necessary to complete grinding adjacent to curbs or barriers. The Contractor shall submit to the Engineer requests to use other equipment at least 7 days prior to the start of grinding operations. The depth of grind shall be approximately 3/16 inch to obtain a smooth texture. Begin and end diamond grinding lines shall be normal to the bridge deck centerline. The Contractor shall grind the bridge deck longitudinally such that at least 95% of the bridge deck surface is ground and the bridge deck is in the same plane across a joint when measured with a 3 ft (minimum) straightedge. Surface drainage shall be provided by maintaining the proper cross-slope on the finished surface and by blending adjacent passes. The grinding equipment shall be carefully controlled to minimize the overlap of adjacent passes. Overlaps shall not exceed 2 inches. If directed by the Engineer, the Contractor shall regrind the bridge deck if an acceptable surface is not being obtained. At the existing bridge joint systems feathering will be required to match the existing joint elevation. The feathering operation at the joints shall achieve a uniform cut that will be flush to the existing joints. Continuously remove wastewater from the bridge deck using the vacuum system on the grinding equipment. Traffic may be allowed on ground areas after wastewater removal is complete or on decks where only partial diamond grinding is complete. The wastewater shall be collected in water-tight haul units. and transported to settlement ponds constructed by the Contractor at a location determined by, treated, transported and disposed or discharged as proposed by the Contractor and approved by the Engineer. If discharge of the wastewater is proposed, the wastewater discharge shall not flow into:

1. Occupied travel lanes. 2. Drainage structures, scuppers, or bridge downspout systems 3. Wetlands, streams, or sensitive environmental resources identified in the contract

documents. 4. Areas where it will become a public nuisance.

The Contractor shall submit to the Engineer for approval a comprehensive plan for the treatment and disposal or discharge of the wastewater generated during the grinding operation. The plan

102-348 16

Page 17: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0401159A ADDENDUM NO. 1

shall address how the Contractor will contain and treat wastewater to meet the relevant discharge permit requirements prior to final discharge. The plan shall additionally conform to all applicable requirements of Section 1.10, Environmental Compliance, of the Standard Specifications. HMWM Sealing Process: Upon acceptance by the Engineer that the diamond-grinded latex modified concrete surface meets the requirements of the special provisions, the Contractor shall seal the entire LMC surface with the high molecular weight methacrylate (HMWM) sealer according to the Manufacturer’s instructions and the plans.   Method of Measurement: This work will be measured for payment by the number of square yards of area from which the diamond grinding has been completed and the work accepted regardless of the number of passes required to achieve acceptable results. No area deductions will be made for minor isolated areas, provided that a minimum of 95% of the surface is diamond ground. There will be no separate measurement for the furnishing and application of the HMWM sealer. Basis of Payment: This work will be paid for at the Contract unit price per square yard for “Diamond Grinding.” This price shall include all equipment, tools, labor, and materials incidental thereto including HMWM sealer and treatment and proper disposal or discharge of the wastewater generated during the grinding operation.   Pay Item Pay Unit Diamond Grinding s.y.

102-348 17

Page 18: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

 

ITEM #0507793A ADDENDUM NO. 1 

ITEM #0507793A - REMOVE, STORE AND RESET CATCH BASIN TOP

Description: Work under this item shall consist of the removal, storage and resetting of catch basin top from its existing location along the roadway as indicated on the plans or as directed by the Engineer.

Materials:

All materials required for this work shall conform to the requirements of the special provisions for the materials in question; or if not specified, they shall be of a quality satisfactory to the Engineer.

Construction Methods:

Existing catch basin tops designated to be removed and reset shall be carefully removed from their present beds in a manner as to safeguard the units from damage. Removal of existing catch basin tops shall be coordinated with the installation of heavy duty catch basin tops required on existing catch basins that are located in or in close proximity to temporary travel lanes on I-95 that are open to traffic during the various stages of construction.

All catch basin tops removed shall be transported to a storage location maintained by the Contractor. The Contractor shall index or mark the existing catch basin tops to facilitate the resetting the tops to their original configuration. The indexing or marking shall be done on the units in a location that will not be visible when the units are reset in their final position.

Any catch basin top damaged by the removal, transportation, storage or handling operations shall be replaced with new units of the same dimension as the damaged units.

Method of Measurement:

This work will be measured for payment by the actual number of catch basin tops removed, reset and accepted.

Basis of Payment:

This work will be paid for at the contract unit price each for “Remove, Store and Reset Catch Basin Top”, which price shall include the removal, storage, transporting, resetting and labor incidental to completion of this item.

102-348 18

Page 19: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0512024A ADDENDUM NO. 1

ITEM #0512024A - 12” PIPE FOR BRIDGE DRAINAGE – (FIBERGLASS) Description: This item shall consist of furnishing and installing fiberglass pipe and fittings including reducers, cleanouts, hangers, supports and appurtenances, at the locations and to the lines and grades designated on the plans, or as directed by the Engineer. This item shall also include the furnishing and installation of chemical anchors. Materials: All fiberglass components of the bridge drainage piping system shall be supplied by a single manufacturer. The fiberglass pipe shall be reinforced Thermosetting Resin Pipe (RTRP) which shall satisfy the requirements of ASTM Specification D 2996 RTRP-11AA-1111. The pipe shall qualify for a 10,000 psi minimum short term rupture strength hoop tensile stress. Pipe joints shall be straight bell-and-spigot or tapered bell-and-spigot. Fittings including wyes, cleanouts, reducers, and other types of manufactured elbows shall have a smooth interior with a minimum centerline radius of one and one half (1-1/2) times the pipe diameter. Cleanout end caps shall be fiberglass and shall attach to the cleanout pipe fitting using a flanged connection with a minimum of 4 bolts and a sealing gasket. All fittings shall be static rated at 100 psi with a safety factor of three (3) times the static rating, in accordance with ASTM D1599. The adhesive to be used for joining pipe segments shall consist of epoxy resin and a hardener curing agent having a minimum pot life of 15 minutes at 80F which when fully cured develops the strength capacity of the pipe, in accordance with the manufacturer’s recommendations. The color of all fiberglass piping components shall match the color of the bridge steel after painting. The Contractor shall submit a color sample to the Engineer for approval. A U.V. inhibitor shall be incorporated in the epoxy resin. Pipe supports and hangers shall be steel conforming to ASTM A709 Grade 50 and shall be galvanized after fabrication in accordance with ASTM A123.

102-348 19

Page 20: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0512024A ADDENDUM NO. 1

Neoprene pads, 0.125 inch thick shall be bonded to all surfaces of steel pipe supports or hangers in direct contract with the fiberglass pipe. The neoprene shall conform to the requirements of ASTM D4637, Type II, Class SR. The adhesive bonding agent for attaching the neoprene to the pipe support clamp surface shall be “Quick Gel Instant Adhesive” manufactured by Loctite Corporation, Newington, Connecticut, or an approved equal recommended by the manufacturer of the neoprene. High strength bolts shall conform to requirements of ASTM A325. Threaded rods and associated nuts and washers shall be Type 304 Stainless Steel. Hex nuts shall conform to ASTM A563, Grade DH or ASTM A194, Grade 2H. Washers shall conform to ASTM F436. High strength bolts including hex nuts and washers shall be mechanically galvanized in conformance with ASTM B695, Class 50. Pipe support anchors and associated nut and washers shall be Type 304 Stainless Steel. The Contractor shall furnish a Certified Test Report, a Materials Certificate for the pipe joining adhesive, all fiberglass components of the piping system, and the chemical anchors, in conformance with the requirements set forth in 1.06.07. Construction Methods: 1) Shop Drawings: Before fabricating any materials, the Contractor shall take all field measurements necessary to assure proper fit of the finished work, and shall submit shop drawings to the Engineer for approval in accordance with Article 1.05.02-3. These drawings shall include, but not be limited to the following information: a) A layout plan and elevation showing all lengths, fittings, supports, cleanouts, expansion

devices if required, appurtenances and material designations. b) Commercial items shall be identified by manufacturer, trade name and catalog number

and shall indicate sufficient details. c) Pipe supports and hangers and all other support devices shall be fully detailed. d) All field measurements shall be submitted for reference. 2) Installation: The pipe shall be installed to the lines and grades shown on the plans and shall be securely attached to the structure.

