~EERING DMSION - Greenwich, CT

268
Q INFORMATION FOR BIDDERS PROPOSAL - SPECIFICATIONS FOR REPLACEMENT OF lHE ONEIDA DRIVE BRIDGE OVER SMITH COVE (BRIDGE NO. 056-009) PROJECT NO. 14-20 MARCH 2019 0 0 , DEPAR1l.4ENT OF PUBLIC WORKS .4"

Transcript of ~EERING DMSION - Greenwich, CT

Q INFORMATION FOR BIDDERS PROPOSAL - SPECIFICATIONS

FOR

REPLACEMENT OF lHE ONEIDA DRIVE BRIDGE

OVER SMITH COVE (BRIDGE NO. 056-009)

PROJECT NO. 14-20 MARCH 2019

0 0

~ ~EERING DMSION~ ,

DEPAR1l.4ENT OF PUBLIC WORKS ~ .4"

INVITATION TO BID

Sealed bids, one (I) original and two (2) copies, will be received in the Office of the Purchasing Department and shall be opened and read aloud in the Gisborne Conference Room, Town Hall, 1 01 Field Point Road, Greenwich, Connecticut at 2 o'clock pm (prevailing time) on Wednesday, Apri110, 2019 for the following work:

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

A Bid Bond for 10% of the total bid must accompany each bid.

Bidders may be required to submit data covering financial resources, equipment and ability to perform the work rapidly and in a satisfactory manner.

The right is expressly reserved to reject any or all bids, to waive any informalities in the bids, or to accept such bids as appear to be in the best interest of the Town.

Specifications may be obtained on the Town ·s website, www.greemvicbcl.om. It is the responsibility of the prospective bidder to check the website for any addenda issued up to 48 hours prior to the bid opening.

Drawings and specifications will be posted to the Town' s website and may be downloaded at no cost. Drawings taken from the Town 's website and printed on the bidder's equipment may not be to scale.

Full size hard c~ies of the drawings may be purchased from Greenwich Blueprint, LLC, 255 Greenwich Avenue, 2" floor, Greenwich, CT 06830, ph. (203) 869-0305 for a non-refundable fee of $124.43 including tax.

Bidders shall complete the Vendor Information & Signatory Form for all Contracts equal to or in excess of $250,000.00. Failure to complete the Vendor Information & Signatory Form, located in Section 2, will cause the contractors bid to be disqualified.

Attention of bidders is particularly called to the requirements as to conditions of employment to be observed, insurance coverage requirements, minimum wage rates to be paid under the contract and construction safety and health course requirements.

This contract is subject to state contract compliance requirements, including non-discrimination statutes and set-aside requirements. State law requires a minimum of twenty-five (25%) percent of the state-funded portion of the contract be set aside for award to subcontractors holding current certification from the Connecticut Department of Administrative Services. The contractor must demonstrate good faith effort to meet the 25% set-aside goals.

Bidders shall complete the "Bidder Contract Compliance Monitoring Report" and the "Prohibition of Wastes Generated from Oil and Gas Drilling and Extraction Activities Certification" for all Contracts. Failure to complete the noted report and certification, located in Section 2, will cause the contractors bid to be disqualified.

Date: March 21, 2019

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

2

SECTION 1

INFORMATION FOR BIDDERS TITLE ARTICLE

RECEIPT AND OPENING OF BIDS 1.1

LOCATION AND DESCRIPTION OF WORK TO BE DONE 1.2

CONTRACT DOCUMENTS 1.3

NON-REFUNDABLE FEE FOR DRAWINGS AND DOCUMENTS 1.4

QUESTIONS REGARDING DRAWINGS AND DOCUMENTS 1.5

BIDDERS TO INVESTIGATE 1.6

INFORMATION NOT GUARANTEED 1.7

BLANK FORM FOR BID 1.8

TIME LIMITS AND TIME CHARGE 1.9

WITHDRAWAL OF BIDS 1.10

CONTRACT BONDS 1.11

ABILITY AND EXPERIENCE OF BIDDER 1.12

BIDS 1.13

RIGHT TO REJECT OR ACCEPT BIDS 1.14

RIGHT TO ALTER FORM, QUANTITY, ETC., OF WORK 1.15

EXECUTION OF AGREEMENT 1.16

INSURANCE CERTIFICATES 1.17

COMPARISON OF BIDS 1.18

BID SECURITY 1.19

ITEMS 1.20

MINIMUM PREVAILING WAGE RATES 1.21

CONSTRUCTION SAFETY AND HEALTH COURSE 1.22

NON-CONNECTICUT CONTRACTORS 1.23

SUPPLIERS AND SUBCONTRACTORS 1.24

PROHIBITION OF WASTES GENERATED FROM OIL AND GAS DRILLING AND EXTRACTION ACTIVITIES 1.25

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

3

CT SET-ASIDE REQUIREMENTS RE: NON-DISCRIMINIATION STATUTES 1.26

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

4

INFORMATION FOR BIDDERS

1.1 RECEIPT AND OPENING OF BIDS. Sealed bids, one (1) original and two (2) copies, will be received in the Office of the Purchasing Department and shall be opened and read aloud in the Gisborne Conference Room, Town Hall, 101 Field Point Road, Greenwich, Connecticut at 2 o’clock pm (prevailing time) on Wednesday April 10, 2019 for the following work:

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20 1.2 LOCATION AND DESCRIPTION OF WORK TO BE DONE. The work herein specified to be done consists of the complete replacement of the Oneida Drive Bridge Greenwich Connecticut, all as more particularly indicated, shown or described in the drawings, specifications and other contract documents and as described by the Engineer. The Contractor shall furnish all labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies and all other things necessary to do all work required for the completion of each item of the work and as herein specified. The location, general characteristics and principal details of the work are indicated on drawings which are listed as follows: SHEET NUMBER TITLE

01.01 Title Sheet 01.02 Detailed Estimate Sheet 02.01 List of Revisions 03.01 Index of Drawings 03.02-03.03 Typical Sections & Details 03.04 Existing Conditions 03.05 Alignment & ROW Plan 03.06 Roadway Profile 03.07 Roadway Plan 03.08 Erosion Control Plan 03.09 Planting Plan 03.10 Detour Plan 03.11 Site Details 03.12-03.21 Cross Sections 04.01 Index of Drawings 04.02 General Plan 04.03 General Notes & Quantities 04.04-04.07 Boring Logs-(1-4) 04.08-04.09 Construction Staging (1-2) 04.10 Cofferdam and Dewatering 04.11 Pile Plan. 04.12-04.13 Abutment (1-2) 04.14 Abutment Details 04.15 Pay Limits 04.16 Framing Plan 04.17-04.18 Voided Slab Details (1-2) 04.19 Slab Plans 04.20 Slab Details 04.21 End Block Details

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

5

SHEET NUMBER TITLE 04.22 3 Tube Curb Mounted Bridge Rail HW_INX (1-2) Highway Standard Sheet Index HW-651_01 C.C.M. Pipe Installations in Fill & Rock Slopes & Pipe

Trench Detail HW-822_01 Temporary Precast Concrete Barrier Curb HW-910_01 W-Beam Metal Beam Rail Hardware HW-910_02 Metal Beam Rail (Type R-B 350) Guiderail HW-910_04 Metal Beam Rail Type R-B 350 Systems 5, 5A, & 6 HW-910_07 R-B 350 Bridge Attachment Vertical Shape Parapet HW-910_17 R-B Terminal Section HW-911_01 R-B End Anchorage Type I and II HW-921_01 Driveway Ramps and Sidewalks HW-949_01 Planting Details for Trees HW-949_02 Planting Details for Shrubs TR-STD_Index Traffic Standard Sheet Index TR-1208_02 Metal Sign Posts and Sign Mounting Details TR-1210_04 Pavement Marking Lines and Symbols TR-1210_08 Pavement Markings for Non Freeways TR-1220_01 Signs for Construction and Permit Operations TR-1220_02 Construction Sign Supports and Channelizing Devices

The above drawings are the contract drawings, sometimes referred to herein as the "Drawings". Additional drawings showing details in accordance with which the work is to be done will be furnished from time to time by the Engineer, if found necessary, and shall then become a part of the contract drawings. 1.3 CONTRACT DOCUMENTS. The 'Drawings', 'Invitation to Bid', 'Information for Bidders', Forms for 'Bid', 'Agreement' and ‘Bonds’, 'General Conditions' and 'Technical and Materials Specifications' become the contract documents and may be obtained on the Town’s website, www.greenwichct.org. Drawings and specifications will be posted to the Town’s website and may be downloaded at no cost. Drawings taken from the Town’s website and printed on the bidder’s equipment may not be to scale. 1.4 NON-REFUNDABLE FEE FOR DRAWINGS AND DOCUMENTS. Full size hard copies of the drawings may be purchased from Greenwich Blueprint, LLC, 255 Greenwich Avenue, 2nd floor, Greenwich, CT 06830, ph. (203) 869-0305 for a non-refundable fee of $124.43 including tax. 1.5 QUESTIONS REGARDING DRAWINGS AND DOCUMENTS. In general, no answer will be given to prospective bidders in reply to an oral question if the question involves an interpretation of the intent or meaning of the drawings or other contract documents or the equality or use of products or methods other than those designated or described on the drawings or in the specifications. Any information given to bidders other than by means of the drawings and other contract documents, including addenda, as described below, is given informally, for information and the convenience of the bidder only, and is not guaranteed. The bidder agrees that such information shall not be used as the basis of nor shall the giving of any such information entitle the bidder to assess any claim or demand against the Town or the Engineer on account thereof.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

6

To receive consideration, such questions shall be submitted in writing to the Project Engineer, Sean Cardwell, Civil Engineer, Engineering Division, 101 Field Point Road, Greenwich, CT 06830 or by email to [email protected] at least 5 days before the established date for receipt of Bids. If the questions involve the acceptability or use of any unspecified products or methods, it must be accompanied by drawings, specifications or other data in sufficient detail to enable the Engineer to determine the acceptability, equality and suitability of the unspecified product or method. In general, the Engineer will neither approve nor disapprove particular products prior to the opening of Bids; such products will be considered when offered by the Contractor for incorporation into the work. The Engineer will set forth as addenda, which shall become a part of the contract documents, such questions received as above provided as in their sole judgment are appropriate or necessary and their decision regarding each. It is the responsibility of the prospective bidder to check the Town’s website (www.greenwichct.org) for any addenda issued up to 48 hours prior to the bid opening. The Contractor agrees to use the products and methods designated or described in the specifications as amended by the addenda. Any addenda issued shall take precedence over drawings or specifications. Where there is a conflict between specifications and drawings, the higher standard shall prevail. 1.6 BIDDERS TO INVESTIGATE. Bidders are required to submit their bids upon the following express conditions which shall apply to and be deemed a part of every bid received. Bidders must satisfy themselves by personal examination of the site of the work and by such other means as they may wish, as to the actual conditions there existing, the character and requirements of the work, the difficulties attendant upon its execution, and the accuracy of all estimated quantities stated in the Bid. Any subsurface information furnished is based on an interpretation made at specific locations as indicated and no assurance is given that these conditions are necessarily typical of other locations or that they have remained unchanged since the field data were obtained. Further, no assurance is given that the presence or absence of water and other subsurface conditions at the time of these explorations will be representative of actual conditions at the time of construction. The Contractor shall be solely responsible for any assumptions, deductions, or conclusions they may make or which may be derived from their examination of any available subsurface information. 1.7 INFORMATION NOT GUARANTEED. All information given on the drawings or in the other contract documents relating to subsurface and other conditions, natural phenomena, existing pipes and other structures is furnished only for the information and convenience of bidders and is not guaranteed. It is agreed and understood that the Town does not warrant guarantee that the subsurface or other conditions, natural phenomena, existing pipes or other structures encountered during construction will be the same as those indicated on the drawings or in the other contract documents and the bidder or Contractor shall assume all risk with respect to such conditions. It is agreed further and understood that no bidder or Contractor shall use or be entitled to use any of the information made available to them or obtained in any examination made by them in any manner as a basis of or ground for, any claim or demand against the Town or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

7

The Contractor shall dig test pits, contact appropriate parties, or do any other necessary work, and at their own expense, to locate subsurface and other structures both shown and not shown on the drawings, in advance to performing work near the structure. 1.8 BLANK FORM FOR BID. All bids must be upon the blank form for "Bid Sheet", which is given in Section 2, and must state the proposed price of each item of the work, both in words and in figures, and be signed by the bidder with their business address and place of residence. 1.9 TIME LIMITS AND TIME CHARGE. The Contractors shall commence with the work within ten (10) days after receipt of 'Notice to Proceed' from the Town. Time is of the essence of this contract and as prosecution of the work will inconvenience property owners, vehicular traffic, and pedestrians and adversely affect business in the area, it is essential that the work be pressed vigorously to completion. Also, the cost to the Town of administration of the contract, including engineering, inspection and supervision of construction, will be increased or decreased as the time occupied in the work is lengthened or shortened and the deprivation to the residents of the Town of the needed improvement herein contracted for will cause damages to the Town, the exact amount of which will be difficult to ascertain. Therefore, in order to avoid the uncertainties and time consuming effort involved, it is hereby estimated that the reasonably probable, foreseeable damages which will arise in the event of the Contractor's delay are hereby expressed in terms of a time charge which will be made against the Contractor, and dates for completion, suspension and/or commencement of work will be established in accordance with the following provisions. A time charge of one thousand ($1,000.00) dollars per day will be made against the Contractor for each and every day (Saturdays, Sundays and legal holidays excluded) that the work is in progress beyond fourteen (14) calendar months (no days excluded) after the Contractor has been notified to commence with the work. The amount of time charge will be deducted from the monthly and final payments due the Contractor as these are made. This time charge will continue, except as provided below, until the work is completed and accepted, but not including retainer, maintenance or repair period, if any. The Engineer's decision concerning whether the work has been completed shall be final, as provided in Article 4.4 of this contract. Each bidder should include in their estimate of the cost of the work, a sum equal to the amount derived by multiplying said time charge by the number of days which they estimate the time charge will apply. This sum shall not appear as a separate item of the bid, but shall be distributed among the various items on which prices are asked on the bid sheet. The time charge will be suspended during the period of any delay that may be caused by the Town, either through change of plan or through ordering suspension of the work for any reason other than failure on the part of the Contractor to comply with the specifications, said suspension must be certified by engineer. If any delay is caused to the Contractor by specific orders of the Engineer to stop the work (for reasons other than failure on the part of the Contractor to comply with the requirements of the contract documents), such delay will entitle the Contractor to an equivalent extension of time, and the suspension of the time charge only during such an extension of time. When extra or additional work is ordered by the Engineer, the Contractor will be allowed a suspension of the time charge expressed in days and derived by dividing the cost of such additional work by the time charge factor. The time charge factor is that number derived by dividing the total amount of the contract on which the award is made by the number of days between date work is started and date of completion and acceptance of the repair and alteration, etc., deducting Saturdays, Sundays and legal holidays.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

8

1.10 WITHDRAWAL OF BID. Except as hereinafter in this article otherwise expressly provided, once their bid is submitted and received by the Town for consideration and comparison with other bids similarly submitted, the Bidder agrees that they may not and will not withdraw it within forty-five (45) consecutive calendar days after the actual date of opening of Bids. Upon proper written request and identification, Bids may be withdrawn only as follows 1. At any time prior to the designated time for the opening of bids 2. Provided the bid has not theretofore been accepted by the Town, at any time subsequent to the expiration if the period during which the bidder has agreed not to withdraw their bid. Unless a bid is withdrawn as provided above, the Bidder agrees that it shall be deemed open for acceptance until the 'agreement' has been executed by both parties thereto or until Town notifies a Bidder in writing that their bid is rejected or that the Town does not intend to accept it, or returns their bid deposit. Notice of acceptance of a bid shall not constitute rejection of any other bid. 1.11 CONTRACT BONDS. The Bidder whose bid is accepted agrees to furnish the 'contract bonds' in the forms which follow in Section 5, entitled ‘Contract Bonds’, each in the sum of the full amount of the bid, including allowance for contingencies and extra work, and/or contract price as determined by the Engineer, and duly executed and acknowledged by the said Bidder as principle and by a surety company qualified to do business under the laws of the State of Connecticut and satisfactory to the Town, as surety, for the faithful performance of the contract and payment for labor and materials. The premiums for such bonds shall be paid by the Contractor. The ‘Contract Bond’ is only required for contracts exceeding $100,000. For contracts that require a Performance, Maintenance and Payment Bond, the contractor shall maintain all of the specified required insurance coverage and continue to document the specified required insurance coverage for one (1) year after completion of the work of the contract (or other such time as the contractor or other agreement requires). The Bidder must provide a letter from the bonding company stating that their company is able to receive performance bonding within one weeks’ time after receipt of award on the Town of Greenwich Performance, Maintenance and Payment Bond Form (enclosed herein) for this project in the total amount of the bid. The letter must be on the bonding company’s letterhead with their name address and telephone number and must be submitted with the bid. 1.12 ABILITY AND EXPERIENCE OF BIDDER. No award will be made to any Bidder who cannot satisfy the Town that they have sufficient ability and experience in this class of work and sufficient capital and plant to enable them to prosecute and complete the work successfully within the time named, or, where such time is not named, within reasonable period of time as is determined by the Engineer. The Town's decision or judgment on these matters shall be final, conclusive and binding. The Town may make such investigations as it deems necessary, and the Bidder shall furnish to the Town, under oath if so required, all such information and data for this purpose as the Town may request. The ability of any Bidder to obtain a performance bond will not be regarded as the sole test of such Bidder's competency or responsibility.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

9

1.13 BIDS. The Town may reject bids which in its sole judgment are either incomplete, conditional, obscure or not responsive or which contain additions not called for, erasures not properly initialed, alterations or similar irregularities, or the Town may waive such omissions, conditions or irregularities. 1.14 RIGHT TO REJECT OR ACCEPT BIDS. The Town reserves the right to reject any or all bids with or without reason, or to accept any bid even if it is not the low bid, should the Town deem it to be in the public interest or the interest of the Town to do so. The Town's decision on the qualifications of any bid and/or its decision to accept any bid, or reject any or all bids shall be final, conclusive and binding on all Bidders. 1.15 RIGHT TO ALTER FORM, QUANTITY, OF WORK. The Town further reserves the right to make alterations in the lines, grade, plan, form and quantity of the work herein contemplated, either before award of contract to the successful Bidder and/or before or after the commencement of the work because of priority restrictions, insufficient funds in appropriations, or other cause. If such alterations diminish the quantity of the work to be done, they shall not constitute a claim for damage or for anticipated profits on the work dispensed with, or affect the prices bid for the various classes of work remaining. If they increase the amount of work, such increase shall be paid for according to the quantity actually done and at the price or prices bid for the various classes of work, or if not susceptible of classification, the price or prices shall be agreed upon in writing in advance, and in case of failure to so agree, the Contractor shall do the work as aforesaid as extra work. 1.16 EXECUTION OF AGREEMENT. The Bidder whose bid is accepted will be required and agrees to duly execute the 'agreement' and furnish the required contract bonds and insurance certificates within ten (10) days after award of the contract. 1.17 INSURANCE CERTIFICATES. The Bidder is required to submit with their bid a signed ‘Insurance Procedure Form’, enclosed herein. By signing this form, the Bidder acknowledges that they will provide the insurance coverage required for the contemplated work at no additional charge to the Town of Greenwich. The Contractor will not be permitted to start any construction work until they have submitted certificates covering all insurance and in such form called for under that article of the 'agreement', titled 'Insurance', and has obtained approval in writing of such certificates from the Town. 1.18 COMPARISON OF BIDS. Bids will be compared on the basis of the sum of the quantities multiplied by respective unit prices, added to lump-sum prices, all as stated in the 'Bid Sheet'. In the event that there is a discrepancy in the Bid Sheet between the Lump-Sum or unit prices written in words and figures, the prices written in words shall govern. The Town agrees to examine and consider each bid submitted in consideration of the Bidder's agreements, as hereinabove set forth in the Bid Sheet. 1.19 BID SECURITY. Each bid must be accompanied by a bid bond prepared on the form of bid bond attached hereto duly executed and acknowledged by the Bidders, as principal, and by a surety company qualified to do

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

10

business in the State of Connecticut and satisfactory to the Town, as surety. The bid bond shall be in the sum of ten percent (10%) of the total bid and shall be enclosed in the sealed envelope containing the Bid. Each bid bond may be held by the Town as security for the fulfillment of the Bidder's 'agreement' as hereinabove set forth and as set forth in the Bid Sheet. Should the Bidder fail to fulfill such agreements, the Bid Bond shall become payable to the Town, as liquidated damages, otherwise, the Bid Bond shall become null and void. 1.20 ITEMS. The work to be done under this contract has been divided into parts or items to enable each Bidder to bid on the different portions of the work in accordance with their estimate of their cost and so that the actual quantity of work executed under each item may be paid for at the price bid for that particular item. 1.21 MINIMUM PREVAILING WAGES. The minimum prevailing wages paid on this project, when applicable, shall be as shown on the State of Connecticut Labor Department, Wage and Workplace Standards Division, 'Schedule of Prevailing Rates' a copy of which is attached to these specifications or, if not attached, shall be issued by addendum. See Section 4.48 of these specifications. 1.22 CONSTRUCTION SAFETY AND HEALTH COURSE. Pursuant to Connecticut General Statutes Section 31-53b the Bidder awarded a Contract for new construction of $1,000,000 or more or rehabilitation, repair or the like of $100,000 or more must furnish proof with the weekly certified payroll for the first week each employee begins work that any person performing the work of a mechanic, laborer or worker has completed a course of at least ten (10) hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration in accordance with regulations adopted by the State of Connecticut Labor Commissioner. See Section 4.48 of these specifications. 1.23 NON-CONNECTICUT CONTRACTORS. Pursuant to Connecticut General Statutes § 12-430(7), as amended by Connecticut Public Act #11-61, Sec.66, a nonresident contractor shall comply with the State of Connecticut’s bonding requirements. 1.24 SUPPLIERS AND SUBCONTRACTORS. The Town would appreciate it if all bidders would include Greenwich suppliers and subcontractors in solicitation of prices for the proposed work. 1.25 PROHIBITION OF WASTES GENERATED FROM OIL AND GAS DRILLING AND EXTRACTION ACTIVITIES. Pursuant to Town of Greenwich, Chapter 15: Utilities, Town Code, Ordinance Prohibiting Waste Associated with Natural Gas and Oil Extraction, the Town prohibits, the application of natural gas waste or oil waste, whether or not such waste has received Beneficial Use Determination or other approval for use from DEEP (Department of Energy & Environmental Protection) or any other regulatory body, on any road or real property located within the Town for any purpose; the introduction of natural gas waste or oil waste into any wastewater treatment facility within or operated by the Town; the introduction of natural gas waste or oil waste into any solid waste management facility within or operated by the Town; the storage, disposal, sale, acquisition, transfer, handling, treatment and/or processing of waste from natural gas or oil extraction.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

11

1.26 STATE OF CONNECTICUT (CT) SET-ASIDE REQUIREMENTS REGARDING NON-DISCRIMINATION STATUTES. The Contractor who is selected to perform this State project must comply with Connecticut General Statutes §§4a-60, 4a-60a, 4a-60g, and 46a-68b through 46a-68f, inclusive, as amended by June 2015 Special Session Public Act 15-5. State law requires a minimum of twenty-five (25%) percent of the state-funded portion of the contract for award to subcontractors holding current certification from the Connecticut Department of Administrative Services (“DAS”) under the provisions of Connecticut General Statutes §4a-60g. (25% of the work with DAS certified Small and Minority owned businesses and 25% of that work with DAS certified Minority, Women and/or Disabled owned businesses.) The Contractor must demonstrate good faith effort to meet the 25% set-aside goals. For municipal public works contracts and quasi-public agency projects, the Contractor must file a written or electronic non-discrimination certification with the Commission on human Rights and Opportunities. Forms can be found at: http://www.ct.gov/opm/cwp/view.asp?a=2982&q=390928&opmNav_GID=1806 Non-Discrimination and Affirmative Action Provisions (A)(1) The Contractor agrees and warrants that in the performance of the Contract such Contractor will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, sexual orientation, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such Contractor that such disability prevents performance of the work involved, in any manner prohibited by the laws of the United States or of the state of Connecticut. The Contractor further agrees to take affirmative action to insure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such Contractor that such disability prevents performance of the work involved; (2) the Contractor agrees, in all solicitations or advertisements for employees placed by or ·on behalf of the Contractor, to state that it is an ."affirmative action-equal opportunity employer" in accordance with regulations adopted by the commission; (3) the Contractor agrees to provide each labor union or representative of workers with which such Contractor has a collective bargaining agreement or other contract or understanding and each vendor with which such Contractor has a contract or understanding, a notice to be provided by the commission advising the labor union or workers' representative of the Contractor's commitments under this section, and to post copies of the notice in conspicuous places available to employees and applicants for employment; (4) the Contractor agrees to comply with each provision of this section and sections 46a-68e and 46a-68f and with each regulation or relevant order issued by said commission pursuant to sections 46a-56, 46a-68e,46a-68f and 46a-86; (5) the Contractor agrees to provide the Commission on Human Rights and Opportunities with such information requested by the commission, and permit access to pertinent books, records and accounts, concerning the employment practices and procedures of the Contractor as relate to the provisions of this section and section 46a-56. (B) Any Contractor who is a party to a municipal public works contract or quasi-public agency project, where any such contract is valued at less than $50,000 for each year of the contract, shall provide the Commission on Human Rights and Opportunities with a written or electronic representation that complies with the nondiscrimination agreement and warranty under subsection (A)(1) above, provided if there is any change in such representation, the Contractor shall provide the updated representation to the Commission not later than 30 days after such change. Any Contractor who is a party to a municipal public works contract or a quasi-public agency project, where any such contract is valued at $50,000 or more for any year of the contract, shall provide the Commission with any one of the following: (1) Documentation in the form of a company or corporate police adopted by resolution of the board of directors, shareholder,

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

12

managers, members or other g9overning body of such Contractor that complies with the nondiscrimination agreement and warranty under subsection (A)(1) of this section; (2) Documentation in the form of a company or corporate policy adopted by a prior resolution of the board of directors, shareholders, managers, members or other governing body of such contractor if (a) the prior resolution is certified by a duly authorized corporate officer of such contractor to be in effect on the date the documentation is submitted, and the executive director of the Commission on Human Rights and Opportunities or designee certifies that the prior resolution complies with the nondiscrimination agreement and warranty under subdivision (A)(1) of this section; or (3) Documentation in the form of an affidavit signed under penalty of false statement by a chief executive officer, president, chairperson or other corporate officer duly authorized to adopt company or corporate policy that certifies that the company or corporate policy of the contractor complies with the nondiscrimination agreement and warranty under subdivision (A)(1) of this section and is in effect on the date the affidavit is signed.. (C) If the Contract is a municipal public works contract or a quasi-public agency project, the Contractor agrees and warrants that s/he will make good faith efforts to employ minority business enterprises as subcontractors and suppliers of materials on such public works project. The Contractor shall include the provisions of subdivision (A)(1) of this section in every subcontract or purchase order entered into to fulfill any obligation of a municipal public works contract or contract for a quasi-public agency project, and such provisions shall be binding on a subcontractor, vendor or manufacturer, unless exempted by regulations or orders of the Commission on Human Rights and Opportunities. The Contractor shall take such action with respect to any such subcontract or purchase order as the Commission may direct as a means of enforcing such provisions, including sanctions for noncompliance in accordance with section 46a-56; provided, if such Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Commission regarding a state contract, the contractor may request the state of Connecticut to enter into any such litigation or negotiation prior thereto to protect the interests of the state and the state may so enter. (D) "Minority business enterprise" means any small contractor or supplier of materials fifty-one per cent or more of the capital stock, if any, or assets of which is owned by a person or persons: (1) Who are active in the daily affairs of the enterprise, (2) who have the power to direct the management and policies of the enterprise and (3) who are members of a minority, as such term is defined in subsection (a) of section 32-9n; and "good faith" means that degree of diligence which a reasonable person would exercise in the performance of legal duties and obligations. "Good faith efforts" shall include, but not be limited to, those reasonable initial efforts necessary to comply with statutory or regulatory requirements and additional or substituted efforts when it is determined that such initial efforts will not be sufficient to comply with such requirements. Determination of the Contractor’s good faith efforts shall include, but shall not be eliminated to, the following factors: The contractor’s employment and subcontracting policies, patterns and practices; affirmative advertising recruitment and training; technical assistance activities and such other reasonable activities or efforts as the Commission on Human Rights and Opportunities may prescribe that are designed to ensure the participation of minority business enterprises in municipal public works contracts or quasi-public agency projects. “Municipal public works project” means that portion of an agreement entered into on or after October 1, 2015, between any individual, form or corporation and a municipality for the construction, rehabilitation, conversion, extension, demolition or repair of a public building, highway or other changes or improvements in real property, which is financed in whole or in part by the state, including, but not limited to, matching expenditures, grants, loans, insurance or guarantees but excluding any project of an alliance district, as defined in section 10-262u, finance by the state funding in an amount equal to fifty thousand dollars or less. “Quasi-public agency project” means the construction, rehabilitation, conversion, extension, demolition or repair of a building or other changes or improvements in real property pursuant to a contract entered into on or after October 1, 2015, which is financed in whole or in part by a quasi-public agency using state funds, including, but not limited to, matching expenditures, grants, loans, insurance or guarantees.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

13

SECTION 2

BID To the Town of Greenwich, Connecticut, herein called the Town, acting by and through its Department of Public Works Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009), Town Project No. 14-20, Greenwich, Connecticut. The undersigned, as Bidder, herein referred to as singular and masculine, declares as follows (1) The only parties interested in this bid as principals are named herein (2) This bid is made without collusion with any other person, firm or corporation (3) No officer, agent or employee of the owner is directly or indirectly interested in this bid (4) They have carefully examined the site of the proposed work and fully informed and satisfied themselves as to the conditions there existing, the character and requirements of the proposed work, the difficulties attendant upon its execution and the accuracy of all estimated quantities stated in this bid, and they have carefully read and examined the drawings, the annexed proposed 'agreement' and the specifications and other contract documents therein referred to and knows and understands the terms and provisions thereof (5) And they understand that the quantities of work tabulated in this bid or indicated on the drawings or in the specifications or other contract documents are only approximate and are subject to increase or decrease as deemed necessary by the Engineer And they agree that, if this bid is accepted they will contract with the Town, as provided in the copy of the contract documents deposited in the office of the Engineering Division of the Department of Public Works, this bid form being part of said contract documents and that they will perform all the work and furnish all the materials and equipment, and provide all labor, services, plant, machinery, apparatus, tools, appliances, supplies and all within the time therein prescribed and according to the requirements of the contract documents and of the Engineer as therein set forth, and that they will take in full payment therefore the Lump-Sum or unit price applicable to each item of the work as stated in the following Bid Sheets. Bidders must bid on each item. All entries in the entire bid must be made clearly and in ink. Prices bid must be written in both words and figures. Bidders should insert extended item prices obtained from quantities and unit prices and insert the total price and applicable addenda numbers where indicated. Materials and supplies purchased for this Contract which are to be physically incorporated in and become a permanent installation in the work will be exempt from the Connecticut Sales and Use Tax under the Connecticut Education, Welfare and Public Health Tax Act. Each bidder shall take this exemption into account in calculating their Bid for the Work. The undersigned understands that information relative to subsurface and other conditions, natural phenomena, existing pipes and other structures (surface and/or subsurface) has been furnished only for their information and convenience without any warranty or guarantee, express or implied, that the subsurface and/or other conditions, natural phenomena, existing pipes and other structures (surface and/or subsurface) actually encountered will be the same as those shown on the drawings or in any of the other contract documents and they agree that they shall not use or be entitled to use any such information made available to them through the contract documents or otherwise or obtained by them in their own examination of the site, as a basis of or ground for any claim against the Town, arising from or by reason of any variance which may exist between the aforesaid information made available to or acquired by them and the subsurface and/or other conditions, natural phenomena, existing pipes and other structures (surface and/or subsurface) actually encountered during the construction work, and they have made due allowance therefore in this bid.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

BIDDING SHEETS FOR

REPLACEMENT OF THE ONEIDA DRIVE BRIDGE OVER SMITH COVE (BRIDGE NO. 056-009)

GREENWICH, CONNECTICUT TOWN PROJECT NO. 14-20

TO: Amy J. Seibert Date: , 2019 Commissioner of Public Works From: Town Hall 101 Field Point Road Greenwich, CT 06836-2540

Dear Madame: Telephone:

shall install and/or furnish all materials and perform all work as required by and as called for by the drawings and specifications for Town Project No. 14-20, Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009) in Greenwich, Connecticut.

Item No. Estimated Quantity

Brief Description of Item and Bid in Writing and Figures

Total in Figures

0201001 1 L.S. Clearing and Grubbing, per Lump Sum of

Dollars and Cents ($ ) $

0202000 335 C.Y. Earth Excavation,per Cubic Yard of

Dollars and Cents ($ ) $

0202217 10,000 Est. Supplemental Streambed Channel Material, per Estimate of

One Dollarsand zero Cents ($ 1.00 ) $ 10,000.00

0202452 2 Ea. Test Pit,per Each of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(A) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0202522 189 S.Y. Removal of Bituminous Type Pavement, per Square Yard of

Dollars and Cents ($ ) $

0202529 577 L.F. Cut Bituminous Concrete Pavement, per Linear Foot of

Dollars and Cents ($ ) $

0203202 345 C.Y. Structure Excavation – Earth (Excluding Cofferdam and Dewatering) per Cubic Yard of

Dollars and Cents ($ ) $

0204001 230 L.F. Cofferdam and Dewatering, per Linear Foot of

Dollars and Cents ($ ) $

0204151 1 L.S. Handling Water,per Lump Sum of

Dollars and Cents ($ ) $

0209001 590 S.Y. Formation of Subgrade, per Square Yard of

Dollars and Cents ($ ) $

0211000 175 S.Y. Anti-Tracking Pad,per Square Yard of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(B) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0212000 200 C.Y. Subbase,per Cubic Yard of

Dollars and Cents ($ ) $

0213100 14 C.Y. Granular Fill,per Cubic Yard of

Dollars and Cents ($ ) $

0214100 18 C.Y. Compacted Granular Fill, per Cubic Yard of

Dollars and Cents ($ ) $

0216000 185 C.Y. Pervious Structure Backfill, per Cubic Yard of

Dollars and Cents ($ ) $

0219001 720 L.F. Sedimentation Control System, per Linear Foot of

Dollars and Cents ($ ) $

0219011 1 Ea. Sedimentation Control System at Catch Basin, per Each of

Dollars and Cents ($ ) $

0305001 35 C.Y. Processed Aggregate,per Cubic Yard of

Dollars and Cents ($ ) $

0406170 110 Ton HMA S1,per Ton of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(C) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0406171 59 Ton HMA S0.5per Ton of

Dollars and Cents ($ ) $

0406173 203 Ton HMA S0.25,per Ton of

Dollars and Cents ($ ) $

0406236 90 Gal Material for Tack Coat, per Gallon of

Dollars and Cents ($ ) $

0406275 750 S.Y. Fine Milling of Bituminous Concrete (0”-4”), per Square Yard of

Dollars and Cents ($ ) $

0406303 52 L.F. Sawing and Sealing Joints, per Linear Foot of

Dollars and Cents ($ ) $

0503001 1 L.S. Removal of Superstructure, per Lump Sum of

Dollars and Cents ($ ) $

0507001 1 Ea. Type “C” Catch Basin, per Each of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(D) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0507781 1 Ea. Reset Manholeper Each of

Dollars and Cents ($ ) $

0514202 79 L.F. Prestressed Deck Units (3’-0” x 1’-3”) per Linear Foot of

Dollars and Cents ($ ) $

0514222 277 L.F. Prestressed Deck Units (4’-0” x 1’-3”) per Linear Foot of

Dollars and Cents ($ ) $

0601201 165 C.Y. Class “F” Concrete, per Cubic Yards of

Dollars and Cents ($ ) $

0601504 50 S.F. 1” Preformed Expansion Joint Filler for Bridges, per Square Foot of

Dollars and Cents ($ ) $

0602006 17,100 Lbs. Deformed Steel Bars – Epoxy Coated, per Pound of

Dollars and Cents ($ ) $

0602891 125 Ea. Dowel Bar Splicer System – Epoxy Coated, per Each of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(E) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0605003 345 S.F. Masonry Facing,per Square Foot of

Dollars and Cents ($ ) $

0606906 20 C.Y. Rebuild Masonry Wall, per Cubic Yard of

Dollars and Cents ($ ) $

0651012 31 L.F. 15” R.C.Pipe,per Linear Foot of

Dollars and Cents ($ ) $

0702101 24,000 Lbs. Furnishing Steel Piles, per Pounds of

Dollars and Cents ($ ) $

0702111 275 L.F. Driving Steel Piles, per Linear Foot of

Dollars and Cents ($ ) $

0702120 12 Ea. Point Reinforcement for Steel Piles, per Each of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(F) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0702662 2 Ea. Test Pile (Steel HP 12x74 – 36’ Long), per Each of

Dollars and Cents ($ ) $

0702797 3 Ea. Dynamic Pile Driving Analysis (P.D.A.) Test, per Each of

Dollars and Cents ($ ) $

0703012 28 C.Y. Modified Riprap,per Cubic Yard of

Dollars and Cents ($ ) $

0707009 235 S.Y. Membrane Waterproofing (Cold Liquid Elastomeric), per Square Yard of

Dollars and Cents ($ ) $

0708001 90 S.Y. Dampproofing,per Square Yard of

Dollars and Cents ($ ) $

0755010 32 S.Y. Geotextile (Separation – Medium Survivability), per Square Yard of

Dollars and Cents ($ ) $

0813012 345 L.F. 5” x 18” Granite Stone Curbing, per Linear Foot of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(G) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0822001 80 L.F. Temporary Precast Concrete Barrier Curb, per Linear Foot of

Dollars and Cents ($ ) $

0904051 79 L.F. 3 Tube Curb Mounted Bridge Rail, per Linear Foot of

Dollars and Cents ($ ) $

0910023 1 Ea. R-B Terminal Section, per Each of

Dollars

and Cents ($ ) $

0910047 50 L.F. Metal Beam Rail (Type R-B 350 System 5A), per Linear Foot of

Dollars and Cents ($ ) $

0910170 213 L.F. Metal Beam Rail (Type R-B 350), per Linear Foot of

Dollars and Cents ($ ) $

0910173 4 Ea. R-B 350 Bridge Attachment – Vertical Shaped Parapet, per Each of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(H) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0911924 3 Ea. R-B End Anchorage – Type II, per Each of

Dollars and Cents ($ ) $

0914013 120 L.F. Ornamental Metal Fence, per Linear Foot of

Dollars and Cents ($ ) $

0921001 374 S.F. Concrete Sidewalk,per Square Foot of

Dollars and Cents ($ ) $

0922501 12 S.Y. Bituminous Concrete Driveway, per Square Yard of

Dollars and Cents ($ ) $

0944000 437 S.Y. Furnishing and Placing Topsoil, per Square Yard of

Dollars and Cents ($ ) $

0949003 1 LS. Furnishing, Planting and Mulching Trees, Shrubs, Vines and Ground Covering Plants per Lump Sum of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(I) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0950019 437 S.Y. Turf Establishment - Lawn, per Square Yard of

Dollars and Cents ($ ) $

0950035 1 LS. Remove and Reset Irrigation System, per Lump Sum of

Dollars

and Cents ($ ) $

0950202 356 S.Y. Shoreline Grass Establishment, per Square Yard of

Dollars and Cents ($ ) $

0969060 14 Mo. Construction Field Office (Small), per Month of

Dollars and Cents ($ ) $

0970006 5000 Est. Trafficperson (Municipal Police Officer) (Estimated Cost), per Estimate of

One Dollars and zero Cents ($ 1.00 ) $ 5,000.00

0970007 160 HR. Trafficperson (Uniformed Flagger), per Hour of

Fifty Dollars and zero Cents ($ 50.00 ) $ 8,000.00

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(J) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

0971001 1 L.S. Maintenance and Protection of Traffic, per Lump Sum of

Dollars and Cents ($ ) $

0974001 115 C.Y. Removal of Existing Masonry, per Cubic Yard of

Dollars and Cents ($ ) $

0975004 1 L.S. Mobilization and Project Closeout, per Lump Sum of

Dollars and Cents ($ ) $

0976002 1680 Day Barricade Warning Light – High Intensity, per Day of

Dollars and Cents ($ ) $

0979003 4 Ea Construction Barricade Type III, per Each of

Dollars and Cents ($ ) $

1208929 25 S.F. Sign Face – Sheet Aluminum – Type IV Reflective Sheeting), per Square Foot of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(K) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

1210102 860 L.F. 4” Yellow Epoxy Resin Pavement Markings, per Linear Foot of

Dollars and Cents ($ ) $

1210105 30 L.F. Epoxy Resin Pavement Markings, Symbols and Legends, per Linear Foot of

Dollars and Cents ($ ) $

1220027 300 S.F. Construction Signs,per Square Foot of

Dollars and Cents ($ ) $

1302047 6 EA. Reset Gate Boxes, per Each of

Dollars and Cents ($ ) $

1504011 1 LS. Temporary Support of Utilities (Site No. 1), per Lump Sum of

Dollars and Cents ($ ) $

1504012 1 LS. Temporary Support of Utilities (Site No. 2), per Lump Sum of

Dollars and Cents ($ ) $

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(L) Town Project No. 14-20

BIDDING SHEETS FOR

TOWN PROJECT NO. 14-20

Item No. Estimated Quantity

Brief Description of Item and Bid In Writing and Figures

Total in Figures

9999999 1 L.S. Contingencies & Incidentals, per Lump Sum of

Four Hundred Thirty-four Thousand, Three Hundred and Sixty-One Dollars

and Sixty-one Cents ($ 434,361.61 ) $ 434,361.61

For informal comparison only and not to be considered as part of this bid, the total price as described in the Information for Bidders, Article headed Comparison of Bids is for Project No. 14-20……………………… $

The Bid(s) include Addenda Number ………………………………………………………… $

Notes: 1. Include “Time Charge” in the bid prices (see Article 1.9 of “Information for Bidders”). For

“Minimum Wage Schedule”, see Section 9 of these Contract Documents.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

13(M) Town Project No. 14-20

14

The undersigned agrees that for extra work, if any, performed in accordance with the terms and provisions of the annexed form of Agreement, they will accept compensation as stipulated therein in full payment for such Extra Work. If this bid is accepted by the Town, the undersigned agrees to complete the entire work provided to be done under the contract within the time stipulated in the Information for Bidders, Article 1.9 headed "Time Limits and Time Charge." As provided in the Information for Bidders, the bidder hereby agrees that they will not withdraw this bid within forty-five (45) consecutive calendar days after the actual date of the opening of bids, and that, if the Town shall accept this bid, the bidder will duly execute and acknowledge the Agreement and furnish, duly executed and acknowledged, the required Contract Bonds and Insurance Certificates within ten (10) days after date of the award of the contract. Should the bidder fail to fulfill any of their agreements as hereinabove set forth, the Town shall have the right to retain as liquidated damages, the amount of the bid check which shall become the Town's property. If a Bid Bond was given, it is agreed that the amount thereof shall be paid as liquidated damages to the Town by surety. The undersigned has read and agrees to provide the types and required insurance coverage limits, as defined by Article 4.6 "Insurance". The submitted bid includes the cost relating to the insurance requirements for the contract work. The bidder, by submittal of this bid, agrees with the Town that the amount of the bid security deposited with this bid fairly and reasonably represents the amount of damages the Town will suffer due to the failure of the bidder to fulfill their agreements as above provided. (Name of Bidder) (Signature and Title of Authorized Representative) (Business Address) (Type or Print Name of Authorized Representative (City and State) (Affix Corporate Seal) (Federal Tax Identification Number) (Date) (Telephone Number) (Fax Number) (E-Mail Address)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

15

The Bidder is - a corporation incorporated in the State of _________________________________ - A partnership - An Individual. (Bidder must add and delete as necessary to make the foregoing sentence read correctly. If the Bidder is a corporation, Affix corporate seal and give below the names of its President, Treasurer and General Manager. If a partnership, give full names and residential addresses of all general partners and if an individual, give residential address if different from business address. The required names and addresses of all persons interested in the foregoing bid, as principals, are as follows

PRINCIPAL NAME & TITLE ADDRESS

____________________________ Affix Corporate Seal The Bidder is requested to list below five (5) references for similar work of equal size to that included in the proposed contract that they have done within the last three years which will enable the Town to judge their experience, skill and business standing. Please include project date, contact person and phone number.