102-348 20

Page 21: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0512024A ADDENDUM NO. 1

The adhesive for joining the pipes shall be mixed and applied in strict accordance with directions included in the adhesive kit, or as directed by the representatives of the manufacturer. The surfaces of the joint shall be coated with the adhesive immediately before joining adjacent lengths of pipe. After properly joining two adjacent sections, the pipe supports and clamps shall be properly tightened to hold the pipe in place. Method of Measurement: This work will be measured for payment by the actual number of linear feet of pipe for bridge drainage of the size specified, completed and accepted, measured in place along the axis of the pipe through all fittings. Basis of Payment: This work will be paid for at the contract unit price per linear foot of “12” Pipe for Bridge Drainage – (Fiberglass)”, complete in place, which price shall include all materials including fiberglass pipe, cleanouts, hangers, supports including hardware, adhesive bonding agent, gaskets, all equipment, tools and labor incidental thereto.

102-348 21

Page 22: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

ITEM #0520036A - ASPHALTIC PLUG EXPANSION JOINT SYSTEM Description: Work under this item shall consist of furnishing and installing an asphaltic plug expansion joint system (APJ) in conformance with ASTM D6297, as shown on the plans, and as specified herein. Work under this item shall also consist of the removal and disposal of bituminous concrete, membrane waterproofing, existing joint components and sealing elements, cleaning and sealing median barrier joints, parapet joints, and sidewalk joints. Work under this item excludes the removal of Portland cement concrete headers. Materials: The APJ component materials shall conform to ASTM D6297 and the following: Aggregate: The aggregate shall meet the following requirements:

a) Loss on abrasion: The material shall show a loss on abrasion of not more than 25% using AASHTO Method T96.

b) Soundness: The material shall not have a loss of more than 10% at the end of five cycles when tested with a magnesium sulfate solution for soundness using AASHTO Method T 104.

c) Gradation: The aggregate shall meet the requirements of Table A below: d) Dust: aggregate shall not exceed 0.5% of dust passing the #200 sieve when tested

in accordance with AASHTO T-11.

Table A

Square Mesh Sieves 1” (25.0 mm)

¾” (19.0 mm)

½” (12.5 mm)

⅜” (9.5 mm)

No. 4 (4.75 mm)

% passing

100 90 - 100 20 - 55 0 - 15 0 - 5

A sample of the aggregate shall be submitted to the Department with a Certified Test Report in accordance with Article 1.06.07 for each 20 tons of loose material or its equivalent number of bags delivered to the job site. The Certified Test report must include a gradation analysis resulting from a physical test performed on the actual material that accompanies the report. Anti-Tacking Material: This material shall be a fine graded granular material with 100% passing the 3/16” sieve and no more than 5% passing the #200 when tested in accordance with AASHTO T-27. Backer Rod: All backer rods shall satisfy the requirements of ASTM D5249, Type 1.

102-348 22

Page 23: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

Bridging Plate: The bridging plates shall be steel conforming to the requirements of ASTM A36 and be a minimum ¼” thick and 8” wide. For joint openings in excess of 3” the minimum plate dimensions shall be ⅜” thick by 12” wide. Individual sections of plate shall not exceed 4’ in length. Steel locating pins for securing the plates shall be size 16d minimum, hot-dip galvanized, and spaced no more than 12” apart.

Concrete Leveling Material: Shall be a cementitious-based material that conforms to ASTM C928 Standard Specification for Packaged, Dry, Rapid-Hardening Cementitious Materials for Concrete Repair, for R3 performance requirements in Table 1 and achieve the following:

a. Final set in 45 Minutes b. 2500 psi compressive strength in 24 hours c. 5000 psi compressive strength in 7 days

Parapet Sealant: The sealant used in parapet joint openings shall be a single component non-sag silicone sealant that conforms to the requirements of ASTM D5893.

Sidewalk Sealant: The sealant used in sidewalk joint openings shall be a rapid cure, self-leveling, cold applied, two-component silicone sealant. The silicone sealant shall conform to the requirements listed in Table B:

Table B

Properties - As Supplied

Test Method Requirement

Extrusion Rate ASTM C1183 200-600 grams/min Leveling ASTM C639 Self-Leveling Specific Gravity ASTM D792 1.20 to 1.40 Properties - Mixed Test Method Requirement

Tack Free Time ASTM C679 60 min. max. Joint Elongation – Adhesion to concrete

ASTM D5329 1,2 ,3 600% min

Joint Modulus @ 100% elongation

ASTM D5329 1,2 ,3 15 psi max

Cure Evaluation ASTM D5893 Pass @ 5 hours

1. Specimens cured at 77+30F and 50+5% relative humidity for 7 days 2. Specimens size: ½”wide by ½”thick by 2” long 3. Tensile Adhesion test only

The date of manufacture shall be provided with each lot. No sealant shall be used beyond its maximum shelf-life date.

The two–part silicone sealants shown in Table C are known to have met the specified requirements:

102-348 23

Page 24: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

Table C

Product Supplier Dow Corning 902RCS

Dow Corning Corporation 2200 W Salzburg Road Auburn, Michigan 48611

Wabo SiliconeSeal

BASF/Watson Bowman Acme Corporation 95 Pineview Drive Amherst, New York 14228

Other two-component silicone joint sealants expressly manufactured for use with concrete that conform to the aforementioned ASTM requirements will be considered for use provided they are submitted in advance for approval to the Engineer. Other joint sealants will be considered for use only if a complete product description is submitted, as well as documentation describing at least five installations of the product. These documented installations must demonstrate that the product has performed successfully for at least three years on similar bridge expansion joint applications.

A Materials Certificate and Certified Test Report for the asphaltic binder shall be submitted by the Contractor in accordance with the requirements of Article 1.06.07 certifying that the asphaltic binder satisfies the requirements of the most current version of ASTM D6297.

A Materials Certificate for all other components of the APJ, leveling material, backer rod and sealant used in sealing parapet and sidewalk joint openings, shall be submitted by the Contractor in accordance with the requirements of Article 1.06.07 Construction Methods: The APJ shall be installed at the locations shown on the plans and in stages in accordance with the traffic requirements in the special provisions “Maintenance and Protection of Traffic” and “Prosecution and Progress”. At least 30 days prior to start of the work, the Contractor shall submit to the Engineer for approval a detailed Quality Control Plan for the installation of the APJ. The submittal shall include:

a) A list of all manufactured materials and their properties to be incorporated in the joint system, including, but not limited to the asphaltic binder, anti-tack material, backer rod, sealant, leveling material, as well as the aggregate’s source.

b) A detailed step by step installation procedure and a list of the specific equipment to be used for the installation. The Quality Control Plan must fully comply with the specifications and address all anticipated field conditions, including periods of inclement weather.

The APJ shall not be installed when bituminous concrete overlay or joint cutout is wet. The APJ shall only be installed when the bridge superstructure surface temperature is within the limits

102-348 24

Page 25: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

specified in Table D and when the ambient air temperature is within the range of 450F to 950F. The bridge superstructure surface temperature range is determined using the thermal movement range provided on the contract plans for the proposed APJ deck installation location and the selected APJ product.

Table D

1. The superstructure surface temperature shall be determined from the average of three or more surface temperature readings taken at different locations on the interior girder surfaces by the Contractor as directed by the Engineer. Temperature measurements of the superstructure shall be taken by the contractor with a calibrated hand held digital infrared laser-sighted thermometer on the surfaces of an interior steel girder, or interior concrete girder protected from direct sunlight. The infrared thermometer to be supplied by the Contractor for this purpose shall meet certification requirements of EN61326-1, EN61010-1, and EN60825-1 maintained by the European Committee for Electrotechnical Standardization (CENELEC). The thermometer shall have a minimum distance-to-spot ratio of 50:1 and shall have adjustable emissivity control. The thermometer shall have a minimum accuracy value of +1% of reading or +2oF, whichever is greater. The thermometer shall be used in strict accordance with the manufacturer’s written directions. An additional infrared thermometer satisfying the same standards to be used in this application shall also be provided to the Engineer for quality assurance purposes.

2. Linear interpolation may be used to determine an allowable surface temperature range for thermal movement ranges in between values shown in the table, as approved by the Engineer.

Prior to installing the APJ, the Contractor shall determine the exact location of the deck joint beneath the bituminous concrete overly.

Installation Restrictions

Designed Deck Joint Thermal Movement Range2

Bridge Superstructure Surface Temperature1

0” to 1”

45o F to 95o F

1-1/8”

45o F to 90o F

1-1/4”

45o F to 80o F

1-3/8”

45o F to 70o F

1-1/2”

45o F to 65o F

102-348 25

Page 26: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

The APJ shall be installed symmetrically about the deck joint opening to the dimensions shown on the plans or as directed by the Engineer; not to exceed 24 inches measured perpendicular to the deck joint. The proposed saw cut lines shall be marked on the bituminous concrete overlay by the Contractor and approved by the Engineer, prior to saw-cutting. The saw-cuts delineating the edges of the APJ shall extend full depth of the bituminous concrete overlay. The existing bituminous concrete overlay, waterproofing membrane and/or existing expansion joint material, within the saw cut limits shall be removed and disposed of by the Contractor to create the joint cutout. Concrete surfaces that will support the bridging plates shall be smooth and form a plane along and across the deck joint. Rough or damaged concrete surfaces shall be repaired with a leveling compound meeting the requirements of this specification. Deteriorated concrete areas within the joint limits shall be repaired as directed by the Engineer: such repairs, when deemed necessary by the Engineer, shall be compensated for under the applicable concrete deck repair items in the Contract. The existing and repaired concrete surfaces shall provide continuous uniform support for the bridging plate and prevent the plate from rocking and deflecting. Prior to the installation of the backer rod, all horizontal and vertical surfaces of the joint cutout shall be abrasive blast cleaned using an oil-free, compressed air supply. The entire cutout shall then be cleared of all loose blast media, dust, debris and moisture using an oil-free, hot air lance capable of producing an air stream at 3,000ºF with a velocity of 3,000 feet per second. A single backer rod, with a diameter at least 25% greater than the existing joint opening at the time of installation, shall be installed at an inch below the bridging plate in the existing deck joint opening between the concrete edges. Asphaltic binder shall be heated to a temperature within the manufacturer’s recommended application temperature range which shall be provided in the Quality Control Plan. During application, the temperature of the binder shall be maintained within this range. In no case shall the temperature of the binder go below 350º F nor exceed the manufacturer’s recommended maximum heating temperature. Asphaltic binder shall then be poured into the joint opening until it completely fills the gap above the backer rod. A thin layer of binder shall next be applied to the all horizontal and vertical surfaces of the joint cutout. Bridging plates shall be abrasive blast-cleaned on-site prior to installation and then placed over the deck joint opening in the joint cutout. The plates shall be centered over the joint opening and secured with locating pins along its centerline. The plates shall be placed end to end, without overlap, such that the gap between plates does not exceed ¼”. The plates shall extend to the gutter line and be cut to match the joint’s skew angle, where concrete support exists on both sides of the joint. Within APJ installation limits, where concrete support does not exist at both sides of the joint opening (such as where a bridge deck end abuts a bituminous concrete roadway shoulder), bridging plates shall not be installed. Installed bridging plates shall not rock or deflect

102-348 26

Page 27: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

in any way. After installation of bridging plates, a thin layer of asphaltic binder shall be applied to all exposed surfaces of the plates. The remainder of the joint cutout shall then be filled with a mixture of hot asphaltic binder and aggregate prepared in accordance with the submitted Quality Control Plan and the following requirements:

The aggregate shall be heated in a vented, rotating drum mixer by the use of a hot-compressed air lance to a temperature of between 370° F. to 380° F. This drum mixer shall be dedicated solely for the heating and, if necessary, supplemental cleaning of the aggregate. Venting of the gas and loose dust particles shall be accomplished through ¼” drilled holes spaced no more than 3” on center in any direction along the entire outside surface of the drum

Once the aggregate has been heated, it shall then be transferred to a secondary drum mixer where it shall be fully coated with asphaltic binder. A minimum of two gallons of binder per 100lbs of stone is required.

The temperature of the aggregate and binder shall be monitored by the contractor with a calibrated digital infrared thermometer.

The coated aggregate shall be loosely placed in the joint cutout in lifts not to exceed 2 inches.

Each lift shall be leveled, compacted and then flooded with hot asphaltic binder to the level of the aggregate to fill all voids in the coated aggregate layer. The surface of each lift shall be flooded until only the tips of the aggregate protrude out of the surface.

The final lift shall be placed such that no stones shall project above the level of the adjacent overlay surface following compaction of the coated aggregate.

Following installation of the final lift, sufficient time and material shall be provided to allow all voids in the mixture to fill. This step may be repeated as needed.

The joint shall then be top-dressed by heating the entire area with a hot-compressed air lance and applying binder. The final joint surface must be smooth with no protruding stones and be absent of voids.

Once top-dressed, the joint shall have an anti-tack material spread evenly over the entire surface to prevent tracking.

The Contractor shall be responsible for removing all binder material that leaks through the joint and is deposited on any bridge component, including underside of decks, headers, beams, diaphragms, bearings, abutments and piers. Traffic shall not be permitted over the joint until it has cooled to 130º F when measured with a digital infrared thermometer. Use of water to cool the completed joint is permitted. Sidewalk, parapet, and/or curb joint openings Before placement of any sealing materials in parapets, curbs, or sidewalks, the joints shall be thoroughly cleaned of all scale, loose concrete, dirt, dust, or other foreign matter by abrasive blast cleaning. Residual dust and moisture shall then be removed by blasting with oil free

102-348 27

Page 28: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/09/13

ITEM #0520036A ADDENDUM NO. 1

compressed air using a hot air lance. Projections of concrete into the joint space shall also be removed. The backer rod shall be installed in the joint as shown on the plans. The joint shall be clean and dry before the joint sealant is applied. Under no circumstances is the binder material to be used as a substitute for the joint sealant. Whenever abrasive blast cleaning is performed under this specification, the Contractor shall take adequate measures to ensure that the abrasive blast cleaning will not cause damage to adjacent traffic or other facilities. The joint sealant shall be prepared and placed in accordance with the manufacturer's instructions and with the equipment prescribed by the manufacturer. Extreme care shall be taken to ensure that the sealant is placed in accordance with the manufacturer’s recommended thickness requirements. The joint sealant shall be tooled, if required, in accordance with the manufacturer's instructions. Primer, if required, shall be supplied by the sealant manufacturer and applied in accordance with the manufacturer's instructions. When the sealing operations are completed, the joints shall be effectively sealed against infiltration of water. Any sealant which does not effectively seal against water shall be removed and replaced at the Contractor's expense. Any installed joint that exhibits evidence of failure, as determined by the Engineer, such as debonding, cracking, rutting, or shoving of the APJ mixture shall be removed and replaced full-width and full–depth to a length determined by the Engineer at no additional cost to the State. Method of Measurement: This work will be measured for payment by the number of cubic feet of “Asphaltic Plug Expansion Joint System” installed and accepted within approved horizontal limits. No additional measurement will be made for furnishing and installing backer rod and joint sealant in the parapets, concrete medians, curbs and/or sidewalks. Basis of Payment: This work will be paid for at the contract unit price per cubic foot for "Asphaltic Plug Expansion Joint System," complete in place, which price shall include the saw-cutting, removal and disposal of bituminous concrete, membrane waterproofing, existing joint components and sealing elements, the furnishing and placement of the leveling compound, cleaning of the joint surfaces, furnishing and installing bridging plates, the furnishing and installing of the asphaltic plug joint mixture, the cost of furnishing and installing joint sealant in the parapets, concrete medians, curbs and sidewalks, and all other materials, equipment including, but not limited to, portable lighting, tools, and labor incidental thereto. No additional payment shall be made for the 12” wide bridging plates that are required for deck joint openings with widths in excess of 3”. If directed by the Engineer, additional deck repairs will be addressed and paid for under the applicable concrete deck repair items in the Contract.