COMPANY NAME PROJECT DATE CONTACT PERSON PHONE NUMBER

(ADD SUPPLEMENTARY PAGE IF NECESSARY.)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

16

CERTIFICATE AS TO MINIMUM PREVAILING WAGES

The undersigned, being duly sworn, deposed and says 1. That they are the __________________________________________ of the Contractor, (Title) In the project hereinafter referred to, and is authorized to execute this certification on behalf of the Contractor, 2. In connection with Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009), Town Project No. 14-20, Greenwich, Connecticut, it is hereby certified that the Contractor has read and understands the provisions of Section 4.48, Prevailing Wages, of these specifications and has included in their bid price the cost of compliance with their requirements. 3. This certification is made at the request of the Town of Greenwich for the purpose of inducing the Town to enter into a contract for the project work and knowing that the Town will rely upon the truth of the representation herein made. Subscribed and sworn to Before me this _________________ day of _______________________20____. _____________________________________ ____________________________________ (SIGNATURE OF PERSON (TYPE OR PRINT NAME OF PERSON AUTHORIZED TO SIGN) AUTHORIZED TO SIGN) ________________________________ NOTARY PUBLIC

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

17

Vendor Information & Signatory Form For all Contracts Equal to or Greater than $250,000

Vendor Name: _____________________________________________________________________________________ Primary Business Address: ____________________________________________________________________________ Telephone: _______________________________________ Fax: ___________________________________________ Email: ___________________________________________ Web Site: _______________________________________ Secondary Business Location(s)if any: Business Address: __________________________________________________________________________________ Telephone: _______________________________________ Fax: ___________________________________________ Email: ___________________________________________ Web Site: _______________________________________ Business Address: __________________________________________________________________________________ Telephone: _______________________________________ Fax: ___________________________________________ Email: ___________________________________________ Web Site: _______________________________________ Type of Entity: Corporation: __________ Type of Corp.: __________ LLC: __________ Partnership: __________ Joint Venture: __________ Sole Proprietorship: __________

Other (please describe): _______________________________________________________________

1. CT State Business License Number (if applicable): ____________________________________ State Agency issuing license: ____________________________________________________

2. Number of years in business under entity name: _____________________________________

3. Provide below the full names of entity’s owners (> 20% ownership), officers and managers. (use a separate sheet of paper if necessary)

_______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ ________________________________________________________________________________

4. Has the entity changed its name within the past 3 years? a. YES NO

5. If yes, provide former name(s): ____________________________________________________________________

6. Have there been any recent (within the last three years) changes in control/ownership, > 20% of the entity?

a. YES NO

7. If yes, explain. (use a separate sheet of paper if necessary)

8. Have officers or principals of the entity ever had any license suspended or revoked (other than Driver’s License) for any reason?

a. YES NO

9. If yes, please explain. (use a separate sheet of paper if necessary)

10. Is the entity or has the entity, or any of its principals, officers, members or owners ever been a party to or involved in any US civil, criminal, antitrust violation, regulatory action, settlements, lawsuit or other legal action involving the Town of Greenwich or any other municipality in the States of CT or NY related to the vendor’s business activities?

a. YES NO

11. If the answer to question number 10 is ‘yes’, please explain below. (use a separate sheet of paper if necessary.) _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

18

12. Has any principal, officer, member or owner of the undersigned entity within the last three years been a principal,

officer, member or owner of any entity that has filed for bankruptcy or been voluntarily or involuntarily dissolved? a. YES NO b.

13. Name and title of person completing / responsible for submission of this bid or contract and the responses to this questionnaire: ________________________________________________________________________________

14. Telephone number and email address for person identified in questions #13: Phone No.: _________________________________ Email Address: __________________________________

15. If requested by the Town during the solicitation process, the vendor hereby agrees to provide the Town with copies of the most recent three (3) years of Loss History Reports for all lines of insurance coverage from its insurance carrier (as named herein) for all contracts and RFPs/RFQs/RFBs equal to or in excess of $250,000.

a. YES NO Name of Insurance Carrier: ________________________________________________________________________

The loss history reports shall include claims data for all fifty US states; detail of each claim for the past three years for AL, GL, WC; and a summary page with the annual total claim amounts for the past three years for AL, GL, and WC.

16. Have any claims been made against the entity’s performance bond? YES NO 17. Please indicate whether your entity is currently debarred from doing business in the State of Connecticut or any

other state. a. YES List of States:________________________________________________ NO

18. Please indicate whether your entity has ever been convicted of OSHA violations. a. YES (Attach separate page(s) with explanation.) NO With regard to item No.17 and 18, the vendor understands and agrees that it has a continuing obligation to inform the Town of any OSHA violation and if it is debarred from doing business in the State of Connecticut or any other State after it has submitted this Vendor Information Form. The Vendor understands and agrees that its obligation to keep the Town informed of any change in status continues up to and including the time of award of the contract and if vendor is awarded the contract, its obligation shall continue during the entire duration of the contract. 19. Provide below an inventory list of all major equipment owned by the entity that would be used on this project: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________

20. Provide a complete list of the entity’s current public customers located in the State of Connecticut: CUSTOMER ADDRESS CONTRACT ANNUAL AMOUNT ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ FAILURE TO COMPLETE THIS FORM OR FAILURE TO PROVIDE THE NECESSARY BACK UP INFORMATION FOR ANY QUESTION ON THIS FORM MAY RESULT IN DISQUALIFICATION. Signature _____________________________________________ Date:___________________________________

Print Name and Title ____________________________________________________________________________

Vendor Info EX II 6/21/13

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

19

TOWN OF GREENWICH CONNECTICUT

CERTIFICATION FOR BIDS, RFQ's, RFB's, RFP's

PROHIBITION OF WASTES GENERATED FROM OIL & GAS DRILLING AND EXTRACTION ACTIVITIES

Pursuant to Town of Greenwich, Chapter 15: Utilities, Town Code, Ordinance Prohibiting Waste Associated with Natural Gas and Oil Extraction:

“We,

hereby submit a bid for materials, equipment and/or labor for the Town of Greenwich. The bid is for bid documents titled

We hereby represent, warrant and agree that no natural gas waste or oil waste will be used by the undersigned bidder or any contractor, sub-contractor, agent or vendor in connection with the bid; nor will the undersigned bidder or any contractor, sub-contractor, agent or vendor thereof apply any natural gas waste or oil waste to any road or real property within the Town of Greenwich as a result of the submittal of this bid if selected."

Date

Signed

Print Name

Company

Address

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

20

Checklist for Municipalities

For Contracting

Effective October 1st, 2015

☐  

Post the bid notice with CHRO language included

☐  

Pre-bid meeting (if applicable)

☐ Provide bid documents with CHRO language included (Notification to Bidders/Contract Compliance Monitoring Report included)

☐ Screen Bids    

☐  

Check CHRO website for contractor affidavit list

☐  

Check with CT Law Journal and the Department of Labor to ensure contractor is not debarred

☐ Select bidder (consider information on the Notification to Bidders/Contract Compliance Monitoring Report)

☐ Send notice to selected bidder and copy to CHRO (email [email protected])

  ☐  

$50,000.00 to $499,999.99 in state funding Notification of Contract Award

  ☐ $500,000.00 equal to or greater than in state funding Intent to Award Contract Notice

☐ Include non-discrimination and set-aside language in contract and submit proposed contractlanguage to CHRO for review (email [email protected])

☐ Execute contract with contract compliance and set-aside language

  ☐  

$50,000.00 to $499,999.99 in state funding when awarded

  ☐  

$500,000.00 equal to or greater than in state funding only when:

    ☐ Contractor has submitted an approved Affirmative Action Plan to CHRO OR

    ☐ Request authorization from CHRO to execute contract and retain 2% per month of the total contract value until contractor has submitted an approved Affirmative Action Plan to CHRO and CHRO has granted approval

☐ Ensure a copy of a letter of transmittal from the contractor was received confirming anAffirmative Action Plan was filed with CHRO

 

For Contracts Equal to or Greater than $500,000.00

The contract cannot be awarded without an approved Affirmative Action Plan OR authorization from CHRO to award and retain 2%

☐ Contact CHRO AA/CC Unit to request authorization to execute the contract prior to the contractor’s Affirmative Action Plan being approved (email [email protected])

☐ Execute Contract when CHRO gives approval to do so

☐ Retain 2% of the total state-funded portion of the contract per month until CHRO approves the contractor’s Affirmative Action Plan

☐ The municipality receives written notice from CHRO to release the 2% retainage

☐  

Release the 2% retainage to the contractor

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

21

Checklist for Contractors

On Municipal Public Works Contracts Effective October 1st, 2015

☐ Attend pre-bid meeting (if applicable) ☐ Discuss any parts of the contract that require special materials, equipment or installation that cannot be subcontracted (e.g. specialized medical equipment that can be installed by specific companies only) ☐ Complete non-discrimination affidavit form and submit to CHRO (email [email protected]) (This only needs to be done once every twelve months-check contractor affidavit list) ☐ Submit bid documents (be sure to read CHRO language and set-aside requirements) (complete the Notification to Bidders/Contract Compliance Monitoring Report-which is included in

the bid information -and return with your bid) Selected Contractor For projects greater than $50,000 but less than $500,000 in state funds ☐ Review award notice from municipality and follow instructions

☐ If contractor has less than 50 employees submit a Set-Aside Plan to CHRO within 30 days of execution of contract

☐ Contractors with 50 or more employees shall file an Affirmative Action Plan within 30 days of the execution of contract

For projects equal to or greater than $500,000 in state funds ☐ Review the intent to award notice from municipality and follow instructions

☐ Submit an Affirmative Action Plan to CHRO prior to award of contract ☐ Receive approval of Affirmative Action Plan prior to award of contract

Other filing requirements ☐ Send a copy of a letter of transmittal to the municipality to confirm an Affirmative Action Plan or

Set-Aside Plan was filed with CHRO ☐ File monthly reports as required

☐ Monthly Employment Utilization Report (257/257a) ☐ Monthly SBE/MBE Status Report (258/258a) ☐ Monthly Materials Consumption Report (259) ☐ Cumulative Employment Utilization Report for end of project (257b)

☐ Respond to request for closeout documents from CHRO, including, but not limited to:

☐ Final SBE/MBE Status Report (258/258a) ☐ Lien Waivers ☐ Letter of Substantial Completion (when applicable)

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

22

Bidder Notification Letter Sample Format Public Works Projects over

$500,000  XYZ Company street address city/state  RE: Project number and name

Project location Contract award amount SBE/MBE Set-Aside Requirement (choose one of three options)

 (Choose the provision that applies to the award, and delete the remaining two boxes)

  

 

25% for SBE contractors  

6.25% for SMBE Contractor must documentof which 25% (or 6.25% of contractors good faith effort to project total) for SMBE include MBE contractors contractors

 

 

Attn: company official

Date:

Subject: Affirmative Action Plan Requirements

Dear

 

Your company has been identified as the bidder of choice for the above referenced project. The work for this project falls under the provisions of CONN. GEN. STAT. Sections 46a-68c and 46a-68d which requires that prior to the award of this contract by this agency, you must have your company affirmative action plan approved by the Commission on Human Rights and Opportunities. Enclosed for your convenience is the suggested format for an affirmative action plan to assist in the preparation of your company plan. Should you have any questions regarding the preparation of your plan, you may contact the Contract Compliance Unit at the Commission on Human Rights and Opportunities at (860) 541-4709.

 

A copy of your plan must be submitted to the Commission on Human Rights and Opportunities within 30 days of your receipt of this letter. The Commission will review your affirmative action plan as required by Sections 46a68j-25 through 29 of the Administrative Regulations of Connecticut State Agencies within 60 days of submission. When the plan is approved, the

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

23

Commission will notify you and this agency so the contract can be awarded. Please send your affirmative action plan to:

 

 

Commission on Human Rights and Opportunities 25 Sigourney Street Hartford, CT 06106 Attn: Contract Compliance Unit

 

  

Optional: You are also instructed to send a copy of the letter transmitting your plan to the Commission on Human Rights and Opportunities to:

 

  

Contract Awarding Agency Name (address etc.)

    If you have any other questions concerning this matter, please contact the undersigned at (860) (phone #)

 

  

Sincerely, agency official

   

copy: Contract Compliance Unit, CHRO x x x  

     

C:aapnotltr

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

24

COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES CONTRACT COMPLIANCE REGULATIONS

NOTIFICATION TO BIDDERS (Revised 09/3/15)

 

The contract to be awarded is subject to contract compliance requirements mandated by Sections 4a-60 and 4a- 60a of the Connecticut General Statutes; and, when the awarding agency is the State, Sections 46a-71(d) and 46a-81i(d) of the Connecticut General Statutes. There are Contract Compliance Regulations codified at Section 46a-68j-21 through 43 of the Regulations of Connecticut State Agencies, which establish a procedure for awarding all contracts covered by Sections 4a-60 and 46a-71(d) of the Connecticut General Statutes.  

According to Section 46a-68j-30(9) of the Contract Compliance Regulations, every agency awarding a contract subject to the contract compliance requirements has an obligation to “aggressively solicit the participation of legitimate minority business enterprises as bidders, contractors, subcontractors and suppliers of materials.” “Minority business enterprise” is defined in Section 4a-60 of the Connecticut General Statutes as a business wherein fifty-one percent or more of the capital stock, or assets belong to a person or persons: “(1) Who are active in daily affairs of the enterprise; (2) who have the power to direct the management and policies of the enterprise; and (3) who are members of a minority, as such term is defined in subsection (a) of Section 32-9n.” “Minority” groups are defined in Section 32-9n of the Connecticut General Statutes as “(1) Black Americans . . . (2) Hispanic Americans . . . (3) persons who have origins in the Iberian Peninsula . . . (4) Women . . . (5) Asian Pacific Americans and Pacific Islanders; (6) American Indians . . .” An individual with a disability is also a minority business enterprise as provided by Section 4a-60g of the Connecticut General Statutes. The above definitions apply to the contract compliance requirements by virtue of Section 46a-68j-21(11) of the Contract Compliance Regulations.  The awarding agency will consider the following factors when reviewing the bidder’s qualifications under the contract compliance requirements:  

(a) the bidder’s success in implementing an affirmative action plan; (b) the bidder’s success in developing an apprenticeship program complying with Sections 46a-68-1 to

46a-68-17 of the Administrative Regulations of Connecticut State Agencies, inclusive; (c) the bidder’s promise to develop and implement a successful affirmative action plan; (d) the bidder’s submission of employment statistics contained in the “Employment Information Form”,

indicating that the composition of its workforce is at or near parity when compared to the racial and sexual composition of the workforce in the relevant labor market area; and

(e) the bidder’s promise to set aside a portion of the contract for legitimate minority business enterprises. See Section 46a-68j-30(10)(E) of the Contract Compliance Regulations.

 

INSTRUCTIONS AND OTHER INFORMATION The following BIDDER CONTRACT COMPLIANCE MONITORING REPORT must be completed in full, signed, and submitted with the bid for this contract. The contract awarding agency and the Commission on Human Rights and Opportunities will use the information contained thereon to determine the bidders compliance to Sections 4a-60 and 4a-60a CONN. GEN. STAT., and Sections 46a-68j-23 of the Regulations of Connecticut State Agencies regarding equal employment opportunity, and the bidder’s good faith efforts to include minority business enterprises as subcontractors and suppliers for the work of the contract.  

1) Definition of Small Contractor Section 4a-60g CONN. GEN. STAT. defines a small contractor as a company that has been doing business under the same management and control and has maintained its principal place of business in Connecticut for a one year period immediately prior to its application for certification under this section, had gross revenues not exceeding fifteen million dollars in the most recently completed fiscal year, and at least fifty-one percent of the ownership of which is held by a person or persons who are active in the daily affairs of the company, and have the power to direct the management and policies of the company, except that a nonprofit corporation shall be construed to be a small contractor if such nonprofit corporation meets the requirements of subparagraphs (A) and (B) of subdivision 4a-60g CONN. GEN. STAT.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

25

2) Description of Job Categories (as used in Part IV Bidder Employment Information) (Page 2)  

MANAGEMENT: Managers plan, organize, direct, and control the major functions of an organization through subordinates who are at the managerial or supervisory level. They make policy decisions and set objectives for the company or departments. They are not usually directly involved in production or providing services. Examples include top executives, public relations managers, managers of operations specialties (such as financial, human resources, or purchasing managers), and construction and engineering managers. BUSINESS AND FINANCIAL OPERATIONS: These occupations include managers and professionals who work with the financial aspects of the business. These occupations include accountants and auditors, purchasing agents, management analysts, labor relations specialists, and budget, credit, and financial analysts. MARKETING AND SALES: Occupations related to the act or process of buying and selling products and/or services such as sales engineer, retail sales workers and sales representatives including wholesale. LEGAL OCCUPATIONS: In-House Counsel who is charged with providing legal advice and services in regards to legal issues that may arise during the course of standard business practices. This category also includes assistive legal occupations such as paralegals, legal assistants. COMPUTER SPECIALISTS: Professionals responsible for the computer operations within a company are grouped in this category. Examples of job titles in this category include computer programmers, software engineers, database administrators, computer scientists, systems analysts, and computer support specialists ARCHITECTURE AND ENGINEERING: Occupations related to architecture, surveying, engineering, and drafting are included in this category. Some of the job titles in this category include electrical and electronic engineers, surveyors, architects, drafters, mechanical engineers, materials engineers, mapping technicians, and civil engineers. OFFICE AND ADMINISTRATIVE SUPPORT: All clerical-type work is included in this category. These jobs involve the preparing, transcribing, and preserving of written communications and records; collecting accounts; gathering and distributing information; operating office machines and electronic data processing equipment; and distributing mail. Job titles listed in this category include telephone operators, bill and account collectors, customer service representatives, dispatchers, secretaries and administrative assistants, computer operators and clerks (such as payroll, shipping, stock, mail and file).

 

BUILDING AND GROUNDS CLEANING AND MAINTENANCE: This category includes occupations involving landscaping, housekeeping, and janitorial services. Job titles found in this category include supervisors of landscaping or housekeeping, janitors, maids, grounds maintenance workers, and pest control workers. CONSTRUCTION AND EXTRACTION: This category includes construction trades and related occupations. Job titles found in this category include boilermakers, masons (all types), carpenters, construction laborers, electricians, plumbers (and related trades), roofers, sheet metal workers, elevator installers, hazardous materials removal workers, paperhangers, and painters. Paving, surfacing, and tamping equipment operators; drywall and ceiling tile installers; and carpet, floor and tile installers and finishers are also included in this category. First line supervisors, foremen, and helpers in these trades are also grouped in this category. INSTALLATION, MAINTENANCE AND REPAIR: Occupations involving the installation, maintenance, and repair of equipment are included in this group. Examples of job titles found here are heating, ac, and refrigeration mechanics and installers; telecommunication line installers and repairers; heavy vehicle and mobile equipment service technicians and mechanics; small engine mechanics; security and fire alarm systems installers; electric/electronic repair, industrial, utility and transportation equipment; millwrights; riggers; and manufactured building and mobile home installers. First line supervisors, foremen, and helpers for these jobs are also included in the category. MATERIAL MOVING WORKERS: The job titles included in this group are Crane and tower operators; dredge, excavating, and lading machine operators; hoist and winch operators; industrial truck and tractor operators; cleaners of vehicles and equipment; laborers and freight, stock, and material movers, hand; machine feeders and offbearers; packers and packagers, hand; pumping station operators; refuse and recyclable material collectors; and miscellaneous material moving workers.

PRODUCTION WORKERS: The job titles included in this category are chemical production machine setters, operators and tenders; crushing/grinding workers; cutting workers; inspectors, testers sorters, samplers, weighers; precious stone/metal workers; painting workers; cementing/gluing machine operators and tenders; etchers/engravers; molders, shapers and casters except for metal and plastic; and production workers.

 

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

26

3) Definition of Racial and Ethnic Terms (as used in Part IV Bidder Employment Information) (Page 3)  

White (not of Hispanic Origin)- All persons having origins in any of the original peoples of Europe, North Africa, or the Middle East. Black (not of Hispanic Origin)- All persons having origins in any of the Black racial groups of Africa. Hispanic- All persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race.

 

Asian or Pacific Islander- All persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. This area includes China, India, Japan, Korea, the Philippine Islands, and Samoa. American Indian or Alaskan Native- All persons having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition.

 

 

BIDDER CONTRACT COMPLIANCE MONITORING REPORT  PART I - Bidder Information  

Company Name Street Address City & State Chief Executive

Bidder Federal Employer Identification Number Or Social Security Number

 

Major Business Activity (brief description)

Bidder Identification (response optional/definitions on page 1)

 -Bidder is a small contractor. Yes No -Bidder is a minority business enterprise Yes No (If yes, check ownership categoryBlack Hispanic Asian American American Indian/Alaskan Native Iberian Peninsula Individual(s) with a Physical Disability Female

 - Bidder is certified as above by State of CT Yes No

 

Bidder Parent Company (If any)  

Other Locations in Ct. (If any)

  

PART II - Bidder Nondiscrimination Policies and Procedures  

1. Does your company have a written Affirmative Action/Equal Employment Opportunity statement posted on company bulletin boards?

Yes No

7. Do all of your company contracts and purchase orders contain non-discrimination statements as required by Sections 4a-60 & 4a-60a Conn. Gen. Stat.?

Yes No  

2. Does your company have the state-mandated sexual harassment prevention in the workplace policy posted on company bulletin boards?

Yes No

8. Do you, upon request, provide reasonable accommodation to employees, or applicants for employment, who have physical or mental disability?

Yes No  

3. Do you notify all recruitment sources in writing of your company’s Affirmative Action/Equal Employment Opportunity employment policy?  Yes No

9. Does your company have a mandatory retirement age for all employees? Yes No

 

4. Do your company advertisements contain a written statement that you are an Affirmative Action/Equal Opportunity Employer? Yes No

10. If your company has 50 or more employees, have you provided at least two (2) hours of sexual harassment training to all of your supervisors?

Yes No NA  

5. Do you notify the Ct. State Employment Service of all employment openings with your company? Yes No

11. If your company has apprenticeship programs, do they meet the Affirmative Action/Equal Employment Opportunity requirements of the apprenticeship standards of the Ct. Dept. of Labor? Yes No NA

 

6. Does your company have a collective bargaining agreement with workers? Yes No 6a. If y

non-discrimination clauses covering all workers? Yes No  6b. Have you notified each union in writing of your commitments under the nondiscrimination requirements of contracts with the state of Ct?

Yes No

12. Does your company have a written affirmative action Plan? Yes No

If no, please explain.

13. Is there a person in your company who is responsible for equal employment opportunity? Yes No If yes, give na

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

27

Part III - Bidder Subcontracting Practices (Page 4)  

1. Will the work of this contract include subcontractors or suppliers? Yes No  

1a. If yes, please list all subcontractors and suppliers and report if they are a small contractor and/or a minority business enterprise. (defined on page 1 / use additional sheet if necessary)  

       1b. Will the work of this contract require additional subcontractors or suppliers other than those identified in 1a. above? Yes No

   

PART IV - Bidder Employment Information Date:  

JOB CATEGORY *  

OVERALL TOTALS

WHITE (not of Hispanic origin)

BLACK (not of Hispanic origin)

HISPANIC ASIAN or PACIFIC ISLANDER

 

AMERICAN INDIAN or ALASKAN NATIVE

    Male Female Male Female Male Female Male Female male female

Management        

Business & Financial Ops        

Marketing & Sales        

Legal Occupations        

Computer Specialists        

Architecture/Engineering        

Office & Admin Support         

Bldg/ Grounds Cleaning/Maintenance

       

Construction & Extraction        

Installation , Maintenance

& Repair

       

Material Moving Workers        

Production Occupations        

TOTALS ABOVE        

Total One Year Ago        

FORMAL ON THE JOB TRAINEES (ENTER FIGURES FOR THE SAME CATEGORIES AS ARE SHOWN ABOVE)

Apprentices        

Trainees        

*NOTE: JOB CATEGORIES CAN BE CHANGED OR ADDED TO (EX. SALES CAN BE ADDED OR REPLACE A CATEGORY NOT USED IN YOUR COMPANY)

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

28

PART V - Bidder Hiring and Recruitment Practices (Page 5)  

1. Which of the following recruitment sources are used by you? (Check yes or no, and report percent used)

 

2. Check (X) any of the below listed requirements that you use as a hiring qualification  

(X)

3. Describe below any other practices or actions that you take which show that you hire, train, and promote employees without discrimination

SOURCE YES NO  

% of applicants provided by source

 

State Employment Service

        Work Experience

 

Private Employment Agencies

        Ability to Speak or Write English

Schools and Colleges         Written Tests  

Newspaper Advertisement

        High School Diploma

Walk Ins         College Degree

Present Employees         Union Membership

Labor Organizations         Personal Recommendation

 

Minority/Community Organizations

        Height or Weight

Others (please identify)         Car Ownership

          Arrest Record

          Wage Garnishments

 Certification (Read this form and check your statements on it CAREFULLY before signing). I certify that the statements made by me on this BIDDER CONTRACT COMPLIANCE MONITORING REPORT are complete and true to the best of my knowledge and belief, and are made in good faith. I understand that if I knowingly make any misstatements of facts, I am subject to be declared in non-compliance with Section 4a-60, 4a-60a, and related sections of the CONN. GEN. STAT.   

(Signature)  

(Title) (Date Signed)  

(Telephone)

 

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

29

SECTION 3

BID BOND

INSTRUCTIONS IN USE OF BOND FORM

1. The Bid Bond form given on the following pages shall be used. 2. The surety on the Bond may be any corporation authorized to act as surety in the State of Connecticut. 3. The full name and business or residence address of each individual party to the Bond shall be inserted in the space provided therefore, and each such party shall sign the Bond with their usual signature on the line opposite the scroll seal. 4. If the principals are partners, their individual names appear in the space provided therefore, with the recital that they are partners composing a firm, naming it, and the Bond shall be executed by a general partner who has been authorized to act on behalf of the partnership. 5. If the principal or surety is a corporation, the name of the state in which incorporated shall be inserted in the space provided therefore and said instrument shall be executed and attested under the corporate seal as indicated in the form. If the corporation has no corporate seal, the fact shall be stated, in which case a scroll of adhesive seal shall appear following the corporate name. 6. The official character and authority of the person or persons executing the Bond for a corporation shall be certified by a proper officer, in lieu of such certificate, there may be attached to the Bond, copies of so much of the records of the corporation as will show the official character and authority of the officers signing, duly certified by a proper office, under the corporate seal, to be true copies. 7. If the principal or surety is a Limited Liability Company (LLC), the names of the members shall appear in the spaces provided therefore, with the recital that they are members of an LLC, naming it, and the Bond shall be executed by a managing member who has been authorized to act on behalf of the LLC. The official character and authority of the person or persons executing the Bond for an LLC shall be certified by a proper managing member. In lieu of such certificate, there may be attached to the Bond, copies of so much of the records of the LLC as will show the official character and authority of the members signing, duly certified by a proper member to be true copies. 8. The date of this Bond must not be prior to the date of the instrument in connection with which it is given.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

30

FORM OF BID BOND

*** BID BOND ***

TOWN OF GREENWICH __________________________ Date Bond Executed _____________________________________________________________________________________ Principals _____________________________________________________________________________________ Surety ___________________________________________________ _____________________ Penal Sum of Bond (Expressed in Words and Figures) Date of Bid Know all persons by these presents, that we, the principals and surety above named, are held and firmly bound unto the Town of Greenwich, Connecticut, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the principal has submitted the accompanying Bid, dated as shown above, for: _____________________________________________________________________________________ Project Name Now, therefore, if the principal shall not withdraw said Bid within the period specified therein after the opening of the same, or if no period be specified, within sixty (60) days after the said opening, and shall within the period specified therefore, or, if no period be specified, within ten (10) days after the prescribed forms are presented to them for signature, execute such further contractual documents, if any, as may be required by the terms of the Bid as accepted, and give bonds with good and sufficient surety or sureties as may be required, for the faithful performance and proper fulfillment of the resulting contract, and for the protection of all persons supplying labor and materials in the prosecution of the work provided for in such contract or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such contract and give such bonds within the time specified, if the principal shall pay the Town of Greenwich, Connecticut, the difference between the amount specified in said Bid and the amount for which said Town may procure the required work, supplies and services, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. In witness whereof, the above-bounden parties have executed this instrument under their several seals on the date indicated above. The name and corporate seal (if applicable) of each corporate party being hereto affixed.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

31

_____________________________________________________________________________________ Name of Partnership

_______________________________________________________________________________(SEAL)

Business Address

___________________________________________________________________________________ Partner - (Hereunto Duly Authorized)

IN THE PRESENCE OF WITNESS INDIVIDUAL PRINCIPAL 1.___________________________________ AS TO _________________________________

(SEAL) 2.___________________________________ AS TO _________________________________

(SEAL) 3.___________________________________ AS TO _________________________________

(SEAL) 4.___________________________________ AS TO _________________________________

(SEAL) ************************************************************************************* * *_______________________________________ * CORPORATE PRINCIPAL *_______________________________________ ATTEST * BUSINESS ADDRESS * AFFIX * CORPORATION * SEAL __________________________________________ * ________________________________________ * BY-(HEREUNTO DULY AUTHORIZED) * * ________________________________________ * TITLE ************************************************************************************* * *_____________________________________ * CORPORATE SURETY *_____________________________________ ATTEST * BUSINESS ADDRESS * AFFIX * CORPORATION * SEAL _________________________________________ * ______________________________________ * BY-(HEREUNTO DULY AUTHORIZED) * * ______________________________________

* TITLE *************************************************************************************

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

32

CERTIFICATE AS TO CORPORATE PRINCIPAL I, _______________________, certify that I am the___________________________________ of the Corporation/Limited Liability Company named as Principal in the within Bond, that __________ _____________________________________________________, who signed the said Bond on behalf of the Principal, was then __________________________________ of _____________________________ said Corporation/Limited Liability Company, that I know their signature and their signature thereto is genuine, and that said Bond was duly signed, sealed (if a Corporation) and attested for and in behalf of said Corporation/Limited Liability Company by authority of its governing body. _________________________________________ (CORPORATE SEAL) ______________________________________ (CORPORATE SECRETARY)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

33

SECTION 4

AGREEMENT

TITLE ARTICLE

DEFINITIONS ........................................................................................................................................... 4.1

THE CONTRACT DOCUMENTS ........................................................................................................... 4.2

OBLIGATIONS AND LIABILITY OF CONTRACT ............................................................................ 4.3

AUTHORITY OF THE ENGINEER ........................................................................................................ 4.4

SUPERVISION OF WORK ...................................................................................................................... 4.5

INSURANCE ............................................................................................................................................. 4.6

PATENTS ................................................................................................................................................... 4.7

COMPLIANCE WITH LAWS ................................................................................................................. 4.8

PROVISIONS REQUIRED BY LAW DEEMED INSERTED ................................................................. 4.9

PERMITS ................................................................................................................................................... 4.10

NOT TO SUBLET OR ASSIGN ............................................................................................................... 4.11

TIME FOR COMMENCEMENT AND COMPLETION OF WORK ................................................... 4.12

LIQUIDATED DAMAGES OR TIME CHARGE .................................................................................. 4.13

NIGHT AND SUNDAY WORK .............................................................................................................. 4.14

EMPLOY COMPETENT INDIVIDUALS .............................................................................................. 4.15

EMPLOY SUFFICIENT LABOR AND EQUIPMENT ......................................................................... 4.16

INTOXICATING LIQUORS .................................................................................................................... 4.17

ACCESS TO WORK ................................................................................................................................. 4.18

EXAMINATION OF WORK ................................................................................................................... 4.19

DEFECTIVE WORK ................................................................................................................................. 4.20

PROTECTION AGAINST WATER AND STORM ............................................................................... 4.21

MISTAKES OF CONTRACTOR ............................................................................................................. 4.22

RIGHT TO MATERIALS ......................................................................................................................... 4.23

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

34

TITLE ARTICLE

CHANGES ................................................................................................................................................. 4.24

EXTRA WORK ......................................................................................................................................... 4.25

CHANGES NOT TO AFFECT BONDS .................................................................................................. 4.26

CLAIMS FOR DAMAGE ......................................................................................................................... 4.27

ABANDONMENT OF WORK OR OTHER DEFAULT ....................................................................... 4.28

PRICES FOR WORK ................................................................................................................................ 4.29

MONEYS MAY BE RETAINED ............................................................................................................. 4.30

USE OR PARTIAL PAYMENT NOT ACCEPTANCE ......................................................................... 4.31

PROGRESS ESTIMATES ........................................................................................................................ 4.32

FINAL ESTIMATES AND PAYMENT .................................................................................................. 4.33

GUARANTEE ............................................................................................................................................ 4.34

RETAIN MONEY FOR REPAIRS .......................................................................................................... 4.35

APPLICATION OF MONIES RETAINED ............................................................................................. 4.36

LIENS ........................................................................................................................................................ 4.37

CLAIMS ..................................................................................................................................................... 4.38

NO WAIVER ............................................................................................................................................. 4.39

LIABILITY OF OWNER .......................................................................................................................... 4.40

RETURN OF DRAWINGS ....................................................................................................................... 4.41

CLEANING UP ......................................................................................................................................... 4.42

LEGAL ADDRESS OF CONTRACTOR ................................................................................................ 4.43

HEADINGS ................................................................................................................................................ 4.44

MODIFICATION OR TERMINATION .................................................................................................. 4.45

GOVERNING LAWS ................................................................................................................................ 4.46

RESIDENT'S PREFERENCE ................................................................................................................... 4.47

PREVAILING WAGES ............................................................................................................................ 4.48

PAYMENT OF SUBCONTRACTORS ................................................................................................... 4.49

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

35

This agreement, herein referred to as the "Agreement", executed this ______________________ day of ___________________ in the year Two Thousand and ______________________, by and between the Town of Greenwich, Connecticut, acting ___________________________________________________ Through its Department of Public Works, duly authorized therefore, which acts, herein solely for said Town and without personal liability to itself, Party of the first part, and _________________________________________________________________________________________________________ Party of the second part. Witnesseth, that the parties to these presents, each in consideration of the undertakings, promises and agreements on the part of the other herein contained, have undertaken, promised and agreed and do hereby undertake, promise and agree, the party of the first part for itself, its successors and assigns, and the party of the second part for themselves and their heirs, executors, administrators, successors and assigns, as follows 4.1 DEFINITIONS.

Wherever the words hereinafter defined or pronouns used in their stead occur in the contract documents, they shall have the following meaning The word 'Owner' or 'Town' shall mean the party of the first part above designated. The word 'Contractor' shall mean the party of the second part above designated. The word ‘State’ shall mean the State of Connecticut including its Department of Transportation and any office, department, board, council, commission, institution or other entity of the State. The word 'Architect' and/or the word 'Engineer' shall mean that person or firm duly appointed by the Town to undertake the duties and powers herein assigned to the Engineer, acting either directly or through duly authorized representatives. The word 'Specifications' when used herein shall be deemed to refer to the General Conditions, Technical and Materials Specifications and Special Conditions, if any. The words 'Herein', 'Hereinafter', 'Hereunder' and words of like import, shall be deemed to refer to the contract documents. The word ‘Project’ means certain improvements to be made to the Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009), Town Project No. 14-20, which include, but are not limited to, the replacement of the Oneida Drive Bridge. .4.2 THE CONTRACT DOCUMENTS. The 'Agreement', the 'Information for Bidders', the Contractor’s 'Bid' as accepted by the owner, the 'Special Conditions', if any, the 'General, Technical and Materials specifications', the 'Drawings' and all addenda and amendments to any of the foregoing, collectively constitute the contract documents, and are sometimes herein referred to as the "Contract". The contract documents are complementary, and what is called for by anyone shall be as binding as if called for by all. In the event of any conflict or inconsistency between the provisions of the 'Special Conditions', if any, and the provisions of any of the other contract documents, the provisions of the "Special Conditions", if any shall prevail. In the event of conflict or inconsistency between the provisions of the 'Agreement' and the provisions of the contract documents other than the 'special Conditions', if any, the provisions of the 'agreement' shall prevail.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

36

4.3 OBLIGATIONS AND LIABILITY OF CONTRACTOR. The Contractor shall do all the work and perform and furnish all the labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies and all other things (except as otherwise expressly provided herein) necessary and as herein specified for the proper performance and completion of the work in the manner and within the time hereinafter specified, in strict accordance with the drawings, specifications and other contract documents, in conformity with the directions and to the satisfaction of the Engineer, and at the prices herein agreed upon therefore. All parts of the work and all fixtures, equipment, apparatus and other items indicated on the drawings and not mentioned in the specifications, or vice versa, and all work and material usual and necessary to make the work complete in all its parts, including all incidental work necessary to make it complete and satisfactory and ready for use and operation, whether or not they are indicated on the drawings or mentioned in the specifications, shall be furnished and executed the same as if they were called for both by the drawings and by the specifications. The Contractor shall coordinate their operations with those of any other Contractors who may be employed on other work of the Town, shall avoid interference therewith, and shall cooperate in the arrangements for storage of materials and equipment. The Contractor shall notify the Fire and Police Departments prior to any construction which is expected to block off vehicular or pedestrian traffic. The Contractor shall conduct their work so as to interfere as little as possible with private business and public travel. Wherever and whenever necessary or required, they shall maintain fences, furnish watchmen, maintain lights and take such other precautions as may be necessary to protect life and property and at their own expenses unless specifically provided for otherwise herein. The Contractor shall have complete responsibility for the work and the protection thereof and for preventing injuries to persons and damage to the work and property and utilities on or about the work, until final completion and acceptance thereof. They shall in no way be relieved of their responsibility by any right of the Engineer to give permission or directions relating to any part of the work, by any such permission or directions given, or by failure of the Engineer to give such permission or directions. The Contractor shall bear all costs, expenses, losses and damages on account of the quantity or character of the work or the nature of the land (including but not limited to subsurface conditions) in or under or on which the work is done being different from that indicated or shown in the contract documents or from what was estimated or expected, or on account of the weather, elements, or other causes. The Contractor shall indemnify and save harmless the Town and the Engineer and their officers, agents, servants and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, costs and expenses, including attorneys' fees, on account of bodily injury, sickness, disease, death or other damages sustained by any person or persons or injury or damage to or destruction of any property, directly or indirectly arising out of, relating to or in connection with the work, whether or not due or claimed to be due in whole or in part to the active, passive or concurrent negligence or fault of the Contractor, their officers, agents, servants or employees, any of their subcontractors, the Town, the Engineer or any of their respective officers, agents, servants, or employees and/or any other person or persons, and whether or not such claims, demands, suits or proceedings are just, unjust, groundless, false or fraudulent, and the Contractor shall and does hereby assume and agrees to pay for (or, in the case of professional liability matters indemnify for,) the defense of all such claims, demands, suits and proceedings, provided, however, that the Contractor shall not be required to indemnify the Town, the Engineer, their officers, agents, servants or employees, against any such damages, occasioned solely by defects in maps, plans, drawings, designs, or specifications prepared, acquired or used by the Engineer and/or solely by the negligence or fault of the Engineer, and provided further, that the Contractor shall not be required to indemnify the Town, their officers, agents, servants, or employees, against such damages occasioned solely by acts or omissions of the Town in connection with the work.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

37

The Contractor shall conduct their operations so as not to damage existing structures or work installed either by them or by other Contractors. In case of any such damage resulting from their operations, they shall repair and make good as new, the damaged portions at their own expense with the consent of the damaged party. In the event that consent is not given, the Contractor shall continue to be liable for the damages caused. The Contractor shall be as fully responsible to the Town for the acts and omissions of their subcontractors, their officers, agents, servants and employees as they are for their own acts and omissions and those of their own officers, agents, servants and employees. Should the Contractor sustain any loss, damage or delay through any act or omission of any other Contractor or any subcontractor of any such other contractor or any material supplier, the Contractor shall have no claim against the Town therefore, other than for an extension of time, but shall have recourse solely to such other Contractor, subcontractor or material supplier. If any other Contractor or any subcontractor of any such other Contractor shall suffer or claim to have suffered loss, damage or delay by reason of the acts or omissions of the Contractor or of any of their subcontractors, the Contractor agrees to assume the defense against any such claim and to reimburse such other Contractor or subcontractor for such loss or damage. The Contractor agrees to and does hereby indemnify and save harmless the Town from and against any and all claims by such other Contractor or subcontractors, alleging such loss, damage or delay and from and against any and all claims, demands, suits, proceedings, liabilities judgments, awards, losses, damages, costs and expenses including attorneys' fees arising out of, relating to or resulting from such claims. The Contractor shall promptly pay all federal, state and local taxes which may be assessed against them in connection with the work or their operations under the agreement and/or the other contract documents, including, but not limited to, taxes attributable to the purchase of material and equipment, to the performance of services and the employment of persons in the prosecution of the work. 4.4 AUTHORITY OF THE ENGINEER. The Engineer shall be the sole judge of the intent and meaning of the drawings, special conditions, if any, and technical and material specifications and their decisions thereon and their interpretation thereof shall be final, conclusive and binding on all parties. The Engineer shall be the Town's representative during the life of the contract and they shall observe the work in progress on behalf of the Town. They shall have authority (1) to act on behalf of the Town to the extent expressly provided in the contract or otherwise in writing. (2) to stop the work whenever such stoppage may be necessary, in their sole discretion, to prevent improper execution of the work or otherwise to protect the interests of the Town. (3) to approve and direct the sequence of execution and general conduct of the work and to direct that changes be made in such sequence where, in their sole discretion, public necessity or welfare, the interest of the Town or the progress of the work shall require. Such approval and/or direction shall, however, in no way relieve or diminish the responsibility of the Contractor for or in the conduct or the work. (4) to determine the amount, quality, acceptability and fitness of all work, materials and equipment required by the contract. (5) to decide all questions which arise in relation to the work, the execution thereof, and the fulfillment of the contract. The Contractor shall proceed without delay to perform the work as directed, instructed, determined or decided by the Engineer and shall comply promptly with such directions, instructions, determinations or decisions. If the Contractor has any objections thereto, they may require that any such direction, instruction, determination or decision be put in writing and within ten (10) days after receipt of any such writing they may file a written protest with the Town stating clearly and in detail their objections, the reasons therefore and the nature and amount of additional compensation, if any, to which they claim they will be entitled thereby. A copy of such protest shall be filed with the Town. Unless the Contractor files such written protest with the Town and Engineer within such ten (10) day period, they shall be deemed to have waived

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

38

all grounds for protest of such direction, instructions, determination or decision and all claims for additional compensation or damages occasioned thereby, and shall further be deemed to have accepted such direction, instruction, determination or decision as being fair, reasonable and finally determinative of their obligations and rights under the contract. The Engineer's decision on any matter mentioned above shall be final and conclusive when made in good faith and in the exercise of their best judgment and shall be accepted by the Contractor and the owner in all cases. 4.5 SUPERVISION OF WORK. The Contractor shall give the work the constant attention necessary to ensure the expeditious and orderly progress thereof and shall cooperate with the Engineer in every possible way. At all times, the Contractor shall have as their agent on the work a competent superintendent capable of reading and thoroughly understanding the drawings and specifications, with full authority to execute the directions of the Engineer without delay and to supply promptly such labor, services, materials, equipment, plant, apparatus, appliances, tools, supplies and other items as may be required. Such superintendent shall not be removed from the work without the prior written consent of the Engineer. If, in the opinion of the Engineer, the superintendent or any successor proves incompetent, the Contractor shall replace them with another person approved by the Engineer, such approval, however, shall in no way relieve or diminish the Contractor's responsibility for the new superintendent. Whenever the Contractor or their agent or superintendent is not present on any part of the work where it may be necessary to give directions or instructions with respect to such work, such directions or instructions may be given by the Engineer to and shall be received and obeyed by the foreman or any other person in charge of the particular work involved. 4.6 INSURANCE. Insurance Requirements: Before starting and until final completion and acceptance of the work called for in the Contract and expiration of the guarantee period provided for in the Contract, the Contractor shall procure and maintain insurance of the types and amounts checked in paragraphs A through F, below. The Contractor shall require each of its subcontractors to procure and maintain, until final completion, acceptance and guarantee of each subcontractor's work, the same insurance of the types and amounts as checked in paragraphs A through F below. Certification and Cancellation: The Contractor shall furnish, prior to the start of work called for in the Contract, three (3) certificates to the Town of each insurance policy or policies with the Code Number of the policy for each, a representation that policy cannot be canceled or amended by the insurer in less than sixty (60) days after the Town has received written notice of cancellation or amendment by certified or registered mail, also a representation that the insurer will notify the Town immediately of any lapse in coverage cancellation or restrictive amendment and also attach a true copy of the broker or agent's license to do business in Connecticut. Such certificates shall be on the Town form attached hereto and shall contain an affirmative representation that the coverage afforded is as required herein. The Contractor shall furnish prior to the start of work called for in the contract the Acord certificate of insurance form for insurance documentation purposes as well as an endorsement letter from their Agent/Broker. The awarded vendor will be required to provide insurance coverage as specified on the Insurance

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

39

Requirements Sheet, enclosed herein, of this Request for Bid. Upon award, the Acord certificate of insurance form must be completed by the vendor’s insurance agent/broker and submitted to the Engineering Division. The Town of Greenwich must be added as an additional insured on the Acord form. The signing agent/broker must also certify in writing that the Town of Greenwich has been endorsed as an additional insured on the General Liability insurance policy. This letter shall be addressed to the Engineering Division and must follow exactly the format of the ‘Sample Agent/Broker Letter’ enclosed herein. The letter must be dated on or after the date stated on the Acord certificate of insurance. If the insurance coverage required is provided on more than one Acord certificate of insurance, then additional endorsement letters are also required. The authorized representative who signs the Acord form must sign the letter as well. The Town of Greenwich will not accept insurance coverage, other than Excess Liability coverage, from insurance providers that are surplus lines writers in Connecticut. All insurance companies providing coverage, other than excess liability coverage, must be licensed in the state of Connecticut. Please provide this information to your insurance agent/broker. Company name and address must conform on all documents including insurance documentation. The Contract number, project name and a brief description must be inserted in the “Description of Operations” section of the Acord form. It must be confirmed on the Acord Form that the Town of Greenwich is endorsed as an additional insured by having the appropriate box checked off and stating such in the “Description of Operations” section. The "Description of Operations" section should also reference Contract No. (provided to the awarded vendor), Construction of the Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009), Town Project no. 14-20. The vendor should submit with the bid the signed, original “Insurance Procedure” form, enclosed herein, which states that the vendor agrees to provide the specified insurance coverage for this Bid at no additional charge above any insurance charge declared in the bid.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

40

TOWN OF GREENWICH

INSURANCE PROCEDURE

PLEASE NOTE: RETURN THIS COMPLETED FORM WITH YOUR BID/PROPOSAL. FAILURE TO DO SO MAY RESULT IN YOUR BID/PROPOSAL BEING REJECTED. Please take the insurance requirements of the Contract to your agent/broker immediately upon receipt of the bid documents to determine your existing coverage and any costs for new or additional coverage required for the work noted in this Request for Bid/Proposal. Any bids/proposals which contain exceptions to the insurance requirements may be considered nonresponsive and may be rejected. STATEMENT OF VENDOR: I have read the insurance requirements for this work and have taken the documentation to my insurance agent/broker. The bid/proposal cost reflects any additional costs relating to insurance requirements for this work. If I am awarded this contract, I or my insurance agent shall submit all of the required insurance documentation to the Town of Greenwich Engineering Division within ten (10) days after the date of the award of the contract. Signature Date Contractor

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

41

Insurance Requirement Sheet Insurance Requirements: Before starting and until final completion and acceptance of the work called for in the Contract and expiration of the guarantee period provided for in the Contract, the Contractor and its subcontractors, if any, shall procure and maintain insurance of the types and amounts checked in paragraphs A through F below for all Contract operations.