102-348 28

Page 29: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

 

ITEM #0603050A ADDENDUM NO. 1

07/27/11

ITEM #0603050A - REPAIR DEFECTIVE WELDS

Description: Work under this item shall consist of removing and replacing defective welds at the locations indicated on the plans or as directed by the Engineer. Construction Methods: Prior to the welding procedures the Engineer will conduct a survey of the superstructure to determine the exact locations and lengths of defective welds.

Also prior to the welding procedures the Contractor shall remove lead paint at locations designated by the Engineer for repair.

The defective welds shall be removed at least 2” beyond the end of the crack as designated by the Engineer. Fire resistant tarps shall be used as required to protect property below.

The Contractor will then perform magnetic particle testing to verify that all cracks have been removed and report the results to the Engineer. If directed by the Engineer, additional arc gouging shall be done.

The Contractor shall then proceed with the re-welding of the arc gouged areas in accordance with the plans. The Contractor is responsible for the stability of the structure and shall take the necessary precautions to ensure the structure remains stable during and after the arc gouging and welding process.

After completion of the welding, the Engineer will inspect the new welds to verify their integrity. Any welds found to be defective as a result of the Engineer’s inspection shall be removed and re- welded at the Contractor’s expense.

The Contractor shall take reasonable measures to keep the areas under the bridges clean and free of debris, and to protect pedestrians from the work operations.

Method of Measurement: This work will be measured for payment by the number of linear feet of defective welds repaired to the satisfaction of the Engineer. New welds judged defective by the Engineer, and which require re-welding by the Contractor, will not be measured for payment.

Basis of Payment: This work will be paid for at the contract unit price per linear foot for "Repair Defective Welds", complete in place, which includes providing access for the initial inspection, access as required for undertaking of the work and allowing inspection of the ongoing work by the Engineer’s representatives, furnishing proper lighting, fire resistant tarps, and all other materials, tools, labor and work incidental thereto. The cost of any localized paint removal required to repair defective welds and the application of paint shall be paid for under the applicable items.

102-348 29

Page 30: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

 

ITEM #0603961A, #0603962A, #0603963A ADDENDUM NO. 1

ITEM #0603961A - ULTRASONIC IMPACT TREATMENT – TYPE 1 ITEM #0603962A - ULTRASONIC IMPACT TREATMENT – TYPE 2 ITEM #0603963A - ULTRASONIC IMPACT TREATMENT – TYPE 3 Description: Work under this item shall consist of operator and inspector training, quality control and assurance planning, complete cleaning of the treatment areas, followed by inspection with a 10X magnifying glass before performing ultrasonic impact treatment to the following fatigue critical details: fillet weld at the web and lateral gusset plate connection 8” from the top of the bottom flange; fillet weld at the web and the top and bottom longitudinal stiffeners; and fillet weld termination at the web access holes, all as shown on the plans, as directed by the Engineer, and in accordance with these specifications. Work under this item will require coordination with other scheduled work on this Project. It is anticipated that Ultrasonic Impact Treatment (UIT) will be performed above temporary work platforms, as shown on the plans, and as directed by the Engineer. The installations of temporary work platforms, required to perform this work, shall be considered as included in the general cost of the work. It is anticipated that the performance of UIT work will require partial and/or full removal, storage and re-assembly of the inspection platforms located between Piers 1 and 6. The removal, storage and re-assembly of the inspection platforms, required to perform this work, shall be considered as included in the general cost of the work. Materials: Fasteners shall be new, high strength bolts (ASTM A325), nuts and washers meeting the requirements of Section M.06 for use with coated steel. Bolts shall be galvanized in accordance with ASTM A153. Construction Methods: All work shall be performed in accordance with Section 11.9 Ultrasonic Impact Treatment (UIT) of the AASHTO LRFD Bridge Construction Specifications, latest version. The Contractor shall submit the UIT equipment firm and their qualifications for supporting the UIT, as well as, the qualifications of all training instructors for approval prior to any UIT work commencing. The UIT equipment firm must demonstrate the successful training and operation of their equipment on a minimum of three previous bridge projects.

The Contractor’s personnel shall be trained and certified as operators of the UIT equipment by the UIT proprietary equipment firm. The training shall be project specific and the specimens used for the training shall replicate the weld configurations, materials and conditions expected on the project. These specimens will be saved as mockups deemed representative by the UIT proprietary equipment firm as visual identifiers for acceptable UIT and flawed UIT. The training also includes the setup of all necessary equipment, the establishment of quality control procedures and training for inspectors performing quality assurance & acceptance.

Specifically, the UIT proprietary equipment firm shall provide:

a. Submittal for a technical procedures manual defining the treatment methodology and parameters for the proficient operation of the tool to achieve the desired results.

102-348 30

Page 31: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

 

ITEM #0603961A, #0603962A, #0603963A ADDENDUM NO. 1

b. Submittal for a technical procedure inspection guide covering the details of the Quality Assurance Program (QAP) to be conducted to ensure that the treatment methodology has been applied in accordance with the instructions given in the technical procedures manual.

c. UIT treatment training of Contractor personnel as operators of the proprietary equipment. A minimum of two individuals shall be trained on-site with a comprehensive training program on the general operation of the tool and the guidelines for the technical treatment application for this project.

d. Quality Assurance & Acceptance Training of five Department representatives as inspectors of UIT treatment utilizing the proprietary equipment. The five individuals shall be trained on-site with a comprehensive training program to carry out complete and thorough inspections of the treatment being undertaken. The comprehensive training shall cover the general operation of the tool, the guidelines for ensure that the treatment methodology applied is compliant, equipment maintenance, trouble shooting guidelines, checklists and all information necessary for the quality of the treatment to be deemed satisfactory.

e. Quality Control inspection training of Contractor personnel. A minimum of two individuals, other than those applying the treatment, shall be trained on-site with a comprehensive training program to carry out complete and thorough inspections of the treatment being undertaken.

f. On-site expertise and presence, to certify the treatment methodology, the training of the Contractor personnel, and for technical support.

The Contractor shall furnish adequate personnel assigned to the UIT work and shall devote these resources exclusively to the work to its completion.

The Contractor shall not begin any ultrasonic impact treatment work until the Engineer has accepted the submittals and performed all the training and demonstrated the ability to perform the weld treatment successfully. If during the course of the cleaning or visual inspection cracks are found, the Contractor shall immediately notify the Engineer. Where temporary removal of the inspection platforms is required to perform this work, all bolts removed shall be replaced with new high strength bolts of the same diameter and shall have a washer under the head and nut. Method of Measurement: This work will be measured for payment by the number of UIT treatments of the type specified, performed and accepted. The temporary removal of the inspection platform required to perform this work will not be measured for payment. Basis of Payment: This work will be paid for at the Contract unit price each for Ultrasonic Impact Treatment of the type specified, which price shall include all QAP costs and oversight, submittals, training, preparation, complete local cleaning of the treatment areas, visual inspection with a 10X magnifying glass, materials, equipment, tools and labor incidental thereto. No direct payment will be made for the cost of temporary removal, storage, new fasteners, loss components and reassembly of the inspection platform, but the cost thereof shall be included in the general cost of the project.

102-348 31

Page 32: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0653001A, #0653100A ADDENDUM NO. 1

ITEM #0653001A - CLEAN EXISTING CATCH BASIN ITEM #0653100A - CLEAN EXISTING CULVERT – 12” TO 42” DIAMETER Work under this item shall conform to the requirements of Section 6.53 of the Standard Specifications, Form 8l7, amended as follows:

Description: Add the following to Article 6.53.01:

This work will also include cleaning existing catch basins at the following locations:

I-95 STATION OFFSET 142+00 74’ LT 142+00 5’ RT 142+00 62’ RT 143+25 5’ LT 143+25 5’ RT 145+50 55’ LT 145+50 5’ LT 145+50 5’ RT 145+50 55’ RT 156+35 55’ LT 156+35 5’ LT 156+35 5’ RT 156+35 55’ RT 159+25 75’ LT 159+25 5’ LT 159+25 5’ RT 159+25 75’ RT

This work will also include cleaning existing culverts – 12” to 42” diameter at the following locations:

I-95 STATION LENGTH 142+00 180’ 145+50 150’ 156+35 180’ 159+25 200’

102-348 32

Page 33: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date ll/99  

ITEM #0822042A, #0822043A ADDENDUM NO. 1

ITEM #0822042A - TEMPORARY GLARE SCREEN MODULAR UNITS

ITEM #0822043A - RELOCATED TEMPORARY GLARE SCREEN MODULAR UNITS

Description: This item shall consist of furnishing and installing a glare screen consisting of modular units with blades spaced as recommended by the manufacturer on Concrete Barrier Curb at locations as shown on the plans or as directed by the Engineer. This item shall also include relocating, removing and maintaining temporary glare screen. The glare screen shall be used during stages of construction as indicated on the plans or as directed by the Engineer.

Materials: The glare screen units shall be modular units consisting of vertical blades and a horizontal base rail. The modular units shall be manufactured and assembled in various lengths, so the cumulative nominal length of the modular units shall equal the length of the individual sections of concrete barrier curb, so that the joint between barrier sections will not be spanned by any one unit.

The glare screen system shall be manufactured from durable impact resistant, non-warping, non- metallic polymeric materials.

Glare screen blades shall be 6 inches to 9 inches in width, green in color and have a length of 30 inches.

Construction Methods: Every 40 feet a modular blade shall have a 3 in. x 3 in. piece of Type V or Bright Wide- Angle reflective sheeting. (Yellow on the left side of the travelway and white on the right side of the travelway). The center of the marker shall be 4 feet above the base of the Concrete Barrier Curb. The attachment of the modular units to the concrete barrier curb sections shall be as specified by the manufacturer. The modular units shall be installed so that the joint between barrier sections will not be spanned by any one unit.

The temporary modular glare screen shall be maintained by the Contractor during all stages of construction. Any damaged material shall be removed and replaced by the Contractor at its expense.

The Contractor shall relocate the temporary modular glare screen and its appurtenances to the locations within the project limits as shown on the plans or as ordered by the Engineer. When the temporary modular glare screen is no longer required, it will be removed from the project and become the property of the Contractor.

102-348 33

Page 34: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date ll/99  

ITEM #0822042A, #0822043A ADDENDUM NO. 1

Method of Measurement: This item will be measured for payment by the actual number of l inear feet of temporary modular glare screen in use at any one time of the size and color specified, furnished, installed, and accepted.

Relocated temporary modular glare screen will be measured by the actual number of l i n e a r feet relocated each time the screen has been satisfactorily relocated as directed by the Engineer, including to and from the storage area. Storage of temporary modular glare screen will not be measured for payment.

Basis of Payment: This work will be paid for at the contract unit price per l i n e a r f o o t for “Temporary Glare Screen Modular Units” complete in place, which price shall include all furnishings, transportation, initial installation, final removal, storage, materials, disposal of the units and yellow or white reflective tape marker and all materials, equipment, tools, and labor incidental thereto.

The relocation of the temporary modular glare screen will be paid for at the contract unit price per linear foot for “Relocated Temporary Glare Screen Modular Units” which price shall include all transportation, temporary storage, relocation, materials, equipment, tools, and labor incidental thereto.

Pay Item Pay Unit Temporary Glare Screen Modular Units l.f. Relocated Temporary Glare Screen Modular Units l.f.

 

102-348 34

Page 35: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

ITEM #0913909A, #0913916A ADDENDUM NO. 1

ITEM #0913909A - 16’ CHAIN LINK DOUBLE GATE 6’ HIGH ITEM #0913916A - 16’ CHAIN LINK DOUBLE GATE 8’ HIGH

Description:

Work under this item includes fabricating and installing chain link fence gates of the type and size called for on the plans or as directed by the Engineer, and in conformity with these specifications.

Materials:

Strain posts, frame pipes and bracing pipes shall be galvanized steel and conform to the requirements of Article M.10.05-2. Gate frames shall be made of 1-1/2" standard steel pipe, welded at all corners to form a one piece unit and galvanized after fabrication. Fittings shall conform to the requirements of Article M.10.05-3. Concrete for footings shall conform to the requirements of Article M.03.01 for Class "A" concrete. Gates shall be equipped with galvanized steel latches, guide assemblies and lock bar assemblies of a fabricator's standard design. All gates shall be provided with heavy duty pad locks of a type approved by the Engineer. Keys shall be turned over to the Engineer.

Install gate so that top of strain posts are at same elevation and the tops of gate frames are level. Construction Methods:

Construction methods shall conform to the requirements of Section 9.13.03.

Method of Measurement:

This work will be measured for payment by the number of gates installed, of the type and size specified, completed and accepted.

Basis of Payment:

This work shall be paid for at the contract unit price each for “Chain Link Gate” of the type and size specified; complete in place, which price shall include gate frame, gate posts, chain link fabric, lock, concrete, excavation, backfill, fabrication, installation, disposal of surplus materials, equipment, tools, labor and any work incidental thereto.  

102-348 35

Page 36: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

ITEM #0969066A - CONSTRUCTION FIELD OFFICE, EXTRA LARGE Description: Under the item included in the bid document, adequate weatherproof office quarters with related furnishings, materials, equipment and other services, shall be provided by the Contractor for the duration of the work, and if necessary, for a close-out period determined by the Engineer. The office, furnishings, materials, equipment, and services are for the exclusive use of CTDOT forces and others who may be engaged to augment CTDOT forces with relation to the Contract. The office quarters shall be located convenient to the work site and installed in accordance with Article 1.08.02. This office shall be separated from any office occupied by the Contractor. Ownership and liability of the office quarters shall remain with the Contractor. Furnishings/Materials/Supplies/Equipment: All furnishings, materials, equipment and supplies shall be in like new condition for the purpose intended and require approval of the Engineer. Office Requirements: The Contractor shall furnish the office quarters and equipment as described below: Description \ Office Size Small Med. Large Extra

Large Minimum Sq. Ft. of floor space with a minimum ceiling height of 7 ft.