A. General Liability, with minimum coverages for combined bodily injury and property damage liability of $2,000,000 general aggregate, $1,000,000 per occurrence including:

1. Commercial General Liability. 2. Town as additional insured. Contractor’s insurance must be primary and non-

contributory. 3. Owners and Contractors Protective Liability (separate policy in the name of the Town).

B. Comprehensive Automobile Liability, with minimum coverages of $1,000,000 combined single limit for bodily injury and property damage, including, where applicable, coverage for any vehicle, all owned vehicles, scheduled vehicles, hired vehicles, non-owned vehicles and garage liability.

C. Excess Liability, with minimum coverage of $5,000,000 in umbrella form, or such other form

as approved by Town Department Head and Risk Management Director.

D. Workers' Compensation and Employer's Liability, with minimum coverages as provided by Connecticut State Statutes.

E. Professional Liability (for design and other professionals for Errors and Omissions), with

minimum coverage of $1,000,000. If the policy is on a claims-made basis, coverage shall be continually renewed or extended for three (3) years after work is completed under the Contract.

F. Other (Builder's Risk, etc.): .

G. CERTIFICATE HOLDER: TOWN OF GREENWICH

ATTN: ENGINEERING DIVISION (Also fill in on ACORD Certificate of Insurance) 101 Field Point Road, Greenwich, CT 06830. The Acord certificate of insurance form must be executed by your insurance agent/broker and returned to this office. The most current Acord form should be used for insurance documentation purposes. Company name and address must conform on all documents including insurance documentation. It is required that the agent/broker note the individual insurance companies providing coverage, rather than the insurance group, on the Acord form. The Contract number (provided to the awarded Contractor), project name and a brief description must be inserted in the “Description of Operations” field. It must be confirmed on the Acord Form that the Town of Greenwich is endorsed as an additional insured by having the appropriate box checked off and stating such in the “Description of Operations” field. A letter from the awarded vendor’s agent/broker certifying that the Town of Greenwich has been endorsed onto the general liability policy as an additional insured is also mandatory. This letter must follow exactly the format provided by the Purchasing Department and must be signed by the same individual authorized representative who signed the Acord form. If the insurance coverage required is provided on more than one Acord certificate of insurance, then additional agent/broker letters are also required. Contract development will begin upon receipt of complete, correct insurance documentation. The Contractor shall be responsible for maintaining the above insurance coverages in force to secure all of the Contractor's obligations under the Contract with an insurance company or companies with an AM Best Rating of A:VII or better, licensed to write such insurance in Connecticut and acceptable to the Risk Manager, Town of Greenwich. For excess liability only, non-admitted insurers are acceptable, provided they are permitted to do business through Connecticut excess line brokers per listing on the current list of Licensed Insurance Companies, Approved Reinsurers, Surplus Lines Insurers and Risk Retention Groups issued by the State of Connecticut Insurance Department.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

42

SAMPLE AGENT/BROKER (LETTERHEAD)

(Date) Town of Greenwich Engineering Division 101 Field Point Road Greenwich, CT 06830 Re: (Name of the Insured) Town of Greenwich Contract No. XXXX To Whom It May Concern: The undersigned hereby certifies as follows:

(1) I am a duly licensed insurance agent under the laws of the State of [insert state] and an authorized representative of all companies affording coverage under the Acord form submitted herewith; (2) The Town of Greenwich has been endorsed as an additional insured under general liability policy no. [insert policy number], issued by [insert company affording coverage] to [name of insured]; (3)] The general liability policy referenced in paragraph (2) above meets or exceeds the coverage in Commercial General Liability ISO form CG 00 01 10 01, including contractual liability; (4) The policies listed in the Acord form submitted to the Town of Greenwich in connection with the above referenced contract have been issued to the insured in the amounts stated and for the periods indicated in the Acord form; and (5) The Town of Greenwich shall be given thirty (30) days prior written notice of cancellation, lapse or restrictive amendment (except ten days’ notice of nonpayment) of the policies listed in the Acord form.

Sincerely, (Signature) Authorized Representative for all companies listed in the Acord form

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

43

4.7 PATENTS. The Contractor shall indemnify and save harmless the Town and all persons acting for or on behalf of the Town from all claims and liability of any nature or kind, and all damages, costs and expenses, including attorneys' fees, arising from or occasioned by an infringement or alleged infringement of any patent rights on any invention, process, materials, equipment, article, or apparatus, or any part hereof, furnished and installed by the Contractor, or arising from or occasioned by the use or manufacture thereof, including their use by the Town. 4.8 COMPLIANCE WITH LAWS. The Contractor shall keep themselves fully informed of all existing and future Federal, State and local laws, ordinances, rules and regulations affecting those engaged or employed on the work, the materials and equipment used in the work or the conduct of the work, and of all orders, decrees and other requirements of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the drawings, specifications or other contract documents in relation to any such law, ordinance, rule, regulation, order decree or other requirement, the Contractor shall forthwith report the same to the Engineer in writing. The Contractor shall at all times observe and comply with and cause all their agents, servants, employees and subcontractors to observe and comply with all such existing and future laws, ordinances, rules regulations, orders, decrees, and other requirements, and they shall protect, indemnify and save harmless the Town, its officers, agents, servants, and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, penalties, losses, damages, costs and expenses, including attorneys' fees, arising from or based upon any violation or claimed violation of any such law, ordinance, rule, regulation, order, decree or other requirement, whether committed by the Contractor or any of their agents, servants, employees or subcontractors. 4.9 PROVISIONS REQUIRED BY LAW DEEMED INSERTED. Each and every provision of law and clause required by law to be inserted in the contract shall be deemed to be inserted herein, and the contract shall be read and enforced as though they were included herein. If through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, the contract shall forthwith be physically amended to make such insertion. 4.10 PERMITS. The Contractor shall, at their own expense, take out and maintain all necessary permits from the State, Town, or other public authorities, shall give all notices required by law and shall post all bonds and pay all fees and charges incidental to the due and lawful prosecution of the work. 4.11 NOT TO SUBLET OR ASSIGN. The Contractor shall constantly give their personal attention to the faithful prosecution of the work, shall keep the same under their personal control, shall not assign the contract or sublet the work or any part thereof without the previous written consent of the Town, and shall not assign any of the monies payable under the contract, or their claim thereto, unless by and with the like written consent of the Town and the surety on the contract bonds. Any assignment or subletting in violation hereof shall be void and unenforceable. 4.12 TIME FOR COMMENCEMENT AND COMPLETION OF WORK. The Contractor shall commence with the work within ten (10) days after receipt of notice to proceed from the Town. The rate of progress shall be such that the work shall be performed and completed in accordance with the contract before the expiration of the time limit stipulated, if any, under article 1.9, 'time limits and time charge', which time is of the essence of the agreement.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

44

4.13 LIQUIDATED DAMAGES OR TIME CHARGE. Liquidated damages or time charge, if any, shall be as specified under article 1.9, 'time limits and time charge'. 4.14 NIGHT AND SUNDAY WORK. No work shall be done at night or on Sunday except (1) usual protective work, such as pumping and the tending of lights and fires, (2) work done in case of emergency threatening injury to persons or property, or (3) if all of the conditions set forth in the next paragraph below are met. No work other than that included in (1) and (2) above, shall be done at night except when (A), in the sole judgment of the Engineer, the work will be of advantage to the Town and can be performed satisfactorily at night, (B) the work will be done by a crew organized for regular and continuous night work, and (C) the Engineer has given written permission for such night work. 4.15 EMPLOY COMPETENT INDIVIDUALS. The Contractor shall employ only competent individuals on the work and shall not employ individuals or means which may cause strikes, work stoppages or disturbance by workers employed by the Contractor, any subcontractor, the Town, the Engineer or any other Contractor. Whenever the Engineer notifies the Contractor in writing that in their opinion, any person on the work is incompetent, unfaithful, disorderly, or otherwise unsatisfactory or not employed in accordance with the provisions of the contract, such person shall be discharged from the work and shall not again be employed on it, except with the written consent of the Engineer. 4.16 EMPLOY SUFFICIENT LABOR AND EQUIPMENT. If in the sole judgment of the Engineer, the Contractor is not employing sufficient labor, plant, equipment or other means to complete the work within the time specified, the Engineer may, after giving written notice, require the Contractor to employ such additional labor, plant, equipment and other means as the Engineer deems necessary to enable the work to progress properly. 4.17 INTOXICATING LIQUORS. The Contractor shall not sell and shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the work. 4.18 ACCESS TO WORK. The Town, the Engineer and their officers, agents, servants, and employees may at any and all times and for any and all purposes, enter upon the work and the site thereof and the premises used by the Contractor, and the Contractor shall at all times provide safe and proper facilities therefore. 4.19 EXAMINATION OF WORK. The Engineer shall be furnished by the Contractor with every reasonable facility for examining and inspecting the work and for ascertaining that the work is being performed in accordance with the requirements and intent of the contract, even to the extent of requiring the uncovering or taking down portions of finished work by the Contractor. Should the work thus uncovered or taken down prove satisfactory, the cost of uncovering or taking down and the replacement thereof, shall be considered as extra work unless the original work was done in violation of the contract in point of time or in the absence of the Engineer or their inspector and without their written authorization, in which case said cost shall be borne by the Contractor. Should the work uncovered or taken down prove unsatisfactory, said cost shall likewise be borne by the Contractor.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

45

4.20 DEFECTIVE WORK. The inspection of the work shall not relieve the Contractor of any of their obligations to perform and complete the work as required by the contract. Defective work shall be corrected and unsuitable materials, equipment, apparatus and other items shall be replaced by the Contractor, notwithstanding that such work, materials, equipment, apparatus and other items may have been previously overlooked or accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the work, the Contractor shall forthwith make good such defect in a manner satisfactory to the Engineer. If any material, equipment, apparatus or other items brought upon the site for use or incorporation in the work, or selected for the same, is condemned by the Engineer as unsuitable or not in conformity with the specifications or any of the other contract documents, the Contractor shall forthwith remove such materials, equipment, apparatus and other items from the site of the work and shall at their own cost and expense, make good and replace the same and any material furnished by the Town which shall be damaged or rendered defective by the handling or improper installation by the Contractor, their agents, servants, employees or subcontractors. 4.21 PROTECTION AGAINST WATER AND STORM. The Contractor shall take all precautions necessary to prevent damage to the work by storms or by water entering the site of the work directly or through the ground. In case of damage by storm or water, the Contractor shall at their own cost and expense make such repairs or replacements or rebuild such parts of the work as the Engineer may require in order that the finished work may be completed as required by the Contractor. The Engineer may suspend the performance of any work at any time when, in their judgment, the conditions are not suitable or the proper precautions are not being taken, whatever the weather may be, in any season. The Contractor agrees that they shall not have or assert any claim for or be entitled to any additional compensation or damages on account of any such suspension. 4.22 MISTAKES OF CONTRACTOR. The Contractor shall promptly correct and make good any and all defects, damages, omissions, or mistakes for which they and/or their agents, servants, employees or subcontractors are responsible, and they shall pay to the Town all costs, expenses, losses and damages resulting there from or by reason thereof as determined by the Engineer. 4.23 RIGHT TO MATERIALS. Nothing in the contract shall be constructed as vesting in the Contractor any right or property in the materials, equipment, apparatus and other items furnished after they have been installed or incorporated in or attached or affixed to the work or the site, but all such materials, equipment, apparatus and other items shall, upon being so installed, incorporated, attached or affixed, become the property of the Town. 4.24 CHANGES. The Town, through the Engineer, may make changes in the work and in the drawings and specifications therefore by making alterations therein, additions thereto or omissions there from. All work resulting from such changes shall be performed and furnished under and pursuant to the terms and conditions of the contract. If such changes result in an increase or decrease in the work to be done hereunder, or increase or decrease the quantities thereof, adjustment in compensation shall be made therefore, at the unit prices stipulated in the contract for such work, except that if unit prices are not stipulated for such work, compensation for additional or increased work shall be made as provided hereinafter under the article titled 'extra work', and for eliminated or decreased work the Contractor shall allow the Town a reasonable credit as determined by the Engineer. Except in an emergency endangering life or property, no change shall be made unless in pursuance of a written order from the Engineer authorizing the change and no claim for additional compensation shall be valid unless the change is so ordered. The Contractor agrees that they shall neither have nor assert any claim for or be entitled to any

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

46

additional compensation for damages or for loss of anticipated profits on work that is eliminated. 4.25 EXTRA WORK. The Contractor shall perform any extra work (work in connection with the contract but not provided for herein) when and as ordered in writing by the Engineer, at the unit prices stipulated in the contract for such work, or, if none are so stipulated, either (A) at the price agreed upon before such work is commenced and named in the written order for such work, or (B) if the Engineer so elects, for the reasonable cost of such work, as determined by the Contractor and approved by the Engineer, plus a percentage of such cost, as set forth below. No extra work shall be paid for unless specifically ordered as such, in writing by the Engineer. The cost of extra work done under (B) above, shall include the reasonable cost to the Contractor of materials installed and equipment used, common and skilled labor, and foremen and the fair rental of all machinery and equipment used on the extra work for the period of such use. At the request of the Engineer, the Contractor shall furnish itemized statements of the cost of the extra work ordered as above, and give the Engineer access to all records, accounts, bills and vouchers and correspondence relating thereto. The Contractor may include in the cost of extra work the amounts of additional premiums, if any, (other than premiums on bonds) paid on the required insurance on account of such extra work of social security or other direct assessments upon the Contractor's payroll by Federal or other properly authorized public agencies and of other approved assessments when such assessments are not normally included in payments made by the Contractor directly to their employees, but in fact are, and customarily recognized as, part of the cost of doing work. The fair rental for all machinery and equipment shall be based upon the most recent edition of 'Compilation of Rental Rates for Construction Equipment', published by the Associated Equipment Distributors, or a similar publication approved by the Engineer. Rental for machinery and equipment shall be based upon an appropriate fraction of the approved monthly rate schedule. If said extra work requires the use of machinery or equipment not already on the site of the work, the cost of transportation, not exceeding a distance of 100 miles, of such machinery or equipment to and from the work shall be added to the fair monthly rental, provided however, that this shall not apply to machinery or equipment already required to be furnished under the terms of the contract. The Contractor shall not include in the cost of extra work any cost or rental for small tools, buildings, or any portion of the time of the Contractor, their superintendent, or their office and engineering staff. To the cost of extra work done by the Contractor's own forces under (B) above (determined as stated above), the Contractor shall add ten (10) percent to cover their overhead, use of capital, the premium on the bonds as assessed upon the amount of this extra work, and profit. In the case of extra work done under (B) above, by a subcontractor, the subcontractor shall compute, as above, their cost for the extra work, to which they shall add ten (10) percent in the case of the Contractor, and the Contractor shall be allowed an additional ten (10) percent of the subcontractor' cost for the extra work to cover the costs of the Contractor's overhead, use of capital, the premium on the bonds as assessed upon the amount of this extra work, and profit. Said subcontractor's cost must be reasonable and approved by the Engineer. If extra work is done under (B) above, the Contractor and/or subcontractor shall keep daily records of such extra work. The daily record shall include the names of persons employed; the nature of the work performed, and hours worked materials and equipment incorporated, and machinery or equipment used, if any, in the prosecution of such extra work. This daily record, to constitute verification that the work was done, must be signed both by the Contractor's authorized representative and by the Engineer. A separate daily record shall be submitted for each extra work order. Extension of time on account of extra work shall, when applicable, be provided for under Article 1.09, 'Time Limits and Time Charge'.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

47

.4.26 CHANGES NOT TO AFFECT BONDS. It is distinctly agreed and understood that any changes made in the work or the drawings or specifications therefore (whether such changes increase or decrease the amount thereof or the time required for its performance) or any changes in the manner or time of payments made by the Town to the Contractor, or any other modifications of the contract, shall in no way annul, release, diminish or affect the liability of the surety on the contract bonds given by the Contractor, it being the intent hereof that notwithstanding such changes, the liability of the surety on said bonds continue and remain in full force and effect. 4.27 CLAIMS FOR DAMAGES. If the Contractor makes claim for any damages alleged to have been sustained by breach of contract or otherwise, they shall, within ten (10) days after occurrence of the alleged breach or within ten (10) days after such damages are alleged to have been sustained, whichever date is the earlier, file with the Engineer a written, itemized statement in triplicate of the details of the alleged breach and the details and amount of the alleged damages. The Contractor agrees that unless such statement is made and filed as so required, their claim for damages shall be deemed waived, invalid and unenforceable and that they shall not be entitled to any compensation for any such alleged damages within ten (10) days after the timely filing of such statement, the Engineer shall file with the Town one copy of the statement and shall file with the Town and the Contractor their determination thereon. The Contractor shall not be entitled to claim any additional compensation for damages by reason of any direction, instruction, determination or decision of the Engineer, nor shall any such claims be considered, unless the Contractor shall have complied in all respects with the third paragraph of that article above, of this agreement titled 'Authority of the Engineer', including, but not limited to the filing of a written protest in the manner and within the time therein provided. 4.28 ABANDONMENT OF WORK OR OTHER DEFAULT. If the work shall be abandoned, or any part thereof shall be sublet without previous written consent of the Town, or the contract or any monies payable hereunder shall be assigned otherwise than as herein specified, or if at any time the Engineer shall be of the opinion and shall so certify in writing, that the conditions herein specified as to rate of progress are not being complied with, or that the work or any part thereof is being unnecessarily or unreasonably delayed, or that the Contractor has violated or is in default under any of the provisions of the contract, or if the Contractor becomes bankrupt or insolvent or goes or is put into liquidation or dissolution, either voluntarily or involuntarily, or petitions for an arrangement or reorganization under the bankruptcy act, or makes a general assignment for the benefit of creditors or otherwise acknowledges insolvency, the happening of any of which shall be and constitute a default under the contract, the Town may notify the Contractor in writing, with a copy of such notice mailed to the surety, to discontinue all work or any part thereof. Thereupon, the Contractor shall discontinue such work or such part thereof as the Town may designate, and the Town may, upon giving such notice, by contract or otherwise as it may determine, complete the work of such part thereof and charge the entire cost and expense of so completing the work, the Town shall be entitled to reimbursement from the Contractor and the Contractor agrees to pay to the Town any losses, damages, costs and expenses, including attorneys' fees, sustained or incurred by the Town by reason of any of the foregoing causes. For the purpose of such completion, the Town may for itself or for any Contractors employed by the Town, take possession of and use or cause to be used, any and all materials, equipment, plant, machinery, appliances, tools, supplies and such other items of every description that may be found or located at the site of the work. All costs, expenses, losses, damages, attorneys' fees, and any and all other charges incurred by the Town under this deducted and/or paid by the Town out of any monies due or article shall be charged against the Contractor and deducted and/or paid by the Town out of any monies due or payable or to become due or payable under the Contract to the Contractor. In computing the amounts chargeable to the Contractor, the Town shall not be held to a basis of the lowest prices for which the completion of the work or any part thereof might have been accomplished, but all sums actually paid or obligated therefore to effect its prompt completion shall be charged to and against the account of the Contractor. In case the costs, expenses, losses, damages, attorneys' fees and other charges together with all payments therefore made to and for the account of the Contractor are less than the sum which would have been payable under the contract if the work had

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

48

been properly performed and completed by the Contractor, the Contractor shall be entitled to receive the difference, and in case such costs, expenses, losses, damages, attorneys' fees and other charges, together with all payments, theretofore made to or for the account of the Contractor shall exceed the said sum, the Contractor shall pay the amount of the excess to the Town. 4.29 PRICES FOR WORK. The Town shall pay and the Contractor shall receive the prices stipulated in the bid made a part hereof as full compensation for everything performed and furnished and for all risks and obligations undertaken by the Contractor under and as required by the contract. 4.30 MONIES MAY BE RETAINED. The Town may at any time retain from any monies which would otherwise by payable hereunder so much thereof as the Town may deem necessary to complete the work hereunder and to reimburse it for all costs, expenses, losses, damage and damages chargeable to the Contractor hereunder. See articles 4.32 and 4.35. 4.31 USE OR PARTIAL PAYMENT NOT ACCEPTANCE. It is agreed that this is an entire contract for one whole and complete work or result and that neither the Town's entrance upon or use of the work or any part thereof nor any partial payments by the Town shall constitute an acceptance of the work or any part thereof before its entire completion and final acceptance. 4.32 PROGRESS ESTIMATES. Once a month, except as hereinafter provided, the Engineer shall make an estimate in writing of the total amount and value of the work done or any part thereof before its entire completion and final acceptance. The Town shall retain five (5) percent of such estimated value as part of the security for fulfillment of the contract by the Contractor and shall deduct from the balance all previous payments made to the Contractor, all sums chargeable against the Contractor and all sums to be retained under the provisions of the contract. The Town shall pay monthly to the Contractor, the balance not deducted and/or retained as aforesaid, except that payment may be withheld at any time if, in the judgment of the Engineer, the work is not proceeding in accordance with the contract. If the Town deems it expedient to do so, it may cause estimates and payments to be made more frequently than one in each month. No progress estimate or payment need to be made when, in the judgment of the Engineer, the total value of the work done since the last estimate amounts to less than One Thousand Dollars ($1,000). Estimates of Lump-Sum items shall be based on a schedule dividing each such item into its appropriate component parts together with a quantity and a unit price for each part so that the sum of the products of prices and quantities will equal the contract Lump-Sum price for the item. This schedule shall be submitted by the Contractor for, and must have the approval of the Engineer before the first estimate becomes due. If the Engineer determines that the progress of the work will be benefitted by the delivery to the site of certain materials and equipment, when available, in advance of actual requirement therefore, and if such materials, and equipment are delivered and properly stored and protected, the cost to the Contractor or subcontractor as established by invoices or other suitable vouchers satisfactory to the Engineer, less the retained percentages as above provided, may be included in the progress estimates, provided always that they be duly executed and delivered by the Contractor to the Engineer, at the same time a bill of sale in form satisfactory to the Town, transferring and assigning to the Town full ownership and title to such materials or equipment. Prior to contract signing, the Contractor shall submit for review by the Engineer a Schedule of Values. The Contractor will use the approved schedule to submit for payment as items are completed and accepted by the Town. The schedule’s values are to correspond to the cost breakdown of the project

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

49

submitted by the Contractor. At the project completion, the Contractor shall have submitted for payment, 98% of the project value, leaving two percent (2%) retainage for the warranty period of one year. The contract cannot be signed until the schedule and associated values has been approved by the Engineer. The Contractor shall submit certified monthly payrolls in accordance with article 4.48. No progress payment will be processed until the payrolls submitted are current and up to date. 4.33 FINAL ESTIMATE AND PAYMENT. As soon as practicable after the final completion and acceptance of the work by the Engineer, the Engineer shall make a final estimate in writing of the quantity of work done under the contract and the amount earned by the Contractor. The Engineer also shall fix the date of completion of the work and incorporate the same into the final estimate. The Town shall pay to the Contractor, the entire amount found by the Engineer to be earned and due hereunder after deducting there from all previous payments, all charges against the Contractor as provided for hereunder, and all amounts to be retained under the provisions of the contract (see article 4.35). Except as in this article otherwise provided, such payment shall be made not later than fifteen (15) days after, but in no event before, the expiration of the time within which claims for labor performed or materials or equipment furnished must be filed under the applicable lien law, or if such time is not specified by law, the expiration of thirty (30) days after the completion of the Engineer's final estimate. Final payment shall not be processed until the Contractor submits to the Town (A) an affidavit for final payment in the form attached hereto that payrolls, bills for materials, equipment, supplies and other indebtedness connected with the work has been paid or otherwise satisfied, and (B) consent of the surety to final payment has been furnished. All quantities shown on progress estimates and all prior payments shall be subject to correction in the final estimate and payment. 4.34 GUARANTEE. The Contractor guarantees that the work and services to be performed under the contract, and all workmanship, materials and equipment performed, furnished, used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the drawings, specifications, and other contract documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the contract shall be fulfilled. This guarantee shall be for a period of one year from and after the date of completion and acceptance of the work as stated in the final estimate. The Contractor shall repair, correct or replace as required, promptly and without charge, all work, equipment and materials, or parts thereof, which fail to meet the above guarantee or which in any way fail to comply with or fail to be in strict accordance with the terms and provisions and requirements of the contract during such one-year period, and also shall repair, correct or replace all damage to the work resulting from such failure. If the manufacturer’s warrantee for equipment and materials installed is greater than the one-year period for warrantee specified above, the warrantee will be passed through to the Town. Upon completion of the project by the Contractor and acceptance by the Town, all warrantees will be passed through to the Town and all paperwork turned over to the Town.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

50

CERTIFICATE FOR PAYMENT TO: TOWN PROJECT NUMBER: FROM: CONTRACT NUMBER: CONTRACTOR: PAYMENT PERIOD TO: TOWN PROJECT: PAYMENT NUMBER: PREPARATION DATE: The Contractor is entitled to the present payment stated below for work substantially completed on the Subject Project. The Account tabulations are shown on the Attached sheets: 1. ORIGINAL CONTRACT AMOUNT .............................................$_______________ 2. NET CHANGE BY CONTRACT SUPPLEMENT NUMBER(s): ..........$_______________ _____________________________________________________________________________________ 3. TOTAL CONTRACT TO DATE ..................................................$_______________ 4. TOTAL CONTRACT AMOUNT EARNED TO DATE...... $ ______________ 5. LESS ____% RETAINAGE OF COMPLETED WORK ... ($ ______________) 6. LESS PREVIOUS CERTIFICATES FOR PAYMENT: PAYMENT NUMBER 1 DATED: _______________ ($ ______________) PAYMENT NUMBER 2 DATED: _______________ ($ ______________) PAYMENT NUMBER 3 DATED: _______________ ($ ______________) PAYMENT NUMBER 4 DATED: _______________ ($ ______________) PAYMENT NUMBER 5 DATED: _______________ ($ ______________) PAYMENT NUMBER 6 DATED: _______________ ($ ______________) PAYMENT NUMBER 7 DATED: _______________ ($ ______________) _____________________________________________________________________________________ 7. PRESENT PAYMENT DUE CONTRACTOR ......................$_______________ 8. BALANCE OF CONTRACT ........................................... $_______________ TOWN PROJECT REPRESENTATIVE / INSPECTOR'S CERTIFICATE FOR PAYMENT: In accordance with the Contract Documents and based on on-site observations and the data comprising the above payment, I declare that the construction for which this payment is being made has been performed substantially in accordance with the Contract Drawings and Specifications and approved change orders. Construction is about ________________ percent complete. ________________________________________ ___________________________________________ Prepared By: Project Representative/Date Checked By: Date ________________________________________ ___________________________________________ Reviewed for Payment By: Project Mgr/Date Approved for Payment By: Deputy Commissioner Date DISTRIBUTION: GO 110 Page ___ of ___

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

51

CO

NT

INU

AT

ION

SH

EE

T

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

___

CE

RT

IFIC

AT

E F

OR

PA

YM

EN

T:

The

Pro

ject

Rep

rese

ntat

ive'

s si

gned

Cer

tific

atio

n is

atta

ched

. In

the

tabu

latio

ns b

elow

, am

ount

s ar

e st

ated

to th

e ne

ares

t dol

lar

and

perc

ent.

TO

WN

PR

OJE

CT

: PA

YM

EN

T P

ER

IOD

TO

:

TO

WN

PR

OJE

CT

NU

MB

ER

: PA

YM

EN

T N

UM

BE

R:

C

ON

TR

AC

T N

UM

BE

R:

PRE

PAR

AT

ION

DA

TE

:

ITE

M

NU

MB

ER

D

ESC

RIP

TIO

N

OF

WO

RK

BID

Q

UA

NT

ITY

A

ND

UN

IT

UN

IT

PRIC

E

$

TO

TA

L

BID

$

QU

AN

TIT

Y

CO

MPL

ET

ED

T

HIS

PE

RIO

D

QU

AN

TIT

Y

CO

MPL

ET

ED

T

O D

AT

E

TO

TA

L

CO

MPL

ET

ED

T

O D

AT

E

$

PER

CE

NT

P

RO

JEC

T

CO

MPL

ET

E

%

$$

G

O 1

10

PAG

E _

___

OF

____

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-2051

52

AFFIDAVIT FOR FINAL PAYMENT

The undersigned, being duly sworn, deposed and says

1. That they are the ______________________________________________of the Contractor(TITLE)

In the project hereinafter referred to and is authorized to execute this affidavit on behalf of the Contractor,

2. In connection with Contract Number ___________________________________________,the construction of Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009), Town Project No. 14-20, it is represented that:

a) all payrolls, bills for service, materials, supplies, equipment and other indebtedness billsfor service, materials, supplies and that there are no outstanding claims against theundersigned by any subcontractor or material supplier.

b) the provisions of Section 4.48 of these specifications, Minimum Wages, have beencomplied with.

3. This Affidavit is made at the request of the Town of Greenwich for the purpose of inducing finalpayment and knowing that it will rely upon the truth of the representation herein made.

Subscribed and sworn to

Before me this______________________ day ___________________________________________ (SIGNATURE OF PERSON AUTHORIZED TO SIGN)

Of_________________________ 20________

_____________________________________ __________________________________________ NOTARY PUBLIC (TYPE OR PRINT NAME OF PERSON

AUTHORIZED TO SIGN)

GO 102

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

53

4.35 RETAIN MONEY FOR REPAIRS. The Town shall retain out of the monies otherwise payable to the Contractor hereunder five (5) percent of the total construction cost for period of thirty (30) days after completion and acceptance of the work and two (2) percent of the total construction cost for the remainder of the one year guarantee period. The Town may expend said retainers, in the manner hereinafter provided, in making such repairs, corrections or replacements in the work as the Town, in its sole judgment, may deem necessary. If at any time within the said period of guarantee any part of the work requires repairing, correction or replacement, the Town may notify the Contractor in writing to make the required repairs, corrections or replacements. If the Contractor neglects to commence making such repairs, corrections or replacements to the satisfaction of the Town within five (5) days from the date of receipt of such notice, or having commenced, fails to prosecute such work with diligence, the Town may employ other persons to make the same. The Town shall pay the cost and expense of the same out of the amounts retained for that purpose. Upon the expiration of the said period of guarantee, provided that the work at that time is in good order, the Contractor will be entitled to receive the whole or such part of the sum last aforesaid, if any, as may remain after the cost and expense of making said repairs, corrections or replacements, in the manner aforesaid, have been paid there from. 4.36 APPLICATION OF MONIES RETAINED. The Town may apply any monies retained hereunder to reimburse itself for any and all costs, expenses, losses, damage and damages, liabilities, suits, judgments and awards incurred, suffered or sustained by the Town and chargeable to the Contractor hereunder or as determined hereunder. 4.37 LIENS. If at any time any notices of lien or other legal process are filed for labor performed or materials or equipment manufactured, furnished, or delivered to or for the work, the Contractor shall, at their own cost and expense, promptly discharge, remove or otherwise dispose of the same, and until such discharge, removal or disposition, the Town shall have right to retain from any monies payable hereunder an amount which, in its sole judgment, it deems necessary to satisfy such liens and pay the costs and expenses, including attorneys' fees of defending any actions brought to enforce the same, or incurred in connection therewith or by reason thereof. 4.38 CLAIMS. If at any time there be any evidence of any claims for which the Contractor is or may be liable or responsible hereunder, the Contractor shall promptly settle or otherwise dispose of the same, and until such claims are settled or disposed of, the Town may retain from any monies which would otherwise be payable hereunder so much thereof as, in its sole judgment, it may deem necessary to settle or otherwise dispose of such claims and to pay the costs and expenses, including attorneys' fees, or defending any actions brought to enforce such claims or incurred in connection therewith or by reason thereof. 4.39 NO WAIVER. Neither the inspection by the Town or the Engineer, nor any order, measurement, approval, determination, decision or certificate by the Engineer, nor any order by the Town for the payment of money, nor any payment for or use, occupancy, possession or acceptance of the whole or any part of the work by the Town, nor any extension of time, nor any other act or omission of the Town or of the Engineer shall constitute or be deemed to be an acceptance of any defective or improper work, materials, or equipment nor operate as a waiver of any requirements or provision of the contract, nor of any remedy, power or right to damages for breach of contract. Any and all rights and/or remedies provided for in the contract are intended and shall be construed to be cumulative and, in addition to each and every other right and remedy provided for herein or by law, the Town shall be entitled as of right to a writ of injunction against any breach or threatened breach of the contract by the Contractor, their subcontractors or by any other person or persons.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

54

4.40 LIABILITY OF TOWN. No person, firm or corporation, other than the Contractor, who signed this contact as such, shall have any interest herein or rights hereunder, no claim shall be made or be valid either against the Town or any agent of the Town and neither the Town nor any agent of the Town shall be liable for or be held to pay any money, except as herein provided. The acceptance by the Contractor of the payment as fixed in the final estimate shall operate as and shall be a full and complete release of the Town and of every agent of the Town of and from any and all claims, demands, and liabilities of, by or to the Contractor for anything done or furnished for or arising out of or relating to or by reason of the work or for or on account of any act or neglect of the Town or of any agent of the Town or of any other person, arising out of, relating to or by reason of the work, except the claim against the Town for the unpaid balance, if any there be, of the amounts retained as herein provided. 4.41 RETURN OF DRAWINGS. All drawings furnished by the Town or the Engineer to the Contractor may be used only in connection with the prosecution of the work and shall be returned by the Contractor upon completion of the work. 4.42 CLEANING UP. The Contractor at all times shall keep the site of the work free from rubbish and debris caused by their operations under the contract. When the work has been completed, the Contractor shall remove from the site of the work all of their plant, machinery, tools, construction equipment, temporary work and surplus materials so as to leave the work and the site clean and ready for use. The Contractor shall keep all street and sidewalk pavements clear of stone, earth, mud, debris and other materials which may result from the Contractor's operation. 4.43 LEGAL ADDRESS OF CONTRACTOR. The Contractor's business address and their office at or near the site of the work are both hereby designated as places to which communications shall be delivered. The depositing of any letter, notice or other communication in a postpaid wrapper directed to the Contractor's business address in a post office box regularly maintained by the post office department or the delivery at either designated address of any letter, notice or other communication by mail or otherwise shall be deemed sufficient service thereof upon the Contractor, and the date of such service shall be the date of receipt. The first-named address may be changed at any time by an instrument in writing executed and acknowledged by the Contractor and delivered to the Engineer. Service of any notices, letter, or other communication upon the Contractor personally shall likewise be deemed sufficient service. 4.44 HEADINGS. The headings or titles of any section, article, paragraph, provision or part of the contract documents shall not be deemed to limit or restrict the content, meaning or effect of such section, article, paragraph, provision or part. 4.45 MODIFICATION OR TERMINATION. Except as otherwise expressly provided herein, the contract may not be modified or terminated except in writing, signed by the parties hereto. 4.46 GOVERNING LAW.

The laws of the State of Connecticut shall govern this Contract and any and all litigation related to this Contract. In the event of litigation related to this Contract, the exclusive forum shall be the State of

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

55

Connecticut and the exclusive venue for such litigation shall be the Judicial District for Stamford/Norwalk at Stamford. 4.47 RESIDENT'S PREFERENCE. The Contractor shall comply with the current provisions of Section 31-52 and 31-52a of the General Statutes of the State of Connecticut, a part of which is quoted below. (A) PUBLIC BUILDINGS

"In the employment of labor to perform the work specified herein, preference shall be given to citizens of the United States, who are, and continuously for at least three months prior to the date hereof, have been residents of the labor market area, as established by the labor commissioner, in which such work is to be done, and if no such qualified person is available, then to citizens who have continuously resided in the county in which the work is to be performed for at least three months prior to the date hereof, and then to citizens of the State who have continuously resided in the State at least three months prior to the date hereof." (B) PUBLIC WORKS PROJECTS OTHER THAN PUBLIC BUILDINGS "In the employment of mechanics, laborers or workmen to perform the work specified herein, preference shall be given to residents of the State who are, and continuously for at least six months prior to the date hereof have been residents of this State, and if no such person is available then to residents of other states." (C) The above provisions of Section 31-52 and 31-52a shall not apply where the State of Connecticut or any subdivision thereof may suffer the loss of revenue granted or to be granted from any agency or department of the Federal Government as a result of said sections or regulative procedures pursuant thereto. 4.48 PREVAILING WAGE RATES; CONSTRUCTION SAFETY AND HEALTH COURSE. Projects shall be subject to the payment of minimum prevailing wages where the total cost of all work to be performed by all Contractors and Subcontractors in connection with new construction of any public works project is One Million Dollars ($1,000,000) or more and where the total cost of all work to be performed by all Contractors and Subcontractors in connection with any remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project is One Hundred Thousand Dollars ($100,000) or more. The Purchasing Department has the flexibility to request the minimum prevailing wages and include them in the Request for Bid (RFB) when a budgeted estimate is less than $100,000 for renovation, or $1,000,000 for new work, in the event that bids come in over the threshold for minimum prevailing rates. The Purchasing Department is:

• responsible for requesting Prevailing Wage Rates from the State of Connecticut • required to (upon receipt of the Prevailing Wage Rates) advertise the Requests for Bid (RFB)

within twenty (20) calendar days of the date of the letter from the State • required to attach the Prevailing Wages to the RFB as an exhibit

The minimum prevailing wages paid on a project, when applicable, shall be as shown on the State of Connecticut Labor Department, Wage and Workplace Standards Division, ‘Schedule of Prevailing Rates’. Except as noted below, the Contractor shall comply with the current provisions of Connecticut General Statutes §31-53, a part of which is quoted as follows: "The wages paid on an hourly basis to any mechanic, laborer or workman employed upon the work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such employee to any employee or welfare fund, as defined in subsection (H) of section 31-53 of the

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

56

General Statutes, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the Town in which such public works project is being constructed. Any Contractor who is not obligated by agreement to make payment or contribution on behalf of such employees to any such employee welfare fund shall pay to each employee as part of his wages the amount of payment or contribution for his classification on each pay day." For qualifying projects, all Contractors and Subcontractors shall submit certified weekly payrolls on forms furnished by the Town for all contracts meeting the stated monetary limits. The certified payrolls shall be submitted with the Contractor's monthly certificate for payment. Public Act #02-69, “An Act Concerning Annual Adjustments to Prevailing Wages”, passed and signed into law on October 1, 2002, is summarized below and shall be followed. The prevailing wage rates applicable to any awarded contract or subcontract are subject to annual adjustments each July 1 for the duration of the project. Each Contractor that is awarded a contract shall pay the annual adjusted prevailing wage rate that is in effect each July 1, as posted by the Department of Labor. It is the Contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor web site. The annual adjustments will be posted on the Department of Labor’s web page: www.ctdol.state.ct.us. Contractors without Internet access must contact the division listed below. Contractor’s questions can be directed to Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at 860-263-6790. The Contractor shall also furnish proof with the weekly certified payroll for the first week each employee begins work that any person performing the work of a mechanic, laborer or worker has completed a course of at least ten (10) hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration in accordance with Connecticut General Statutes Section 31-53b and regulations adopted by the State of Connecticut Labor Commissioner. 4.49 PAYMENT OF SUBCONTRACTORS As required by Section 49-4la of the Connecticut General Statutes, within thirty (30) days after payment to the Contractor by the Town for work under this contract, the Contractor shall pay any amount due any subcontractor, whether for labor performed or materials furnished when such labor or materials have been included in a requisition submitted by such Contractor and paid by the Town. The general contractor shall include in each of its subcontracts, a provision requiring each subcontractor to pay any amounts due any of its subcontractors, whether for labor performed or materials furnished, within thirty days after such subcontractor receives a payment from the general contractor which encompasses labor or materials furnished by such subcontractor.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

57

In witness whereof, the parties of this agreement have hereunto set their hands and seals as of the day and year first above written TOWN OF GREENWICH, CONNECTICUT BY ________________________________ COMMISSIONER OF PUBLIC WORKS (PARTY OF THE FIRST PART) _________________________________ CONTRACTOR (PARTY OF SECOND PART) APPROVED AS TO LEGAL SUFFICIENCY _________________________________ TOWN ATTORNEY I hereby certify that the contract sum does not exceed the unencumbered balance of amounts duly appropriated and against which this contract is chargeable. ___________________________ 20______ BY ____________________________________ COMPTROLLER ATTEST ___________________________________

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

58

CERTIFICATE OF ACKNOWLEDGEMENT OF CONTRACTOR

IF A CORPORATION

FOR AGREEMENT

STATE OF ________________________________ COUNTY OF ________________________________ ON THIS _____________________________ DAY OF ___________________________ 20 _____, BEFORE ME PERSONALLY CAME__________________________________________________ TO ME KNOWN, WHO BEING BY ME FULLY SWORN, DID DEPOSE AND SAY AS FOLLOWS. THAT THEY RESIDE AT _____________________________________________________________ AND IS THE ______________________________________________________________________ OF________________________________________________________________________________ the corporation described in and which executed the foregoing instrument that they know the corporate seal of said corporation, that the seal affixed to the foregoing instrument is such corporate seal and it was so affixed by order of the board of directors of said corporation, and that by the like order, they signed thereto their name and official designation. _______________________________ NOTARY PUBLIC (SEAL) MY COMMISSION EXPIRES _______________________________

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

59

CERTIFICATE OF ACKNOWLEDGMENT OF CONTRACTOR

IF AN LLC

FOR AGREEMENT STATE OF ________________________________ COUNTY OF ________________________________ ON THIS _____________________________ DAY OF ___________________________ 20 _____, BEFORE ME PERSONALLY CAME__________________________________________________ TO ME KNOWN, WHO BEING BY ME FULLY SWORN, DID DEPOSE AND SAY AS FOLLOWS. THAT THEY RESIDE AT _____________________________________________________________ AND IS THE ______________________________________________________________________ OF________________________________________________________________________________ the LLC described in and which executed the foregoing instrument, that there is no seal for said LLC, and that by order of the members of said LLC, he signed thereto his name and official designation. _______________________________ NOTARY PUBLIC (SEAL) MY COMMISSION EXPIRES _______________________________

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

60

CERTIFICATE OF ACKNOWLEDGMENT OF CONTRACTOR

IF AN LLC

FOR AGREEMENT

STATE OF ________________________________ COUNTY OF ________________________________ ON THIS _____________________________ DAY OF ___________________________ 20 _____, BEFORE ME PERSONALLY CAME__________________________________________________ TO ME KNOWN, WHO BEING BY ME FULLY SWORN, DID DEPOSE AND SAY AS FOLLOWS. THAT THEY RESIDE AT _____________________________________________________________ AND IS THE ______________________________________________________________________ OF________________________________________________________________________________ the LLC described in and which executed the foregoing instrument, that they know the seal of said LLC, that the seal affixed to the foregoing instrument is such LLC seal and it was so affixed by order of the board of directors of said LLC, and that by the like order, they signed thereto their name and official designation. _______________________________ NOTARY PUBLIC (SEAL)

MY COMMISSION EXPIRES _______________________________

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

61

SECTION 5

*** CONTRACT BOND ***

PERFORMANCE, MAINTENANCE AND PAYMENT BOND

BOND NO.____________________________________ KNOW ALL PERSONS BY THESE PRESENTS, that we _____________________________________ ______________________________________________________, as principal, and ____________ ________________________________________________________________________________, a corporation organized under the laws of the state of ____________________________________________________ and authorized to do business in the State of Connecticut as surety, are holden and firmly bound jointly and severally unto the TOWN OF GREENWICH, CONNECTICUT, thereafter referred to as the Town, a territorial corporation located in the County of Fairfield, in the penal sum of _________________________________________________________________________ Dollars ($___________________), to be paid to it or its certain attorney, successors or assigns, to which payment well and truly to be made, we the said obligors to bind ourselves, and each of us, our heirs, executors, administrators and successors firmly by these presents. IN WITNESS WHEREOF we have hereunto set or caused to be set our respective hands, names and seals this ___________________________________________ day of________________________ 20____. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the above named principal has entered into a certain written contract with the TOWN OF GREENWICH, CONNECTICUT, dated the ________________ day of__________________ 20____, for construction of________________ according to the plans, specifications, and other contract documents prepared by the Engineering Division of the Department of Public Works, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, if the said principal shall well and faithfully perform said contract according to its provisions and fully indemnify and save harmless the Town from all cost and damages which the Town may suffer by reason of failure so to do, and shall pay for all equipment, appurtenances, materials and labor furnished, used or employed in the execution of said contract, and shall indemnify and save harmless the Town from all suits or claims of any nature or description against the Town by reason of any injuries or damages sustained by any person or persons on account of any act or omissions of said principal, their servants or agents, or their subcontractors in the construction of the work or in guarding the work, or on account of the use of faulty or improper materials, or by reason of claims under the workmen's compensation laws or laws by any employee of the principal or their subcontractors or by reason of the use of any patented material, machinery, device, equipment, process, method of construction or design in any way involved in the work and shall indemnify the Town against such defective workmanship, material and equipment as may be discovered within one (1) year after completion and final acceptance of the work, and shall make good in such defective workmanship and material as may be discovered within said period of one year, then this obligation shall be void, otherwise to remain in full force and effect.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

62

The surety hereby stipulates and agrees that any modifications, omissions or additions in or to the terms of the aforesaid contract, or in or to the plans or specifications therefore, or any extension of time shall in no way affect the obligation of the surety under this bond, the surety hereby waiving any and all rights to any notice of any such modifications, omissions, changes, additions or extensions. CONTRACTOR ____________________________ By________________________________________ SURETY___________________________________ By________________________________________ COUNTERSIGNED AT________________________, CONNECTICUT __________________________________________________________________________________ LOCAL RESIDENT AGENT

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

63

CERTIFICATE OF ACKNOWLEDGEMENT OF CONTRACTOR

IF A CORPORATION

FOR CONTRACT BOND

STATE OF ___________________________________ COUNTY OF __________________________________ ON THIS ___________________________ DAY OF _________________________20 ______, BEFORE ME PERSONALLY CAME __________________________________________________ TO ME KNOWN, WHO BEING BY ME FULLY SWORN, DID DEPOSE AND SAY AS FOLLOWS. THAT THEY RESIDES AT ___________________________________________________________ AND IS THE ____________________________________________________________________ OF ____________________________________________________________________________ the corporation described in and which executed the foregoing instrument that they know the corporate seal of said corporation, that the seal affixed to the foregoing instrument is such corporate seal and it was so affixed by order of the board of directors of said corporation, and that by the like order, they signed thereto their name and official designation. __________________________ NOTARY PUBLIC (SEAL) MY COMMISSION EXPIRES ________________________________

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

64

CERTIFICATE OF ACKNOWLEDGMENT OF CONTRACTOR

IF AN LLC

FOR CONTRACT BOND STATE OF ___________________________________ COUNTY OF __________________________________ ON THIS ___________________________ DAY OF _________________________20 ______, BEFORE ME PERSONALLY CAME __________________________________________________ TO ME KNOWN, WHO BEING BY ME FULLY SWORN, DID DEPOSE AND SAY AS FOLLOWS. THAT THEY RESIDES AT ___________________________________________________________ AND IS THE ____________________________________________________________________ OF ____________________________________________________________________________ the LLC described in and which executed the foregoing instrument, that they know the seal of said LLC, that the seal affixed to the foregoing instrument is such LLC seal and it was so affixed by order of the board of directors of said LLC, and that by the like order, they signed thereto their name and official designation. _______________________________ NOTARY PUBLIC (SEAL) MY COMMISSION EXPIRES _______________________________

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

65

CERTIFICATE OF ACKNOWLEDGMENT OF CONTRACTOR

IF AN LLC

FOR CONTRACT BOND STATE OF ___________________________________ COUNTY OF __________________________________ ON THIS ___________________________ DAY OF _________________________20 ______, BEFORE ME PERSONALLY CAME __________________________________________________ TO ME KNOWN, WHO BEING BY ME FULLY SWORN, DID DEPOSE AND SAY AS FOLLOWS. THAT THEY RESIDES AT ___________________________________________________________ AND IS THE ____________________________________________________________________ OF ____________________________________________________________________________ the LLC described in and which executed the foregoing instrument, that there is no seal for said LLC, and that by order of the members of said LLC, he signed thereto his name and official designation. _______________________________ NOTARY PUBLIC (SEAL) MY COMMISSION EXPIRES _______________________________

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

66

SECTION 6

GENERAL CONDITIONS TITLE ARTICLE INTRODUCTION TO THE TECHNICAL SPECIFICATIONS .................................................... 6.1 DEFINITIONS ................................................................................................................................... 6.2 ABBREVIATIONS ............................................................................................................................ 6.3 HANDLING AND DISTRIBUTION ............................................................................................... 6.4 MATERIALS - SAMPLES – INSPECTIONS APPROVAL .................................................................................................................................. 6.5 INSPECTION OF WORK AWAY FROM SITE ............................................................................ 6.6 CONTRACTOR'S SHOP AND WORKING DRAWINGS ............................................................ 6.7 OCCUPYING PRIVATE LAND ...................................................................................................... 6.8 INTERFERENCE WITH AND PROTECTION OF STREETS ..................................................... 6.9 STORAGE OF MATERIALS AND EQUIPMENT ........................................................................ 6.10 INSUFFICIENCY OF SAFETY PRECAUTIONS ......................................................................... 6.11 SANITARY REGULATIONS .......................................................................................................... 6.12 LINES, GRADES AND MEASUREMENT .................................................................................... 6.13 DIMENSIONS OF EXISTING STRUCTURES .............................................................................. 6.14 WORK TO CONFORM .................................................................................................................... 6.15 COMPUTATION OF QUANTITIES ............................................................................................... 6.16 PLANNING AND PROGRESS SCHEDULES ............................................................................... 6.17 PRECAUTIONS OF ADVERSE WEATHER ................................................................................. 6.18 UNDERGROUND INSTALLATIONS ........................................................................................... 6.19

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

67

6.1 INTRODUCTION TO THE TECHNICAL SPECIFICATIONS The following Technical Specifications shall apply to the various items of work which constitute the construction contemplated under this Contract except as supplemented and/or amended by Supplemental Technical Specifications. In cases of conflict between the Technical Specifications and the Supplemental Technical Specifications, the provisions of the Supplemental Technical Specifications shall apply. To avoid excessive overlapping and repetition, there are certain sections and items that referred to in other sections. In these cases, it is understood that the words such as culvert and sewer; sanitary and storm; utility and sewer; manhole and catch basins; structure and culvert; etc., are interchangeable. In cases where references are not given and the need arises for a specification, similar sections or related items shall govern. Further, it is provided that whenever anything is, or is to be, done if, as, or, when, or where "contemplated, required, determined, directed, specified, authorized, ordered, given, designated, indicated, considered necessary, deemed necessary, permitted reserved, suspended, established, approved, disapproved, acceptable, unacceptable, suitable, accepted, satisfactory, unsatisfactory, sufficient, insufficient, rejected, or condemned", it shall be understood as if the expression where followed by the words "by the Engineer" or "to the Engineer". Within the Technical and/or Supplemental Technical Specifications of this Contract the following definitions shall apply: 1. STANDARD SPECIFICATIONS: Shall mean the State of Connecticut, Department of

Transportation, Bureau of Highways, "Standard Specifications for Roads, Bridges and Incidental Construction, Form 817, dated 2016, as amended to date. All standard specifications that are referred to in the "DESCRIPTION" and/or "MATERIALS" and/or "CONSTRUCTION METHODS" and/or "METHOD OF MEASUREMENT" and/or "BASIS OF PAYMENT" section of this Contract's Technical and/or Supplemental Technical Specifications, not supplemented and/or amended therein, shall apply. Within the referred to portions of the Standard Specifications wherein the following terms are used they shall mean respectively;

State, Town, Owner, The Commissioner of Public Works Department, Commissioner The Town of Greenwich, Connecticut or other duly authorized representative Architect and/or Engineer The Deputy Commissioner Department of Public Works Engineering Division The Town of Greenwich, Connecticut or other duly authorized representative Inspector Resident Project Representative of the Department of Public Works Engineering Division The Town of Greenwich, Connecticut or other duly authorized representative Laboratory Laboratory designed by the Engineer Special Provisions Supplemental Technical Specifications 2. APPLICABLE SAFETY CODES: Shall mean the latest edition including any and all

amendments, revisions and additions thereto of the Federal Department of Labor. Occupational safety and Health Administration's "Occupational Safety and Health standards" and "Safety and health Regulations for Construction", the State of Connecticut, Labor Department, "Construction Safety Code", or State of Connecticut "Building Code", whichever is the more stringent for the applicable requirements.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

68

3. ITEMS: Reference within the text of these Specifications to items without a number but title only

are Technical Specification Items within this contract. Sections for Articles referred to with a number refer to the State of Connecticut Department of Transportation, Bureau of High ways specification Sections or Articles.