400 400 1000 2000

Minimum number of exterior entrances. 2 2 2 2 Minimum number of parking spaces. 7 7 10 15

Office Layout: The office shall have a minimum square footage as indicated in the table above, and shall be partitioned as shown on the building floor plan as provided by the Engineer. Tie-downs and Skirting: Modular offices shall be tied-down and fully skirted to ground level. Lavatory Facilities: For field offices sizes Small and Medium the Contractor shall furnish a toilet facility at a location convenient to the field office for use by CTDOT personnel and such assistants as they may engage; and for field offices sizes Large and Extra Large the Contractor shall furnish two (2) separate lavatories with toilet (men and women), in separately enclosed rooms that are properly ventilated and comply with applicable sanitary codes. Each lavatory shall have hot and cold running water and flush-type toilets. For all facilities the Contractor shall supply lavatory and sanitary supplies as required. Windows and Entrances: The windows shall be of a type that will open and close conveniently, shall be sufficient in number and size to provide adequate light and ventilation, and shall be fitted with locking devices, blinds and screens. The entrances shall be secure, screened, and fitted with a lock for which four keys shall be furnished. All keys to the construction field office shall be furnished to the CTDOT and will be kept in their possession while State personnel are using the office. Any access to the entrance ways shall meet applicable building codes, with appropriate handrails. Stairways shall be ADA/ABA compliant and have non-skid tread surfaces. An ADA/ABA compliant ramp with non-skid surface shall be provided with the Extra-Large field office.

102-348 36

Page 37: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

Lighting: The Contractor shall equip the office interior with electric lighting that provides a minimum illumination level of 100 foot-candles at desk level height, and electric outlets for each desk and drafting table. The Contractor shall also provide exterior lighting that provides a minimum illumination level of 2 foot-candles throughout the parking area and for a minimum distance of 10 ft. on each side of the field office. Parking Facility: The Contractor shall provide a parking area, adjacent to the field office, of sufficient size to accommodate the number of vehicles indicated in the table above. If a paved parking area is not readily available, the Contractor shall construct a parking area and driveway consisting of a minimum of 6 inches of processed aggregate base graded to drain. The base material will be extended to the office entrance. Field Office Security: Physical Barrier Devices - This shall consist of physical means to prevent entry, such as: 1) All windows shall be barred or security screens installed; 2) All field office doors shall be equipped with dead bolt locks and regular day operated door locks; and 3) Other devices as directed by the Engineer to suit existing conditions. Electric Service: The field office shall be equipped with an electric service panel, wiring, outlets, etc., to serve the electrical requirements of the field office, including: lighting, general outlets, computer outlets, calculators etc., and meet the following minimum specifications:

A. 120/240 volt, 1 phase, 3 wire B. Ampacity necessary to serve all equipment. Service shall be a minimum 100 amp

dedicated to the construction field office. C. The electrical panel shall include a main circuit breaker and branch circuit breakers of the

size and quantity required. D. Additional 120 volt, single phase, 20 amp, isolated ground dedicated power circuit with

dual NEMA 5-20 receptacles will be installed at each desk and personal computer table (workstation) location.

E. Additional 120 volt, single phase, 20 amp, isolated ground dedicated power circuit with dual NEMA 5-20 receptacles will be installed, for use by the Telephone Company.

F. Additional 120-volt circuits and duplex outlets as required meeting National Electric Code requirements.

G. One exterior (outside) wall mounted GFI receptacle, duplex, isolated ground, 120 volt, straight blade.

H. After work is complete and prior to energizing, the State’s CTDOT electrical inspector, must be contacted at 860-594-2240. (Do Not Call Local Town Officials)

I. Prior to field office removal, the CTDOT Office of Information Systems (CTDOT OIS) must be notified to deactivate the communications equipment.

Heating, Ventilation and Air Conditioning (HVAC): The field office shall be equipped with sufficient heating, air conditioning and ventilation equipment to maintain a temperature range of 68o-80o Fahrenheit within the field office.

102-348 37

Page 38: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

Telephone Service: The Contractor shall provide telephone service with unlimited nation-wide calling plan. For a Small, Medium and Large field office this shall consist of the installation of two (2) telephone lines: one (1) line for phone/voice service and one (1) line dedicated for the facsimile machine. For an Extra-Large field office this shall consist of four (4) telephone lines: three (3) lines for phone/voice service and one (1) line dedicated for facsimile machine. The Contractor shall pay all charges. Data Communications Facility Wiring: Contractor shall install a Category 6 568B patch panel in a central wiring location and Cat 6 cable from the patch panel to each PC station, Smart Board location, Multifunction Laser Printer/Copier/Scanner/Fax, terminating in a (Category 6 568B) wall or surface mount data jack. The central wiring location shall also house either the data circuit with appropriate power requirements or a category 5 cable run to the location of the installed data circuit. The central wiring location will be determined by the CTDOT OIS staff in coordination with the designated field office personnel as soon as the facility is in place. For Small, Medium and Large field offices the Contractor shall run a CAT 6 LAN cable a minimum length of 25 feet for each CTDOT networked device (including but not limited to: smartboards and Multi‐Function Laser Printer/Copier/Scanner/Fax) to LAN switch area leaving an additional 10 feet of cable length on each side with terminated RJ45 connectors. For an Extra-Large field office the Contractor shall run CAT 6 LAN cables from workstations, install patch panel in data circuit demark area and terminate runs with RJ45 jacks at each device location. Terminate runs to patch panel in LAN switch area. Each run / jack shall be clearly labeled with an identifying Jack Number. The Contractor shall supply cables to connect the Wi-Fi printer to the Contractor supplied internet router and to workstations/devices as needed. These cables shall be separate from the LAN cables and data Jacks detailed above for the CTDOT network. The number of networked devices anticipated shall be at least equal to the number of personal computer tables, Multi‐Function Laser Printer/Copier/Scanner/Fax, and smartboards listed below. The installation of a data communication circuit between the field office and the CTDOT OIS in Newington will be coordinated between the CTDOT District staff, CTDOT OIS staff and the local utility company once the Contractor supplies the field office phone numbers and anticipated installation date. The Contractor shall provide the field office telephone number(s) to the CTDOT Project Engineer within 10 calendar days after the signing of the Contract as required by Article 1.08.02. This is required to facilitate data line and computer installations. Additional Equipment, Facilities and Services: The Contractor shall provide at the field Office at least the following to the satisfaction of the Engineer:  

 

102-348 38

Page 39: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

Furnishing Description 

Office Size 

Small  Med.  Large  Extra Large 

Quantity 

Office desk (2.5 ft. x 5 ft.) with drawers, locks, and matching desk chair that have pneumatic seat height adjustment and dual wheel casters on the base. 

1  3  5  10 

Standard secretarial type desk and matching desk chair that has pneumatic seat height adjustment and dual wheel casters on the base. 

‐  ‐  ‐  1 

Personal computer tables (4 ft. x 2.5 ft.).  2  3  5  10 

Drafting type tables (3 ft. x 6 ft.) and supported by wall brackets and legs; and matching drafters stool that have pneumatic seat height adjustment, seat back and dual wheel casters on the base. 

1  1  1  2 

Conference table, 3 ft. x 12 ft.  ‐  ‐  ‐  1 

Table – 3 ft. x 6 ft.  ‐  ‐  ‐  1 

Office Chairs.  2  4  8  25 

Mail slot bin – legal size.  ‐  ‐  1  1 

Non‐fire resistant cabinet.  ‐  ‐  2  5 

Fire resistant cabinet (legal size/4 drawer), locking.  1  1  2  3 

Storage racks to hold 3 ft. x 5 ft. display charts.  ‐  ‐  1  2 

Vertical plan racks for 2 sets of 2 ft. x 3 ft. plans for each rack.  1  1  2  2 

Double door supply cabinet with 4 shelves and a lock – 6 ft. x 4 ft. 

‐  ‐  1  2 

Case of cardboard banker boxes (Min 10 boxes/case)  1  1  2  3 

Open bookcase – 3 shelves – 3 ft. long.  ‐  ‐  2  3 

White Dry‐Erase Board, 36” x 48”min. with markers and eraser.  1  1  1  4 

Interior partitions – 6 ft. x 6 ft., soundproof type, portable and freestanding. 