4. LOCAL REGULATORY AGENCY(IES): Local Regulatory Agency(ies) shall be defined as the

governing body or authority having jurisdiction over or responsibility for a particular activity within the scope of this Contract.

5. "THESE SPECIFICATIONS": Where used in the text of the Technical Specifications items shall

mean the Technical Specifications for this contract. 6. BID PROPOSAL ITEMS: Payment will only be made for items in the Bid Proposal. Other items

may be included in the specifications but payment for items not listed in the Bid Proposal will be included in the cost of other items of work. Bid Proposal items shall have the same basic alpha-numeric designation as the same items in the specifications with significant suffixes added as required.

6.2 DEFINITIONS. Wherever the words defined in this section or pronouns used in their stead occur in the specifications, they shall have the meanings herein given. AS DIRECTED, AS REQUIRED, ETC. Wherever in the specifications, or on the drawings, the words 'As Directed', 'As Required, 'As Ordered', 'As Permitted', or words of like import are used, it shall be understood that the direction, order, request, requirements, or permission of the Engineer is intended. Similarly, the words 'Approved', 'Acceptable', 'Satisfactory', and words of like import shall mean approved by, acceptable to, or satisfactory to the Engineer. ELEVATION The figures given on the drawings or in the other contract documents after the word 'Elevation' or abbreviation of it shall mean the distance in feet above datum adopted by the Engineer. ROCK The word 'Rock' wherever used as the name of any excavated material or material to be excavated, shall mean only boulders and pieces of concrete or masonry exceeding one (1) cubic yard in volume, or solid ledge rock which, in the opinion of the Engineer, requires, for its removal, drilling and blasting, wedging, sledging, barring or breaking up with a power operated tool. No soft or disintegrated rock which can be removed with a hand pick or power-operated excavator or shovel, no loose, shaken or previously blasted rock or broken stone in rock fillings or elsewhere, and no rock exterior to the maximum limits of measurement allowed, which may fall into the excavation, will be measured or allowed as 'Rocks'.0 EARTH The word 'Earth', wherever used as the name of an excavated material or material to be excavated, shall mean all kinds of material other than rock as above defined. 6.3 ABBREVIATIONS. Where any of the following abbreviations are used in the specifications, they shall have the meaning set forth opposite each.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

69

AASHO AMERICAN ASSOCIATION OF STATE HIGHWAY OFFICIALS ACI AMERICAN CONCRETE INSTITUTE AISC AMERICAN INSTITUTE OF STEEL CONSTRUCTION ASA AMERICAN STANDARDS ASSOCIATION ASCE AMERICAN SOCIETY OF CIVIL ENGINEERING ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS NEC NATIONAL ELECTRICAL CODE, LATEST EDITION CONN-DOT STATE OF CONNECTICUT, DEPARTMENT OF TRANSPORTATION,

STANDARD SPECIFICATIONS, FORM 817, 2016 6.4 HANDLING AND DISTRIBUTION. The Contractor shall handle, haul and distribute all materials and all surplus material on the different portions of the work, as necessary or required, shall provide suitable and adequate storage room for materials and equipment during the progress of the work, and be responsible for the protection, loss of, or damage to materials and equipment furnished by them, until the final completion and acceptance of the work. Storage and demurrage charges by transportation companies and vendors shall be borne by the Contractor. 6.5 MATERIALS. Samples - inspection - approval. Unless otherwise expressly provided on the drawings or in any of the other contract documents, only new material and equipment shall be incorporated in the work. All material and equipment furnished by the Contractor to be incorporated in the work shall be subject to the inspection and approval of the Engineer. No material shall be processed or fabricated for the work or delivered to the work site without prior approval of the Engineer. As soon as possible after execution of the agreement, the Contractor shall submit to the Engineer the names and addresses of the manufacturers and suppliers of all materials and equipment they propose to incorporate into the work. When shop and working drawings are required as specified below, the Contractor shall submit prior to the submission of such drawings, data in sufficient detail to enable the Engineer to determine whether the manufacturer and/or supplier have the ability to furnish a product meeting the specifications. As requested, the Contractor shall also submit data relating to the materials and equipment they propose to incorporate into the work in sufficient detail to enable the Engineer to identify and evaluate the particular product and to determine whether it conforms to the contract requirements. Such data shall be submitted in a manner similar to that specified for submission of shop and working drawings. Facilities and labor for the storage, handling and inspection of all materials and equipment shall be furnished by the Contractor. Defective materials and equipment shall be removed immediately from the site of the work. If the Engineer so requires, either prior to or after commencement of the work, the Contractor shall submit samples of materials for such special tests as the Engineer deems necessary to demonstrate that they conform to the specifications. Such samples, including concrete test cylinders, shall be furnished, taken, stored, packed and shipped by the approved molds for making concrete test cylinder. Except as otherwise expressly specified, with technical specifications, the Town shall make arrangements for, and pay for the tests.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

70

All samples shall be packed so as to reach their destination in good condition, and shall be labeled to indicate the material represented, the name of the building or work and location for which the material is intended and the name of the Contractor submitting the sample. To ensure consideration of samples, the Contractor shall notify the Engineer by letter that the samples have been shipped and shall properly describe the samples in the letter. The letter of notification shall be sent separate from and should not be enclosed with the samples. The Contractor shall submit data and samples, or place their orders, sufficiently early to permit consideration, inspection, testing and approval before the materials and equipment are needed for incorporation in the work. The consequence of their failure to do so shall be the Contractor's sole responsibility When required, the Contractor shall furnish to the Engineer triplicate sworn copies of manufacturer's shop or mill tests (or reports from independent testing laboratories) relative to materials, equipment, performance rating and concrete data. After approval of the samples, data, etc., the materials and equipment used on the work shall in all respects conform therewith. 6.6 INSPECTION OF WORK AWAY FROM THE SITE. If work to be done away from the construction site is to be inspected on behalf of the Town during its fabrication, manufacture, or testing, or before shipment, the Contractor shall give notice to the Engineer of the place and time where such fabrication, manufacture, testing, or shipping is to be done. Such notice shall be in writing and delivered to the Engineer in ample time so that the necessary arrangements for the inspection can be made. 6.7 CONTRACTOR'S SHOP AND WORKING DRAWINGS. The Contractor shall submit for approval (in reproducible form unless otherwise specified) shop and working drawings of concrete reinforcement, structural details, piping layout, wiring, materials fabricated especially for the contract and materials and equipment for which such drawings are specifically requested. Such drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances type and/or brand of finish or shop coat, grease fittings, etc., depending on the subject of the drawing, when it is customary to do so. When the dimensions are of particular importance, or when so specified, the drawings shall be certified by the manufacturer or fabricator as correct for the contract. When so specified or if considered by the Engineer to be acceptable, manufacturer's specifications, catalog data, descriptive matter, illustrations, etc., may be submitted for approval in place of shop and working drawings. In such case for requirements shall be as specified for shop and working drawings, insofar as applicable, except that the submission shall be in quadruplicate. The Contractor shall be responsible for the prompt and timely submittal of all shop and working drawings so that there shall be no delay to the work due to the absence of such drawings. No material or equipment shall be purchased or fabricated especially for the contract until the required shop and working drawings have been submitted as hereinabove provided as conforming to the contract requirements. All such materials and equipment and the work involved in their installation or incorporated into the work shall then be as shown in and represented by said drawings. Until the necessary approval has been given, the Contractor shall not proceed with any portion of the work (such as the construction of foundations), the design or details of which are dependent upon the design or details of work, materials, equipment or other features for which approval is required. All shop and working drawings shall be submitted to the Engineer by and/or through the Contractor,

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

71

who shall be responsible for obtaining shop and working drawings from their subcontractors and returning approved drawings to them. Unless otherwise approved, all shop and working drawings shall be prepared on standard size, 24 inch by 36 inch sheets, except those which are made by changing existing standard shop or working drawings. All drawings shall be clearly marked with the names of the Town, Contractor and building, equipment, or structure to which the drawings apply, and shall be accompanied by a letter of transmittal giving a list of the drawing numbers and the names mentioned above. Only drawings which have been checked and corrected by the fabricator should be submitted to the Contractor by their subcontractors and vendors. Prior to submitting drawings to the Engineer, the Contractor shall check thoroughly all such drawings to satisfy themselves that the subject matter thereof conforms to the drawings and specifications in all respects. All drawings which are correct shall be marked with the date, checker's name and indication of the Contractor's approval, and then shall be submitted to the Engineer. Other drawings shall be returned for correction. The approval of shop and working drawings, etc., will be general only and shall not relieve or in any respect diminish the responsibility of the Contractor for details of design, dimensions, etc., necessary for proper fitting and construction of the work as required by the contract and for achieving the result and performance specified hereunder. Should the Contractor submit for approval, equipment that requires modifications to the structures, piping, layout, etc., they shall also submit for approval, details of the proposed modifications. If such equipment and modifications are approved, the Contractor, at no additional cost to the Town, shall do all work necessary to make such modifications. The marked-up reproducible of the shop and working drawings or one marked-up copy of catalog cuts will be returned to the Contractor. The Contractor shall furnish additional copies of such drawings or catalog cuts when so requested. 6.8 OCCUPYING PRIVATE LAND. The Contractor shall not (except after written consent from the proper parties) enter or occupy with persons, tools, materials, or equipment, any land outside the right-of-way or property of the Town. A copy of the written consent shall be given to the Engineer. 6.9 INTERFERENCE WITH AND PROTECTION OF STREETS. The Contractor shall not close or obstruct any portion of a street, road or private way without obtaining permits therefore from the proper authorities. If any street, road or private way shall be rendered unsafe by the Contractor's operations, they shall make such repairs or provide such temporary ways or guards as shall be acceptable to the Engineer and to the proper authorities. See 'Agreement', Article 4.42, 'Clean Up'. Streets, roads, private ways and walks not closed shall be maintained passable and safe by the Contractor, who shall assume and have full responsibility for the adequacy and safety of provisions made therefore. The Contractor shall, at least 24 hours in advance, notify the Police and Fire Department in writing, with a copy to the Engineer, if the closure of a street or road is necessary. They shall cooperate with the Police Department in the establishment of alternate routes and shall provide adequate detour signs, plainly marked and well-lighted, in order to minimize confusion. 6.10 STORAGE OF MATERIALS AND EQUIPMENT. All excavated materials, construction equipment and materials and equipment to be incorporated in the work shall be placed so as not to injure any part of the work or existing facilities and so that free access can be had at all times to all parts of the work and to all public utility installations in the vicinity of the work. Materials and equipment shall be kept neatly piled and compactly stored in such locations as will

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

72

cause a minimum of inconvenience to public travel and adjoining owners, tenants and occupants. 6.11 INSUFFICIENCY OF SAFETY PRECAUTIONS. If at any time, in the sole judgment of the Engineer, the work is not properly lighted, barricaded, or in any other respects safe in regard to public travel, persons on or about the work, or public or private property, the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as they deem advisable and the Contractor shall comply promptly with such orders. If, under such circumstances, the Contractor does not or cannot immediately put the work and the safeguards into proper and approved condition or if the Contractor or their representative is not upon the site so that they can be notified immediately of the insufficiency of safety precautions, the Engineer may put the work into such a condition that it shall be, in their opinion, in all respects safe. The Contractor shall pay all costs and expenses incurred by the Engineer or Town in so doing. Such action of the Engineer, or their failure to take such action, shall in no way relieve or diminish the responsibility of the Contractor for any and all costs, expenses, losses, liability, claims, suits, proceedings, judgments, awards or damages resulting from, by reason of or in connection with any failure to take safety precautions or the insufficiency of the safety precautions taken by them or by the Engineer acting under authority of this article or for failure to comply with the provisions of any state or federal occupational safety and health laws, rules or regulations. 6.12 SANITARY REGULATIONS. When deemed necessary by the Engineer, the suitable Contractor shall provide sanitary facilities for the use of those employed on the work. Such facilities shall be made available when the first employees arrive on the site of the work, shall be properly secluded from public observation and shall be constructed and maintained during the progress of the work in suitable numbers and at such points and in such manner as may be required or approved. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. They shall rigorously prohibit the committing of nuisances on the site of the work, on the lands of the Town, or on adjacent property. The Town and the Engineer shall have the right to inspect such facilities at all times to determine whether or not they are being properly and adequately maintained. 6.13 LINES, GRADES AND LAYOUT OF WORK. The Town shall provide the Contractor with a convenient base line and bench mark and it shall be the Contractor's responsibility to lay out their work as required to construct the work and/or as directed by the Engineer. The layout plan shall be prepared by the Engineer and provided to the Contractor prior to construction. 6.14 DIMENSIONS OF EXISTING STRUCTURES. Where the dimensions and locations of existing structures are of importance in the installation or connection of any part of the work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information. 6.15 WORK TO CONFORM. During its progress, and on its completion, the work shall conform truly to the lines, levels and grades indicated on the drawings or given by the Engineer and shall be built in a thoroughly substantial and workmanlike manner, in strict accordance with the drawings, specifications and other contract documents and the directions given from time to time by the Engineer. All work done without instructions having been given therefore by the Engineer, without proper lines or levels, or performed during the absence of the Engineer, will not be estimated or paid for except

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

73

when such work is authorized in writing by the Engineer. Work, not so authorized, may be ordered uncovered or taken down, removed and replaced at the Contractor's expense. 6.16 COMPUTATION OF QUANTITIES. For estimating quantities in which the computation of areas by geometric methods would be comparatively laborious, it is agreed that the planimeter shall be considered an instrument precision adapted to the measurement of such areas. It is further agreed that the computation of the volume prismoids shall be by the method of average end areas. 6.17 PLANNING AND PROGRESS SCHEDULES. Before starting the work and from time to time during its progress, as the Engineer may request, the Contractor shall submit to the Engineer a written description of the methods they plan to use in doing the work and the various steps they intend to take. Within two (2) days after the date of starting work, the Contractor shall prepare and submit to the Engineer (A) a written schedule fixing the respective dates for the start and completion of various parts of the work. Each such schedule shall be subject to review, approval and change by the Engineer from time to time during the progress of the work. 6.18 PRECAUTIONS DURING ADVERSE WEATHER. During adverse weather and against the possibility thereof, the Contractor shall take all necessary precautions so that the work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of plastic sheets, tarpaulins, wood and building-paper shelters or other approved means. The Engineer may suspend construction operations at any time when, in their sole judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather may be, in any season. 6.19 UNDERGROUND INSTALLATIONS Prior to opening an excavation, effort shall be made to determine whether underground installations, i.e., sewer, water, fuel, electric lines, etc. will be encountered and, if so, where such underground installations are located. When the excavation approaches the estimated location of such an installation, the exact location shall be determined by careful probing or hand digging, and when it is uncovered, proper support shall be provided for the existing installation. Utility companies shall be contacted and advised of proposed work prior to the start of actual excavation. "CALL BEFORE YOU DIG," toll free, statewide, 1-800-922-4455 at least 24 hours in advance of performing any excavation.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

Town Project No. 14-20

SECTION 7

TECHNICAL SPECIFICATIONS AND SPECIAL PROVISIONS

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

74 Town Project No. 14-20

Town Project No. 14-20 Town of Greenwich

TABLE OF CONTENTS TO SPECIAL PROVISIONS

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

Item

NOTICE TO CONTRACTOR – USE OF CONNECTICUT DOT FORM 817 NOTICE TO CONTRACTOR – REFERENCES TO THE STATE OF CONNECTICUT NOTICE TO CONTRACTOR – ALLOWABLE WORK HOURS NOTICE TO CONTRACTOR – COORDINATION WITH UTILITIES SECTION 1.08 - PROSECUTION AND PROGRESS SECTION 4.06 - BITUMINOUS CONCRETE SECTION M.04 - BITUMINOUS CONCRETE MATERIALS ITEM #0202217A – SUPPLEMENTAL STREAMBED CHANNEL MATERIAL ITEM #0202452A – TEST PIT ITEM #0204151A – HANDLING WATER ITEM #0406275A - FINE MILLING OF BITUMINOUS CONCRETE (0 TO 4 INCHES) ITEM #0406303A – SAWING AND SEALING JOINTS ITEM #0503001A- REMOVAL OF SUPERSTRUCTURE ITEM #0605003A – MASONRY FACING ITEM #0707009A - MEMBRANE WATERPROOFING (COLD LIQUID ELASTOMERIC) ITEM #0904051A – 3 TUBE CURB MOUNTED BRIDGE RAIL ITEM #0914013A – ORNAMENTAL METAL FENCE ITEM #0949003A – FURNISHING, PLANTING AND MULCHING TREES, SHRUBS,

VINES AND GROUND COVER PLANTS ITEM #0950019A – TURF ESTABLISHMENT - LAWN ITEM #0950035A – REMOVE AND RESET IRRIGATION SYSTEM ITEM #0950202A – SHORELINE GRASS ESTABLISHMENT ITEM #0969060A - CONSTRUCTION FIELD OFFICE, SMALL ITEM #0971001A – MAINTENANCE AND PROTECTION OF TRAFFIC ITEM #1131002A - REMOTE CONTROLLED CHANGEABLE MESSAGE SIGN ITEM #1504011A – TEMPORARY SUPPORT OF UTILITIES (SITE NO. 1) ITEM #1504012A – TEMPORARY SUPPORT OF UTILITIES (SITE NO. 2)

PERMIT DOCUMENTS

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

75 Town Project No. 14-20

Page No.

767778798182105125127129131135139144150154156

158160161164171192195195

NOTICE TO CONTRACTOR – USE OF CONNECTICUT DOT FORM 817

State of Connecticut Department of Transportation’s Standard Specifications for Roads, Bridges, and Incidental Construction, 2016, are hereby included as the basis for specifications for this project, as supplemented by the Supplemental Specifications and Special Provisions. References to Form 816 and/or Form 817 shall mean the State of Connecticut, Department of Transportation Standard Specifications for Roads, Bridges and Incidental Construction, Form 817, 2016, or its latest edition and any supplemental specifications. References to State of Connecticut, Connecticut, etc. shall be interpreted to mean the Town of Greenwich, the Engineer, or a duly authorized agent of the Town. In the case of conflicts between Form 817 and other specifications or requirements contained herein, including the Town of Greenwich Specifications, the more stringent specification or requirement shall govern at the discretion of the Engineer.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

76 Town Project No. 14-20

NOTICE TO CONTRACTOR – REFERENCES TO THE STATE OF CONNECTICUT

All references to State or State of Connecticut anywhere within the Standard Specifications for Roads, Bridges, and Incidental Construction or in these Special Provisions shall be interpreted to mean the Town, the Engineer, or a duly authorized agent of the Town. Any question or ambiguity regarding any definitions shall be brought to the immediate attention of the Town or Engineer.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

77 Town Project No. 14-20

NOTICE TO CONTRACTOR – ALLOWABLE WORK HOURS

The Contractor is herein notified that the Town of Greenwich has enacted a Noise Ordinance, which places decibel limits on noise resulting from construction activities occurring outside of the hours of 7:00 a.m. and 6:00 p.m. weekdays and between 9:00 a.m. and 5:00 p.m. Saturdays. The Contractor shall become familiar with and abide by said Noise Ordinance.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

78 Town Project No. 14-20

NOTICE TO CONTRACTOR – COORDINATION WITH UTILITIES

The Contractor is herein notified that utility relocations are part of the project and close coordination with all utilities involved will be required for this contract.

Utility pole relocations are required for poles carrying Verizon, Northeast Utilities/CL&P, Cablevision and Lightower Fiber Networks. Water main and gas main relocations are required for Aquarion Water Company and Connecticut Natural Gas Corporation.

The gas main service can be deactivated no earlier than June 18th. Service must be reactivated no later than August 24th. The Contractor must coordinate with Connecticut Natural Gas Corporation to ensure that all gas main relocation work is completed within the dates noted such that the gas main is installed and back in service by August 24th.

The plan sheets are intended to show proposed work and utility installations to be done by the various utility companies both before, during and/or after the life of this contract but may not depict all work to be done. In addition to the work indicated on these plans, the utility companies may make adjustments to or remove their installations other than those indicated on the plans or may install facilities not indicated. It is the Contractor’s responsibility to make himself/herself aware of the proposed utility work, anticipated utility schedule, the affect the work will have on the construction schedule and coordinate with the utility company schedule.

Cablevision of Litchfield, Inc. Mr. Dave Stofko 203-696-4768 122 River Street Bridgeport, CT 06604

Eversource Energy Mr. Michael Perillo 203-352-5431 626 Glenbrook Road Stamford, CT 06906

Verizon New York, Inc. Mr. John Sprague 914-741-8740 111 Main St., 8th Floor White Plains, NY 10601

Crown Castle Fiber Mr. Terence Shea 203-649-3905 1781 Highland Ave, Suite 102 Cheshire, CT 06410

Connecticut Natural Gas Corp. Mr. Robert Carino 203-622-5512 16 Old Track Road Greenwich, CT 06830

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

79 Town Project No. 14-20

Aquarion Water Company of CT Mr. Carlos Vizcarrondo 203-337-5950 600 Lindly Street Bridgeport, CT 06606

The Contractor shall consider in their bid any inconvenience and any work required for the utility facilities.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

80 Town Project No. 14-20

SECTION 1.08 - PROSECUTION AND PROGRESS

Article 1.08.04 - Limitation of Operations - Add the following:

In order to provide for traffic operations as outlined in the Special Provision "Maintenance and Protection of Traffic," the Contractor will not be permitted to perform any work which will interfere with the described traffic operations on all project roadways as follows:

Oneida Drive

Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 6:00 p.m. Saturday and Sunday between 10:00 a.m. and 6:00 p.m.

The Contractor will be allowed to close Oneida Drive and detour traffic for a duration that shall not exceed 12 consecutive months.

The Contractor shall notify the Engineer at least 14 days in advance of the start of the Oneida Drive closure.

All Other Roadways

Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 6:00 p.m. Saturday and Sunday between 10:00 a.m. and 6:00 p.m.

Additional Lane Closure Restrictions

It is anticipated that work on adjacent projects will be ongoing simultaneously with this project. The Contractor shall be aware of those projects and anticipate that coordination will be required to maintain proper traffic flow at all times on all project roadways, in a manner consistent with these specifications and acceptable to the Engineer.

The Contractor will not be allowed to perform any work that will interfere with traffic operations on a roadway when traffic operations are being restricted on that same roadway, unless there is at least a one mile clear area length where the entire roadway is open to traffic or the closures have been coordinated and are acceptable to the Engineer. The one mile clear area length shall be measured from the end of the first work area to the beginning of the signing pattern for the next work area.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

81 Town Project No. 14-20

SECTION 4.06 - BITUMINOUS CONCRETE Section 4.06 is being deleted in its entirety and replaced with the following:

4.06.01—Description 4.06.02—Materials 4.06.03—Construction Methods

1. Material Documentation2. Transportation of Mixture3. Paving Equipment4. Test Section5. Transitions for Roadway Surface6. Spreading and Finishing of Mixture7. Longitudinal Joint Construction Methods8. Contractor Quality Control (QC) Requirements9. Temperature and Seasonal Requirements10. Field Density11. Acceptance Sampling and Testing12. Density Dispute Resolution Process13. Corrective Work Procedure14. Protection of the Work15. Cut Bituminous Concrete Pavement

4.06.04—Method of Measurement 4.06.05—Basis of Payment

4.06.01—Description: Work under this Section shall include the production, delivery, placement and compaction of a uniform textured, non-segregated, smooth bituminous concrete pavement to the grade and cross section shown on the plans. The following terms as used in this specification are defined as:

Bituminous Concrete: A composite material consisting of prescribed amounts of asphalt binder and aggregates. Asphalt binder may also contain additives engineered to modify specific properties and/or behavior of the composite material. References to bituminous concrete apply to all of its forms, such as those identified as hot-mix asphalt (HMA) or polymer-modified asphalt (PMA). Bituminous Concrete Plant (Plant): A structure where aggregates and asphalt binder are combined in a controlled fashion into a bituminous concrete mixture suitable for forming pavements and other paved surfaces. Course: A continuous layer (a lift or multiple lifts) of the same bituminous concrete mixture placed as part of the pavement structure. Density Lot: The total tonnage of all bituminous concrete placed in a single lift which are:

PWL density lots = When the project total estimated quantity per mixture is larger than 3,500 tons Simple Average density lots = When the project total estimated quantity per mixture is 3,500 tons or less

Disintegration: Erosion or fragmentation of the pavement surface which can be described as

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

82 Town Project No. 14-20

polishing, weathering-oxidizing, scaling, spalling, raveling, or formation of potholes. Dispute Resolution: A procedure used to resolve conflicts between the Engineer and the Contractor’s results that may affect payment. Hot Mix Asphalt (HMA): A bituminous concrete mixture typically produced at 325°F. Job Mix Formula (JMF): A recommended aggregate gradation and asphalt binder content to achieve the required mixture properties. Lift: An application of a bituminous concrete mixture placed and compacted to a specified thickness in a single paver pass. Percent Within Limits (PWL): The percentage of the lot falling between the Upper Specification Limit (USL) and the Lower Specification Limit (LSL). Polymer Modified Asphalt (PMA): A bituminous concrete mixture containing a polymer-modified asphalt binder and using a qualified warm mix technology. Production Lot: The total tonnage of a bituminous concrete mixture from a single source that may receive an adjustment. Production Sub Lot: Portion of the production lot typically represented by a single sample. Quality Assurance (QA): All those planned and systematic actions necessary to provide CTDOT the confidence that a Contractor will perform the work as specified in the Contract. Quality Control (QC): The sum total of activities performed by the vendor (Producer, Manufacturer, and Contractor) to ensure that a product meets contract specification requirements. Superpave: A bituminous concrete mix design used in mixtures designated as “S*” Where “S” indicates Superpave and * indicates the sieve related to the nominal maximum aggregate size of the mix. Segregation: A non-uniform distribution of a bituminous concrete mixture in terms of gradation, temperature, or volumetric properties. Warm Mix Asphalt (WMA) Technology: A qualified additive or technology that may be used to produce a bituminous concrete at reduced temperatures and/or increase workability of the mixture.

4.06.02—Materials: All materials shall meet the requirements of Section M.04. 1. Materials Supply: The bituminous concrete mixture must be from one source of supply

and originate from one Plant unless authorized by the Engineer. 2. Recycled Materials: Reclaimed Asphalt Pavement (RAP), Crushed Recycled Container

Glass (CRCG), Recycled Asphalt Shingles (RAS), or crumb rubber (CR) from recycled tires may be incorporated in bituminous concrete mixtures in accordance with Project Specifications.

4.06.03—Construction Methods 1. Material Documentation: All vendors producing bituminous concrete must have Plants

with automated vehicle-weighing scales, storage scales, and material feeds capable of producing a delivery ticket containing the information below. a. State of Connecticut printed on ticket.b. Name of Producer, identification of Plant, and specific storage silo if used.c. Date and time.d. Mixture Designation, mix type and level. Curb mixtures for machine-placed curbing must

state "curb mix only."

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

83 Town Project No. 14-20

e. If WMA Technology is used, “-W”must be listed following the mixture designation. f. Net weight of mixture loaded into the vehicle. (When RAP and/or RAS is used, the

moisture content shall be excluded from mixture net weight.) g. Gross weight (equal to the net weight plus the tare weight or the loaded scale weight). h. Tare weight of vehicle (daily scale weight of the empty vehicle). i. Project number, purchase order number, name of Contractor (if Contractor other than

Producer). j. Vehicle number - unique means of identification of vehicle. k. For Batch Plants: individual aggregate, recycled materials, and virgin asphalt

max/target/min weights when silos are not used. l. For every mixture designation: the running daily and project total delivered and sequential

load number. The net weight of mixture loaded into the vehicle must be equal to the cumulative measured weights of its components. The Contractor must notify the Engineer immediately if, during production, there is a malfunction of the weight recording system in the automated Plant. Manually written tickets containing all required information will be allowed for no more than 1 hour. The State reserves the right to have an Inspector present to monitor batching and/or weighing operations. 2. Transportation of Mixture: The mixture shall be transported in vehicles that are clean of all foreign material, excessive coating or cleaning agents, and that have no gaps through which material might spill. Any material spilled during the loading or transportation process shall be quantified by re-weighing the vehicle. The Contractor shall load vehicles uniformly so that segregation is minimized. Loaded vehicles shall be tightly covered with waterproof covers acceptable to the Engineer. Mesh covers are prohibited. The cover must minimize air infiltration. Vehicles found not to be in conformance shall not be loaded Vehicles with loads of bituminous concrete being delivered to State projects must not exceed the statutory or permitted load limits referred to as gross vehicle weight (GVW). The Contractor shall furnish a list and allowable weights of all vehicles transporting mixture. The State reserves the right to check the gross and tare weight of any vehicle. If the gross or tare weight varies from that shown on the delivery ticket by more than 0.4%, the Engineer will recalculate the net weight. The Contractor shall correct the discrepancy to the satisfaction of the Engineer. If a vehicle delivers mixture to the Project and the delivery ticket indicates that the vehicle is overweight, the load may not be rejected but a “Measured Weight Adjustment” will be taken in accordance with Article 4.06.04. Vehicle body coating and cleaning agents must not have a deleterious effect on the mixture. The use of solvents or fuel oil, in any concentration, is prohibited for the coating of vehicle bodies. For each delivery, the Engineer shall be provided a clear, legible copy of the delivery ticket. 3. Paving Equipment: The Contractor shall have the necessary paving and compaction equipment at the Project Site to perform the work. All equipment shall be in good working order and any equipment that is worn, defective, or inadequate for performance of the work shall be repaired or replaced by the Contractor to the satisfaction of the Engineer. During the paving operation, the use of solvents or fuel oil, in any concentration, is strictly prohibited as a release agent or cleaner on any paving equipment (i.e., rollers, pavers, transfer devices, etc.).

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

84 Town Project No. 14-20

Refueling or cleaning of equipment is prohibited in any location on the Project where fuel or solvents might come in contact with paved areas or areas to be paved. Solvents used in cleaning mechanical equipment or hand tools shall be stored clear of areas paved or to be paved. Before any such equipment and tools are cleaned, they shall be moved off of areas paved or to be paved. Pavers: Each paver shall have a receiving hopper with sufficient capacity to provide for a uniform spreading operation and a distribution system that places the mix uniformly, without segregation. The paver shall be equipped with and use a vibratory screed system with heaters or burners. The screed system shall be capable of producing a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. Pavers with extendible screed units as part of the system shall have auger extensions and tunnel extenders as necessary. Automatic screed controls for grade and slope shall be used at all times unless otherwise authorized by the Engineer. The controls shall automatically adjust the screed to compensate for irregularities in the preceding course or existing base. The controls shall maintain the proper transverse slope and be readily adjustable, and shall operate from a fixed or moving reference such as a grade wire or floating beam (minimum length 20 feet). Rollers: All rollers shall be self-propelled and designed for compaction of bituminous concrete. Roller types shall include steel wheeled, pneumatic, or a combination thereof. Rollers that operate in a dynamic mode shall have drums that use a vibratory or oscillatory system or combination. Vibratory rollers shall be equipped with indicators for amplitude, frequency, and speed settings/readouts to measure the impacts per foot during the compaction process. Oscillatory rollers shall be equipped with frequency indicators. Rollers can operate in the dynamic mode using the oscillatory system on concrete structures such as bridges and catch basins if at the lowest frequency setting. Pneumatic tire rollers shall be equipped with wide-tread compaction tires capable of exerting an average contact pressure from 60 to 90 psi uniformly over the surface. The Contractor shall furnish documentation to the Engineer regarding tire size, pressure and loading to confirm that the proper contact pressure is being developed and that the loading and contact pressure are uniform for all wheels. Lighting: For paving operations which will be performed during hours of darkness the paving equipment shall be equipped with lighting fixtures as described below or with an approved equal. Lighting shall minimize glare to passing traffic. The lighting options and minimum number of fixtures are listed in Tables 4.06-1 and 4.06-2.

TABLE 4.06-1: Minimum Paver lighting

Option Fixture Configuration Fixture Quantity Requirement

1 Type A 3 Mount over screed area

Type B (narrow) or Type C (spot) 2 Aim to auger and guideline Type B (wide)or Type C (flood) 2 Aim 25feet behind paving machine

2 Type D Balloon 2 Mount over screed area

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

85 Town Project No. 14-20

TABLE 4.06-2: Minimum Roller Lighting

Option Fixture Configuration

Fixture Quantity Requirement

1 Type B (wide) 2 Aim 50 feet in front of and behind roller Type B (narrow) 2 Aim 100 feet in front of and behind roller

2 Type C (flood) 2 Aim 50 feet in front of and behind roller Type C (spot) 2 Aim 100 feet in front of and behind roller

3 Type D Balloon 1 Mount above the roller *All fixtures shall be mounted above the roller.

Type A: Fluorescent fixture shall be heavy duty industrial type. Each fixture shall have a minimum output of 8,000 lumens. The fixtures shall be mounted horizontally and be designed for continuous row installation.

Type B: Each floodlight fixture shall have a minimum output of 18,000 lumens. Type C: Each fixture shall have a minimum output of 19,000 lumens. Type D: Balloon light – each balloon light fixture shall have minimum output of 50,000 lumens

and emit light equally in all directions.

Material Transfer Vehicle (MTV): A MTV shall be used when placing bituminous concrete surface course (a lift or multiple lifts) as indicated in the Contract except as noted on the plans or as directed by the Engineer. In addition, continuous paving lengths of less than 500 feet may not require the use of a MTV as determined by the Engineer. The MTV must be a vehicle specifically designed for the purpose of delivering the bituminous concrete mixture from the delivery vehicle to the paver. The MTV must continuously remix the bituminous concrete mixture throughout the placement process. The use of a MTV will be subject to the requirements stated in Article 1.07.05 Load Restrictions. The Engineer may limit the use of the vehicle if it is determined that the use of the MTV may damage highway components, utilities, or bridges. The Contractor shall submit to the Engineer at time of pre-construction the following information:

1. The make and model of the MTV. 2. The individual axle weights and axle spacing for each piece of paving equipment (haul

vehicle, MTV and paver). 3. A working drawing showing the axle spacing in combination with all pieces of equipment

that will comprise the paving echelon. 4. Test Section: The Engineer may require the Contractor to place a test section whenever the requirements of this specification or Section M.04 are not met. The Contractor shall submit the quantity of mixture to be placed and the location of the test section for review and approval by the Engineer. The same equipment used in the construction of a passing test section shall be used throughout production. If a test section fails to meet specifications, the Contractor shall stop production, make necessary adjustments to the job mix formula, Plant operations, or procedures for placement and compaction. The Contractor shall construct test sections, as allowed by the Engineer, until all the required specifications are met. All test sections shall also be subject to removal as set forth in Article 1.06.04.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

86 Town Project No. 14-20

5. Transitions for Roadway Surface: Transitions shall be formed at any point on the roadway where the pavement surface deviates, vertically, from the uniform longitudinal profile as specified on the plans. Whether formed by milling or by bituminous concrete mixture, all transition lengths shall meet the criteria below unless otherwise specified. Permanent Transitions: Defined as any gradual change in pavement elevation that remains as a permanent part of the work. A transition shall be constructed no closer than 75 feet from either side of a bridge expansion joint or parapet. All permanent transitions, leading and trailing ends shall meet the following length requirements:

Posted Speed Limit Permanent Transition Length Required

> 35 mph 30 feet per inch of elevation change 35 mph or less 15 feet per inch of elevation change

In areas where it is impractical to use the above-described permanent transition lengths, the use of a shorter permanent transition length may be permitted when approved by the Engineer. Temporary Transitions: Defined as a transition that does not remain a permanent part of the work. All temporary transitions shall meet the following length requirements:

Posted Speed Limit

Temporary Transition Length Required

> 50 mph Leading Transition: 15 feet per inch of vertical change (thickness) Trailing Transition: 6 feet per inch of vertical change (thickness)

40, 45 or 50 mph Leading and Trailing: 4 feet per inch of vertical change (thickness)

35 mph or less Leading and Trailing: 3 feet per inch of vertical change (thickness)

Note: Any temporary transition to be in place over the winter shutdown period or during extended periods of inactivity (more than 14 calendar days) shall meet the greater than 50 mph requirements shown above. 6. Spreading and Finishing of Mixture: Prior to the placement of the mixture, the underlying base course shall be brought to the plan grade and cross section within the allowable tolerance. Immediately before placing a bituminous concrete lift, a uniform coating of tack coat shall be applied to all existing underlying pavement surfaces and on the exposed surface of a wedge joint. Such surfaces shall be clean and dry. Sweeping or other means acceptable to the Engineer shall be used. The mixture shall not be placed whenever the surface is wet or frozen. Tack Coat Application: The tack coat shall be applied by a pressurized spray system that results in uniform overlapping coverage at an application rate of 0.03 to 0.05 gal./s.y. for a non-milled surface and an application rate of 0.05 to 0.07 gal./s.y. for a milled surface. For areas

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

87 Town Project No. 14-20

where both milled and un-milled surfaces occur, the tack coat shall be an application rate of 0.03 to 0.05 gal /s.y. The Engineer must approve the equipment and the method of measurement prior to use. The material for tack coat shall be heated to 160°F ± 10°F and shall not be further diluted. Tack coat shall be allowed sufficient time to break prior to any paving equipment or haul vehicles driving on it. The Contractor may request to omit the tack coat application between bituminous concrete layers that have not been exposed to traffic and are placed during the same work shift. Requests to omit tack coat application on the upper and lower surfaces of a wedge joint will not be considered. Placement: The mixture shall be placed and compacted to provide a smooth, dense surface with a uniform texture and no segregation at the specified thickness and dimensions indicated in the plans and specifications. When unforeseen weather conditions prevent further placement of the mixture, the Engineer is not obligated to accept or place the bituminous concrete mixture that is in transit from the Plant. In advance of paving, traffic control requirements shall be set up, maintained throughout placement, and shall not be removed until all associated work including density testing is completed. The mixture temperature will be verified by means of a probe or infrared type of thermometer. The placement temperature range shall be listed in the quality control plan (QCP) for placement and meet the requirements of Table M.04.03-4. Any HMA material that that falls outside the specified temperature range as measured by a probe thermometer may be rejected. The Contractor shall inspect the newly placed pavement for defects in mixture or placement before rolling is started. Any deviation from standard crown or section shall be immediately remedied by placing additional mixture or removing surplus mixture. Such defects shall be corrected to the satisfaction of the Engineer. Where it is impracticable due to physical limitations to operate the paving equipment, the Engineer may permit the use of other methods or equipment. Where hand spreading is permitted, the mixture shall be placed by means of suitable shovels and other tools, and in a uniformly loose layer at a thickness that will result in a completed pavement meeting the designed grade and elevation. Placement Tolerances: Each lift of bituminous concrete placed at a specified thickness shall meet the following requirements for thickness and area. Any pavement exceeding these limits shall be subject to an adjustment or removal. Lift tolerances will not relieve the Contractor from meeting the final designed grade. Lifts of specified non-uniform thickness, i.e. wedge or shim course, shall not be subject to thickness and area adjustments. a) Thickness: Where the average thickness of the lift exceeds that shown on the plans beyond

the tolerances shown in Table 4.06-3, the Engineer will calculate the thickness adjustment in accordance with Article 4.06.04.

TABLE 4.06-3: Thickness Tolerances Mixture Designation Lift Tolerance

S1 +/- 3/8 inch S0.25, S0.375, S0.5 +/- 1/4 inch

Where the thickness of the lift of mixture is less than that shown on the plans beyond the

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

88 Town Project No. 14-20

tolerances shown in Table 4.06-3, the Contractor, with the approval of the Engineer, shall take corrective action in accordance with this Section.

b) Area: Where the width of the lift exceeds that shown on the plans by more than the specified thickness, the Engineer will calculate the area adjustment in Article 4.06.04.

c) Delivered Weight of Mixture: When the delivery ticket shows that the truck exceeds the allowable gross weight for the vehicle type, the Engineer will calculate the weight adjustment in accordance with Article 4.06.04.

Transverse Joints: All transverse joints shall be formed by saw-cutting to expose the full thickness of the lift. Tack coat shall be applied to the sawn face immediately prior to additional mixture being placed. Compaction: The Contractor shall compact the mixture to meet the density requirements as stated in Article 4.06.04 and eliminate all roller marks without displacement, shoving cracking, or aggregate breakage. When placing a lift with a specified thickness less than 1 1/2 inches, or a wedge course, the Contractor shall provide a minimum rolling pattern as determined by the development of a compaction curve. The procedure to be used shall be documented in the Contractor’s QCP for placement and demonstrated on the first day of placement. The use of the vibratory system on concrete structures is prohibited. When approved by the Engineer, the Contractor may operate a roller using an oscillatory system at the lowest frequency setting. If the Engineer determines that the use of compaction equipment in the dynamic mode may damage highway components, utilities or adjacent property, the Contractor shall provide alternate compaction equipment. Rollers operating in the dynamic mode shall be shut off when changing directions. These allowances will not relieve the Contractor from meeting pavement compaction requirements. Surface Requirements: Each lift of the surface course shall not vary more than 1/4 inch from a Contractor-supplied 10

foot straightedge. For all other lifts of bituminous concrete, the tolerance shall be 3/8 inch. Such tolerance will apply to all paved areas.

Any surface that exceeds these tolerances shall be corrected by the Contractor at its own expense.

7. Longitudinal Joint Construction Methods: The Contractor shall use Method I - Notched Wedge Joint (see Figure 4.06-1) when constructing longitudinal joints where lift thicknesses are 1 ½ inches to 3 inches. S1.0 mixtures shall be excluded from using Method I. Method II - Butt Joint (see Figure 4.06-2) shall be used for lifts less than 1 1/2 inches or greater than 3 inches. Each longitudinal joint shall maintain a consistent offset from the centerline of the roadway along its entire length. The difference in elevation between the two faces of any completed longitudinal joint shall not exceed 1/4 inch at any location. Method I - Notched Wedge Joint: A notched wedge joint shall be constructed as shown in Figure 4.06-1 using a device that is attached to the paver screed and is capable of independently adjusting the top and bottom vertical notches. The device shall have an integrated vibratory system. The top vertical notch must be located at the centerline or lane line in the final lift. The requirement for paving full width “curb to curb” as described in Method II may be waived if addressed in the QC plan and approved by

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

89 Town Project No. 14-20

the Engineer. The taper portion of the wedge joint shall be evenly compacted using equipment other than the paver or notch wedge joint device. The compaction device shall be the same width as the taper and not reduce the angle of the wedge or ravel the top notch of the joint during compaction. When placed on paved surfaces, the area below the sloped section of the joint shall be treated with tack coat. The top surface of the sloped section of the joint shall be treated with tack coat prior to placing the completing pass. The taper portion of the wedge joint shall not be exposed to traffic for more than 5 calendar days.

Figure 4.06-1: Notched Wedge Joint (Not to Scale)

Any exposed wedge joint must be located to allow for the free draining of water from the road surface. The Engineer reserves the right to define the paving limits when using a wedge joint that will be exposed to traffic. If Method I cannot be used on those lifts which are 1 ½ inches to 3 inches, Method III may be substituted according to the requirements below for “Method III - Butt Joint with Hot Poured Rubberized Asphalt Treatment.” Method II - Butt Joint: When adjoining passes are placed, the Contractor shall use the end gate to create a near vertical edge (refer to Figure 4.06-2). The completing pass (hot side) shall have sufficient mixture so that the compacted thickness is not less than the previous pass (cold side). During placement of multiple lifts, the longitudinal joint shall be constructed in such a manner that it is located at least 6 inch from the joint in the lift immediately below. The joint in the final lift shall be at the centerline or at lane lines. The end gate on the paver should be set so there is an overlap onto the cold side of the joint. The Contractor shall not allow any butt joint to be incomplete at the end of a work shift unless otherwise allowed by the Engineer. When using this method, the Contractor is not allowed to leave a vertical edge exposed at the end of a work shift and must complete paving of the roadway full width “curb to curb.”

Hot side

Cold Side

12” Taper

Top Vertical Notch

1/2 - 3/4” Tack coat

Bottom Vertical Notch

1/4” - 1/2”

Lift Thickness 1 1/2” - 3”

Varies

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

90 Town Project No. 14-20

Figure 4.06-2: Butt Joint (Not to Scale)

Method III - Butt Joint with Hot Poured Rubberized Asphalt Treatment: If Method I cannot be used due to physical constraints in certain limited locations, the Contractor may submit a request in writing for approval by the Engineer to use Method III as a substitution in those locations. There shall be no additional measurement or payment made when Method III is substituted for Method I. When required by the Contract or approved by the Engineer, Method III (see Figure 4.06-3) shall be used.

Figure 4.06-3: Butt Joint with Hot Poured Rubberized Asphalt Treatment

(Not to Scale)

All of the requirements of Method II must be met with Method III. In addition, the longitudinal vertical edge must be treated with a rubberized joint seal material meeting the requirements of ASTM D6690, Type 2. The joint sealant shall be placed on the face of the “cold side” of the butt joint as shown above prior to placing the “hot side” of the butt joint. The joint seal material shall be applied in accordance with the manufacturer’s recommendation so as to provide a uniform coverage and avoid excess bleeding onto the newly placed pavement. 8. Contractor Quality Control (QC) Requirements: The Contractor shall be responsible for maintaining adequate quality control procedures throughout the production and placement operations. Therefore, the Contractor must ensure that the materials, mixture, and work provided by Subcontractors, Suppliers, and Producers also meet Contract specification requirements. This effort must be documented in Quality Control Plans (QCP) and must address the actions, inspection, or sampling and testing necessary to keep the production and placement operations in control, to determine when an operation has gone out of control and to respond to correct the situation in a timely fashion. The Standard QCP for production shall consist of the quality control program specific to the production facility. There are 3 components to the QCP for placement: a Standard QCP, a Project Summary Sheet

Hot side Cold Side

Joint

Hot side Cold Side

Hot poured rubberized asphalt treatment

Lift Thicknesses Less than 1 1/2” Greater than or equal to 3”

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

91 Town Project No. 14-20

that details Project-specific information, and, if applicable, a separate Extended Season Paving Plan as required in 4.06.03-9 “Temperature and Seasonal Requirements.” The Standard QCP for both production and placement shall be submitted to the Department for approval each calendar year and at a minimum of 30 days prior to production or placement. Production or placement shall not occur until all QCP components have been approved by the Engineer. Each QCP shall include the name and qualifications of a Quality Control Manager (QCM). The QCM shall be responsible for the administration of the QCP, and any modifications that may become necessary. The QCM shall have the ability to direct all Contractor personnel on the Project during paving operations. The QCPs shall also include the name and qualifications of any outside testing laboratory performing any QC functions on behalf of the Contractor. The QC Technician performing in-place density testing shall be NETTCP certified as a paving inspector. Approval of the QCP does not relieve the Contractor of its responsibility to comply with the Project specifications. The Contractor may modify the QCPs as work progresses and must document the changes in writing prior to resuming operations. These changes include but are not limited to changes in quality control procedures or personnel. The Department reserves the right to deny significant changes to the QCPs. QCP for Production: Refer to M.04.03-1. QCP for Placement: The Standard QCP, Project Summary Sheet, and Extended Season Paving Plan shall conform to the format provided by the Engineer. The format is available at http://www.ct.gov/dot/lib/dot/documents/dconstruction/pat/qcp_outline_hma_placement.pdf The Contractor shall perform all quality control sampling and testing, provide inspection, and exercise management control to ensure that bituminous concrete placement conforms to the requirements as outlined in its QCP during all phases of the work. The Contractor shall document these activities for each day of placement. The Contractor shall submit complete field density testing and inspection records to the Engineer within 48 hours in a manner acceptable to the Engineer. The Contractor may obtain 1 mat core and 1 joint core per day for process control, provided this process is detailed in the QCP. The results of these process control cores shall not be used to dispute the Department’s determinations from the acceptance cores. The Contractor shall submit the location of each process control core to the Engineer for approval prior to taking the core. The core holes shall be filled to the same requirements described in Subarticle 4.06.03-10. 9. Temperature and Seasonal Requirements: Paving, including placement of temporary pavements, shall be divided into 2 seasons, “In-Season” and “Extended-Season.” In-Season paving occurs from May 1 to October 14, and Extended Season paving occurs from October 15 to April 30. The following requirements shall apply unless otherwise authorized or directed by the Engineer:

• Mixtures shall not be placed when the air or subbase temperature is less than 40°F regardless of the season.

• Should paving operations be scheduled during the Extended Season, the Contractor must submit an Extended Season Paving Plan for the Project that addresses minimum delivered mix temperature considering WMA, PMA, or other additives; maximum paver speed; enhanced rolling patterns; and the method to balance mixture delivery and placement

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

92 Town Project No. 14-20

operations. Paving during Extended Season shall not commence until the Engineer has approved the plan.

10. Field Density The Contractor shall obtain cores for the determination of mat and longitudinal joint density of bituminous concrete pavements. Within five calendar days of placement, mat and joint cores shall be extracted on each lift with a specified thickness of 1 1/2 inches or more. Joint cores shall not be extracted on HMA S1.0 lifts. The Contractor shall extract cores from random locations determined by the Engineer in accordance with ASTM D3665. Four (4) or six (6) inch diameter cores shall be extracted for S0.25, S0.375 and S0.5 mixtures; 6 inch diameter cores shall be required for S1.0 mixtures. The Contractor shall coordinate with the Engineer to witness the extraction, labeling of cores, and filling of the core holes. Each lift will be separated into lots as follows:

a. Simple Average Density Lots: For total estimated quantities below 2,000 tons, the lift will be evaluated in one lot which will include the total paved tonnage of the lift and all longitudinal joints between the curb lines. For total estimated quantities between 2,000 and 3,500 tons, the lift will be evaluated in two lots in which each lot will include approximately half of the total tonnage placed for the full paving width of a lift including all longitudinal joints between the curb lines.

b. PWL Density Lots: Mat density lots will include each 3,500 tons of mixture placed within 30 calendar days. Joint density lots will include 14,000 linear feet of constructed joints. Bridge density lots will always be analyzed using simple average lot methodology.

c. Partial Density Lot (For PWL only): A mat density lot with less than 3,500 tons or a joint density lot with less than 14,000 linear feet due to: - completion of the course; or - a lot spanning 30 calendar days.

Prior to paving, the type and number of lot(s) will be determined by the Engineer. Noncontiguous areas such as highway ramps may be combined to create one lot. After the lift has been compacted and cooled, the Contractor shall cut cores to a depth equal to or greater than the lift thickness and shall remove them without damaging the lift(s) to be tested. Any core that is damaged or obviously defective while being obtained will be replaced with a new core from a location within 2 feet measured in a longitudinal direction. A mat core shall not be located any closer than 1 foot from the edge of a paver pass. If a random number locates a core less than 1 foot from any edge, the location will be adjusted by the Engineer so that the outer edge of the core is 1 foot from the edge of the paver pass. Method I, Notched Wedge Joint cores shall be taken so that the center of the core is 5 inches from the visible joint on the hot mat side (Figure 4.06-4).

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

93 Town Project No. 14-20

Figure 4.06-4: Notched Wedge Joint Cores (Not to Scale)

When Method II or Method III Butt Joint is used, cores shall be taken from the hot side so the edge of the core is within 1 inch of the longitudinal joint. The cores shall be labeled by the Contractor with the Project number, date placed, lot number, and sub-lot number. The core’s label shall include “M” for a mat core and “J” for a joint core. For example, a mat core from the first lot and the first sub-lot shall be labeled with “M1 – 1.” A mat core from the second lot and first sub-lot shall be labeled “M2-1” (see Figure 4.06-5). The Engineer shall fill out a MAT-109 to accompany the cores. The Contractor shall deliver the cores and MAT-109 to the Department’s Central Lab. The Contractor shall use a container approved by the Engineer. The container shall have a lid capable of being locked shut and tamper proof. The Contractor shall use foam, bubble wrap, or another suitable material to prevent the cores from being damaged during handling and transportation. Once the cores and MAT-109 are in the container the Engineer will secure the lid using security seals at the removable hinges(s) and at the lid opening(s). The security seals’ identification number must be documented on the MAT-109. All sealed containers shall be delivered to the Department’s Central Lab within two working days from time of extraction. Central Lab personnel will break the security seal and take possession of the cores.

Figure 4.06-5: Labeling of Cores

Each core hole shall be filled within 4 hours upon core extraction. Prior to being filled, the hole shall be prepared by removing any free water and applying tack coat using a brush or other

Project #

(M or J) Lot - Sub lot

85-219

M2 - 1 07/26/16 Date Placed

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

94 Town Project No. 14-20

means to uniformly cover the cut surface. The core hole shall be filled using a bituminous concrete mixture at a minimum temperature of 240°F containing the same or smaller nominal maximum aggregate size and compacted with a hand compactor or other mechanical means to the maximum compaction possible. The bituminous concrete shall be compacted to 1/8 inch above the finished pavement. Simple Average Density Lots: A standard simple average density lot is the quantity of material placed within the defined area excluding any bridge decks. A combo simple average density lot is the quantity of material placed within the defined area including bridge decks less than or equal to 500 feet long. A bridge simple average density lot is the quantity of material placed on a bridge deck longer than 500 feet. The number of cores per lot shall be determined in accordance with Table 4.06-4. If a randomly selected mat or joint core location is on a bridge deck, the core is to be obtained on the bridge deck in addition to the core(s) required on the bridge deck. The number of cores per lot shall be determined in accordance with Table 4.06-5. Multiple bridge decks can be combined into one lot if the paving and underlying conditions are comparable. If multiple bridge decks are combined into a single bridge lot, at least one mat and joint core shall be obtained on each bridge. The longitudinal locations of mat cores within a standard, combo, or bridge lot containing multiple paving passes will be determined using the combined length of the paving passes within the lot.

TABLE 4.06-4: Number of Cores per Lot (Simple Average) Lot Type No. of Mat Cores No. of Joint Cores

Standard Lot < 500 Tons 3 3 Standard Lot ≥ 500 Tons 4 4 Combo Lot < 500 Tons 2 plus 1 per bridge

(< 300’) 2 per bridge (301’ – 500’)

2 plus 1 per bridge (< 300)

2 per bridge (301’ – 500’) Combo Lot ≥ 500 Tons(1) 4 plus 4 plus

TABLE 4.06-5: Number of Core per Bridge Density Lot (Simple Average) Length of

Bridge(s) (Feet) Minimum No. of Mat Cores Minimum No. of Joint Cores

< 500 2 2 501 – 1,500 3 3

1,501 – 2,500 4 4 2,501 and greater 5 5

PWL Density Lots: A PWL mat density lot is 3,500 tons of material placed within the defined area excluding any bridges. One mat core will be obtained per every 500 tons placed.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

95 Town Project No. 14-20

A PWL joint density lot is 14,000 linear feet of longitudinal joint excluding any joints on bridge decks. One joint core will be obtained per every 2,000 linear feet of joint. Bridge density lots will always be analyzed as using the simple average lot methodology. The number of cores per lot shall be determined in accordance with Table 4.06-5. Multiple bridge decks can be combined into one lot if the paving and underlying conditions are comparable. If multiple bridge decks are combined into a single bridge lot, at least one mat and joint core shall be obtained on each bridge. 11. Acceptance Sampling and Testing: Sampling shall be performed in accordance with ASTM D3665 or a statistically-based procedure of stratified random sampling approved by the Engineer. Plant Material Acceptance: The Contractor shall provide the required sampling and testing during all phases of the work in accordance with M.04. The Department will verify the Contractor’s acceptance test results. Should any test results exceed the specified tolerances in the Department’s current QA Program for Materials, the Contractor’s test results for a subject lot or sub lot may be replaced with the Department’s results for the purpose of calculating adjustments. The verification procedure is included in the Department’s current QA Program for Materials. Density Acceptance: The Engineer will perform all acceptance testing in accordance with AASHTO T 331. The density of each core will be determined using the daily production’s average maximum theoretical specific gravity (Gmm) established during the testing of the parent material at the Plant. When there was no testing of the parent material or any Gmm exceeds the specified tolerances in the Department’s current QA Program for Materials, the Engineer will determine the maximum theoretical density value to be used for density calculations. 12. Density Dispute Resolution Process: The Contractor and Engineer will work in partnership to avoid potential conflicts and to resolve any differences that may arise during quality control or acceptance testing for density. Both parties will review their sampling and testing procedures and results and share their findings. If the Contractor disputes the Engineer’s test results, the Contractor must submit in writing a request to initiate the Dispute Resolution Process within five calendar days of the notification of the test results. No request for dispute resolution will be allowed unless the Contractor provides quality control results from samples taken prior to and after finish rolling, and within the timeframe described in 4.06.03-8 supporting its position. No request for dispute resolution will be allowed for a density lot in which any core was not taken within the required 5 calendar days of placement. Should the dispute not be resolved through evaluation of existing testing data or procedures, the Engineer may authorize the Contractor to obtain a new core or set of core samples per disputed lot. The core samples must be extracted no later than seven calendar days from the date of the Engineer’s authorization. All such core samples shall be extracted and the core hole filled using the procedure outlined in 4.06.03-10. a) Simple Average Lots: The Contractor may only dispute any simple average lot that is adjusted at or below 95 percent payment. The number and location (mat, joint, or structure) of the cores taken for dispute resolution must reflect the number and location of the original cores. The location of each core shall be randomly located within the respective original sub lot. The dispute resolution results shall be combined with the original results and averaged for determining the final in-place density value. b) PWL Lots: The Contractor may dispute any PWL sublot when the PWL falls below 50%

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

96 Town Project No. 14-20

calculated in accordance with section 4.06.04.2.b. An additional random core in the sublot may be taken to validate the accuracy of the core in question. The Department will verify the additional core test result and may average the original test result with the additional core result for purpose of calculating adjustments. 13. Corrective Work Procedure: If pavement placed by the Contractor does not meet the specifications, and the Engineer requires its replacement or correction, the Contractor shall: a) Propose a corrective procedure to the Engineer for review and approval prior to any

corrective work commencing. The proposal shall include: • Limits of pavement to be replaced or corrected, indicating stationing or other landmarks

that are readily distinguishable. • Proposed work schedule. • Construction method and sequence of operations. • Methods of maintenance and protection of traffic. • Material sources. • Names and telephone numbers of supervising personnel.

b) Any corrective courses placed as the final wearing surface shall match the specified lift thickness after completion.

14. Protection of the Work: The Contractor shall protect all sections of the newly finished pavement from damage that may occur as a result of the Contractor’s operations for the duration of the Project. 15. Cut Bituminous Concrete Pavement: Work under this item shall consist of making a straight-line cut in the bituminous concrete pavement to the lines delineated on the plans or as directed by the Engineer. The cut shall provide a straight, clean, vertical face with no cracking, tearing or breakage along the cut edge.

4.06.04—Method of Measurement: 1. HMA S* or PMA S*: Bituminous concrete will be measured for payment as the amount of material in tons placed as determined by the net weight on the delivered tickets and adjusted by area, thickness and weight as follows: Quantity Adjustments: Adjustments may be applied to the placed bituminous concrete quantities that will be measured for payment using the following formulas: Yield Factor for Adjustment Calculation = 0.0575 tons/SY/inch Actual Area (SY) = [(Measured Length (ft)) x (Avg. of width measurements (ft))]÷9 s.f./SY Actual Thickness (t) = Total tons delivered / [Actual Area (SY) x 0.0575 tons/SY/inch] a) Area: If the average width exceeds the allowable tolerance, an adjustment will be made

using the following formula. The tolerance for width is equal to the specified thickness (inch) of the lift being placed.

Quantity Adjusted for Area (TA) = [(L x Wadj)/9] x (t) x 0.0575 Tons/SY/inch = (-) tons Where: L = Length (ft)

(t) = Actual thickness (inches) Wadj = (Designed width (ft) + tolerance /12) - Measured Width)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

97 Town Project No. 14-20

b) Thickness: If the actual average thickness is less than the allowable tolerance, the

Contractor shall submit a repair procedure to the Engineer for approval. If the actual thickness exceeds the allowable tolerance, an adjustment will be made using the following formula:

Quantity Adjusted for Thickness (TT) = A x tadj x 0.0575 = (-) tons Where: A = Area = {[L x (Design width + tolerance (lift thickness)/12)] / 9}

tadj = Adjusted thickness = [(Dt + tolerance) - Actual thickness] Dt = Designed thickness (inches)

c) Weight: If the quantity of bituminous concrete representing the mixture delivered to the

Project is in excess of the allowable gross vehicle weight (GVW) for each vehicle, an adjustment will be made using the following formula:

Quantity Adjusted for Weight (TW) = GVW – DGW= (-) tons Where: DGW = Delivered gross weight as shown on the delivery ticket or measured on a certified scale

2. Bituminous Concrete Adjustment Cost: a) Production Lot Adjustment: An adjustment may be applied to each production lot as

follows: i. Non-PWL Production Lot (less than 3,500 tons):

The adjustment values in Tables 4.06-6 and 4.06-7 will be calculated for each sub lot based on the Air Void (AV) and Asphalt Binder Content (PB) test results for that sub lot. The total adjustment for each day’s production (lot) will be computed as follows:

Tons Adjusted for Superpave Design (TSD) = [(AdjAVt + AdjPBt) / 100] x Tons

Where: AdjAVt: Percent adjustment for air voids AdjPBt: Percent adjustment for asphalt binder Tons: Weight of material (tons) in the lot adjusted by 4.06.4-1 Percent Adjustment for Air Voids = AdjAVt = [AdjAV1 + AdjAV2 + AdjAVi + … + AdjAVn)] /n Where: AdjAVt = Total percent air void adjustment value for the lot

AdjAVi = Adjustment value from Table 4.06-6 resulting from each sub lot or the average of the adjustment values resulting from multiple tests within a sub lot, as approved by the Engineer. n = number of sub lots based on Table M.04.03-2

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

98 Town Project No. 14-20

TABLE 4.06-6: Adjustment Values for Air Voids Percent Adjustment for Asphalt Binder = AdjPBt = [(AdjPB1 + AdjPB2 + AdjPBi + … + AdjPBn)] /n Where: AdjPBt= Total percent liquid binder adjustment value for the lot

AdjPBi = Adjustment value from Table 4.06-7 resulting from each sub lot n = number of binder tests in a production lot

TABLE 4.06-7: Adjustment Values for Binder Content Adjustment Value

(AdjAVi) (%) S0.25, S0.375, S0.5, S1

Pb 0.0 JMF Pb ± 0.3

- 10.0 ≤ JMF Pb - 0.4 or ≥ JMF Pb + 0.4

ii. PWL Production Lot (3500 tons or more): For each lot, the adjustment values will be calculated using PWL methodology based on AV, VMA, and PB test results. The results will be considered as being normally distributed and all applicable equations in AASHTO R 9 and AASHTO R 42 Appendix X4 will apply. Only one test result will be considered for each sub lot. The specification limits are listed in M.04. For AV, PB, and voids in mineral aggregate (VMA), the individual material quantity characteristic adjustment (Adj) will be calculated as follows: For PWL between 50 and 90%: Adj(AVt or PBt or VMAt)= (55 + 0.5 PWL) - 100 For PWL at and above 90%: Adj(AVt or PBt or VMAt)= (77.5 + 0.25 PWL) - 100 Where: AdjAVt = Total percent AV adjustment value for the lot

AdjPBt= Total percent PB adjustment value for the lot AdjVMAt= Total percent VMA adjustment value for the lot

A lot with PWL less than 50% in any of the 3 individual material quality characteristics will be evaluated under 1.06.04. The total adjustment for each production lot will be computed using the following formula:

Tons Adjusted for Superpave Design (TSD) = [(0.5AdjAVt + 0.25AdjPBt + 0.25 AdjVMAt) / 100] X Tons Where Tons: Weight of material (tons) in the lot adjusted by 4.06.4-1

Adjustment Value (AdjAVi) (%)

S0.25, S0.375, S0.5, S1 Air Voids (AV)

+2.5 3.8 - 4.2 +3.125*(AV-3) 3.0 - 3.7 -3.125*(AV-5) 4.3 – 5.0

20*(AV-3) 2.3 – 2.9 -20*(AV-5) 5.1 – 5.7

-20.0 ≤ 2.2 or ≥ 5.8

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

99 Town Project No. 14-20

iii. Partial Lots: Lots with less than 4 sub lots will be combined with the prior lot. If there is no prior lot with equivalent material or if the last test result of the prior lot is over 30 calendar days old, the adjustment will be calculated as indicated in 4.06.04-2.a)i. Lots with 4 or more sub lots will be calculated as indicated in 4.06.04-2.a)ii.

Production Lot Adjustment: TSD x Unit Price = Est. (Pi) Where: Unit Price = Contract unit price per ton per type of mixture

Est. ( Pi)= Pay Unit in dollars representing incentive or disincentive per lot

b) Density Lot Adjustment: An adjustment may be applied to each density lot as follows: i. Simple Average Density Lot (less than 3500 tons) and Bridge Lots:

The final lot quantity shall be the difference between the total payable tons for the Project and the sum of the previous lots. If either the Mat or Joint adjustment value is “remove and replace,” the density lot shall be removed and replaced (curb to curb). No positive adjustment will be applied to a density lot in which any core was not taken within the required 5 calendar days of placement. Tons Adjusted for Density (TD) = [{(PAM x 0.50) + (PAJ x 0.50)} / 100] X Tons Where: TD = Total tons adjusted for density for each lot

PAM = Mat density percent adjustment from Table 4.06-8 PAJ = Joint density percent adjustment from Table 4.06-9

Tons: Weight of material (tons) in the lot adjusted by 4.06.4-1

TABLE 4.06-8: Adjustment Values for Pavement Mat density Average Core Result Percent Adjustment (Bridge and Non-Bridge) (1)(2) Percent Mat Density

97.1 - 100 -1.667*(ACRPD-98.5) 94.5 – 97.0 +2.5 93.5 – 94.4 +2.5*(ACRPD-93.5) 92.0 – 93.4 0 90.0 – 91.9 -5*(92-ACRPD) 88.0 – 89.9 -10*(91-ACRPD) 87.0 – 87.9 -30 86.9 or less Remove and Replace (curb to curb)

Notes: (1) ACRPD = Average Core Result Percent Density (2) All Percent Adjustments to be rounded to the second decimal place; for example round 1.667 to 1.67.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

100 Town Project No. 14-20

TABLE 4.06-9: Adjustment Values for Pavement Joint Density Average Core Result

Percent Adjustment (Bridge and Non-Bridge) (1)(2) Percent Joint Density

97.1 – 100 -1.667*(ACRPD-98.5) 93.5 – 97.0 +2.5 92.0 – 93.4 +1.667*(ACRPD-92) 91.0 – 91.9 0 89.0 – 90.9 -7.5*(91-ACRPD) 88.0 – 88.9 -15*(90-ACRPD) 87.0 – 87.9 -30 86.9 or less Remove and Replace (curb to curb)

Notes: (1) ACRPD = Average Core Result Percent Density (2) All Percent Adjustments to be rounded to the second decimal place; for example round 1.667 to 1.67 Additionally, any sublot with a density result below 87% will be evaluated under 1.06.04.

ii. PWL Density Lot (3,500 tons or more): For each lot, the adjustment values will be calculated using PWL methodology based on mat and joint density test results. Only one result will be included for each sublot. The results will be considered as being normally distributed and all applicable equations in AASHTO R 9 and AASHTO R 42 Appendix X4 will apply. The specification limits for the PWL determination are as follows:

Mat Density: 91.5-98% Joint Density: 90-98%

For mat and joint density, the individual percent adjustment (PA) will be calculated as follows: For PWL between 50 and 90%: PA (M or J)= 0.25 * PWL – 22.50 For PWL at and above 90%: PA (M or J)= 0.125 * PWL – 11.25 Where: PAM = Total percent mat density adjustment value for the PWL mat density lot

PAJ= Total percent joint density adjustment value for the PWL joint density lot No positive adjustment will be applied to a density lot in which any core was not taken within the required 5 calendar days of placement. A lot with PWL less than 50% will be evaluated under 1.06.04. The total adjustment for each PWL mat density lot will be computed as follows:

Tons Adjusted for Mat Density (TMD) = (PAM / 100) X Tons

Where: Tons= Weight of material (tons) in the lot adjusted by 4.06.4-1. The total adjustment for each PWL joint density lot will be computed as follows:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

101 Town Project No. 14-20

Tons Adjusted for Joint Density (TJD) = (PAJ / 100) X J_Tons Tons Adjusted for Joint Density will be calculated at the end of each project or project phase.

Where: J_Tons = Tons in project or phase adjusted by 4.06.4 − 1 x Lot joint length

Joint length in project or phase

All bridge density lot adjustments will be evaluated in accordance with 4.06.04-2.b)i. Additionally, any sublot with a density result below 87% will be evaluated under 1.06.04.

iii. Partial Lots: Lots with less than 4 sub lots will be combined with the prior lot. If there is no prior lot with equivalent material and placement conditions or if the last test result of the prior lot is over 30 calendar days old, the mat and joint individual adjustments will be calculated in accordance to Tables 4.06-8 and 4.06-9. TMD and TJD will be calculated as indicated in 4.06.04-2.b)i. Lots with 4 or more sub lots will be calculated as indicated in 4.06.04-2.b)ii.

Density Lot Adjustment (Simple Average Lots): TD x Unit Price = Est. (Di) Density Lot Adjustment (PWL Lots): (TMD or TJD) x Unit Price = Est. (DMi or DJi)

Where: Unit Price = Contract unit price per ton per type of mixture

Est. (Di)= Pay Unit in dollars representing incentive or disincentive per simple average density lot Est. (DMi)= Pay Unit in dollars representing incentive or disincentive per PWL mat lot Est. (DJi)= Pay Unit in dollars representing incentive or disincentive per PWL joint lot

Additionally, any sublot with a density result below 87% will be evaluated under 1.06.04. 3. Transitions for Roadway Surface: The installation of permanent transitions will be measured under the appropriate item used in the formation of the transition. The quantity of material used for the installation of temporary transitions will be measured for payment under the appropriate item used in the formation of the transition. The installation and removal of a bond breaker and the removal and disposal of any temporary transition formed by milling or with bituminous concrete pavement is not measured for payment. 4. Cut Bituminous Concrete Pavement: The quantity of bituminous concrete pavement cut will be measured in accordance with 2.02.04. 5. Material for Tack Coat: The quantity of tack coat will be measured for payment by the number of gallons furnished and applied on the Project and approved by the Engineer. No tack coat material shall be included that is placed in excess of the tolerance described in 4.06.03. a. Container Method – Material furnished in a container will be measured to the nearest 1/2

gallon. The volume will be determined by either measuring the volume in the original container by a method approved by the Engineer or using a separate graduated container

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

102 Town Project No. 14-20

capable of measuring the volume to the nearest 1/2 gallon. The container in which the material is furnished must include the description of material, including lot number or batch number and manufacturer or product source.

b. Vehicle Method i. Measured by Weight: The number of gallons furnished will be determined by weighing

the material on calibrated scales furnished by the Contractor. To convert weight to gallons, one of the following formulas will be used: Tack Coat (gallons at 60°F) = Measured Weight (pounds) / Weight per gallon at 60°F Tack Coat (gallons at 60°F) = 0.996 x Measured Weight (pounds) / Weight per gallon at 77°F

ii. Measured by automated metering system on the delivery vehicle: Tack Coat (gallons at 60°F) = 0.976 x Measured Volume (gallons).

6. Material Transfer Vehicle (MTV): The furnishing and use of a MTV will be measured separately for payment based on the actual number of surface course tons delivered to a paver using the MTV.

4.06.05—Basis of Payment: 1. HMA S* or PMA S*: The furnishing and placing of bituminous concrete will be paid for at the Contract unit price per ton for " HMA S*" or " PMA S*." All costs associated with providing illumination of the work area are included in the general cost of the work. All costs associated with cleaning the surface to be paved, including mechanical sweeping, are included in the general cost of the work. All costs associated with constructing longitudinal joints are included in the general cost of the work. All costs associated with obtaining cores for acceptance testing and dispute resolution are included in the general cost of the work. 2. Bituminous Concrete Adjustment Costs: This adjustment will be calculated using the formulas shown below if all of the measured adjustments in 4.06.04-2 are not equal to zero. A positive or negative adjustment will be applied to monies due the Contractor. Production Lot: Ʃ Est (Pi) = Est. (P) Density Lot (Simple Average Lots): Ʃ Est (Di) = Est. (D) Density Lot (PWL): Ʃ Est (DMi) + Ʃ (DJi) = Est. (D) Bituminous Concrete Adjustment Cost= Est. (P) + Est. (D)

Where: Est. ( )= Pay Unit in dollars representing incentive or disincentive in each production or density lot calculated in 4.06.04-2

The Bituminous Concrete Adjustment Cost item, if included in the bid proposal or estimate, is not to be altered in any manner by the Bidder. If the Bidder should alter the amount shown, the altered figure will be disregarded and the original estimated cost will be used for the Contract. 3. Transitions for Roadway Surface: The installation of permanent transitions will be paid under the appropriate item used in the formation of the transition. The quantity of material used for the installation of temporary transitions will be paid under the appropriate pay item used in the formation of the transition. The installation and removal of a bond breaker, and the removal and disposal of any temporary transition formed by milling or with bituminous concrete

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

103 Town Project No. 14-20

pavement is included in the general cost of the work. 4. The cutting of bituminous concrete pavement will be paid in accordance with 2.02.05. 5. Material for tack coat will be paid for at the Contract unit price per gallon at 60°F for "Material for Tack Coat." 6. The Material Transfer Vehicle (MTV) will be paid at the Contract unit price per ton for "Material Transfer Vehicle."

Pay Item Pay Unit HMA S* ton PMA S* ton Bituminous Concrete Adjustment Cost est. Material for Tack Coat gal. Material Transfer Vehicle ton

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

104 Town Project No. 14-20

SECTION M.04 - BITUMINOUS CONCRETE MATERIALS Section M.04 is being deleted in its entirety and replaced with the following:

M.04.01—Bituminous Concrete Materials and Facilities M.04.02—Mix Design and Job Mix Formula (JMF) M.04.03—Production Requirements M.04.01—Bituminous Concrete Materials and Facilities: Each source of material, Plant, and laboratory used to produce and test bituminous concrete must be qualified on an annual basis by the Engineer. AASHTO or ASTM Standards noted with an (M) have been modified and are detailed in Table M.04.03-5. Aggregates from multiple sources of supply must not be blended or stored in the same stockpile. 1. Coarse Aggregate: All coarse aggregate shall meet the requirements listed in M.01.2. Fine Aggregate: All fine aggregate shall meet the requirements listed in M.01.3. Mineral Filler: Mineral filler shall conform to the requirements of AASHTO M 17.4. Performance Graded (PG) Asphalt Binder:

(a) General: i. PG asphalt binder shall be uniformly mixed and blended and be free of contaminants

such as fuel oils and other solvents. Binder shall be properly heated and stored toprevent damage or separation.

ii. The binder shall meet the requirements of AASHTO M 332 and shall be graded orverified in accordance with AASHTO R 29. The Contractor shall submit a CertifiedTest Report and bill of lading representing each delivery in accordance with AASHTOR 26(M). The Certified Test Report must also indicate the binder specific gravity at77°F; rotational viscosity at 275°F and 329°F; and the mixing and compactionviscosity-temperature chart for each shipment.

iii. The Contractor shall submit the name(s) of personnel responsible for receipt,inspection, and record keeping of PG binder. Contractor Plant personnel shalldocument specific storage tank(s) where binder will be transferred and stored until usedand provide binder samples to the Engineer upon request. The person(s) shall assurethat each shipment is accompanied by a statement certifying that the transport vehiclewas inspected before loading was found acceptable for the material shipped and that thebinder is free of contamination from any residual material, along with 2 copies of thebill of lading.

iv. The blending or combining of PG binders in 1 storage tank at the Plant from differentsuppliers, grades, or additive percentages is prohibited.

(b) Basis of Approval: The request for approval of the source of supply shall list the location where the material will be manufactured, and the handling and storage methods, along with necessary certification in accordance with AASHTO R 26(M). Only suppliers/refineries that have an approved “Quality Control Plan for Performance Graded Binders” formatted in accordance with AASHTO R 26(M) may supply PG binders to Department projects. (c) Standard Performance Grade (PG) Binder:

i. Standard PG binder shall be defined as “Neat.” Neat PG binders shall be free frommodification with: fillers, extenders, reinforcing agents, adhesion promoters,

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

105 Town Project No. 14-20

thermoplastic polymers, acid modification and other additives such as re-refined motor oil, and shall indicate such information on each bill of lading and Certified Test Report.

ii. The standard asphalt binder shall be PG 64S-22. (d) Modified Performance Grade (PG) Binder: The modified asphalt binder shall be Performance Grade PG 64E-22 asphalt modified solely with a Styrene-Butadiene-Styrene (SBS) polymer. The polymer modifier shall be added at either the refinery or terminal and delivered to the bituminous concrete production facility as homogenous blend. The stability of the modified binder shall be verified in accordance with ASTM D7173 using the Dynamic Shear Rheometer (DSR). The DSR G*/sin(δ) results from the top and bottom sections of the ASTM D7173 test shall not differ by more than 10%. The results of ASTM D7173 shall be included on the Certified Test Report. The binder shall meet the requirements of AASHTO M 332 (including Appendix X1) and AASHTO R 29. (e) Warm Mix Additive or Technology:

i. The warm mix additive or technology must be listed on the North East Asphalt User Producer Group (NEAUPG) Qualified Warm Mix Asphalt (WMA) Technologies List at the time of bid, which may be accessed online at http://www.neaupg.uconn.edu.

ii. The warm mix additive shall be blended with the asphalt binder in accordance with the manufacturer’s recommendations.

iii. The blended binder shall meet the requirements of AASHTO M 332 and shall be graded or verified in accordance with AASHTO R 29 for the specified binder grade. The Contractor shall submit a Certified Test Report showing the results of the testing demonstrating the binder grade. In addition, it must include the grade of the virgin binder, the brand name of the warm mix additive, the manufacturer’s suggested rate for the WMA additive, the water injection rate (when applicable), and the WMA Technology manufacturer’s recommended mixing and compaction temperature ranges.

5. Emulsified Asphalts: (a) General:

i. The emulsified asphalt shall meet the requirements of AASHTO M 140(M) or AASHTO M 208 as applicable.

ii. The emulsified asphalts shall be free of contaminants such as fuel oils and other solvents.

iii. The blending at mixing Plants of emulsified asphalts from different suppliers is prohibited.

(b) Basis of Approval: i. The request for approval of the source of supply shall list the location where the

material is manufactured, the handling and storage methods, and certifications in accordance with AASHTO R 77. Only suppliers that have an approved “Quality Control Plan for Emulsified Asphalt” formatted in accordance with AASHTO R 77 and that submit monthly split samples per grade to the Engineer may supply emulsified asphalt to Department projects.

ii. Each shipment of emulsified asphalt delivered to the Project site shall be accompanied with the corresponding Certified Test Report listing Saybolt viscosity, residue by evaporation, penetration of residue, and weight per gallon at 77°F and Material Certificate.

iii. Anionic emulsified asphalts shall meet the requirements of AASHTO M-140. Materials

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

106 Town Project No. 14-20

used for tack coat shall not be diluted and meet grade RS-1 or RS-1h. When ambient temperatures are 80°F and rising, grade SS-1 or SS-1h may be substituted if permitted by the Engineer.

iv. Cationic emulsified asphalt shall meet the requirements of AASHTO M-208. Materials used for tack coat shall not be diluted and meet grade CRS-1. The settlement and demulsibility test will not be performed unless deemed necessary by the Engineer. When ambient temperatures are 80°F and rising, grade CSS-1 or CSS-1h may be substituted if permitted by the Engineer.

6. Reclaimed Asphalt Pavement (RAP): (a) General: RAP is a material obtained from the cold milling or removal and processing of bituminous concrete pavement. RAP material shall be crushed to 100% passing the 1/2 inch sieve and free from contaminants such as joint compound, wood, plastic, and metals. (b) Basis of Approval: The RAP material will be accepted on the basis of one of the following criteria:

i. When the source of all RAP material is from pavements previously constructed on Department projects, the Contractor shall provide a Materials Certificate listing the detailed locations and lengths of those pavements and that the RAP is only from those locations listed.

ii. When the RAP material source or quality is not known, the Contractor shall request approval from the Engineer at least 30 calendar days prior to the start of the paving operation. The request shall include a Material Certificate and applicable test results stating that the RAP consists of aggregates that meet the specification requirements of M.04.01-1 through M.04.01-3 and that the binder in the RAP is substantially free of solvents, tars and other contaminants. The Contractor is prohibited from using unapproved material on Department projects and shall take necessary action to prevent contamination of approved RAP stockpiles. Stockpiles of unapproved material shall remain separate from all other RAP materials at all times. The request for approval shall include the following:

1. A 50-lb. sample of the RAP to be incorporated into the recycled mixture. 2. A 25-lb. sample of the extracted aggregate from the RAP.

7. Crushed Recycled Container Glass (CRCG): (a) Requirements: The Contractor may propose to use clean and environmentally-acceptable CRCG in an amount not greater than 5% by weight of total aggregate. (b) Basis of Approval: The Contractor shall submit to the Engineer a request to use CRCG. The request shall state that the CRCG contains no more than 1% by weight of contaminants such as paper, plastic, and metal and conforms to the following gradation:

CRCG Grading Requirements Sieve Size Percent Passing 3/8 inch 100

No. 4 35-100 No. 200 0.0-10.0

The Contractor shall submit a Material Certificate to the Engineer stating that the CRCG complies with all the applicable requirements in this Section.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

107 Town Project No. 14-20

8. Joint Seal Material: Joint seal material must meet the requirements of ASTM D6690 - Type 2. The Contractor shall submit a Material Certificate in accordance with 1.06.07 certifying that the joint seal material meets the requirements of this Section. 9. Recycled Asphalt Shingles (RAS): RAS shall consist of processed asphalt roofing shingles from post-consumer asphalt shingles or from manufactured shingle waste. The RAS material under consideration for use in bituminous concrete mixtures must be certified as being asbestos-free and shall be entirely free of whole, intact nails. The RAS material shall meet the requirements of AASHTO MP 23. The Producer shall test the RAS material to determine the asphalt content and the gradation of the RAS material. The Producer shall take necessary action to prevent contamination of RAS stockpiles. The Contractor shall submit a Material Certificate to the Engineer stating that the RAS complies with all the applicable requirements in this Section. 10. Plant Requirements: (a) General: The Plant producing bituminous concrete shall comply with AASHTO M 156. (b) Storage Silos: The Contractor may use silos for short-term storage with the approval of the Engineer. A storage silo must have heated cones and an unheated silo cylinder if it does not contain a separate internal heating system. When multiple silos are filled, the Contractor shall discharge 1 silo at a time. Simultaneous discharge of multiple silos for the same Project is not permitted.