‐  ‐  6  8 

Coat rack with 20 coat capacity.  ‐  ‐  ‐  1 

Wastebaskets ‐ 30 gal., including plastic waste bags.  1  1  1  2 

Wastebaskets ‐ 5 gal., including plastic waste bags.  1  3  6  12 

Electric wall clock.  ‐  ‐  ‐  2 

Telephone.  1  1  1  ‐ 

Full size stapler 20 (sheet capacity, with staples)  1  2  5  10 

Desktop tape dispensers (with Tape)  1  2  5  10 

8 Outlet Power Strip with Surge Protection  3  4  6  11 

Rain Gauge   1  1  1  1 

Business telephone system for three lines with ten handsets, intercom capability, and one speaker phone for conference table. 

‐  ‐  ‐  1 

102-348 39

Page 40: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

Mini refrigerator ‐ 3.2 c.f. min.  1  1  1  1 

Hot and cold water dispensing unit.  Disposable cups and bottled water shall be supplied by the Contractor for the duration of the project.  

1  1  1  1 

Microwave, 1.2 c.f. , 1000W min.  1  1  1  1 

Fire extinguishers ‐ provide and install type and *number to meet applicable State and local codes for size of office indicated, including a fire extinguisher suitable for use on a computer terminal fire. 

*  *  *  * 

Electric pencil sharpeners.  1  2  2  1 

Electronic office type printing calculators capable of addition, subtraction, multiplication and division with memory and a supply of printing paper. 

1  1  2  1 

Small Multi‐Function Laser Printer/Copier/Scanner/Fax combination unit, network capable, as specified below under Computer Related Hardware and Software.   

1  1     

Large Multi‐Function Laser Printer/Copier/Scanner/Fax combination unit, network capable, as specified below under Computer Related Hardware and Software.   

    1  1 

Field Office Wi‐Fi Connection as specified below under Computer Related Hardware and Software 

1  1  1  1 

Wi‐Fi Printer as specified below under Computer Related Hardware and Software. 

1  1  1 1 

Digital Camera as specified below under Computer Related Hardware and Software.  

1  1  3  2 

Video Projector as specified below under Computer Related Hardware and Software. 

‐  ‐  ‐ 1 

Smart Board as specified below under Computer Related Hardware and Software. 

‐  ‐  ‐  2 

Infrared Thermometer, including annual third party certified calibration, case, and cleaning wipes. 

1  1  1  2 

Concrete Curing Box as specified below under Concrete Testing Equipment. 

1  1  1  1 

Concrete Air Meter and accessories as specified below under Concrete Testing Equipment as specified below. Contractor shall provide third party calibration on a quarterly basis.   

1  1  1  1 

Concrete Slump Cone and accessories as specified below under Concrete Testing Equipment. 

1  1  1  1 

First Aid Kit   1  1  1  1 

Flip Phones as specified under Computer Related Hardware and Software. 

‐  ‐  ‐ ‐ 

Smart Phones as specified under Computer Related Hardware and Software. 

‐  ‐  ‐  6 

102-348 40

Page 41: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

The furnishings and equipment required herein shall remain the property of the Contractor. Any supplies required to maintain or operate the above listed equipment or furnishings shall be provided by the Contractor for the duration of the project.

Computer Related Hardware and Software: The CTDOT will supply by its own means the actual Personal Computers for the CTDOT representatives. The Contractor shall supply the Field Office Wi-Fi Connection, Wi-Fi Printer, Digital Camera(s), Flip Phones, Smart Phones, Multifunction Laser Printer/Copier/Scanner/Fax, Video Projectors, and Smart Board(s) as well as associated hardware and software, must meet the requirements of this specification as well as the latest minimum specifications posted, as of the project advertising date, at CTDOTs web site http://www.ct.gov/dot/cwp/view.asp?a=1410&q=563904 Within 10 calendar days after the signing of the Contract but before ordering/purchasing the Wi-Fi Printer (separate from the Multifunction Laser Printer/Copier/Scanner/Fax), Field Office Wi-Fi, Digital Camera(s), Flip Phones, Smart Phones, Multifunction Laser Printer/Copier/Scanner/Fax, Video Projector(s) and Smart Board(s) as well as associated hardware, the Contractor must submit a copy of their proposed order(s) with catalog cuts and specifications to the Administering CTDOT District for review and approval. The Wi-Fi Printer, Wi-Fi Router, Flip Phones, Smart Phones, digital cameras, Projector(s) and Smart Board(s) will be reviewed by CTDOT District personnel. The Multifunction Laser Printer/Copier/Scanner/Fax will be reviewed by the CTDOT OIS. The Contractor shall not purchase the hardware, software, or services until the Administering CTDOT District informs them that the proposed equipment, software, and services are approved. The Contractor will be solely responsible for the costs of any hardware, software, or services purchased without approval. The Contractor and/or their internet service provider shall be responsible for the installation and setup of the field office Wi-Fi, Wi-Fi printer, and the configuration of the wireless router as directed by the CTDOT. Installation will be coordinated with CTDOT District and Project personnel. After the approval of the hardware and software, the Contractor shall contact the designated representatives of the CTDOT administering District, a minimum of 2 working days in advance of the proposed delivery or installation of the Field Office Wi-Fi Connection, Wi-Fi Printer, Digital Camera(s), Flip Phones, Smart Phones, Multifunction Laser Printer/Copier/Scanner/Fax, Video Projectors and Smart Board(s), as well as associated hardware, software, supplies, and support documentation. The Contractor shall provide all supplies, paper, maintenance, service and repairs (including labor and parts) for the Wi-Fi printers, copiers, field office Wi-Fi, fax machines and other equipment and facilities required by this specification for the duration of the Contract. All repairs must be performed with-in 48 hours. If the repairs require more than a 48 hours then an equal or better replacement must be provided. Once the Contract has been completed, the hardware and software will remain the property of the Contractor.

102-348 41

Page 42: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

First Aid Kit: The Contractor shall supply a first aid kit adequate for the number of personnel expected based on the size of the field office specified and shall keep the first aid kit stocked for the duration that the field office is in service. Rain Gauge: The Contractor shall supply install and maintain a rain gauge for the duration of the project, meeting these minimum requirements. The rain gauge shall be installed on the top of a post such that the opening of the rain gauge is above the top of the post an adequate distance to avoid splashing of rain water from the top of the post into the rain gauge. The Location of the rain gauge and post shall be approved by the Engineer. The rain gauge shall be made of a durable material and have graduations of 0.1 inches or less with a minimum total column height of 5 inches. If the rain gauge is damaged the Contractor shall replace it prior to the next forecasted storm event at no additional cost. Concrete Testing Equipment: If the Contract includes items that require compressive strength cylinders for concrete, in accordance with the Schedule of Minimum Testing Requirements for Sampling Materials for Test, the Contractor shall provide the following equipment. A) Concrete Cylinder Curing Box – meeting the requirements of Section 6.12 of the

Standard Specifications. B) Air Meter – The air meter provided shall be in good working order and meet the

requirements of AASHTO T 152. C) Slump Cone Mold – Slump cone, base plate, and tamping rod shall be provided in

like-new condition and meet the requirements of AASHTO T119, Standard Test Method for Slump of Hydraulic-Cement Concrete.