Type of silo cylinder Maximum storage time for all classes (hr)

HMA WMA/PMA

Open Surge 4 Mfg Recommendations*

Unheated - Non-insulated 8 Mfg Recommendations*

Unheated - Insulated 18 Mfg Recommendations*

Heated - No inert gas TBD by the Engineer TBD by the Engineer *Not to exceed HMA limits (c) Documentation System: The mixing Plant documentation system shall include equipment for accurately proportioning the components of the mixture by weight and in the proper order, controlling the cycle sequence, and timing the mixing operations. Recording equipment shall monitor the batching sequence of each component of the mixture and produce a printed record of these operations on each Plant ticket, as specified herein. If recycled materials are used, the Plant tickets shall include their dry weight, percentage, and daily moisture content. If a WMA Technology is added at the Plant, the Plant tickets shall include the actual dosage rate. For drum Plants, the Plant ticket shall be produced at 5 minute intervals and maintained by the vendor for a period of 3 years after the completion of the Project. For batch Plants, the Plant ticket shall be produced for each bath and maintained by the vendor for a period of 3 years after the completion of the Project. In addition, an asterisk (*)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

108 Town Project No. 14-20

shall be automatically printed next to any individual batch weight(s) exceeding the following tolerances:

Each Aggregate Component ±1.5% of individual or cumulative target weight for each bin

Mineral Filler ±0.5% of the total batch

Bituminous Material ±0.1% of the total batch

Zero Return (Aggregate) ±0.5% of the total batch

Zero Return (Bituminous Material) ±0.1% of the total batch

The entire batching and mixing interlock cut-off circuits shall interrupt and stop the automatic batching operations when an error exceeding the acceptable tolerance occurs in proportioning. The scales shall not be manually adjusted during the printing process. In addition, the system shall be interlocked to allow printing only when the scale has come to a complete rest. A unique printed character (m) shall automatically be printed on the truck and batch plant printout when the automatic batching sequence is interrupted or switched to auto-manual or full manual during proportioning. (d) Aggregates: Aggregate stockpiles shall be managed to prevent segregation and cross contamination. For drum Plants only, the percent moisture content, at a minimum prior to production and half way through production, shall be determined. (e) Mixture: The dry and wet mix times shall be sufficient to provide a uniform mixture and a minimum particle coating of 95% as determined by AASTO T 195(M). Bituminous concrete mixtures shall contain no more than 0.5% moisture when tested in accordance with AASHTO T 329. (f) RAP: RAP moisture content shall be determined a minimum of twice daily (prior to production and halfway through production). (g) Asphalt Binder: A binder log shall be submitted to the Department’s Central Lab on a monthly basis. (h) Warm mix additive: For mechanically foamed WMA, the water injection rate shall be monitored during production and not exceed 2.0% by total weight of binder. For additive added at the Plant, the dosage rate shall be monitored during production. (i) Testing Laboratory: The Contractor shall maintain a laboratory to test bituminous concrete mixtures during production. The laboratory shall have a minimum of 300 s.f., have a potable water source and drainage in accordance with the CT Department of Public Health Drinking Water Division, and be equipped with all necessary testing equipment as well as with a PC, printer, and telephone with a dedicated hard-wired phone line. In addition, the PC shall have a high speed internet connection and a functioning web browser with unrestricted access to https://ctmail.ct.gov . This equipment shall be maintained in working order at all times and be made available for use by the Engineer. The laboratory shall be equipped with a heating system capable of maintaining a minimum temperature of 65°F. It shall be clean and free of all materials and equipment not associated with the laboratory. Sufficient light and ventilation must be provided. During summer months

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

109 Town Project No. 14-20

adequate cooling or ventilation must be provided so the indoor air temperature shall not exceed the ambient outdoor temperature. The laboratory testing apparatus, supplies, and safety equipment shall be capable of performing all the applicable tests in their entirety that are referenced in AASHTO R 35 and AASHTO M 323. The Contractor shall ensure that the Laboratory is adequately supplied at all times during the course of the Project with all necessary testing materials and equipment. The Contractor shall maintain a list of laboratory equipment used in the acceptance testing processes including, but not limited to, balances, scales, manometer/vacuum gauge, thermometers, and gyratory compactor, clearly showing calibration and/or inspection dates, in accordance with AASHTO R 18. The Contractor shall notify the Engineer if any modifications are made to the equipment within the laboratory. The Contractor shall take immediate action to replace, repair, or recalibrate any piece of equipment that is out of calibration, malfunctioning, or not in operation. M.04.02—Mix design and Job Mix Formula (JMF) 1. Curb Mix: (a) Requirements: The Contractor shall use bituminous concrete that meets the requirements of Table M.04.02-1. RAP may be used in 5% increments by weight up to 30%. (b) Basis of Approval: Annually, an approved JMF based on a mix design for curb mix must be on file with the Engineer prior to use. The Contractor shall test the mixture for compliance with the submitted JMF and Table M.04.02-1. The maximum theoretical density (Gmm) will be determined by AASHTO T 209. If the mixture does not meet the requirements, the JMF shall be adjusted within the ranges shown in Table M.04.02-1 until an acceptable mixture is produced. An accepted JMF from the previous operating season may be acceptable to the Engineer provided that there are no changes in the sources of supply for the coarse aggregate, fine aggregate, recycled material (if applicable) and the Plant operation had been consistently producing acceptable mixture. Any change in component source of supply or consensus properties must be approved by the Engineer. A revised JMF shall be submitted prior to use.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

110 Town Project No. 14-20

TABLE M.04.02-1: Control Points for Curb Mix Mixtures

Mix Curb Mix Production Tolerances from JMF Target

Grade of PG Binder content %

PG 64S-22 6.5 - 9.0 0.4

Sieve Size No. 200 3.0 - 8.0 (b) 2.0 No. 50 10 - 30 4 No. 30 20 - 40 5 No. 8 40 - 70 6 No. 4 65 - 87 7

1/4 inch 3/8 inch 95 - 100 8 1/2 inch 100 8 3/4 inch 8 1 inch 2 inch

Additionally, the fraction of material retained between any 2 consecutive sieves shall not be less than 4%.

Mixture Temperature Binder 325°F maximum

Aggregate 280-350°F Mixtures 265-325°F

Mixture Properties Air Voids (VA) % 0 – 4.0 (a)

Notes: (a) Compaction Parameter 50 gyrations (Ndes) (b) The percent passing the No. 200 sieve shall not exceed the

percentage of bituminous asphalt binder. 2. Superpave Design Method – S0.25, S0.375, S0.5, and S1: (a) Requirements: All designated mixes shall be designed using the Superpave mix design method in accordance with AASHTO R 35. A JMF based on the mix design shall meet the requirements of Tables M.04.02-2 to M.04.02-5. Each JMF and component samples must be submitted no less than 7 days prior to production and must be approved by the Engineer prior to use. All JMFs expire at the end of the calendar year. All aggregate component consensus properties and tensile strength ratio (TSR) specimens shall be tested at an AASHTO Materials Reference Laboratory (AMRL) by NETTCP Certified Technicians. All bituminous concrete mixes shall be tested for stripping susceptibility by performing the TSR test procedure in accordance with AASHTO T 283(M) at a minimum every 36 months. The compacted specimens may be fabricated at the Plant and then tested at an AMRL accredited facility. A minimum of 45000 grams of laboratory or plant blended mixture and the

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

111 Town Project No. 14-20

corresponding complete Form MAT-412s shall be submitted to the Division of Material Testing (DMT) for design TSR testing verification. The mixture submitted shall be representative of the corresponding mix design as determined by the Engineer.

i. Superpave Mixtures with RAP: RAP may be used with the following conditions: • RAP amounts up to 15% may be used with no binder grade modification. • RAP amounts up to 20% may be used provided a new JMF is approved by the

Engineer. The JMF submittal shall include the grade of virgin binder added. The JMF shall be accompanied by a blending chart and supporting test results in accordance with AASHTO M 323 Appendix X1, or by testing that shows the combined binder (recovered binder from the RAP, virgin binder at the mix design proportions, warm mix asphalt additive and any other modifier if used) meets the requirements of the specified binder grade.

• Two (2) representative samples of RAP shall be obtained. Each sample shall be split, and 1 split sample shall be tested for binder content in accordance with AASHTO T 164 and the other in accordance with AASHTO T 308.

• RAP material shall not be used with any other recycling option. ii. Superpave Mixtures with RAS: RAS may be used solely in HMA S1 mixtures with the

following conditions: • RAS amounts up to 3% may be used. • RAS total binder replacement up to 15% may be used with no binder grade

modification. • RAS total binder replacement up to 20% may be used provided a new JMF is

approved by the Engineer. The JMF submittal shall include the grade of virgin binder added. The JMF shall be accompanied by a blending chart and supporting test results in accordance with AASHTO M 323 Appendix X1, or by testing that shows the combined binder (recovered binder from the RAP, virgin binder at the mix design proportions, warm mix asphalt additive and any other modifier if used) meets the requirements of the specified binder grade.

• Superpave Mixtures with RAS shall meet AASHTO PP 78 design considerations. iii. Superpave Mixtures with CRCG: CRCG may be used solely in HMA S1 mixtures. One

percent (1%) of hydrated lime, or other accepted non-stripping agent, shall be added to all mixtures containing CRCG. CRCG material shall not be used with any other recycling option.

(b) Basis of Approval: The following information must be included in the JMF submittal: i. Gradation, consensus properties and specific gravities of the aggregate, RAP or RAS.

ii. Average asphalt content of the RAP or RAS by AASHTO T 164. iii. Source of RAP or RAS and percentage to be used. iv. Warm mix Technology, manufacturer’s recommended additive rate and tolerances, and

manufacturer recommended mixing and compaction temperatures. v. TSR test report and anti-strip manufacturer and recommended dosage rate if applicable.

vi. Mixing and compaction temperature ranges for the mix with and without the warm-mix technology incorporated.

vii. JMF ignition oven correction factor by AASHTO T 308. With each JMF submittal, the following samples shall be submitted to the Division of Materials Testing:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

112 Town Project No. 14-20

• 4 - one (1) quart cans of PG binder, with corresponding Safety Data Sheet (SDS) • 1 - 50 lbs. bag of RAP • 2 - 50 lbs. bags of Plant-blended virgin aggregate

A JMF may not be approved if any of the properties of the aggregate components or mix do not meet the verification tolerances as described in the Department’s current QA Program for Materials, Acceptance and Assurance Testing Policies and Procedures. Any material based on a JMF, once approved, shall only be acceptable for use when it is produced by the designated Plant, it utilizes the same components, and the production of material continues to meet all criteria as specified in Tables M.04.02-2, M.04.02-3 and M.04.02-4. A new JMF must be submitted to the Engineer for approval whenever a new component source is proposed. Only 1 mix with 1 JMF will be approved for production at a time. Switching between approved JMF mixes with different component percentages or sources of supply is prohibited.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

113 Town Project No. 14-20

TABLE M.04.02-2: Superpave Master Range for Bituminous Concrete Mixture Design Criteria S0.25 S0.375 S0.5 S1

Sieve Control Points

Control Points

Control Points

Control Points

inches Min (%)

Max (%)

Min (%)

Max (%)

Min (%)

Max (%)

Min (%)

Max (%)

2.0 - - - - - - - -

1.5 - - - - - - 100 -

1.0 - - - - - - 90 100

3/4 - - - - 100 - - 90

1/2 100 - 100 - 90 100 - -

3/8 97 100 90 100 - 90 - -

No. 4 72 90 - 72 - - - -

No. 8 32 67 32 67 28 58 19 45

No. 16 - - - - - - - -

No. 30 - - - - - - - -

No. 50 - - - - - - - -

No. 100 - - - - - - - -

No. 200 2.0 10.0 2.0 10.0 2.0 10.0 1.0 7.0

VMA (%) 16.5 ± 1 16.0 ± 1 15.0 ± 1 13.0 ± 1

VA (%) 4.0 ± 1 4.0 ± 1 4.0 ± 1 4.0 ± 1

Gse JMF value JMF value JMF value JMF value

Gmm JMF ± 0.030 JMF ± 0.030 JMF ± 0.030 JMF ± 0.030

Dust / effective binder 0.6 - 1.2 0.6 - 1.2 0.6 - 1.2 0.6 - 1.2

TSR ≥ 80% ≥ 80% ≥ 80% ≥ 80%

T-283 Stripping Minimal as determined by the Engineer (c) Mix Status: Each facility will have each type of bituminous concrete mixture rated based on the results of the previous year of production. Mix status will be provided to each bituminous concrete Producer prior to the beginning of the paving season.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

114 Town Project No. 14-20

The rating criteria are based on compliance with Air Voids and Voids in Mineral Aggregate (VMA) as indicated in Table M.04.03-4 and are calculated as follows: Criteria A: Percentage of acceptance test results with compliant air voids. Criteria B: The average of the percentage of acceptance results with compliant VMA and

the percentage of acceptance results with compliant air voids. The final rating assigned will be the lower of the rating obtained with Criteria A or Criteria B. Mix status is defined as: “A” – Approved: Assigned to each mixture type from a production facility with a current rating of 70% or greater, or to each mixture type completing a successful PPT. “PPT” – Pre-Production Trial: Temporarily assigned to each mixture type from a production facility when:

1. there are no compliant acceptance production test results submitted to the Department from the previous year;

2. there is a source change in one or more aggregate components; 3. there is a component percentage change of more than 5% by weight; 4. there is a change in RAP percentage; 5. the mixture has a rating of less than 70% from the previous season; 6. it is a new JMF not previously submitted; or 7. the average of 10 consecutive acceptance results for VFA, Density to Nini or dust to

effective binder ratio does not meet the criteria in tables M.04.02-2 and M.04.02-4. Bituminous concrete mixtures rated with a “PPT” status cannot be used on Department projects. Testing shall be performed by the Producer with NETTCP certified personnel on material under this status. Test results must confirm that specification requirements in Tables M.04.02-2 through M.04.02-4 are met and the binder content (Pb) meets the requirements in Table M.04.03-2 before material can be used. One of the following methods must be used to verify the test results: Option A: Schedule a day when a Department Inspector can be at the facility to witness testing Option B: When the Contractor or their representative performs testing without being

witnessed by an Inspector, the Contractor shall submit the test results and a split sample including 2 gyratory molds, 5,000 grams of boxed bituminous concrete, and 5,000 grams of cooled loose bituminous concrete for verification testing and approval

Option C: When the Contractor or their representative performs testing without being witnessed by a Department Inspector, the Engineer may verify the mix in the Contractor’s laboratory

Witnessing or verifying by the Department of compliant test results will change the mix’s status to “A” The differences between the Department’s test results and the Contractor’s must be within the “C” tolerances included in the Department’s QA Program for Materials, Acceptance and Assurance Testing Policies and Procedures in order to be verified. “U” – Not Approved: Status assigned to a type of mixture that does not have an approved JMF. Bituminous concrete mixtures with a “U” status cannot be used on Department projects.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

115 Town Project No. 14-20

TABLE M.04.02-3:

Superpave Consensus Properties Requirements for Combined Aggregate

Traffic Level

Design ESALs

(80kN)

Millions

Coarse Aggregate

Angularity(1

) ASTM D5821,

Minimum %

Fine Aggregate Angularity

AASHTO T 304,

Method A Minimum %

Flat and Elongated Particles(2)

ASTM D4791, Maximum %

Sand Equivalent AASHTO

T 176, Minimum %

1 < 0.3 55/- - 40 10 40

2 0.3 to < 3.0 75/- - 40 10 40

3 ≥ 3.0 95/90 45 10 45

Notes: (1) 95/90 denotes that a minimum of 95% of the coarse aggregate, by mass, shall have one fractured face and that a minimum of 90% shall have two fractured faces. (2) Criteria presented as maximum Percent by mass of flat and elongated particles of materials retained on the No. 4 sieve, determined at 5:1 ratio.

TABLE M.04.02-4: Superpave Traffic Levels and Design Volumetric Properties

Traffic Level

Design ESALs

Number of Gyrations by

Superpave Gyratory

Compactor

Percent Density of Gmm from HMA/ WMA Specimen

Voids Filled with Asphalt (VFA) Based on Nominal Mix

Size - Inch

(million) Nini Ndes Nmax Nini Ndes Nmax 0.25 0.375 0.5 1 1 <0.3 6 50 75 ≤91.5 96.0 ≤98.0 70-80 70-80 70-80 67-80

2 0.3 to <3.0 7 75 115 ≤90.5 96.0 ≤98.0 65-78 65-78 65-78 65-78

3 ≥3.0 7 75 115 ≤90.0 96.0 ≤98.0 65-77 65-76 65-75 65-75

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

116 Town Project No. 14-20

TABLE M.04.02-5: Superpave Minimum Binder Content by Mix Type and Level

Mix Type Level Binder Content Minimum

S0.25 1 5.80

S0.25 2 5.70

S0.25 3 5.70

S0.375 1 5.70

S0.375 2 5.60

S0.375 3 5.60

S0.5 1 5.10

S0.5 2 5.00

S0.5 3 5.00

S1 1 4.60

S1 2 4.50

S1 3 4.50

M.04.03—Production Requirements: 1. Standard Quality Control Plan (QCP) for Production: The QCP for production shall describe the organization and procedures, which the Contractor shall use to administer quality control. The QCP shall include the procedures used to control the production process, to determine when immediate changes to the processes are needed, and to implement the required changes. The QCP must detail the inspection, sampling and testing protocols to be used, and the frequency for each. Control Chart(s) shall be developed and maintained for critical aspect(s) of the production process as determined by the Contractor. The control chart(s) shall identify the material property, applicable upper and lower control limits, and be updated with current test data. As a minimum, the following quality characteristics shall be included in the control charts: • percent passing No. 4 sieve • percent passing No. 200 sieve • binder content • air voids • Gmm • Gse • VMA The control chart(s) shall be used as part of the quality control system to document variability of the bituminous concrete production process. The control chart(s) shall be submitted to the Engineer the first day of each month.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

117 Town Project No. 14-20

The QCP shall also include the name and qualifications of a Quality Control Manager. The Quality Control Manager shall be responsible for the administration of the QCP, including compliance with the plan and any plan modifications. The Contractor shall submit complete production testing records to the Engineer within 24 hours in a manner acceptable to the Engineer. The QCP shall also include the name and qualifications of any outside testing laboratory performing any QC functions on behalf of the Contractor. The QCP must also include a list of sampling and testing methods and frequencies used during production, and the names of all Quality Control personnel and their duties. Approval of the QCP does not imply any warranty by the Engineer that adherence to the plan will result in production of bituminous concrete that complies with these specifications. The Contractor shall submit any changes to the QCP as work progresses. 2. Acceptance Requirements:

(a) General: For those mixes with a total estimated project tonnage over 500 tons, a NETTCP HMA Paving Inspector certified Contractor representative shall obtain a field sample of the material placed at the project site in accordance with AASHTO T 168 using the procedure indicated in Section 5.2.3 or an alternate procedure approved by the Engineer. Sampling from the truck at the Plant in accordance with AASHTO T 168 using the procedure indicated in Section 5.2.2 will be allowed for those mixes with a total estimated project tonnage equal to or less than 500 tons. Regardless of sampling location, the sample shall be quartered by the Contractor in accordance with AASHTO R 47 and placed in an approved container. The container shall be sealed with a security tape provided by the Department and labelled to include the project number, date of paving, mix type, lot and sublot numbers and daily tonnage. The minimum weight of each quartered sample shall be 14000 grams. The Contractor shall transport one of the containers to the Departments Central Laboratory in Rocky Hill, retain one of the sealed containers for potential use in dispute resolution and test the remaining samples for acceptance in accordance with past practice. The Contractor shall submit all acceptance tests results to the Engineer within 24 hours or prior to the next day’s production. All acceptance test specimens and supporting documentation must be retained by the Contractor and may be disposed of with the approval of the Engineer. All quality control specimens shall be clearly labeled and separated from the acceptance specimens. Contractor personnel performing QC and acceptance testing must be present at the facility prior to, during, and until completion of production, and be certified as a NETTCP HMA Plant Technician or Interim HMA Plant Technician and be in good standing. Production of material for use on State projects must be suspended by the Contractor if such personnel are not present. Technicians found by the Engineer to be non-compliant with NETTCP policies and procedures or Department policies may be removed by the Engineer from participating in the acceptance testing process for Department projects until their actions can be reviewed. Verification and dispute resolution testing will be performed by the Engineer in accordance with the Department’s QA Program for Materials. Should the Department be unable to validate the Contractor’s acceptance test result(s) for a lot of material, the Engineer will use results from verification testing and re-calculate the pay adjustment for that lot. The Contractor may request to initiate the dispute resolution process in writing within 24 hours of receiving the adjustment and must include supporting documentation or test results to justify the request. (b) Curb Mix Acceptance Sampling and Testing Procedures: Curb Mixes shall be tested by the Contractor at a frequency of 1 test per every 250 tons of cumulative production, regardless of the day of production. When these mix designs are specified, the following acceptance procedures and AASHTO test methods shall be used:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

118 Town Project No. 14-20

TABLE M.04.03-1: Curb Mix Acceptance Test Procedures Protoco

l Reference Description 1 AASHTO T 30(M) Mechanical Analysis of Extracted Aggregate 2 AASHTO T 168 Sampling of Bituminous Concrete 3 AASHTO T 308 Binder Content by Ignition Oven Method (adjusted for

aggregate correction factor) 4 AASHTO T

209(M)(2) Theoretical Maximum Specific Gravity and Density of

Bituminous Paving Mixtures 5 AASHTO T 312(2) (1)Superpave Gyratory Molds Compacted to Ndes

6 AASHTO T 329 Moisture Content of Hot-Mix Asphalt (HMA) by Oven Method

Notes: (1) One (1) set equals 2 each of 6-inch molds. Molds to be compacted to 50 gyrations. (2) Once per year or when requested by the Engineer.

i. Determination of Off-Test Status:

1. Curb Mix is considered “off test” when the test results indicate that any single value for bitumen content or gradation are not within the tolerances shown in Table M.04.02-1 for that mixture. If the mix is “off test,” the Contractor must take immediate actions to correct the deficiency and a new acceptance sample shall be tested on the same day or the following day of production.

2. When multiple silos are located at 1 site, mixture supplied to 1 project is considered as coming from 1 source for the purpose of applying the “off test” status.

3. The Engineer may cease supply from the Plant when test results from 3 consecutive samples are not within the JMF tolerances or the test results from 2 consecutive samples not within the control points indicated in Table M.04.02-1 regardless of production date.

ii. JMF Revisions 1. If a test indicates that the bitumen content or gradation are outside the tolerances, the

Contractor may make a single JMF revision as allowed by the Engineer prior to any additional testing. Consecutive test results outside the requirements of Table M.04.02-1 JMF tolerances may result in rejection of the mixture.

2. Any modification to the JMF shall not exceed 50% of the JMF tolerances indicated in Table M.04.02-1 for any given component of the mixture without approval of the Engineer. When such an adjustment is made to the bitumen, the corresponding production percentage of bitumen shall be revised accordingly.

(c) Superpave Mix Acceptance: i. Sampling and Testing Procedures

Production Lot: The lot will be defined as one of the following types: - Non-PWL Production Lot for total estimated Project quantities per mixture less

than 3500 tons: All mixture placed during a single continuous paving operation. - PWL Production Lot for total estimated Project quantities per mixture of 3500

tons or more: Each 3500 tons of mixture produced within 30 calendar days. Production Sub Lot:

- For Non-PWL: As defined in Table M.04.03-2 - For PWL: 500 tons (The last sub lot may be less than 500 tons.)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

119 Town Project No. 14-20

Partial Production Lots (For PWL only): A Lot with less than 3500 tons due to: - completion of the course; - a Job Mix Formula revision due to changes in:

o cold feed percentages over 5%, o target combined gradation over 5%, o target binder over 0.15%, o any component specific gravity; or

- a lot spanning 30 calendar days. The acceptance sample(s) location(s) shall be selected using stratified - random sampling in accordance with ASTM D3665 based on:

- the total daily estimated tons of production for non-PWL lots, or - the total size for PWL lots.

One (1) acceptance sample shall be obtained and tested per sub lot with quantities over 125 tons. The Engineer may direct that additional acceptance samples be obtained. For non-PWL lots, one (1) acceptance test shall always be performed in the last sub lot based on actual tons of material produced. For non-PWL lots, quantities of the same mixture per Plant may be combined daily for multiple State projects to determine the number of sub lots. The payment adjustment will be calculated as described in 4.06.

TABLE M.04.03-2: Superpave Acceptance Testing Frequency per Type/Level/Plant for Non-PWL Lots

Daily Quantity Produced in Tons (Lot) Number of Sub Lots/Tests

0 to 125 0, Unless requested by the Engineer 126 to 500 1

501 to 1,000 2 1,001 to 1,500 3

1,500 or greater 1 per 500 tons or portions thereof

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

120 Town Project No. 14-20

The following test procedures shall be used for acceptance: TABLE M.04.03-3: Superpave Acceptance Testing Procedures

Protocol Procedure Description 1 AASHTO T 168 Sampling of bituminous concrete 2 AASHTO R 47 Reducing samples to testing size

3 AASHTO T 308 Binder content by ignition oven method (adjusted for aggregate correction factor)

4 AASHTO T 30(M) Gradation of extracted aggregate for bituminous concrete mixture

5 AASHTO T 312 (1)Superpave gyratory molds compacted to Ndes 6 AASHTO T 166 (2)Bulk specific gravity of bituminous concrete 7 AASHTO R 35 (2)Air voids, VMA

8 AASHTO T 209(M) Maximum specific gravity of bituminous concrete (average of 2 tests)

9 AASHTO T 329 Moisture content of bituminous concrete Notes: (1) One (1) set equals 2 each of 6-inch molds. Molds to be compacted to Nmax for PPTs and to Ndes for production testing. The first sub lot of the year shall be compacted to Nmax.

(2) Average value of 1 set of 6-inch molds. If the average ignition oven corrected binder content differs by 0.3% or more from the average of the Plant ticket binder content in 5 consecutive tests regardless of the production date (moving average), the Contractor shall immediately investigate, determine an assignable cause, and correct the issue. When 2 consecutive moving average differences are 0.3% or more and no assignable cause has been established, the Engineer may require a new ignition oven aggregate correction factor to be performed or to adjust the current factor by the average of the differences between the corrected binder content and production Plant ticket for the last 5 acceptance results. The Contractor shall perform TSR testing within 30 days after the start of production for all design levels of HMA- and PMA- S0.5 Plant-produced mixtures, in accordance with AASHTO T 283(M). The TSR test shall be performed at an AMRL certified laboratory by NETTCP certified technicians. The compacted specimens may be fabricated at the Plant and then tested at an AMRL accredited facility. A minimum of 45000 grams of plant blended mixture and the corresponding complete Form MAT-412s shall be submitted to the DMT for production TSR testing verification. The mixture submitted shall be representative of the corresponding mix design as determined by the Engineer. Additionally, the TSR test report and tested specimens shall be submitted to the Engineer for review. Superpave mixtures that require anti-strip additives (either liquid or mineral) shall continue to meet all requirements specified herein for binder and bituminous concrete. The Contractor shall submit the name, manufacturer, percent used, technical datasheet and SDS for the anti-strip additive (if applicable) to the Engineer.

i. Determination of Off-Test Status: 1. Superpave mixes shall be considered “off test” when any control point sieve, binder

content, VA, VMA, and Gmm value is outside of the limits specified in Table M.04.03-4 or the target binder content at the Plant is below the minimum binder

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

121 Town Project No. 14-20

content stated in Table M.04.02-5. Note that further testing of samples or portions of samples not initially tested for this purpose cannot be used to change the status.

2. Any time the bituminous concrete mixture is considered off-test: A. The Contractor shall notify the Engineer when the Plant is “off test” for any mix

design that is delivered to the Project in any production day. When multiple silos are located at 1 site, mixture supplied to 1 project is considered as coming from 1 source for the purpose of applying the “off test” determination.

B. The Contractor must take immediate actions to correct the deficiency, minimize “off test” production to the Project, and obtain an additional Process Control (PC) test after any corrective action to verify production is in conformance with the specifications. A PC test will not be used for acceptance and is solely for the use of the Contractor in its quality control process.

ii. Cessation of Supply for Superpave Mixtures in Non-PWL Lots: A mixture shall not be used on Department projects when it is “off test” for: 1. four (4) consecutive tests in any combination of VA, VMA or Gmm, regardless of

date of production, or 2. two (2) consecutive tests in the control point sieves in 1 production shift. As a result of cessation of supply, the mix status will be changed to PPT

iii. JMF revisions: JMF revisions are only permitted prior to or after a production shift. A JMF revision is effective from the time it was submitted and is not retroactive to the previous test(s). JMF revisions shall be justified by a documented trend of test results. Revisions to aggregate or RAP specific gravities are only permitted when testing is performed at an AMRL certified laboratory by NETTCP certified technicians. A JMF revision is required when the Plant target RAP or bin percentage deviates by more than 5% or the Plant target binder content deviates by more than 0.15% from the active JMF.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

122 Town Project No. 14-20

TABLE M.04.03-4: Superpave Mixture Production Requirements S0.25 S0.375 S0.5 S1 Tolerances

Sieve Control Points

Control Points

Control Points

Control Points

From JMF Targets(2)

inches Min (%)

Max (%)

Min (%)

Max (%)

Min (%)

Max (%)

Min (%)

Max (%)

+/- Tolerance

1.5 - - - - - - 100 -

1.0 - - - - - - 90 100

3/4 - - - - 100 - - 90

1/2 100 - 100 - 90 100 - -

3/8 97 100 90 100 - 90 - -

No. 4 72 90 - 72 - - - -

No. 8 32 67 32 67 28 58 19 45

No. 16 - - - - - - - -

No. 200 2.0 10.0 2.0 10.0 2.0 10.0 1.0 7.0

Pb JMF value JMF value JMF value JMF value 0.3(3)

VMA (%) 16.5 16.0 15.0 13.0 1.0(4)

VA (%) 4.0 4.0 4.0 4.0 1.0(5)

Gmm JMF value JMF value JMF value JMF value 0.030

Mix Temp. – HMA(6) 265-325°F (1) 265-325°F (1) 265-325°F (1) 265-325°F (1)

Mix Temp. – PMA(6) 285-335°F (1) 285-335°F (1) 285-335°F (1) 285-335°F (1)

Prod. TSR N/A N/A ≥80% N/A

T-283 Stripping N/A N/A Minimal TBD by

the Engineer N/A

Notes: (1) 300°F minimum after October 15. (2) JMF tolerances shall be defined as the limits for production compliance. (3) 0.4 for PWL lots (4) 1.3 for all PWL lots except S/P 0.25 mixes. 1.1 for S/P 0.25 Non-PWL lots. 1.4 for S/P 0.25

PWL lots (5) 1.2 for PWL lots

(6) Also applies to placement

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

123 Town Project No. 14-20

Table M.04.03-5: Modifications to Standard AASHTO and ASTM Test Specifications and Procedures

AASHTO Standard Method of Test Reference Modification

T 30 Section 7.2 through 7.4 Samples are not routinely washed for production testing

T 209 Section 7.2 The average of 2 bowls is used proportionally in order to satisfy minimum mass requirements. 8.3 Omit Pycnometer method.

T 283

When foaming technology is used, the material used for the fabrication of the specimens shall be cooled to room temperature, and then reheated to the manufacturer’s recommended compaction temperature prior to fabrication of the specimens.

AASHTO Standard Recommended Practices Reference Modification

R 26

All laboratory technician(s) responsible for testing PG binders shall be certified or Interim Qualified by NETTCP as a PG Asphalt Binder Lab Technician. All laboratories testing binders for the Department are required to be accredited by the AMRL. Sources interested in being approved to supply PG binders to the Department by use of an “in-line blending system” must record properties of blended material and additives used. Each source of supply of PG binder must indicate that the binders contain no additives used to modify or enhance their performance properties. Binders that are manufactured using additives, modifiers, extenders, etc., shall disclose the type of additive, percentage and any handling specifications or limitations required. All AASHTO M 320 references shall be replaced with AASHTO M 332. Once a month, 1 split sample and test results for each asphalt binder grade and each lot shall be submitted by the PG binder supplier to the Department’s Central Lab. Material remaining in a certified lot shall be re-certified no later than 30 days after initial certification. Each April and September, the PG binder supplier shall submit test results for 2 BBR tests at 2 different temperatures in accordance with AASHTO R 29.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

124 Town Project No. 14-20

ITEM #0202217A – SUPPLEMENTAL STREAMBED CHANNEL MATERIAL Description: This work shall consist of procuring, transporting and placing supplemental streambed channel material meeting the visual inspection requirements herein, along stream bank/channel improvement locations as shown on the plans or denoted on the Project’s permit applications. This work shall also include any necessary temporary protection and stockpiling of the supplemental streambed channel material on the Site and removal and proper disposal of all unused material. Materials: The Contractor shall furnish visually inspected and accepted supplemental streambed channel material from an off-Site source. The supplemental streambed channel material for this item shall be consistent with the existing naturally-formed cobbles and rocks, gravel, and clean natural sediments found within the existing channel. Rock excavated from ledge (bedrock) formations, broken from larger boulders, broken concrete or angular material will not be accepted. Rock larger than 12 inches in diameter will not be accepted. Silts and clays will not be accepted. The visual inspection of the supplemental streambed channel material shall be performed by the Engineer at the off-Site source prior to delivery of material to the Site. The Contractor shall notify the Engineer at least 10 days in advance of the need for inspection of proposed off-Site material. Construction Methods: At the start of construction, the Contractor shall prepare an area, approved by the Engineer, suitable in size and location for stockpiling the supplemental streambed channel bottom material. The Contractor shall select an upland location where disruption to the stream channel or impact to wetland areas caused by moving the supplemental streambed channel bottom material to and from the stockpile are minimized during the placement of material. The stockpile shall be located where it can remain undisturbed for the duration of the stream channel construction and shall be protected using sedimentation control measures. The stockpile area shall be cleared and cleaned adequately to prevent mixing with underlying soil or other materials, including the use of structural fabric if required. The stockpile area shall be adequately covered to protect the supplemental streambed channel material from erosion by rain or other forces. After the supplemental streambed channel material and the excavated channel bottom material to be reused have been placed in the stockpile areas, no other excavated or off-Site material shall be placed in the stockpiles. The reused and supplemental streambed channel material shall be placed at the designated location(s) to the required thickness as shown on the plans or denoted on the permit application, or as directed by the Engineer. Equipment and placement techniques shall prevent integration with the surrounding material and shall keep the channel bottom material relatively homogenous. Reused and supplemental streambed channel material shall be placed in a manner that replicates the original condition of the channel prior to excavation.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

125 Town Project No. 14-20

The Contractor shall perform all containment, diversion, or other separation of the channel flow when placing the reused and supplemental streambed channel material to minimize sediment transport downstream. The disposal of any surplus or unsuitable material shall be in accordance with Section 2.02. Restore the stockpile area as directed by the Engineer. Method of Measurement: Work under this item shall be measured for payment as provided under Article 1.09.04 – Extra and Cost-Plus Work. The sum of money shown on the estimate and in the itemized proposal as “Estimated Cost” for this work will be considered the price bid even though payment will be made only for actual work performed. The estimated cost figure is not to be altered in any manner by the bidder. Should the bidder alter the amount shown, the altered figures will be disregarded and the original price will be used to determine the total amount bid for the Contract. Basis of Payment: This work will be paid for under Article 1.09.04 – Extra and Cost Plus Work. Payment for clearing and grubbing of the approved stockpile area will be included in the item “Clearing and Grubbing.” Payment for all containment, diversion or other separation of stream flow from the excavation of channel bottom material will be included in the item “Cofferdam and Dewatering” or special provision for "Handling Water."

Pay Item Pay Unit Supplemental Streambed Channel Material est.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

126 Town Project No. 14-20

ITEM #0202452A – TEST PIT

Description: Test pits shall be performed for determining the location of underground utilities. This work shall consist of the removal and satisfactory disposal of all materials, the removal of which is necessary for the proper completion of the work, at the locations shown on the plans or as ordered, and backfilling, all in accordance with these specifications.

Utility facilities to be located may include pipes, conduits, service connections, structures, tanks, utility appurtenances, and any miscellaneous items directed by the Engineer such as telltales/markers on the existing pipes, etc. as shown on the plans.

Construction Methods: Test pits shall be made in conformity with the requirements of the plans or as ordered by the Engineer. The Contractor shall furnish and employ such shores, braces, pumps, etc., as may be necessary for the protection of property, proper completion of the work and the safety of the public and employees of the Contractor and the Department. All bracing, etc., shall be removed when no longer required for the construction or safety of the work.

Wherever portions of existing full-depth bituminous concrete pavement are to be removed in conjunction with test pits, they shall be removed to neat line. Where the limits of the areas in which such bituminous pavement is to be removed are adjacent to existing bituminous concrete pavement that is to remain in place, the limits shall be cut by a method approved by the Engineer.

The Contractor shall perform field surveys to establish the horizontal and vertical location and to document the type and size of the utilities at each test pit. The work shall be performed in accordance with the requirements of Section 9.80 Staking. The Contractor shall furnish the Engineer copies of all test pit data.

After the test pit is completed, the Contractor shall notify the Engineer. The test pit shall not be backfilled until directed by the Engineer.

When backfilling is required, the material used shall be of a quality satisfactory to the Engineer and shall be free from large or frozen lumps, wood and other extraneous material. All backfill placed below subgrade shall be placed in layers of not more than 6 inches (150 millimeters) in depth after compaction and shall be thoroughly compacted by means of mechanical rammers or vibrators or by pneumatic tampers. Hand tampers shall be used only upon written permission of the Engineer. Unless otherwise ordered by the Engineer, the backfill shall be brought to the surface of the surrounding ground or subgrade and neatly graded.

All suitable material removed in making the excavation shall be used for backfill if required. All surplus or unsuitable material shall be removed and disposed of as directed. Should additional material be required for backfilling, it may be obtained from the Project excavation or from borrow pits, gravel pits, or elsewhere as the Engineer may direct.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

127 Town Project No. 14-20

Method of Measurement: Test pits will be measured as each excavated, backfilled, surveyed, documented and accepted. There will be no separate measurement for mobilization and demobilization associated with this item. Basis of Payment: Test Pits will be paid for at the contract unit price each complete in place and accepted, which price shall include all materials, equipment, tools, surveys, and labor incidental thereto. The price shall also include backfilling, patching roadways and sidewalks in kind, restoration of the ground where required and the disposal of surplus material. No additional payment will be made for shoring, bracing, pumping, and bailing or for material or equipment necessary for the satisfactory completion of the work. Pay Item Pay Unit Test Pit ea.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

128 Town Project No. 14-20

ITEM #0204151A – HANDLING WATER Description: Work under this item shall consist of the design and construction of flow diversions, barriers, or other such protective facilities and methods as are necessary for the conduction of water beyond the limits of construction, the dewatering of the site on which stream channel improvements are to be constructed and other work is to be completed, and the removal of all such temporary structures and facilities upon which the completion of the permanent work is required. The handling of water shall be in accordance with the requirements of Section 1.10. For the purpose of this specification, such work shall be understood to mean any temporary type of protective facility which the Contractor elects to build or use to satisfy, and which does satisfy, the condition that the work depicted on the plans can be completed and all requirements of the permits are met. The handling of flood flows and the protection of existing structures, or any or all of the finished construction during high water, are included in the scope of work under this item. Dewatering facilities necessary for the construction of the abutments in the dry shall be covered and paid for under the item “Cofferdam and Dewatering”, as indicated on the plans. Construction Methods: The Contractor shall investigate and verify existing hydraulic conditions, and evaluate the need for, and type of, protection and facilities required. Before commencing construction, the Contractor shall furnish the Engineer with details of the plan and methods he proposes to use for handling water and accomplishing the work. The furnishing of such plans and methods shall not relieve the Contractor of any of his responsibility for the safety of the work and for the successful completion of the project. The height of any flow diversions or barriers shall be erected by the Contractor to provide reasonable protection from flooding, and as indicated on the plans or as directed by the Engineer. All such temporary structures or facilities shall be safely designed, extended to sufficient depth, and be such dimensions and water tightness so as to assure the construction of the permanent work in the dry. They shall not interfere with the proper performance of the work. Their construction shall be as to permit excavation for the permanent work to the limits shown on the plans. Movements or failures of the temporary protection facilities, or any portion thereof, which prevents proper completion of the permanent work shall be corrected at the sole expense of the Contractor. Any pumped water must be discharged in accordance with the requirements of Section 1.10. Unless otherwise provided, or directed by the Engineer, all such temporary protective work shall be removed and disposed of in an approved manner when no longer required. The Contractor shall be responsible for the scheduling of work under this item so as not to interfere with any sequence of operations developed for this project. Delays as a result of work required under this item shall not constitute a claim for extension of contract time.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

129 Town Project No. 14-20

The Contractor shall be responsible for repairing to the satisfaction of the Engineer any damages incurred by the Contractor, including any damage to existing facilities and to the work in progress, materials or equipment from flows or high stages of the stream. Method of Measurement: This item and applicable work as stated above will be paid for on a lump sum basis and will not be measured for payment. Basis of Payment: Payment for this item will be made at the lump sum price for “Handling Water”, complete and accepted, which price shall include all tools, materials, equipment, labor and work incidental to the construction; reconstruction, if required; dewatering, including pumping and any related environmental controls used in handling water; handling of the stream flow during construction; the removal and disposal of all protective works or facilities; and disposal of water removed from the construction. Dewatering facilities necessary for the construction of the abutments in the dry shall be covered and paid for under the item “Cofferdam and Dewatering”, as indicated on the plans.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

130 Town Project No. 14-20

Rev. 022515

ITEM # 0406275A

ITEM #0406275A - FINE MILLING OF BITUMINOUS CONCRETE (0 TO 4 INCHES) Description: This work shall consist of the milling, removal, and disposal of existing bituminous concrete pavement. Construction Methods: The Contractor shall remove the bituminous concrete material using means acceptable to the Engineer. The pavement surface shall be removed to the line, grade, and existing or typical cross-section shown on the plans or as directed by the Engineer. The bituminous concrete material shall be disposed of offsite by the Contractor at an approved disposal facility unless otherwise stated in the Contract. Any milled surface, or portion thereof, that is exposed to traffic shall be paved within five (5) calendar days unless otherwise stated in the plans or Contract. The equipment for milling the pavement surface shall be designed and built for milling bituminous concrete pavements. It shall be self propelled with sufficient power, traction, and stability to maintain depth and slope and shall be capable of removing the existing bituminous concrete pavement. The milling machine shall be equipped with a built-in automatic grade averaging control system that can control the longitudinal profile and the transverse cross-slope to produce the specified results. The longitudinal controls shall be capable of operating from any longitudinal grade reference, including string line, contact ski (30 feet minimum), non-contact ski (20 feet minimum), or mobile string line (30 feet minimum). The transverse controls shall have an automatic system for controlling cross-slope at a given rate. The Engineer may waive the requirement for automatic grade or slope controls where the situation warrants such action. The machine shall be able to provide a 0 to 4 inch deep cut in one pass. The rotary drum of the machine shall use carbide or diamond tipped tools spaced not more than 5/16 inch apart. The forward speed of the milling machine shall be limited to no more than 45 feet/minute. The tools on the revolving cutting drum must be continually maintained and shall be replaced as warranted to provide a uniform pavement texture. The machine shall be equipped with an integral pickup and conveying device to immediately remove material being milled from the surface of the roadway and discharge the millings into a truck, all in one operation. The machine shall also be equipped with a means of effectively limiting the amount of dust escaping from the milling and removal operation. When milling smaller areas or areas where it is impractical to use the above described equipment, the use of a lesser equipped milling machine may be permitted when approved by the Engineer.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

131 Town Project No. 14-20

Rev. 022515

ITEM # 0406275A

Protection shall be provided around existing catch basin inlets, manholes, utility valve boxes, and any similar structures. Any damage to such structures as a result of the milling operation is the Contractor’s responsibility and shall be repaired at the Contractor’s expense. To prevent the infiltration of milled material into the storm drainage system, the Contractor shall take special care to prevent the milled material from falling into the inlet openings or inlet grates. Any milled material that has fallen into inlet openings or inlet grates shall be removed at the Contractor’s expense. Surface Tolerance: The milled surface shall provide a satisfactory riding surface with a uniform textured appearance. The milled surface shall be free from gouges, longitudinal grooves and ridges, oil film, and other imperfections that are a result of defective equipment, improper use of equipment, or poor workmanship. The Contractor, under the direction of the Inspector, shall perform random spot-checks with a Contractor supplied ten-foot straightedge to verify surface tolerances at a minimum of five (5) locations per day. The variation of the top of two ridges from the testing edge of the straightedge, between any two ridge contact points, shall not exceed ¼ inch. The variation of the top of any ridge to the bottom of the groove adjacent to that ridge shall not exceed ¼ inch. Any unsatisfactory surfaces produced are the responsibility of the Contractor and shall be corrected at the Contractor’s expense and to the satisfaction of the Engineer. The depth of removal will be verified by taking measurements every 250 feet per each pass of the milling machine, or as directed by the Engineer. These depth measurements shall be used to monitor the average depth of removal. Where a surface delamination between bituminous concrete layers or a surface delamination of bituminous concrete on Portland cement concrete causes a non-uniform texture to occur, the depth of milling shall be adjusted in small increments to a maximum of +/- ½ inch to eliminate the condition.

When removing bituminous concrete pavement entirely from an underlying Portland cement concrete pavement, all of the bituminous concrete pavement shall be removed leaving a uniform surface of Portland cement concrete, unless otherwise directed by the Engineer. Any unsatisfactory surfaces produced by the milling operation are the Contractor’s responsibility and shall be corrected at the Contractor’s expense and to the satisfaction of the Engineer.

No vertical faces, transverse or longitudinal, shall be left exposed to traffic unless the requirements below are met. This shall include roadway structures (catch basins, manholes, utility valve boxes, etc.). If any vertical face is formed in an area exposed to traffic, a temporary paved transition shall be established according to the requirements shown on the plans. If the milling machine is used to form a temporary transition, the length of the temporary transition shall conform to Special Provision Section 4.06 –Bituminous Concrete, “Transitions for Roadway Surface,” the requirements shown on the plans, or as directed by the Engineer. At all

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

132 Town Project No. 14-20

Rev. 022515

ITEM # 0406275A

permanent limits of removal, a clean vertical face shall be established by saw cutting prior to paving. Roadway structures shall not have a vertical face of greater than one (1) inch exposed to traffic as a result of milling. All structures within the roadway that are exposed to traffic and greater than one (1) inch above the milled surface shall receive a transition meeting the following requirements: For roadways with a posted speed limit of 35 mph or less*:

1. Round structures with a vertical face of greater than 1 inch to 2.5 inches shall be transitioned with a hard rubber tapered protection ring of the appropriate inside diameter designed specifically to protect roadway structures.

2. Round structures with a vertical face greater than 2.5 inches shall receive a transition of bituminous concrete formed at a minimum 24 to 1 (24:1) taper in all directions.

3. All rectangular structures with a vertical face greater than 1 inch shall receive a transition of bituminous concrete formed at a minimum 24 to 1 (24:1) taper in all directions.

*Bituminous concrete tapers at a minimum 24 to 1 (24:1) taper in all directions may be substituted for the protection rings if approved by the Engineer. For roadways with a posted speed limit of 40, 45 or 50 mph:

1. All structures shall receive a transition of bituminous concrete formed at a minimum 36 to 1 (36:1) taper in the direction of travel. Direction of travel includes both the leading and trailing side of a structure. The minimum taper shall be 24 to 1 (24:1) in all other directions.

For roadways with a posted speed limit of greater than 50 mph:

1. All structures shall receive a transition of bituminous concrete formed at a minimum 60 to 1 (60:1) taper in the direction of travel. Direction of travel includes both the leading and trailing side of a structure. The minimum taper shall be 24 to 1 (24:1) in all other directions.

All roadway structure edges and bituminous concrete tapers shall be clearly marked with fluorescent paint. The paint shall be maintained throughout the exposure to traffic. The milling operation shall proceed in accordance with the requirements of the “Maintenance and Protection of Traffic” and “Prosecution and Progress” specifications, or other Contract requirements. The more stringent specification shall apply.

Prior to opening an area which has been milled to traffic, the pavement shall be thoroughly swept with a sweeper truck. The sweeper truck shall be equipped with a water tank and be capable of removing the millings and loose debris from the surface. The sweeper truck shall operate at a forward speed that allows for the maximum pickup of millings from the roadway surface. Other

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

133 Town Project No. 14-20

Rev. 022515

ITEM # 0406275A

sweeping equipment may be provided in lieu of the sweeper truck where acceptable by the Engineer. Any milled area that will not be exposed to live traffic for a minimum of 48 hours prior to paving shall require a vacuum sweeper truck in addition to, or in lieu of, mechanical sweeping. The vacuum sweeper truck shall have sufficient power and capacity to completely remove all millings from the roadway surface including any fine particles within the texture of the milled surface. Vacuum sweeper truck hose attachments shall be used to clean around pavement structures or areas that cannot be reached effectively by the main vacuum. Compressed air may be used in lieu of vacuum attachments if approved by the Engineer. Method of Measurement: This work will be measured for payment by the number of square yards of area from which the milling of asphalt has been completed and the work accepted. No area deductions will be made for minor unmilled areas such as catch basin inlets, manholes, utility boxes and any similar structures. Basis of Payment: This work will be paid for at the Contract unit price per square yard for “Fine Milling of Bituminous Concrete (0 to 4 Inches).” This price shall include all equipment, tools, labor, and materials incidental thereto. No additional payments will be made for multiple passes with the milling machine to remove the bituminous surface. No separate payments will be made for cleaning the pavement prior to paving; providing protection and doing handwork removal of bituminous concrete around catch basin inlets, manholes, utility valve boxes and any similar structures; repairing surface defects as a result of the Contractors negligence; providing protection to underground utilities from the vibration of the milling operation; removal of any temporary milled or paved transition; removal and disposal of millings; furnishing a sweeper truck and sweeping after milling. The costs for these items shall be included in the Contract unit price. Pay Item Pay Unit Fine Milling of Bituminous Concrete (0 to 4 Inches) S.Y.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

134 Town Project No. 14-20

ITEM #0406303A

ITEM #0406303A – SAWING AND SEALING JOINTS Description: Work under this section shall consist of making a straight-line saw cut transversely across the final lift of HMA pavement as indicated on the plans. The sawing and sealing of joints shall be completed for HMA pavements with a total depth of 3 inches or greater. The saw cut shall be immediately cleaned and sealed with a joint seal material. The sawing and sealing shall commence within one week of the completion of the final lift of pavement and be a continuous operation until all joints have been completed. Materials: Joint sealer conforming to the requirements of AASHTO M324 Type II. Material that is heated or cooled beyond the manufacturer’s recommended temperature range shall be discarded.

Construction Methods: All equipment necessary for the work shall meet the following requirements:

a) Kettle: The unit shall be a combination melter and pressurized applicator of a doubleboilertype with space between the inner and outer shells filled with oil or other material not having a flash point of less than 600°F. The kettle shall include a temperature control indicator and mechanical agitator. The kettle shall be capable of maintaining the material at a temperature within 15°F of the manufacturer’s recommended temperature. b) Compressor: The compressor shall have a sufficient capacity and length of hose to enable a continuous sealing operation. c) Saw: The saw shall be capable of providing a straight cut of uniform depth and width.

Prior to the paving operation, the Contractor shall establish sufficient controls to locate joints that will be hidden by new pavement. This work shall include setting markers at each joint to reference its location and alignment, and having each of these markers tied and referenced. A written procedure for this work shall be submitted to the Engineer for review prior to commencement of such work. The saw cut will be made by using diamond saw blades with a gang blade arrangement in order to achieve the joint detail as shown on the plans. The saw cut will be in a straight line across the pavement directly over the joint. Transverse joints shall extend to a point 2 feet beyond the underlying pavement. The sawed joints shall be cleaned with compressed air to the satisfaction of the Engineer.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

135 Town Project No. 14-20

ITEM #0406303A

Immediately following the cleaning, the joint seal material shall be installed. When cooled, the top of the sealant material shall be recessed a minimum of 1/16 inch but not greater than 1/8 inch below the adjacent pavement surface. The roadway shall not be opened to traffic until the material has become tack free. Any depression in the sealer greater than 1/8 inch shall be brought up to the specified limit by further addition of joint seal material. Care shall be taken during the sealing operation to ensure that overfilling and spilling of material is avoided. Any reflective cracking attributable to improper joint referencing or construction shall be repaired at the expense of the Contractor, in a manner approved by the Engineer for a period of one year from the date of completion of any sawed and sealed portion of final pavement. Work identified by the Engineer as not acceptable shall be re-done at the Contractor’s expense. The Contractor shall notify the Engineer upon completion of required corrective work. Method of Measurement: This work shall be measured by the total number of linear feet of sawing and sealing joints in bituminous concrete as indicated in the Contract plans and documents and as measured, verified, and accepted by the Engineer. Basis of Payment: The accepted quantity of sawing and sealing joints in bituminous concrete shall be paid for at the contract unit price per linear foot for “Sawing and Sealing Joints.” The price shall include all materials, equipment, tools, and labor incidental thereto.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

136 Town Project No. 14-20

ITEM #0503001A- REMOVAL OF SUPERSTRUCTURE

Work under this item shall conform to the requirements of Section 5.03 amended as follows:

Section 5.03 .01- Description: Delete the first two paragraphs and replace with the following:

Work under this item shall consist of sawcutting, removing and disposing of the bridge superstructure. Those items to be removed and disposed of shall include, but not be limited to, bituminous type pavement, concrete deck, steel beams, parapets, and railings for the entire length and width of the bridge. This work shall also include the design, installation, maintenance, and removal of a debris shield under the structure to be removed.

Section 5.03.03- Construction Methods: Add the following:

All work shall proceed as directed by and to the satisfaction of the Engineer. Removal of the superstructure shall be done in accordance with the construction sequences shown on the plans and to the requirements of the special provisions "Maintenance and Protection of Traffic" and "Prosecution and Progress".

All reasonable measures shall be taken by the Contractor to prevent concrete chips, concrete slurry, tools and/or any other materials from entering into the adjacent roadway lanes or from dropping into the watercourse below. Should any material fall into the river or wetlands area as a result of the Contractor’s operations, the Contractor shall notify the Engineer immediately, and shall stop working on the task that resulted in the material falling into the river or watercourse. The Contractor shall not recommence such work until the reason the material was allowed to fall into the river has been determined and corrected to the satisfaction of the Engineer. Any material that may fall into the river during the project shall be removed and disposed of promptly at the direction of the Engineer.

The removal shall not result in damage to any permanent construction (new or existing) or to adjoining property. If any damages occur it shall be repaired by the Contractor to the satisfaction of the Engineer at no additional expense to the State.

The Contractor shall prepare and submit to the Engineer for review, plans for his method of removal and for falsework required for the protection of all traffic, utilities, adjacent property, and the watercourse. These plans shall also indicate the type of equipment proposed for use in saw cutting and removing the concrete. Approval of the Contractor's plans shall not be considered as relieving him of any of his responsibilities.

The superstructure components removed under this item shall not be salvaged by the State. All material shall be removed and disposed of by the Contractor.

Section 5.03.04- Method of Measurement: Delete the entire article and replace with the following:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

137 Town Project No. 14-20

This work, being paid for on a lump sum basis, will not be measured for payment. The Contractor shall submit an anticipated schedule of values for the Engineer’s review and comment. Section 5.03.05- Basis of Payment: Add the following: This work shall also include the design, installation, maintenance, and removal of the debris shield under the structure to be removed.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

138 Town Project No. 14-20

ITEM NO. 0605003A – MASONRY FACING Work under this item shall conform to Article 6.05, supplemented and amended as follows: Article 6.05.01 – Description Add the following:

This item shall also include precast concrete capstones installed as shown on the plans or as ordered by the Engineer, and in accordance with these specifications.

Article 6.05.02 – Materials Add the following:

Standard dovetail slots shall be 22 gauge minimum, galvanized in accordance with ASTM A153.

Provide 14 gauge, corrugated wall ties of adequate size for the facing stone. Ties shall be stainless steel. Precast concrete for capstones shall conform to the following requirements:

A. Portland Cement: ASTM C 150, Type I, grey or white, of same type, brand, and source.

B. Normal-Weight Aggregates: Except as modified by PCI MNL 116, ASTM C 33. Coarse aggregate shall be carefully graded and washed natural gravels, or crushed graded stone such as granite, marble, quartz, limestone or other durable stone meeting ASTM C33, except that gradation may vary to achieve desired finish and texture.

C. Lightweight Aggregates: ASTM C 330. D. Water: Potable; free from deleterious material that may affect color

stability, setting, or strength of concrete and complying with chemical limits of PCI MNL 116.

E. Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures.

F. Water-Reducing Admixture: ASTM C 494, Type A. G. Retarding Admixture: ASTM C 494, Type B. H. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. I. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. J. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494,

Type G. K. Plasticizing Admixture: ASTM C 1017. L. Fly Ash Admixture: ASTM C 618, Class C or F.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

139 Town Project No. 14-20

M. Metakaolin Admixture: ASTM C 618, Class N. N. Silica Fume Admixture: ASTM C 1240. O. Coloring Admixture Manufacturers/Suppliers

1. Davis Colors Beltsville, MD 20705 Phone: (301) 210-3400 Fax: (301) 210-4967

2. L.M. Scofield Company

Douglasville, GA 30134 Phone: (770) 920-6000 Fax: (770) 920-6060

3. Bayer Corporation

Industrial Chemical Division-Inorganic Pigments, (Bayferrox-Iron Oxide Pigments) Pittsburgh, PA 15205 Phone: (412) 777-2000

4. Approved equal

P. Concrete Mix

1. Prepare design mixes for each type of concrete required. a. Limit use of fly ash and silica fume to not exceed, in

aggregate, 25 percent of portland cement by weight. 2. Design mixes may be prepared by a qualified independent testing

agency or by qualified precast plant personnel at precast structural concrete fabricator's option.

3. Limit water-soluble chloride ions to the maximum percentage by weight of cement permitted by ACI 318.

4. Proportion mixes by either laboratory trial batch or field test data methods according to ACI 211.1, with materials to be used on Project, to provide normal-weight concrete with the following properties: a. Compressive Strength (28 Days): 4000 psi. b. Maximum Water-Cementitious Materials Ratio: 0.40. c. Add air-entraining admixture at manufacturer's prescribed

rate to result in normal-weight concrete at point of placement having an air content as follows, with a tolerance of plus or minus 1-1/2 percent to achieve air content of 5- 7 percent for 1/2-inch nominal maximum aggregate size.

5. Other Admixtures: Use water-reducing, high-range water-reducing, water-reducing and accelerating, or water-reducing and retarding admixtures according to manufacturer's written instructions.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

140 Town Project No. 14-20

6. Concrete Mix Adjustments: Concrete mix design adjustments may be proposed if characteristics of materials, Project conditions, weather, test results, or other circumstances warrant.

Q. Dowels and other anchoring devices shall be furnished by the stone setter

as shown on approved shop drawings, and shall be a non-corrosive material such as Eraydo Alloy Zinc, Galvanized Steel, Brass or Stainless Steel Type 302 or 304.

Provide molds for precast concrete and, where required, form-facing materials of metal, plastic, wood, or another material that is non-reactive with concrete and dimensionally stable to produce continuous and true precast concrete surfaces within fabrication tolerances and suitable for required finishes. The use of standard fabricator molds will generally not be accepted, unless it can be demonstrated that they are an identical representation of the precast concrete pieces to be installed.

Article 6.05.03 – Construction Methods Add the following after the first paragraph:

Submit for approval sample masonry stones representative of the stone intended to be used on the project. Submit to the Engineer color samples for precast concrete. Color to be selected by Engineer from standard palette of colors. The Contractor shall prepare 4’x4’ test panels for review and approval by the Engineer. The test panel shall be fully cured prior to review by the Engineer. The Contractor shall resubmit test panels until the Engineer is fully satisfied. No work shall proceed under this item until approval of the mockups. The approved test panels will be covered for the remainder of the work and will represent the minimum acceptable standard for work under this item.

Add the following at the end of the section:

9. Dovetail Slots and Anchors: Set galvanized dovetail metal slots at horizontal spacing not to exceed 12”. Set dovetail anchors at a maximum vertical spacing of 12”. Bend at least 25% of the anchors at a short right angle to engage a recess cut in the stone. Extend the anchors to within 1.5” of the exposed face of the stone work.

10. Concrete Capstones: Accurately construct forms, mortar tight, of sufficient strength to withstand pressures due to concrete-placement operations and temperature changes. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

141 Town Project No. 14-20

Coat surfaces of forms with bond-breaking compound before reinforcement is placed. Provide commercial-formula, form-coating compounds that will not bond with, stain, or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces requiring bond or adhesion. Apply in compliance with manufacturer's written instructions.

Comply with recommendations in CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete-placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers, and hangers, as required. Place reinforcement to obtain at least the minimum coverage for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces.

Mix concrete according to PCI MNL 116 and requirements in this Section. After concrete batching, no additional water may be added.

Place concrete in a continuous operation to prevent seams or planes of weakness from forming in precast concrete units. Comply with requirements in PCI MNL 116 for measuring, mixing, transporting, and placing concrete.

Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. Use equipment and procedures complying with PCI MNL 116.

Identify pickup points of precast concrete units with permanent markings, complying with markings indicated on Shop Drawings. Imprint casting date on each precast concrete unit on a surface that will not show in finished structure.

Cure concrete, according to requirements in PCI MNL 116, by moisture retention without heat or by accelerated heat curing using low-pressure live steam or radiant heat and moisture.

Fabricate precast concrete units straight and true to size and shape with exposed edges and corners precise and true so each finished unit complies with PCI MNL 116 product tolerances.

Finish formed surfaces of precast structural concrete as indicated and as follows:

1. Exposed surfaces, unless otherwise specified, shall be smooth. No bug holes will be permitted.

2. The samples shall be approved by the Engineer before the Manufacturer shall be authorized proceed with the work.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

142 Town Project No. 14-20

Precast concrete units, after being made, shall be cured in a totally enclosed curing room under a dense fog and water spray at 95% relative humidity for a period of twenty-four hours.

Units with dimensions smaller or larger than required and not complying with tolerance limits may be subject to replacement.

1. Precast concrete units with dimensions larger than required will be rejected if the appearance or function of the structure is adversely affected or if larger dimensions interfere with other construction. Repair or remove and replace rejected units, as required, to comply with construction conditions.

2. Defective Work: Precast concrete units that do not comply with requirements, including strength, manufacturing tolerances, and finishes, are unacceptable. Replace with precast concrete units that comply with requirements.

Article 6.05.04 – Method of Measurement Delete the entire article and replace with the following:

1. Masonry Facing: The quantity of masonry facing shall be the actual number of square feet of the face area of accepted masonry facing, completed within the neat lines as shown on the plans, or as directed by the Engineer. Concrete capstones shall not be measured for payment.

Article 6.05.05 – Basis of Payment Delete the entire article and replace with the following:

1. Masonry Facing: Masonry facing will be paid for at the contract unit price per square foot for “Masonry Facing”, complete in place, which price shall include dovetail slots, dovetail anchors, mortar, pointing of joints, all equipment, tools and labor incidental thereto. Concrete capstones will not be paid for separately, but shall be included in payment for “Masonry Facing”.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

143 Town Project No. 14-20

10/06/2016

ITEM #0707009A

ITEM #0707009A - MEMBRANE WATERPROOFING (COLD LIQUID ELASTOMERIC) Description: Work under this item consists of furnishing and installing a seamless elastomeric waterproofing membrane system applied to a concrete or steel surface as shown on the plans, in accordance with this specification and as directed by the Engineer. Work shall also include conditioning of the surface to be coated and all quality-control testing noted herein. The completed membrane system shall be comprised of a primer coat followed by the membrane coating which is applied in one or two layers for a minimum total thickness of 80 mil, an additional 40 mil membrane layer with aggregate broadcast into the material while still wet, and a bond coat of bitumen-based adhesive material. Materials: The Contractor shall select a waterproofing membrane system from the Department’s current Qualified Product List (QPL) for Spray-Applied Membrane Waterproofing System. All materials incorporated in the works shall meet the Manufacturer’s specification for the chosen system. The Engineer will reject any system that is not on the QPL. Materials Certificate: The Contractor shall submit to the Engineer a Materials Certificate for the primer and membrane and bond coat material in accordance with the requirements of Article 1.06.07. Construction Methods: At least ten days prior to installation of the membrane system, the Contractor shall submit to the Engineer, the manufacturer’s recommended procedure for preparing the deck surface, pre-treatment or preparing at cracks and gaps, treatment at curbs, vertical surfaces or discontinuities, applying the primer and membrane, and placing of aggregated coat. Procedures shall also include recommended repairs of system non-compliant issues identified during application. The system shall be applied to the prepared area(s) as defined in the plans strictly in accordance with the Manufacturer’s recommendations. A technical representative, in the direct employ of the manufacturer, shall be present on-site immediately prior to and during application of the membrane. The representative shall inspect and approve the surface prior to priming, and provide guidance on the handling, mixing and addition of components and observe application of the primer and membrane. The representative shall perform all required quality-control testing and remain on the Project site until the membrane has fully cured. All quality-control testing, including verbal direction or observations on the day of the installation, shall be recorded and submitted to the Engineer for inclusion in the Project’s records. A submittal of the quality-control testing data shall be received by project personnel prior to any paving over the finished membrane or within 24 hours following completion of any staged portion of the work.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

144 Town Project No. 14-20

10/06/2016

ITEM #0707009A

1. Applicator Approval: The Contractor’s membrane Applicator shall be fully trained and licensed by the membrane manufacturer and shall have successfully completed at least three spray membrane projects in the past five years. The Contractor shall furnish references from those projects, including names of contact persons and the names, addresses and phone numbers of persons who supervised the projects. This information shall be submitted to the Engineer prior to the start of construction. The Engineer shall have sole authority to determine the adequacy and compliance of the submitted information. Inadequate proof of ability to perform the work will be grounds to reject proposed applicators.

2. Job Conditions:

(a) Environmental Requirements: Air and substrate temperatures shall be between 32°F

and 104°F providing the substrate is above the dew point. Outside of this range, the Manufacturer shall be consulted. The Applicator shall be provided with adequate disposal facilities for non hazardous waste generated during installation of the membrane system. The applicator shall follow safety instructions regarding respirators and safety equipment.

(b) Safety Requirements: All open flames and spark producing equipment shall be

removed from the work area prior to commencement of application. “No Smoking” signs shall be visibly posted at the job site during application of the membrane waterproofing. Personnel not involved in membrane application shall be kept out of the work area.

3. Delivery, Storage and Handling:

(a) Packaging and Shipping: All components of the membrane system shall be delivered

to the site in the Manufacturer’s packaging, clearly identified with the products type and batch number.

(b) Storage and Protection: The Applicator shall be provided with a storage area for all

components. The area shall be cool, dry and out of direct sunlight and shall be in accordance with the Manufacturer’s recommendations and relevant health and safety regulations. Copies of Material Safety Data Sheets (MSDS) for all components shall be kept on site for review by the Engineer or other personnel.

(c) Shelf Life - Membrane Components: Packaging of all membrane components shall include a shelf life date sealed by the Manufacturer. No membrane components whose shelf life has expired shall be used.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

145 Town Project No. 14-20

10/06/2016

ITEM #0707009A

4. Surface Preparation:

(a) Protection: The Applicator shall be responsible for the protection of equipment and adjacent areas from over spray or other contamination. Parapets and bridge joints shall be masked prior to application of the materials.

(b) Surface Preparation: Sharp peaks and discontinuities shall be ground smooth. The surface profile of the prepared substrate is not to exceed 1/4 inch (peak to valley) and areas of minor surface deterioration of 1/2 inch and greater in depth shall also be repaired. The extent and location of the surface patches require the approval of the Engineer before the membrane system is applied.

Surfaces shall be free of oil, grease, curing compounds, loose particles, moss, algae, growth, laitance, friable matter, dirt, bituminous products, and previous waterproofing materials. If required, degreasing shall be done by detergent washing in accordance with ASTM D4258.

The surface shall be abrasively cleaned, in accordance with ASTM D4259, to provide a sound substrate free from laitance.

Voids, honeycombed areas, and blow holes on vertical surfaces shall be repaired in the same manner.

All steel components to receive membrane waterproofing shall be blast cleaned in accordance with SSPC SP6 and coated with the membrane waterproofing system within the same work shift.

5. Inspection and Testing: Prior to priming of the surface, the Engineer, Applicator and

Manufacturer’s technical representative shall inspect and approve the prepared substrate.

(a) Random tests for deck moisture content shall be conducted on the substrate by the Applicator at the job site using a “Sovereign Portable Electronic Moisture Master Meter,” a “Tramex CMEXpertII Concrete Moisture Meter” or approved equal. The minimum frequency shall be one test per 1000 s.f. but not less than three tests per day per bridge. Additional tests may be required if atmospheric conditions change and retest of the substrate moisture content is warranted.

The membrane system shall not be installed on substrate with a moisture content greater than that recommended by the system’s manufacturer, but shall not be greater than 6%, whichever is less.

(b) Random tests for adequate tensile bond strength shall be conducted on the substrate

using an adhesion tester in accordance with the requirements of ASTM D4541. The minimum frequency shall be one test per 5,000 s.f. but not less than three adhesion tests per bridge.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

146 Town Project No. 14-20

10/06/2016

ITEM #0707009A

Adequate surface preparation will be indicated by tensile bond strengths of primer to the substrate greater than or equal to 150 psi or failure in a concrete surface and greater than or equal to 300 psi for steel surfaces. If the tensile bond strength is lower than the minimum specified, the Engineer may request additional substrate preparation. Any primer not adequately applied shall be removed and a new primer applied at the Contractor’s expense, as directed by Engineer.

(c) Cracks and grouted joints shall be treated in accordance with the Manufacturer’s

recommendations, as approved or directed by the Engineer.

6. Application:

(a) The System shall be applied in four distinct steps as follows: 1) Substrate preparation and gap/joint bridging preparation 2) Priming 3) Membrane application 4) Membrane with aggregate

(b) Immediately prior to the application of any components of the System, the surface

shall be dry (see Section 5a of this specification) and any remaining dust or loose particles shall be removed using clean, dry oil-free compressed air or industrial vacuum.

(c) Where the area to be treated is bound by a vertical surface (e.g. curb or wall), the

membrane system may be continued up the vertical, as shown on the plans or as directed by the Engineer.

(d) The handling, mixing and addition of components shall be performed in a safe manner

to achieve the desired results, in accordance with the Manufacturer’s recommendations or as approved or directed by the Engineer.

(e) A neat finish with well defined boundaries and straight edges shall be provided by the

Applicator. (f) Primer: The primer shall consist of one coat with an overall coverage rate of 125 to

175 s.f./gal unless otherwise recommended in the manufacturer’s written instructions.

All components shall be measured and mixed in accordance with the Manufacturer’s recommendations. The primer shall be spray applied using a single component spray system approved for use by the Manufacturer. If required by site conditions and allowed by the manufacturer, brush or roller application will be allowed.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

147 Town Project No. 14-20

10/06/2016

ITEM #0707009A

The primer shall be allowed to cure tack-free for a minimum of 30 minutes or as required by the Manufacturer’s instructions, whichever time is greater, prior to application of the first lift of waterproofing membrane. Porous concrete (brick) may require a second coat of primer should the first coat be absorbed.

(g) Membrane: The waterproofing membrane shall consist of one or two coats for a total

dry film thickness of 80 mils. If applied in two coats, the second coat shall be of a contrasting color to aid in quality assurance and inspection.

The membrane shall be comprised of Components A and B and a hardener powder which is to be added to Component B in accordance with the Manufacturer’s recommendations. The substrate shall be coated in a methodical manner.

Thickness checks: For each layer, checks for wet film thickness using a gauge pin or standard comb-type thickness gauge shall be carried out typically once every 100 s.f. Where rapid set time of the membrane does not allow for wet film thickness checks, ultrasonic testing (steel surfaces only), calibrated point-penetrating (destructive) testing, in-situ sampling (cutout of small sections for measuring thicknesses), or other methods approved by the Engineer shall be employed for determination of dry film thickness. The measured thickness of each and every individual test of the membrane shall be greater than or equal to the required thickness. Bond Strength: Random tests for adequate tensile bond strength shall be conducted on the membrane in accordance with the requirements of ASTM D4541. The minimum test frequency shall be one test per 5,000 s.f. but no less than three adhesion tests per bridge. Adequate adhesion will be indicated by tensile bond strengths of the membrane to the substrate of greater than or equal to 150 psi or failure in a concrete surface and greater than or equal to 300 psi for steel surfaces. Spark Testing: Following application of the membrane, test for pin holes in the cured membrane system over the entire application area in accordance with ASTM D4787-“Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates.” Conduct the test at voltages recommended by the manufacturer to prevent damage to the membrane. Repair the membrane system following destructive testing and correct any deficiencies in the membrane system or substrate noted during quality-control testing in accordance with the manufacturer’s recommendations to the satisfaction of the Engineer at no additional cost to the State.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

148 Town Project No. 14-20

10/06/2016

ITEM #0707009A

(h) Repairs: If an area is left untreated or the membrane becomes damaged, a patch repair shall be carried out to restore the integrity of the system. The damaged areas shall be cut back to sound materials and wiped with solvent (e.g. acetone) up to a width of at least four inches on the periphery, removing any contaminants unless otherwise recommended by the manufacturer. The substrate shall be primed as necessary, followed by the membrane. A continuous layer shall be obtained over the substrate with a four inches overlap onto existing membrane.

Where the membrane is to be joined to existing cured material, the new application shall overlap the existing by at least four inches. Cleaning and surface preparation on areas to be lapped shall be as recommended in the manufacturer’s written instructions.

(i) Aggregated Finish:

1) Apply an additional 40 mil thick layer of the membrane material immediately followed by an aggregate coating, before the membrane cures, at a rate to fully cover the exposed area. The membrane and aggregate shall be fully integrated after the aggregate has been applied and the membrane cured.

2) Localized areas not fully coated shall be touched-up with additional membrane and aggregate as needed.

3) Remove loose and excess aggregate from the surface to the satisfaction of the Engineer and dispose of properly after application prior to allowing traffic onto finished surface or application of tack coat.

(j) Bond Coat: Prior to application of a bituminous concrete overlay, the aggregated finish shall be coated with a bonding material. The bonding material shall be per the membrane waterproofing manufacturer’s recommendations.

7. Final Review: The Engineer and the Applicator shall jointly review the area(s) over which the completed System has been installed. Any irregularities or other items that do not meet the requirements of the Engineer shall be addressed at this time.

Method of Measurement: The quantity to be paid for under this item shall be the number of square yards of waterproofed surface completed and accepted. Basis of Payment: This item will be paid for at the contract unit price per square yard of “Membrane Waterproofing (Cold Liquid Elastomeric),” complete in place, which price shall include all surface preparation, furnishing, storing and applying the system, technical representative and quality control tests, and any necessary repairs and remediation work as well as all materials, equipment, tools, labor incidental to this work. Pay Item Pay Unit Membrane Waterproofing (Cold Liquid Elastomeric) s.y.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

149 Town Project No. 14-20

ITEM #0904051A – 3 TUBE CURB MOUNTED BRIDGE RAIL Description: Work under this item shall consist of fabricating and installing a steel open bridge railing, consisting of steel wide flange shapes for posts and steel rectangular tube shapes for rails connected to preset anchorages, and conforming to NCHRP Report 350 TL-3 evaluation criteria, as shown on the plans, as directed by the Engineer and in accordance with this specification. Materials: Materials for this work shall conform to the following requirements: The steel rails shall be fabricated from structural steel tubing meeting the requirements of ASTM A500, Grade B, A618 or ASTM A501. Posts, plates and other shapes shall be fabricated from steel meeting the requirements of ASTM A36. All posts, railing, rail splices, anchorage plates, and other shapes shall be galvanized after shop fabrication in conformance with ASTM A123. Threaded anchor rods, heavy hex nuts, hex jamb nuts and washers shall conform to the requirements of ASTM A449. Bolts used for attaching the lower tubes to the posts shall conform to ASTM A325. Associated nuts shall conform to ASTM A563 Grade DH, DH3, C, C3 and D, or A194 Grades 2 or 2H. Associated washers shall conform to ASTM F436. Dome head bolts with wrench slots used for the top rail shall conform to ASTM A307. All hardware shall be hot-dip galvanized in accordance with ASTM A153. Leveling mortar shall conform to the requirements of non-shrink, non-staining grout as defined in M.03.01-12. The Contractor shall furnish a Materials Certificate in conformance with the requirements of Article 1.06.07 for the following materials: rail posts, rails, post connection devices, rail splices, preset anchorages, bolts, washers and mortar. The paint system shall conform to the requirements of Section M.07.02, or as approved by the Engineer. The shop painted coating system shall be a three-coat system. The same coating material manufacturer shall furnish all materials for the complete coating system. Intermixing of materials

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

150 Town Project No. 14-20

within and between coating systems will not be permitted. Thinning of paint shall conform to the manufacturer’s written instructions. The final color of the paint system shall be “Dark Brown” (Federal Color No. 20059) conforming to FED-STD-595B. The Contractor shall submit the complete paint system in writing and samples of the shop applied coatings and colors to the Town for approval prior to use on the project. Construction Methods: Before fabricating any materials, the Contractor 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 layout plan showing post spacing, post to baseplate connection, rail to post connections, anchorage details, expansion joint locations, material designations and the name and telephone number of a person to contact who can answer questions about the shop drawings. Welding details and procedures shall conform to AWS D1.1 – Structural Welding Code – Steel. Bridge Rail Coating

Prior to applying the paint system, the galvanized steel surfaces shall be prepared in accordance with ASTM D6386. The fabricator shall ensure that all rails are smooth and without sharp protrusions that would present an injury hazard to pedestrians. Also, all welds shall be cleaned thoroughly in accordance with good practice and shall have a suitable surface to accept the primer.

The approved painting system shall be applied by the Galvanizer in his/her own facility within twelve (12) hours of galvanizing the railing components.

All finish coat material shall be applied under conditions within the following tolerances:

A. Air Temperature: 50 degrees F min, 86 degrees F max. B. Surface Temperature: 50 degrees F min, 95 degrees F max. C. Humidity: 65% The finish coat shall be cured in a booth capable of maintaining 150 degrees F for two to four hours. Touch Up and Repairs Should any damage occur to the galvanized coating during shipping or handling at the job site, the Contractor shall repair and touch up any damaged areas to the satisfaction of the Engineer and the following. Touch up of galvanizing before finish coat is applied shall be accomplished by applying galvanizing repair paint in accordance with the standard specifications. The dry film thickness

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

151 Town Project No. 14-20

of the applied repair paint shall not be less than 3-mil. Applications shall be in accordance with the Manufacturer’s instructions. Field touch up procedures shall conform to the recommendations of the Galvanizer. Touch up of the finish coat shall be by applying a coating of a two part urethane, as supplied by the Galvanizer, to achieve a dry film thickness of at least 3-mil. Prior to the application of the paint, remove all damaged coatings down to a solidly adhered coating and apply galvanizing repair paint as primer. Allow the primer to dry for at least four hours. The Contractor shall also use the touch up paint material to paint the galvanized hardware used in the field erection of the railing that has not been finish coated previously. See the contract drawings for rail post layout and spacing. Posts shall not be located closer than 15 inches to an expansion joint or end of deck and shall be spaced no more than 10 feet apart. The anchorage assemblies shall be installed perpendicular to the grade of the gutterline. The anchorages shall be firmly and accurately held in position prior to and during the placing of concrete. Anchorage assemblies shall conform to the requirements shown on the plans, and shall be embedded in the concrete which shall be placed to within the minimum distance of the finished surface of the curb as shown on the plans forming a construction joint for the non-shrink grout. Each bolt of the anchor bolt assembly shall be fitted with two leveling nuts. The top and bottom surfaces of the grout-leveling template shall be planed, or else the plate shall be hot straightened. The grout-leveling template shall be clamped in position by 2 leveling nuts at each anchor bolt. These leveling nuts shall be adjusted to assure a truly level finished foundation surface at the proper elevation. The space between the grout-leveling template and curb concrete shall be grouted with non-shrink, non-staining grout. The grout shall be forced by rodding or by other suitable means from one side of the template until it flows freely out at the opposite side. Care shall be taken to eliminate voids underneath the template. Before grouting, the concrete areas that will be in contact with the grout shall be cleaned of all loose or foreign material that would in any way prevent bond between the grout and concrete surfaces. These concrete surfaces shall be kept thoroughly moistened until the surface is completely saturated prior to placing the grout. The grout shall be moisture cured for 7 days. No load shall be allowed on the grout that has been in place for less than 7 days unless otherwise approved by the Engineer. The grout-leveling template shall remain in place for a minimum of 2 days after placement of the grout.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

152 Town Project No. 14-20

The posts shall be fabricated and installed normal to grade. The rails and the holes in the posts shall be constructed parallel to the gutterline. Holes may be field drilled in rails. All field drilled holes shall be coated with an approved zinc rich paint before erection. The rails shall be carefully adjusted prior to fixing in place to insure proper matching at abutting joints and correct alignment and curvature throughout their length. Lengths of rails shall be sufficient to be attached to at least two rail posts. For structures having railings with a radius of 400 feet or more, the railings may be sprung into place. For structures having railings with a radius of less than 400 feet, the railing shall be curved. Curving may be done by cold bending or by hot bending. Rail splice expansion joints shall be provided between any two posts which span an expansion joint. Bolts located at the expansion joints shall be provided with lock nuts and shall be tightened only to a point that will allow rail movement. After installation, all rails and posts shall be free of burrs, sharp edges and irregularities. Method of Measurement: This work will be measured for payment by the actual number of linear feet of open bridge rail installed and accepted, measured along the rail from one rail end to the other end, as delineated on the plans. Basis of Payment: This work will be paid for at the contract unit price per linear foot for “3 Tube Curb Mounted Bridge Rail” complete and accepted in place, which price shall include all materials, equipment, tools, labor, and work incidental thereto.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

153 Town Project No. 14-20

ITEM #0914013A – ORNAMENTAL METAL FENCE Description: This item shall consist of furnishing and installing an ornamental metal fence at the location and length shown on the plans, in accordance with these specifications, and at the direction of the Engineer. Materials: The following product shall be used for the ornamental metal fence, or approved equal. Alternative products shall be subject to the approval of Engineer: Manufacturer: Ameristar Perimeter Security USA Inc. Series name: Montage Plus – Steel Ornamental Fence System Style name: Genesis Type: 2-Rail with Standard bottom Color: Black Height: 6 ft. Air gap: 4 in. Warranty Provide manufacturer’s standard limited warranty that its ornamental fence system is free from defects in material and workmanship including cracking, peeling, blistering and corroding for a period of 15 years (minimum) from the date of purchase. Construction Methods: Before fabricating any materials, the Contractor 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 layout plan showing post spacing, materials, dimensions, anchoring details, etc. and the name and telephone number of a person to contact who can answer questions about the shop drawings. Fence posts shall be set in concrete footings and embedded to a minimum depth of 42 inches. Concrete material and strength requirements shall be per the manufacturer’s specifications. Method of Measurement: This work will be measured for payment by the actual number of linear feet of fence installed and accepted, as delineated on the plans.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

154 Town Project No. 14-20

Basis of Payment: This work will be paid for at the contract unit price per linear foot for “Ornamental Metal Fence” complete and accepted in place, which price shall include all materials, equipment, tools, labor, and work incidental thereto. Pay Item Pay Unit Ornamental Metal Fence l.f.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

155 Town Project No. 14-20

ITEM #0949003A – FURNISHING, PLANTING AND MULCHING TREES, SHRUBS, VINES AND GROUND COVER PLANTS

Work under this item shall conform to the latest supplemental requirements of Section 9.49 of the Form 816 and amended as follows:

9.49.02 - Materials: Add the following:

Submittals:

The apparent low bidder shall submit to the Manager of Contracts a Schedule of Values within 14 days after bid opening. Any bidder that the Department may subsequently designate as the apparent low bidder shall make the aforesaid submission within 14 days from the date on which the Department notifies said Contractor that has become the low bidder. If, however, the Department deems it necessary for such a submission within a shorter period of time, the Contractor shall make the submission within the time designated by the Department.

The Schedule of Values shall be divided into “Line Items” listed separately by plant type. Each line item shall be assigned a unit price. The sum of the line items in the schedule of Values shall equal the amount bid for the item “Furnishing, Planting and Mulching Trees, Shrubs, Vines, and Ground Cover Plants.”

9.49.03 – Construction Methods: Replace Subsection 1 with the following:

1. Planting Season: The planting season shall be as indicated below. No planting shall be donein frozen ground or when snow covers the ground, or the soil is otherwise in an unsatisfactory condition for planting.

Deciduous Material: Spring, from March 1st to May 1st (inclusive) except for balled and burlapped material, the planting of which will terminate on May 15th.

Evergreen Material: Spring, from March 1 to June 1 (inclusive).

9.49.04 – Method of Measurement: Replace Subsection 1 with the following:

1. Planting: This work is being paid as a Lump Sum and will not be measured for payment.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

156 Town Project No. 14-20

9.49.05 – Basis of Payment: Replace Subsection 1 with the following: 1. Planting: Partial payment for this work will be made up to 80% of the schedule of values price each for the kind and size of plant and the method of planting, as the case may be, satisfactorily completed in place. Final payment will not be provided until final acceptance of all plantings.

Pay Item Pay Unit Furnishing, Planting and Mulching Trees, L.S. Shrubs, Vines and Ground Cover Plants

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

157 Town Project No. 14-20

ITEM #0950019A

ITEM #0950019A – TURF ESTABLISHMENT - LAWN

Description: The work included in this item shall consist of providing an accepted stand of grass by furnishing and placing seed as shown on the plans or as directed by the Engineer.

Materials: The materials for this work shall conform to the requirements of Section 9.50 of Standard Specification Form 817. The following mix shall be used for this item:

Turf Seed Mix: In order to preserve and enhance the diversity, the source for seed mixtures shall be locally obtained within the Northeast USA including New England, New York, Pennsylvania, New Jersey, Delaware, or Maryland. One approved seed mixture is detailed below. Other proposed mixtures must be approved by the CTDOT Landscape Design office.

Species Proportion (Percent) Common name Scientific name

25 Kentucky Bluegrass Poa pratensis Improved varieties

45 Red Fescue Festuca rubra Improved varieties

30 Perennial Ryegrass Lolium perenne Improved varieties

Construction Methods: Construction Methods shall be those established as agronomically acceptable and feasible and that are approved by the Engineer. Rate of application shall be field determined in Pure Live Seed (PLS) based on the minimum purity and minimum germination of the seed obtained. Calculate the PLS for each seed species in the mix. Adjust the seeding rate for the above composite mix, based on 250 lbs. (274 kg.) per acre (hectare). The seed shall be mulched in accordance with Article 9.50.03.

Method of Measurement: This work will be measured for payment by the number of square yards (square meters) of surface area of accepted established grasses as specified or by the number of square yards (square meters) of surface area of seeding actually covered and as specified.

Basis of Payment: This work will be paid for at the contract unit price per square yard (square meters) for “Turf Establishment - Lawn” which price shall include all materials maintenance, equipment, tools, labor, and work incidental thereto. Partial payment of up to 60% may be made for work completed, but not accepted.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

158 Town Project No. 14-20

ITEM #0950019A

Pay Item Pay Unit

Turf Establishment - Lawn s.y.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

159 Town Project No. 14-20

ITEM #0950035A

ITEM #0950035A – REMOVE AND RESET IRRIGATION SYSTEM

Description: This work shall consist of removing and resetting the existing irrigation system at the location shown on the plans, or as ordered by the Engineer.

Materials: When resetting the irrigation system, the Contractor shall reuse any undamaged existing irrigation system components within the project limits, as approved by the Engineer. The Contractor shall use new materials, at the approval of the Engineer, to replace any parts of the system that are damaged during removal.

Construction Methods: Prior to the commencement of work, the Contractor and Engineer shall inventory the existing irrigation system components within the Project limits to determine which materials are suitable for reuse.

The Contractor shall coordinate with the property owner to turn off the feed water lines prior to the commencement of work.

The Contractor shall not disturb the irrigation system until its existing location has been adequately recorded prior to the removal of the system. The irrigation system shall be restored in its original location, with the exception of changes in elevation due to any proposed grading and plating in the surrounding area.

After the work is complete, the irrigation system shall be adequately tested to ensure all components of the system are operating properly, subject to the approval of the Engineer.

Method of Measurement: This work, being paid for on a lump sum basis, will not be measured for payment.

Basis of Payment: This work will be paid for at the contract lump sum price “Remove and Reset Irrigation System” complete in place, which price shall include all materials, tools, equipment and labor incidental thereto.

Pay Item Pay Unit

Remove and Reset Irrigation System l.s.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

160 Town Project No. 14-20

ITEM #0950202A – SHORELINE GRASS ESTABLISHMENT Description: The work included in this item shall consist of providing an accepted stand of established grass by furnishing and placing bioretention topsoil and seed as shown on the plans, permits, within the bioretention areas indicated on the plans, or as directed by the Engineer. Materials: All grass mixture sources shall be locally obtained within the Northeast USA (New England, New York, Pennsylvania, New Jersey, Delaware, or Maryland) in order to preserve and enhance the diversity of native grass species.

Botanical Name Common Name

Elymus virginicus, PA Ecotype Virginia Wildrye, PA Ecotype

Schizachyrium Scoparium Little Bluestem

Andropogon gerardii Big Bluestem

Festuca rubra Red Fescue

Chamaecrista fasciculata Partridge Pea

Asclepias tuberosa Butterfly Milkweed

Eupatorium purpureum (Eutrochium maculatum)

Purple Joe Pye Weed

Rudbeckia hirta Black Eyed Susan

Aster pilosus (Symphyotrichum pilosum)

Heath (Hairy Aster)

Solidago juncea Early Goldenrod

Fertilizer, if required, shall meet the requirements of Article M.13.03. Mulch, if required, shall meet the requirements of Article M.13.05. Erosion control matting, if required, shall be bio-degradable and meet the requirements of Article M.13.09.

All seed mixture sources shall be reviewed and approved by the Engineer in advance of purchase and prior to application. The Materials Certificate for all seed mixtures shall have a statement that certifies that the seed mixture does not include any invasive species pursuant to Connecticut General Statutes Sec. 22a-

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

161 Town Project No. 14-20

381d or any State Threatened or State Endangered species pursuant to Connecticut General Statutes Sec. 26-303. The seed tags from the bags are to be removed by the Engineer upon delivery and attached to the Materials Certificate. Seeding shall not occur if these requirements are not met. All approved seed mixtures shall be obtained in sufficient quantities to meet the pure live seed (PLS) application rates as determined by the seed analysis of the mixture. Construction Methods: Construction methods shall be those established as agronomically acceptable and feasible and shall be approved by the Engineer. The methods described in Article 9.50.03 shall be followed. If seed is purchased in bulk rather than by PLS, the rate of application must be adjusted to meet the required PLS seeding rate. This seeding rate shall be increased by the appropriate percentage as determined by the following formula based off of the information provided on the seed tags at delivery. (Germination Percentage X Purity Percentage)/ 100 = Percentage PLS The Engineer will verify that the seed is applied at a rate that will allow for 100 percent PLS. Mowing will not be allowed within areas that are seeded with conservation seed mix, unless authorized by the Engineer. Bioretention Area Topsoil Preparation: The bioretention topsoil shall be placed to depth indicated on the plans. These areas shall be made friable and receptive for seeding by discing or by other approved methods to the satisfaction of the Engineer. In all cases the final prepared and seeded soil surface shall meet the lines and grades for such surface as shown on the plans, or as directed by the Engineer. All areas to be seeded shall be weed free. Removal of weed growth from these the bioretention areas shall be by approved methods, including hand mowing or spraying, which do not rut or scar the ground surface, or cause excessive disruption of the slope line or grade. Seeding in the areas shall not be permitted until all weed growth is removed. The final bioretention area topsoil mix shall meet the following requirements:

Parameter Range

pH 5.5 – 7.5

Moisture Content 25% – 50%

C:N Ratio 15:1 – 30:1

Organic Matter Content 4% – 7% (dry weight basis)

Soluble Salts 2.5 mmhos (ds)

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

162 Town Project No. 14-20

Stone and Debris < 5% (by weight)

Foreign Matter < 15%

Sand (0.05 mm – 2.0 mm diameter range) < 70%

Silt (0.002 mm – 0.05 mm diameter range) < 20%

Clay (less than 0.002 mm diameter) < 10% Method of Measurement: This work will be measured for payment by the number of square yards of surface area of accepted established bioretention grass and topsoil as specified. Basis of Payment: This work will be paid for at the Contract unit price per square yard for “Shoreline Grass Establishment,” which price shall include all materials, maintenance, equipment, tools, labor, and work incidental thereto. Partial payment of up to 50% may be made for work completed, but not accepted. Full payment shall not be made until the area has been accepted by the Engineer.

Pay Item Pay Unit Shoreline Grass Establishment s.y.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

163 Town Project No. 14-20

ITEM # 0969060A - CONSTRUCTION FIELD OFFICE, SMALL Description: Under the item included in the bid document, adequate weatherproof office quarters will be provided by the Contractor for the duration of the work, and if required, for a maximum of ninety days thereafter for the exclusive use of Municipal forces and others who may be engaged to augment Municipal 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. Materials: Materials shall be in like new condition for the purpose intended and shall be approved by the Engineer. Office Requirements: The Contractor shall furnish the office quarters and equipment as described below.

Description: 150 SF Sq. Ft. of floor space with a minimum ceiling height of 7 ft. and shall be partitioned

as shown on building floor plan as provided by the Engineer. 1 EA Minimum number of exterior entrances. 7 EA Minimum number of parking spaces.