All testing equipment will remain the property of the Contractor at the completion of the project. Insurance Policy: The Contractor shall provide a separate insurance policy, with no deductible, in the minimum amount of five thousand dollars ($5,000) in order to insure all State-owned data equipment and supplies used in the office against all losses. The Contractor shall be named insured on that policy, and the CTDOT shall be an additional named insured on the policy. These losses shall include, but not be limited to: theft, fire, and physical damage. The CTDOT will be responsible for all maintenance costs of CTDOT owned computer hardware. In the event of loss, the Contractor shall provide replacement equipment in accordance with current CTDOT equipment specifications, within seven days of notice of the loss. If the Contractor is unable to provide the required replacement equipment within seven days, the CTDOT may provide replacement equipment and deduct the cost of the equipment from monies due or which may become due the Contractor under the Contract or under any other contract. The Contractor's financial liability under this paragraph shall be limited to the amount of the insurance coverage required by this paragraph. If the cost of equipment replacement required by this paragraph should exceed the required amount of the insurance coverage, the CTDOT will reimburse the Contractor for replacement costs exceeding the amount of the required coverage.

102-348 42

Page 43: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 09/14/2016

 

ITEM #0969066A ADDENDUM NO. 1

Maintenance: During the occupancy by the CTDOT, the Contractor shall maintain all facilities and furnishings provided under the above requirements, and shall maintain and keep the office quarters clean through the use of weekly professional cleaning to include, but not limited to, washing & waxing floors, cleaning restrooms, removal of trash, etc. Exterior areas shall be mowed and clean of debris. A trash receptacle (dumpster) with weekly pickup (trash removal) shall be provided. Snow removal, sanding and salting of all parking, walkway, and entrance ways areas shall be accomplished during a storm if on a workday during work hours, immediately after a storm and prior to the start of a workday. If snow removal, salting and sanding are not completed by the specified time, the State will provide the service and all costs incurred will be deducted from the next payment estimate. Method of Measurement: The furnishing and maintenance of the construction field office will be measured for payment by the number of calendar months that the office is in place and in operation, rounded up to the nearest month. There will not be any price adjustment due to any change in the minimum computer related hardware and software requirements. Basis of Payment: The furnishing and maintenance of the Construction Field Office will be paid for at the Contract unit price per month for “Construction Field Office, (Type),” which price shall include all material, equipment, labor, service contracts, licenses, software, repair or replacement of hardware and software, related supplies, utility services, parking area, external illumination, trash removal, snow and ice removal, and work incidental thereto, as well as any other costs to provide requirements of this specified this specification. Pay Item Pay Unit Construction Field Office, (Type) Month  

102-348 43

Page 44: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 6/4/15

ITEM #1018050A ADDENDUM NO. 1

ITEM #1018050A - MAINTAINING NAVIGATION LIGHTS DESCRIPTION: Under this item the Contractor shall maintain the proper nighttime navigation lighting of the river channel under bridge No. 00059 throughout all stages of construction. MATERIALS: Temporary solar powered navigation lights shall be furnished by the following manufacturers or approved equal: Sealite USA, LLC - 61 Business Park Drive, Tilton, New Hampshire, 03276, (603)-737-1311, www.sealite.com Model Nos.: 180° red: SL70-180R 360° green: SL-BRK (green) McDermott Light & Signal – 1639 Stephen Street, Ridgewood, NY, (718)-456-3606, www.mcdermottlight.com. Model Nos.: 180° red: 9SOL-FM-RED 360° green: Bridge-Tube-LT-(green)-solar Navigation lights from alternate manufacturers shall conform to U.S. Coast Guard requirements (33 CFR) and provide a visible range of 1 mile or greater. 180° red navigation lights shall feature integral solar modules with NiMH rechargeable batteries. 360° green navigation lights shall be for pendant mounting and shall be powered by a remote battery with remote solar panel. Temporary navigation lights shall be rated IP68 and shall be equipped with an integral photocell that will allow dusk to dawn operation only. Pre-assembled aerial cable shall be 7 strand aluminum containing a No. 6 AWG bare messenger with three No. 6 AWG cross-linked polyethylene insulated conductors rated at 600 volts. CONSTRUCTION METHOD: Under this item the Contractor shall maintain the proper nighttime navigation lighting of the river channel under bridge No. 00059 throughout all stages of construction. Based on construction activities and construction staging, the navigation lighting of the river channel may consist of: existing navigation lights, temporary navigation lights, new “permanent” navigation lights, or any combination thereof. The existing navigation light service cabinet is mounted to the north side of pier No. 6 adjacent to Hendricks Avenue. The existing main navigation light power circuit accesses the superstructure at the top of pier No. 6 via an RMC stub-down connected to a junction box cast into the parapet. The existing main navigation light circuit is then carried in an RMC conduit cast into the I-95 southbound parapet out to pier Nos. 3 and 4 where it branches to feed the navigation lights located at both deck and pier level for both the north and south sides of the bridge.

102-348 44

Page 45: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 6/4/15

ITEM #1018050A ADDENDUM NO. 1

Prior to the removal of the southbound parapet (containing the main navigation lighting circuit), the Contractor shall install a temporary circuit bypass consisting of pre-assembled aerial cable strapped to the underside of the structure from the top of pier No. 6 to pier Nos. 3 and 4. This cable shall be used to supply 120 VAC power to the existing navigation lights from the existing electrical cabinet on pier No. 6. The Contractor shall make all necessary connections to restore the power feed to all existing navigation lights. The circuit bypass shall be installed in such a manner as to not expose the temporary aerial cable and electrical connections to access by the public. The pre-assembled aerial cable shall be attached to the bridge steel using insulators. In lieu of installing the temporary circuit bypass, the Department will consider the temporary installation of stand-alone solar powered navigation lights should construction activities and economics dictate their use. Prior to the removal of the northbound parapet (which supports the upriver green center channel navigation light) the Contractor shall attach a temporary green navigation light to the bridge superstructure at the center channel mark. The temporary navigation light can be either the relocated existing navigation light or a temporary solar navigation light. Prior to beginning any work on the navigation lighting system the Contractor shall submit for review and approval the methods and materials the he proposes to use to maintain the proper nighttime navigational lighting of the river channel. The proposal shall include a plan showing where temporary circuits will be installed, attachment methods and connection points. The proposal shall also include a full description of all materials to be used (manufacturers shop drawings) including all temporary attachment methods to the existing bridge structure and all proposed mounting hardware. The proposal shall also describe all penetrations required to be carried out on the bridge steel or concrete. Concrete anchors shall be stainless steel mechanical type, sized per the manufacturer’s recommendations for the anticipated load. The temporarily rewired navigation lights and temporary navigation lights shall be tested for proper nighttime operation. The installation of the temporary navigation lights shall be carried out prior to the removal of the existing navigation lights. Under no circumstances shall the proper nighttime demarcation of the river channel be disrupted. The Contractor shall be responsible for the maintenance of the complete navigation lighting system throughout all stages of construction. When notified of lighting outages the Contractor shall respond promptly to initiate repairs. The Contractor shall be responsible for any fines levied by the U.S. Coast Guard for inoperative navigation lights.

102-348 45

Page 46: APRIL 27, 2018 BRIDGE REHABILITATION BRIDGE NO. 00059 I-95 ... · ntc - coordination with king industries ntc - contractor parking ntc - site cleanliness ntc - city of norwalk requirements

Rev. Date 6/4/15

ITEM #1018050A ADDENDUM NO. 1

Upon installation of the permanent navigation lighting system, the temporary materials used in the maintenance of the navigation lighting system shall be removed and shall remain the property of the Contractor. METHOD OF MEASUREMENT: This work will be measured for payment as a lump sum complete and accepted. BASIS OF PAYMENT: This work will be paid for at the contract lump sum price for "Maintaining Navigation Lights" of the type and size specified, complete and accepted in place, which price shall include all materials including temporary navigation lights, batteries, solar panels, pre-assembled aerial cable, conductors, clamps, connections, mounting hardware, drilling, anchoring, attachments, brackets, measuring, testing, and all labor, tools, equipment and work incidental thereto.

102-348 46