Office layout: The office shall have a minimum square footage as indicated in the table above, and shall be partitioned as shown on building floor plan as provided by the Engineer. The underside of the office shall be fully skirted to the ground. Lavatory Facilities: The Contractor shall furnish lavatory and toilet facilities at a location convenient to the office quarters for the use of Municipal personnel and such assistants as they may engage. He shall also 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 Municipal and will be kept in their possession while Municipal personnel are using the office. Any access to the entrance ways shall meet applicable building codes and be slip resistant, with appropriate handrails. 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.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

164 Town Project No. 14-20

The Contractor shall provide the following additional equipment, facilities, and/or services at the Field Office on this project to include at least the following to the satisfaction of the Engineer: Parking Facility: Adequate parking spaces with adequate illumination on a paved surface, with surface drainage if needed. If paved parking does not exist adjacent to the field office, the Contractor shall provide a parking area of sufficient size to accommodate the number of vehicles indicated in the table above. Construction of the parking area and driveway, if necessary, will consist 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 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 computer 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, notify the Municipality’s electrical

inspector. 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. The Following Furnishings and Equipment Shall Be Provided In The Applicable Field Office Type:

Qty Description: 1 EA Office desks (2.5 ft x 5 ft) with drawers, locks, and matching desk chairs that have

pneumatic seat height adjustment and dual wheel casters on the base. 1 EA Office Chairs.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

165 Town Project No. 14-20

Qty Description: 1 EA Fire resistant cabinets (legal size/4 drawer), locking. 1 EA 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 EA Personal computer tables (4 ft x 2.5 ft). 1 EA Hot and cold water dispensing unit and supply of cups and bottled water shall be

supplied by the Contractor for the duration of the project. 1 EA Electronic office type printing calculators capable of addition, subtraction,

multiplication and division with memory and a supply of printing paper. 1 EA Telephone. 1 EA Telephone answering machine. 1 EA Plain paper facsimile (FAX) machine capable of transmitting via telephone credit

card. All supplies, paper and maintenance shall be provided by the Contractor. 1 EA Copier/Scanner - dry, plain paper with automatic feeder and reducing capability. All

supplies, paper and maintenance shall be provided by the Contractor. 1 EA Computer systems as specified below under Computer Hardware and Software. All

supplies and maintenance shall be provided by the Contractor. 1 EA Laser printer as specified below under Computer Hardware and Software. All

supplies, paper and maintenance shall be provided by the Contractor. 1 EA Digital Camera as specified below under Computer Hardware and Software. All

supplies and maintenance shall be provided by the Contractor. 1 EA Wastebaskets - 30 gal., including plastic waste bags. 1 EA Wastebaskets - 5 gal., including plastic waste bags. 1 EA Electric pencil sharpeners. * EA 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.

1 EA Vertical plan racks for 2 sets of 2 ft x 3 ft plans for each rack. 1 EA Infrared Thermometer, including certified calibration, case, cleaning wipes. 1 EA Concrete Curing Box as specified below under Concrete Testing Equipment. 1 EA Concrete Air Meter as specified below under Concrete Testing Equipment. 1 EA Concrete Slump Cone as specified below under Concrete Testing Equipment.

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. Telephone Service: 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. The Contractor shall pay all charges except for out-of-state toll calls made by Municipal personnel. Computer Hardware and Software:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

166 Town Project No. 14-20

The Municipality will provide the Contractor with a copy of the current PC specifications, approved printer list and data wiring schematic as soon as possible after the contract is awarded. Before ordering the computer hardware and software, the Contractor must submit a copy of their proposed PC specifications and the type of printer to the Municipality for review. If the specification meets or exceeds the minimum specifications listed below, then the Contractor will be notified that the order may be placed. The computer system furnished shall have all software and hardware necessary for the complete installation of the latest versions of the software listed, and therefore supplements the minimum specifications below. The Engineer reserves the right to expand or relax the specification to adapt to the software and hardware limitations and availability, the compatibility with current agency systems, and to provide the Municipality with a computer system that can handle the needs of the project. This requirement is to ensure that the rapid changing environment that computer systems have experienced does not leave the needs of the project orphan to what has been specified. There will not be any price adjustment due to the change in the minimum system requirements. The Contractor shall provide the Engineer with a licensed copy registered in the Municipality’s name of the latest versions of the software listed and maintain customer support services offered by each software producer for the duration of the Contract. The Contractor shall deliver to the Engineer all supporting documentation for the software and hardware including any instructions or manuals. The Contractor shall provide original backup media for the software. The Contractor shall provide the computer system with all required supplies, maintenance and repairs (including labor and parts) throughout the Contract life. Once the Contract has been completed, the computer will remain the property of the Contractor. Prior to the return of any computer(s) to the Contractor, field personnel will coordinate with the Data Center personnel for the removal of Municipal owned equipment, software, data, and associated equipment. A) Computer – Minimum Specification:

Processor – Intel® Core 2 Duo Processor (2.00 GHz, 800 MHz FSB 2MB L2 Cache) Memory – 2 GB DIMM DDR2 667MHz. Monitor – 19.0 inch LCD color monitor. Graphics – Intel Graphics Media Accelerator 3100. or equivalent. Hard Drive – 160 GB Ultra ATA hard drive (Western Digital, IBM or Seagate). Floppy Drive – 3.5 inch 1.44MB diskette drive. Optical Drive – CD-RW/DVD-RW Combo. Multimedia Package – Integrated Sound Blaster Compatible AC97 Sound and speakers. Case – Small Form or Mid Tower, capable of vertical or horizontal orientation. Integrated Network Adapter – comparable to 3COM PCI 10/100 twisted pair Ethernet. Keyboard – 104+ Keyboard. Mouse – Optical 2-button mouse with scroll wheel.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

167 Town Project No. 14-20

Operating System – Windows XP Professional Service Pack 2; Windows Vista Capable. Application Software – MS Office 2007 Professional Edition. Additional Software (Latest Releases, including subscription services for the life of the

Contract.– • Norton Anti-Virus and CD/DVD burning software (ROXIO or NERO), • Adobe Acrobat Standard

Resource or Driver CD/DVD – CD/DVD with all drivers and resource information so that computer can be restored to original prior to shipment back to the contractor.

Uninterrupted power supply – APC Back-UPS 500VA. Note A1: All hardware components must be installed before delivery. All software documentation and CD-ROMs/DVD for Microsoft Windows XP Professional, Microsoft Office 2007 Professional Edition, and other software required software must be provided. Computer Brands are limited to Dell, Gateway and HP brands only. No other brands will be accepted. The ConnDOT Project Engineer will provide the Contractor with a copy of the current PC specifications and approved printer list as soon as possible after the contract is awarded. Note A2: As of June 30, 2008, Microsoft will no longer distribute Windows XP for retail sale, although the date for specific computer manufacturers may be different. Please consult your manufacturer for details. The Municipality still requires Windows XP on all PCs. Microsoft has stated that any PCs that are purchased with either Windows Vista Business, or Vista Ultimate are automatically entitled to “downgrade rights”, which allow the PC to be rolled back to Windows XP. Please consult the specific manufacturer for details on downgrading new PCs to Microsoft Windows XP after June 30, 2008.

B) Laser Printer – Minimum Specification: Print speed – 20 ppm. Resolution – 1,200 x 1,200 dpi. Paper size – Up to 216 mm x 355 mm (8.5 in x 14 in). RAM – 16 MB. Print Drivers – Must support HP PCL6 and HP PCL5e. Printer cable – 1.8 m (6 ft). Note B1: Laser printer brands are limited to Hewlett-Packard and Savin brands only. The ConnDOT Project Engineer will provide the Contractor with a copy of the current PC specifications and approved printer list as soon as possible after the contract is awarded. Note B2: It is acceptable to substitute a multi-function all-in-one printer/copier/scanner/fax machine listed on the approved printer list in place of the required laser printer and fax machine.

C) Digital Camera – Minimum Specification: Optical – 5 mega pixel, with 3x optical zoom. Memory – 2 GB.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

168 Town Project No. 14-20

Features – Date/time stamp feature. Connectivity – USB cable or memory card reader. Software – Must be compatible with Windows XP and Vista. Power – Rechargeable battery and charger.

The Contractor is responsible for service and repairs to all computer hardware. All repairs must be performed with-in 48 hours. If the repairs require more than a 48 hours then a replacement must be provided. All supplies, paper and maintenance for the computers, laptops, printers, copiers, and fax machines shall be provided by the Contractor. 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. All testing equipment will remain the property of the Contractor at the completion of the project. 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 will 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.

Insurance Policy: The Contractor shall provide a separate insurance policy, with no deductible, in the minimum amount of twenty thousand dollars ($20,000.00) 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 Municipality shall be an additional named insured on the policy. These losses shall include, but not be limited to: theft, fire, and physical damage. The Municipality will be responsible for all maintenance costs of Municipally owned computer hardware. In the event of loss, the Contractor shall provide replacement equipment in accordance with current Municipal 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 Municipality 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 Municipality will reimburse the Contractor for replacement costs exceeding the amount of the required coverage. Maintenance: During the occupancy by the Municipality, 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

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

169 Town Project No. 14-20

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 Municipality 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, measured to the nearest month. There will not be any price adjustment due to any change in the minimum computer system requirements. Basis of Payment: The furnishing and maintenance of the construction field office will be paid at the listed unit price per month for the item “Construction Field Office, Small”, which price shall include all material, equipment, labor, utility services and work incidental thereto. The cost of providing the parking area, external illumination, trash removal and snow and ice removal shall be included in the monthly unit price bid for the respective item “Construction Field Office, Small”. Pay Item Pay Unit Construction Field Office, Small Month

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

170 Town Project No. 14-20

ITEM NO. 0971001A – MAINTENANCE AND PROTECTION OF TRAFFIC Article 9.71.01 – Description is supplemented by the following: The Contractor shall maintain and protect traffic as described by the following and as limited in the Special Provision "Prosecution and Progress": Oneida Drive The Contractor shall maintain and protect a minimum of one lane of traffic in each direction, each lane on a paved travel path not less than 11 feet in width. Excepted therefrom will be those periods, during the allowable periods, when the Contractor is actively working, at which time the Contractor shall maintain and protect at least an alternating one-way traffic operation, on a paved travel path not less than 11 feet in width. The length of the alternating one-way traffic operation shall not exceed 300 feet and there shall be no more than one alternating one-way traffic operation within the project limits without prior approval of the Engineer. The Contractor will be allowed to close Oneida Drive to through traffic and detour traffic as shown on the Detour Plan contained in the contract plans and in accordance with Section 1.08.04. All Other Roadways The Contractor shall maintain and protect a minimum of one lane of traffic in each direction, each lane on a paved travel path not less than 11 feet in width. Excepted therefrom will be those periods, during the allowable periods, when the Contractor is actively working, at which time the Contractor shall maintain and protect at least an alternating one-way traffic operation, on a paved travel path not less than 11 feet in width. The length of the alternating one-way traffic operation shall not exceed 300 feet and there shall be no more than one alternating one-way traffic operation within the project limits without prior approval of the Engineer. Commercial and Residential Driveways The Contractor shall maintain access to and egress from all commercial and residential driveways throughout the project limits. The Contractor will be allowed to close said driveways to perform the required work during those periods when the businesses are closed, unless permission is granted from the business owner to close the driveway during business hours. If a temporary closure of a residential driveway is necessary, the Contractor shall coordinate with the owner to determine the time period of the closure. Article 9.71.03 - Construction Method is supplemented as follows:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

171 Town Project No. 14-20

General Unpaved travel paths will only be permitted for areas requiring full depth and full width reconstruction, in which case, the Contractor will be allowed to maintain traffic on processed aggregate for a duration not to exceed 10 calendar days. The unpaved section shall be the full width of the road and perpendicular to the travel lanes. Opposing traffic lane dividers shall be used as a centerline. The Contractor is required to delineate any raised structures within the travel lanes, so that the structures are visible day and night, unless there are specific contract plans and provisions to temporarily lower these structures prior to the completion of work. The Contractor shall schedule operations so that pavement removal and roadway resurfacing shall be completed full width across a roadway (bridge) section by the end of a workday (work night), or as directed by the Engineer. When the installation of all intermediate courses of bituminous concrete pavement is completed for the entire roadway, the Contractor shall install the final course of bituminous concrete pavement. When the Contractor is excavating adjacent to the roadway, the Contractor shall provide a 3-foot shoulder between the work area and travel lanes, with traffic drums spaced every 50 feet. At the end of the workday, if the vertical drop-off exceeds 3 inches, the Contractor shall provide a temporary traversable slope of 4:1 or flatter that is acceptable to the Engineer. If applicable, when an existing sign is removed, it shall be either relocated or replaced by a new sign during the same working day. The Contractor shall not store any material on-site which would present a safety hazard to motorists or pedestrians (e.g. fixed object or obstruct sight lines). The field installation of a signing pattern shall constitute interference with existing traffic operations and shall not be allowed, except during the allowable periods. Existing Signing The Contractor shall maintain all existing overhead and side-mounted signs throughout the project limits during the duration of the project. The Contractor shall temporarily relocate signs and sign supports as many times as deemed necessary, and install temporary sign supports if necessary and as directed by the Engineer.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

172 Town Project No. 14-20

Requirements for Winter The Contractor shall schedule a meeting with representatives from the Department including the offices of Maintenance and Traffic, and the Town/City to determine what interim traffic control measures the Contractor shall accomplish for the winter to provide safety to the motorists and permit adequate snow removal procedures. This meeting shall be held prior to October 31 of each year and will include, but not be limited to, discussion of the status and schedule of the following items: lane and shoulder widths, pavement restoration, traffic signal work, pavement markings, and signing. Signing Patterns The Contractor shall erect and maintain all signing patterns in accordance with the traffic control plans contained herein. Proper distances between advance warning signs and proper taper lengths are mandatory. Pavement Markings -Non-Limited Access Multilane Roadways Secondary and Local Roadways During construction, the Contractor shall maintain all pavement markings on paved surfaces on all roadways throughout the limits of the project. Interim Pavement Markings The Contractor shall install painted pavement markings, which shall include centerlines, shoulder edge lines, lane lines (broken lines), lane-use arrows, and stop bars, on each intermediate course of bituminous concrete pavement and on any milled surface by the end of the work day/night. If the next course of bituminous concrete pavement will be placed within seven days, shoulder edge lines are not required. The painted pavement markings will be paid under the appropriate items. If the Contractor will install another course of bituminous concrete pavement within 24 hours, the Contractor may install Temporary Plastic Pavement Marking Tape in place of the painted pavement markings by the end of the work day/night. These temporary pavement markings shall include centerlines, lane lines (broken lines) and stop bars; shoulder edge lines are not required. Centerlines shall consist of two 4 inch wide yellow markings, 2 feet in length, side by side, 4 to 6 inches apart, at 40-foot intervals. No passing zones should be posted with signs in those areas where the final centerlines have not been established on two-way roadways. Stop bars may consist of two 6 inch wide white markings or three 4 inch wide white markings placed side by side. The Contractor shall remove and dispose of the Temporary Plastic Pavement Marking Tape when another course of bituminous concrete pavement is installed. The cost of furnishing, installing and removing the Temporary Plastic Pavement Marking Tape shall be at the Contractor’s expense.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

173 Town Project No. 14-20

If an intermediate course of bituminous concrete pavement will be exposed throughout the winter, then Epoxy Resin Pavement Markings should be installed unless directed otherwise by the Engineer. Final Pavement Markings The Contractor should install painted pavement markings on the final course of bituminous concrete pavement by the end of the work day/night. If the painted pavement markings are not installed by the end of the work day/night, then Temporary Plastic Pavement Marking Tape shall be installed as described above and the painted pavement markings shall be installed by the end of the work day/night on Friday of that week. If Temporary Plastic Pavement Marking Tape is installed, the Contractor shall remove and dispose of these markings when the painted pavement markings are installed. The cost of furnishing, installing and removing the Temporary Plastic Pavement Marking Tape shall be at the Contractor’s expense. The Contractor shall install permanent Epoxy Resin Pavement Markings in accordance with Section 12.10 entitled “Epoxy Resin Pavement Markings, Symbols, and Legends” after such time as determined by the Engineer. TRAFFIC CONTROL DURING CONSTRUCTION OPERATIONS The following guidelines shall assist field personnel in determining when and what type of traffic control patterns to use for various situations. These guidelines shall provide for the safe and efficient movement of traffic through work zones and enhance the safety of work forces in the work area. TRAFFIC CONTROL PATTERNS Traffic control patterns shall be used when a work operation requires that all or part of any vehicle or work area protrudes onto any part of a travel lane or shoulder. For each situation, the installation of traffic control devices shall be based on the following:

Speed and volume of traffic Duration of operation Exposure to hazards

Traffic control patterns shall be uniform, neat and orderly so as to command respect from the motorist. In the case of a horizontal or vertical sight restriction in advance of the work area, the traffic control pattern shall be extended to provide adequate sight distance for approaching traffic.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

174 Town Project No. 14-20

If a lane reduction taper is required to shift traffic, the entire length of the taper should be installed on a tangent section of roadway so that the entire taper area can be seen by the motorist. Any existing signs that are in conflict with the traffic control patterns shall be removed, covered, or turned so that they are not readable by oncoming traffic. When installing a traffic control pattern, a Buffer Area should be provided and this area shall be free of equipment, workers, materials and parked vehicles. Typical traffic control plans 19 through 25 may be used for moving operations such as line striping, pot hole patching, mowing, or sweeping when it is necessary for equipment to occupy a travel lane. Traffic control patterns will not be required when vehicles are on an emergency patrol type activity or when a short duration stop is made and the equipment can be contained within the shoulder. Flashing lights and appropriate trafficperson shall be used when required. Although each situation must be dealt with individually, conformity with the typical traffic control plans contained herein is required. In a situation not adequately covered by the typical traffic control plans, the Contractor must contact the Engineer for assistance prior to setting up a traffic control pattern. PLACEMENT OF SIGNS Signs must be placed in such a position to allow motorists the opportunity to reduce their speed prior to the work area. Signs shall be installed on the same side of the roadway as the work area. On multi-lane divided highways, advance warning signs shall be installed on both sides of the highway. On directional roadways (on-ramps, off-ramps, one-way roads), where the sight distance to signs is restricted, these signs should be installed on both sides of the roadway. ALLOWABLE ADJUSTMENT OF SIGNS AND DEVICES SHOWN ON THE TRAFFIC

CONTROL PLANS The traffic control plans contained herein show the location and spacing of signs and devices under ideal conditions. Signs and devices should be installed as shown on these plans whenever possible. The proper application of the traffic control plans and installation of traffic control devices depends on actual field conditions. Adjustments to the traffic control plans shall be made only at the direction of the Engineer to improve the visibility of the signs and devices and to better control traffic operations. Adjustments to the traffic control plans shall be based on safety of work forces and motorists,

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

175 Town Project No. 14-20

abutting property requirements, driveways, side roads, and the vertical and horizontal curvature of the roadway. The Engineer may require that the traffic control pattern be located significantly in advance of the work area to provide better sight line to the signing and safer traffic operations through the work zone. Table I indicates the minimum taper length required for a lane closure based on the posted speed limit of the roadway. These taper lengths shall only be used when the recommended taper lengths shown on the traffic control plans cannot be achieved. s

TABLE I – MINIMUM TAPER LENGTHS

POSTED SPEED LIMIT MILES PER HOUR

MINIMUM TAPER LENGTH IN FEET FOR A SINGLE LANE CLOSURE

30 OR LESS 35 40 45 50 55 65

180 250 320 540 600 660 780

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

176 Town Project No. 14-20

SECTION 1. WORK ZONE SAFETY MEETINGS 1.a) Prior to the commencement of work, a work zone safety meeting will be conducted with

representatives of DOT Construction, Connecticut State Police (Local Barracks), Municipal Police, the Contractor (Project Superintendent) and the Traffic Control Subcontractor (if different than the prime Contractor) to review the traffic operations, lines of responsibility, and operating guidelines which will be used on the project. Other work zone safety meetings during the course of the project should be scheduled as needed.

1.b) A Work Zone Safety Meeting Agenda shall be developed and used at the meeting to

outline the anticipated traffic control issues during the construction of this project. Any issues that can’t be resolved at these meetings will be brought to the attention of the District Engineer and the Office of Construction. The agenda should include:

• Review Project scope of work and time • Review Section 1.08, Prosecution and Progress • Review Section 9.70, Trafficpersons • Review Section 9.71, Maintenance and Protection of Traffic • Review Contractor’s schedule and method of operations. • Review areas of special concern: ramps, turning roadways, medians, lane drops, etc. • Open discussion of work zone questions and issues • Discussion of review and approval process for changes in contract requirements as they

relate to work zone areas SECTION 2. GENERAL 2.a) If the required minimum number of signs and equipment (i.e. one High Mounted

Internally Illuminated Flashing Arrow for each lane closed, two TMAs, Changeable Message Sign, etc.) are not available; the traffic control pattern shall not be installed.

2.b) The Contractor shall have back-up equipment (TMAs, High Mounted Internally

Illuminated Flashing Arrow, Changeable Message Sign, construction signs, cones/drums, etc.) available at all times in case of mechanical failures, etc. The only exception to this is in the case of sudden equipment breakdowns in which the pattern may be installed but the Contractor must provide replacement equipment within 24 hours.

2.c) Failure of the Contractor to have the required minimum number of signs, personnel and

equipment, which results in the pattern not being installed, shall not be a reason for a time extension or claim for loss time.

2.d) In cases of legitimate differences of opinion between the Contractor and the Inspection

staff, the Inspection staff shall err on the side of safety. The matter shall be brought to

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

177 Town Project No. 14-20

the District Office for resolution immediately or, in the case of work after regular business hours, on the next business day.

SECTION 3. INSTALLING AND REMOVING TRAFFIC CONTROL PATTERNS 3.a) Lane Closures shall be installed beginning with the advance warning signs and

proceeding forward toward the work area. 3.b) Lane Closures shall be removed in the reverse order, beginning at the work area, or end

of the traffic control pattern, and proceeding back toward the advance warning signs. 3.c) Stopping traffic may be allowed:

• As per the contract for such activities as blasting, steel erection, etc. • During paving, milling operations, etc. where, in the middle of the operation, it

is necessary to flip the pattern to complete the operation on the other half of the roadway and traffic should not travel across the longitudinal joint or difference in roadway elevation.

• To move slow moving equipment across live traffic lanes into the work area.

3.d) Under certain situations when the safety of the traveling public and/or that of the workers may be compromised due to conditions such as traffic volume, speed, roadside obstructions, or sight line deficiencies, as determined by the Engineer and/or State Police, traffic may be briefly impeded while installing and/or removing the advance warning signs and the first ten traffic cones/drums only. Appropriate measures shall be taken to safely slow traffic. If required, traffic slowing techniques may be used and shall include the use of Truck Mounted Impact Attenuators (TMAs) as appropriate, for a minimum of one mile in advance of the pattern starting point. Once the advance warning signs and the first ten traffic cones/drums are installed/removed, the TMAs and sign crew shall continue to install/remove the pattern as described in Section 5 and traffic shall be allowed to resume their normal travel.

3.e) The Contractor must adhere to using the proper signs, placing the signs correctly, and

ensuring the proper spacing of signs. 3.f) Additional devices are required on entrance ramps, exit ramps, and intersecting roads to

warn and/or move traffic into the proper travelpath prior to merging/exiting with/from the main line traffic. This shall be completed before installing the mainline pattern past the ramp or intersecting roadway.

3.g) Prior to installing a pattern, any conflicting existing signs shall be covered with an

opaque material. Once the pattern is removed, the existing signs shall be uncovered.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

178 Town Project No. 14-20

3.h) On limited access roadways, workers are prohibited from crossing the travel lanes to install and remove signs or other devices on the opposite side of the roadway. Any signs or devices on the opposite side of the roadway shall be installed and removed separately.

SECTION 4. USE OF HIGH MOUNTED INTERNALLY ILLUMINATED FLASHING

ARROW 4.a) On limited access roadways, one Flashing Arrow shall be used for each lane that is

closed. The Flashing Arrow shall be installed concurrently with the installation of the traffic control pattern and its placement shall be as shown on the traffic control plan. For multiple lane closures, one Flashing Arrow is required for each lane closed. If conditions warrant, additional Flashing Arrows should be employed (i.e.: curves, major ramps, etc.).

4.b) On non-limited access roadways, the use of a Flashing Arrow for lane closures is

optional. The roadway geometry, sight line distance, and traffic volume should be considered in the decision to use the Flashing Arrow.

4.c) The Flashing Arrow shall not be used on two lane, two-way roadways for temporary

alternating one-way traffic operations. 4.d) The Flashing Arrow board display shall be in the “arrow” mode for lane closure tapers

and in the “caution” mode (four corners) for shoulder work, blocking the shoulder, or roadside work near the shoulder. The Flashing Arrow shall be in the “caution” mode when it is positioned in the closed lane.

4.e) The Flashing Arrow shall not be used on a multi-lane roadway to laterally shift all lanes

of traffic, because unnecessary lane changing may result. SECTION 5. USE OF TRUCK MOUNTED IMPACT ATTENUATOR VEHICLES

(TMAs) 5.a) For lane closures on limited access roadways, a minimum of two TMAs shall be used to

install and remove traffic control patterns. If two TMAs are not available, the pattern shall not be installed.

5.b) On non-limited access roadways, the use of TMAs to install and remove patterns closing

a lane(s) is optional. The roadway geometry, sight line distance, and traffic volume should be considered in the decision to utilize the TMAs.

5.c) Generally, to establish the advance and transition signing, one TMA shall be placed on

the shoulder and the second TMA shall be approximately 1,000 feet ahead blocking the lane. The flashing arrow board mounted on the TMA should be in the “flashing arrow” mode when taking the lane. The sign truck and workers should be immediately ahead of

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

179 Town Project No. 14-20

the second TMA. In no case shall the TMA be used as the sign truck or a work truck. Once the transition is in place, the TMAs shall travel in the closed lane until all Changeable Message Signs, signs, Flashing Arrows, and cones/drums are installed. The flashing arrow board mounted on the TMA should be in the “caution” mode when traveling in the closed lane.

5.d) A TMA shall be placed prior to the first work area in the pattern. If there are multiple

work areas within the same pattern, then additional TMAs shall be positioned at each additional work area as needed. The flashing arrow board mounted on the TMA should be in the “caution” mode when in the closed lane.

5.e) TMAs shall be positioned a sufficient distance prior to the workers or equipment being

protected to allow for appropriate vehicle roll-ahead in the event that the TMA is hit, but not so far that an errant vehicle could travel around the TMA and into the work area. For additional placement and use details, refer to the specification entitled “Type ‘D’ Portable Impact Attenuation System”. Some operations, such as paving and concrete repairs, do not allow for placement of the TMA(s) within the specified distances. In these situations, the TMA(s) should be placed at the beginning of the work area and shall be advanced as the paving or concrete operations proceed.

5.f) TMAs should be paid in accordance with how the unit is utilized. When it is used as a

TMA and is in the proper location as specified, and then it should be paid at the specified hourly rate for “Type ‘D’ Portable Impact Attenuation System”. When the TMA is used as a Flashing Arrow, it should be paid at the daily rate for “High Mounted Internally Illuminated Flashing Arrow”. If a TMA is used to install and remove a pattern and then is used as a Flashing Arrow, the unit should be paid as a “Type ‘D’ Portable Impact Attenuation System” for the hours used to install and remove the pattern, typically 2 hours (1 hour to install and 1 hour to remove), and is also paid for the day as a “High Mounted Internally Illuminated Flashing Arrow”.

SECTION 6. USE OF TRAFFIC DRUMS AND TRAFFIC CONES 6.a) Traffic drums shall be used for taper channelization on limited-access roadways, ramps,

and turning roadways and to delineate raised catch basins and other hazards. 6.b) Traffic drums shall be used in place of traffic cones in traffic control patterns that are in

effect for more than a 36-hour duration. 6.c) Traffic Cones less than 42 inches in height shall not be used on limited-access roadways

or on non-limited access roadways with a posted speed limit of 45 mph and above. 6.d) Typical spacing of traffic drums and/or cones shown on the Traffic Control Plans in the

Contract are maximum spacings and may be reduced to meet actual field conditions as required.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

180 Town Project No. 14-20

SECTION 7. USE OF (REMOTE CONTROLLED) CHANGEABLE MESSAGE SIGNS (CMS) 7.a) For lane closures on limited access roadways, one CMS shall be used in advance of the

traffic control pattern. Prior to installing the pattern, the CMS shall be installed and in operation, displaying the appropriate lane closure information (i.e.: Left Lane Closed - Merge Right). The CMS shall be positioned ½ - 1 mile ahead of the lane closure taper. If the nearest Exit ramp is greater than the specified ½ - 1 mile distance, than an additional CMS shall be positioned a sufficient distance ahead of the Exit ramp to alert motorists to the work and therefore offer them an opportunity to take the exit.

7.b) CMS should not be installed within 1000 feet of an existing CMS.

7.c) On non-limited access roadways, the use of CMS for lane closures is optional. The

roadway geometry, sight line distance, and traffic volume should be considered in the decision to use the CMS.

7.d) The advance CMS is typically placed off the right shoulder, 5 feet from the edge of

pavement. In areas where the CMS cannot be placed beyond the edge of pavement, it may be placed on the paved shoulder with a minimum of five (5) traffic drums placed in a taper in front of it to delineate its position. The advance CMS shall be adequately protected if it is used for a continuous duration of 36 hours or more.

7.e) When the CMS are no longer required, they should be removed from the clear zone and

have the display screen cleared and turned 90° away from the roadway. 7.f) The CMS generally should not be used for generic messages (ex: Road Work Ahead,

Bump Ahead, Gravel Road, etc.). 7.g) The CMS should be used for specific situations that need to command the motorist’s

attention which cannot be conveyed with standard construction signs (Examples include: Exit 34 Closed Sat/Sun - Use Exit 35, All Lanes Closed - Use Shoulder, Workers on Road - Slow Down).

7.h) Messages that need to be displayed for long periods of time, such as during stage

construction, should be displayed with construction signs. For special signs, please coordinate with the Office of Construction and the Division of Traffic Engineering for the proper layout/dimensions required.

7.i) The messages that are allowed on the CMS are as follows:

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

181 Town Project No. 14-20

Message No. Frame 1 Frame 2 Message No. Frame 1 Frame 2

1 LEFT

LANE CLOSED

MERGE RIGHT

9 LANES CLOSED AHEAD

REDUCE SPEED

2 2 LEFT

LANES CLOSED

MERGE RIGHT

10 LANES CLOSED AHEAD

USE CAUTION

3 LEFT

LANE CLOSED

REDUCE SPEED

11 WORKERS ON ROAD

REDUCE SPEED

4 2 LEFT

LANES CLOSED

REDUCE SPEED

12 WORKERS ON ROAD

SLOW DOWN

5 RIGHT

LANE CLOSED

MERGE LEFT

13 EXIT XX CLOSED

USE EXIT YY

6 2 RIGHT

LANES CLOSED

MERGE LEFT

14 EXIT XX CLOSED USE YY

FOLLOW DETOUR

7 RIGHT

LANE CLOSED

REDUCE SPEED

15 2 LANES SHIFT AHEAD

USE CAUTION

8 2 RIGHT

LANES CLOSED

REDUCE SPEED

16 3 LANES SHIFT AHEAD

USE CAUTION

For any other message(s), approval must be received from the Office of Construction prior to

their use. No more than two (2) displays shall be used within any message cycle.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

182 Town Project No. 14-20

SECTION 8. USE OF STATE POLICE OFFICERS 8.a) State Police may be utilized only on limited access highways and secondary roadways

under their primary jurisdiction. One Officer may be used per critical sign pattern. Shoulder closures and right lane closures can generally be implemented without the presence of a State Police Officer. Likewise in areas with moderate traffic and wide, unobstructed medians, left lane closures can be implemented without State Police presence. Under some situations it may be desirable to have State Police presence, when one is available. Examples of this include: nighttime lane closures; left lane closures with minimal width for setting up advance signs and staging; lane and shoulder closures on turning roadways/ramps or mainline where sight distance is minimal; and closures where extensive turning movements or traffic congestion regularly occur, however they are not required.

8.b) Once the pattern is in place, the State Police Officer should be positioned in a non- hazardous location in advance of the pattern If traffic backs up beyond the beginning of the pattern, then the State Police Officer shall be repositioned prior to the backup to give warning to the oncoming motorists. The State Police Officer and TMA should not be in proximity to each other.

8.c) Other functions of the State Police Officer(s) may include:

• Assisting entering/exiting construction vehicles within the work area.

• Enforcement of speed and other motor vehicle laws within the work area, if specifically requested by the project.

8.d) State Police Officers assigned to a work site are to only take direction from the Engineer.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

183 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

184 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

185 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

186 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

187 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

188 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

189 Town Project No. 14-20

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

190 Town Project No. 14-20

Article 9.71.05 – Basis of Payment is supplemented by the following: The temporary relocation of signs and supports, and the furnishing, installation and removal of any temporary supports shall be paid for under the item “Maintenance and Protection of Traffic”. Temporary overhead sign supports and foundations shall be paid for under the appropriate item(s). The cost of furnishing, installing, and removing the material for the 4H:1V traversable slope shall be paid for under the item “Maintenance and Protection of Traffic.”

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

191 Town Project No. 14-20

ITEM #1131002A - REMOTE CONTROLLED CHANGEABLE MESSAGE SIGN Description: Work under this item shall include furnishing and maintaining a trailer-mounted, “Changeable Message Sign”, “Remote Controlled Changeable Message Sign”, “Changeable Message Sign with Radar”, or “Remote Controlled Changeable Message Sign with Radar” whichever is applicable, at the locations indicated on the plans or as directed by the Engineer. Materials: The full matrix, internally illuminated variable message sign shall consist of a LED, fiber optic, lamp matrix, or hybrid magnetically operated matrix – LED message board; and a computer operated interface, all mounted on a towable, heavy duty trailer. The sign shall have a minimum horizontal dimension of 115 inches and rotate a complete 360 degrees atop the lift mechanism. In the raised position, the bottom of the sign shall be at least 7 feet above the roadway. The messages displayed shall be visible from a distance of 1/2 mile and be clearly legible from a distance of 900 feet during both the day and night. The lighting system shall be controlled both manually and by a photocell for automatic sign dimming during nighttime use. The sign shall be capable of storing a minimum of 100 preprogrammed messages and be able to display any one of those messages upon call from the trailer mounted terminal and/or through the cellular telephone hookup for the remote controlled sign. The sign shall be a full matrix sign that is able to display messages composed of any combination of alphanumeric text, punctuation symbols, and graphic images (notwithstanding NTCIP limitations). The display shall be capable of producing arrow functions. Full- matrix displays shall allow the use of graphics, traffic safety symbols and various character heights. Standard messages shall be displayed in a three-line message format with 8 characters per line. The letter height shall not be less than 18 inches. The sign shall utilize yellow green for the display with a black background. Each matrix shall have a minimum size of 6 x 9 pixels. Each pixel shall utilize a minimum of four high output yellow green LEDs or equivalent light source. The LEDs or light source shall have a minimum 1.4 candela luminance intensity, 22 degrees viewing angle, and wavelength of 590 (+/- 3) nanometers. For hybrid magnetically operated matrix – LED matrix, each pixel shall have one single shutter faced with yellow green retro-reflective sheeting with a minimum of four high output yellow green LEDs or equivalent light source. The hybrid magnetically operated matrix – LED matrix sign shall be capable of operating in three display modes; shutter only, LED only, and both LED

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

192 Town Project No. 14-20

and shutter. These modes shall be automatically controlled by a photocell for day and night conditions and also capable of being manually controlled through the software. The sign shall be controlled by an on-board computer. The sign shall automatically change to a preselected default message upon failure. That default message shall remain on display until the problem is corrected. The sign shall include all necessary controls, including, but not limited to, personal computer, keyboard or alphanumeric hand-held keyboard, and software. The sign shall interface with PCs, cellular phones, and radar speed detection devices as required. Controls shall be furnished for raising and lowering the message board, aligning the message board and, for solar powered units, a read-out of the battery bank charge. Power shall be provided by a self-contained solar maintained power source or a diesel engine driven generator. Hardware for connection to a 110-volt power source shall also be provided. Solar powered signs shall display programmed messages with the solar panel disconnected, in full night conditions, for a minimum of 30 consecutive days. Remote Controlled Changeable Message Signs shall include one (1) industrial-grade cellular telephone and be equipped with a modem to control the sign and a security system to prevent unauthorized access. The security system shall allow access only through use of a code or password unique to that sign. If the proper code or password is not entered within 60 seconds of initial telephone contact, the call will be terminated. Remote control for the Remote Controlled Changeable Message Sign shall be by cellular telephone and touch tone modem decoder. The radar equipped signs shall include a high-speed electronic control module (ECM-X), Radar SI transceiver, signal processing board and radar logging software. The radar software will operate the sign in four modes: 1) The sign will display words “YOUR SPEED” followed by the speed (2 digits). The display will repeat the message as long as vehicles are detected. The sign will blank when no vehicles are present. 2) The sign will display a series of up to six messages (programmed by the user) when a preset speed (programmed by the user) is exceeded. The sign will blank when no vehicles are present. 3) Will perform like mode #2 with the addition of displaying the actual speed with it. 4) The sign will work as a standard Changeable Message Sign or Remote Controlled Changeable Message Sign with no radar. Construction Methods: The Contractor shall furnish, place, operate, maintain and relocate the sign as required. When the sign is no longer required, it shall be removed and become the property of the Contractor. The cellular telephone required for the Remote Controlled Changeable Message Sign shall be provided to the Engineer for his use, and subsequently returned to the Contractor.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

193 Town Project No. 14-20

When the sign is not in use, it shall either be turned off with a blank display or turned from view. Any signs that are missing, damaged, defaced or improperly functioning so that they are not effective, as determined by the Engineer and in accordance with the ATSSA guidelines contained in “Quality Standards for Work Zone Traffic Control Devices,” shall be replaced by the Contractor at no cost to the State. Method of Measurement: This work will be measured for payment for each “Changeable Message Sign”, “Remote Controlled Changeable Message Sign”, “Changeable Message Sign with Radar”, or “Remote Controlled Changeable Message Sign with Radar”, whichever applies, furnished and installed, for the number of calendar days that the sign is in place and in operation, measured to the nearest day. When a sign is in operation for less than a day, such a period of time shall be considered to be a full day regardless of actual time in operation. Basis of Payment: This work will be paid for at the Contract unit price per day for each “Changeable Message Sign”, “Remote Controlled Changeable Message Sign”, “Changeable Message Sign with Radar”, or “Remote Controlled Changeable Message Sign with Radar” which price shall include placing, maintaining, relocating and removing the sign and its appurtenances and all material, labor, tools and equipment incidental thereto. Additionally, for the “Remote Controlled Changeable Message Sign”, or “Remote Controlled Changeable Message Sign with Radar”, the cellular telephone service and telephone charges shall be included. Pay Item Pay Unit Remote Controlled Changeable Message Sign Day

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

194 Town Project No. 14-20

ITEM #1504011A – TEMPORARY SUPPORT OF UTILITIES (SITE NO. 1) ITEM #1504012A – TEMPORARY SUPPORT OF UTILITIES (SITE NO. 2) Description: In this special provision, references to “utilities” shall be interpreted to mean “gas main” for Site No. 1 or “water main” for Site No. 2. Work under this item shall consist of designing, furnishing, placing, relocating, and subsequently removing temporary supports for the existing utilities shown on the plans and accordance with these specifications or as ordered by the Engineer in conjunction with the appropriate utility approval. It shall be the responsibility of the Contractor to coordinate this Work with the Utility. Any damage to the Utility caused by the Contractor’s operations, which affects the operation of the utility service shall be repaired by the Utility at the Contractor’s expense. Prior to construction, the Contractor shall arrange and meet with the Utilities for scheduling and coordination regarding this work. The Contractor shall then, within 5 days, file documentation of that meeting and the resulting agreements in a project memorandum to the Engineer. The Engineer shall be informed by the Contractor of and prior to this meeting and may attend at this discretion. The Contractor is advised that no service interruptions resulting from his operations will be allowed. The Contractor shall exercise extreme caution when installing the temporary supports and during construction. When installing the temporary supports the respective utility company representatives shall be present. Also, refer to “Section 1.07 - Legal Relations and Responsibility to the Public" contained elsewhere herein. Materials: The materials for this work shall conform to the following requirements:

Structural Steel shall conform to ASTM A36 Bolts shall conform to ASTM 3125 Grade 325 Threaded rods shall conform to ASTM A307 Portland Cement Concrete shall be Class “A" All timber and lumber shall be sound and free from any defect that may impair its strength.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

195 Town Project No. 14-20

Construction Methods:

The Contractor shall prepare design drawings showing his proposed method of support for each utility to be supported. The supports shall safely carry all utility dead loads as well as any imposed loadings under all possible construction conditions. Said supports shall be constructed in a manner that will not interfere with the proposed structure replacement. The design calculations shall be stamped by an Engineer registered in the State of Connecticut. The design drawings shall be submitted to the respective Utility companies for approval. Following Utility approval, the approved drawings and calculations shall be submitted to the Engineer at least three weeks prior to the beginning of construction. No work will be allowed in the vicinity of any utility until the Contractor receives approval on his support method from both the Engineer and the respective Utility company.

The Contractor shall use every effort to protect all utilities from damage of any nature which might result from carelessness or negligence in any of his operations. He shall be held solely and strictly responsible for any damage resulting from such carelessness or negligence.

A periodic inspection of the temporary utility supports shall be maintained by the Contractor as directed by the Engineer.

The Contractor shall relocate temporary supports as required to accommodate construction activities, including installation and removal of temporary sheeting, and installation of abutments and superstructure elements. The cost for the relocation of the temporary supports shall be included in the price of “Temporary Support of Utilities (Site No. 1)” for gas main, or “Temporary Support of Utilities (Site No. 2)” for water main.

When the temporary utility support systems are no longer required, they shall be removed from the site by the Contractor.

Method of Measurement:

This work will be paid for on a lump sum basis and, therefore, will not be measured for payment.

Basis of Payment:

This work shall be paid for at the contract lump sum price for “Temporary Support of Utilities (Site No. 1)” for gas main, or “Temporary Support of Utilities (Site No. 2)” for water main, which price shall include the design of the support systems and all materials, equipment, tools, labor and all work incidental to furnishing, installing, relocating, and maintaining the temporary utility support system until no longer required. It shall also include all materials, equipment tools, labor and all work incidental to the satisfactory removal and disposal of the temporary utility support system. A schedule of values for payment shall be submitted to the Department for review and comment prior to payment.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

196 Town Project No. 14-20

Pay Item Pay Unit Temporary Support of Utilities (Site No. 1) l.s.

Temporary Support of Utilities (Site No. 2) l.s.

Replacement of the Oneida Drive Bridgeover Smith Cove (Bridge No. 056-009)

197 Town Project No. 14-20

SECTION 8

STATE OF CONNECTICUT PREVAILING WAGE RATES

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

198 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Project Project Greenwich

By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages.

Minimum Rates and Classifications for Heavy/Highway Construction

Connecticut Department of LaborWage and Workplace Standards Division

FAP Number: State Number:

Town:

H 25814

Number:

ID#:

Hourly Rate BenefitsCLASSIFICATION

1) Boilermaker 33.79 34% + 8.96

1a) Bricklayer, Cement Masons, Cement Finishers, Plasterers, Stone Masons 34.72 32.15

2) Carpenters, Piledrivermen 32.60 25.34

2a) Diver Tenders 32.60 25.34

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

199 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

3) Divers 41.06 25.34

03a) Millwrights 33.14 25.74

4) Painters: (Bridge Construction) Brush, Roller, Blasting (Sand, Water, etc.), Spray

49.75 21.05

4a) Painters: Brush and Roller 33.62 21.05

4b) Painters: Spray Only 36.62 21.05

4c) Painters: Steel Only 35.62 21.05

4d) Painters: Blast and Spray 36.62 21.05

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

200 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

4e) Painters: Tanks, Tower and Swing 35.62 21.05

5) Electrician (Trade License required: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9)

34.50 29.64

6) Ironworkers: Ornamental, Reinforcing, Structural, and Precast Concrete Erection

35.47 35.14 + a

7) Plumbers (Trade License required: (P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) and Pipefitters (Including HVAC Work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4 G-1, G-2, G-8, G-9)

42.62 31.21

----LABORERS---- -

8) Group 1: Laborer (Unskilled), Common or General, acetylene burner, concrete specialist

30.05 20.10

9) Group 2: Chain saw operators, fence and guard rail erectors, pneumatic tool operators, powdermen

30.30 20.10

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

201 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

10) Group 3: Pipelayers 30.55 20.10

11) Group 4: Jackhammer/Pavement breaker (handheld); mason tenders (cement/concrete), catch basin builders, asphalt rakers, air track operators, block paver, curb setter and forklift operators

30.55 20.10

12) Group 5: Toxic waste removal (non-mechanical systems) 32.05 20.10

13) Group 6: Blasters 31.80 20.10

Group 7: Asbestos/lead removal, non-mechanical systems (does not include leaded joint pipe)

31.05 20.10

Group 8: Traffic control signalmen 16.00 20.10

Group 9: Hydraulic Drills 29.30 18.90

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

202 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

----LABORERS (TUNNEL CONSTRUCTION, FREE AIR). Shield Drive and Liner Plate Tunnels in Free Air.----

13a) Miners, Motormen, Mucking Machine Operators, Nozzle Men, Grout Men, Shaft & Tunnel Steel & Rodmen, Shield & Erector, Arm Operator, Cable Tenders

32.22 20.10 + a

13b) Brakemen, Trackmen 31.28 20.10 + a

----CLEANING, CONCRETE AND CAULKING TUNNEL----

14) Concrete Workers, Form Movers, and Strippers 31.28 20.10 + a

15) Form Erectors 31.60 20.10 + a

----ROCK SHAFT LINING, CONCRETE, LINING OF SAME AND TUNNEL IN FREE AIR:----

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

203 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

16) Brakemen, Trackmen, Tunnel Laborers, Shaft Laborers 31.28 20.10 + a

17) Laborers Topside, Cage Tenders, Bellman 31.17 20.10 + a

18) Miners 32.22 20.10 + a

----TUNNELS, CAISSON AND CYLINDER WORK IN COMPRESSED AIR: ----

18a) Blaster 38.53 20.10 + a

19) Brakemen, Trackmen, Groutman, Laborers, Outside Lock Tender, Gauge Tenders

38.34 20.10 + a

20) Change House Attendants, Powder Watchmen, Top on Iron Bolts 36.41 20.10 + a

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

204 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

21) Mucking Machine Operator 39.11 20.10 + a

----TRUCK DRIVERS----(*see note below)

Two axle trucks 29.13 23.33 + a

Three axle trucks; two axle ready mix 29.23 23.33 + a

Three axle ready mix 29.28 23.33 + a

Four axle trucks, heavy duty trailer (up to 40 tons) 29.33 23.33 + a

Four axle ready-mix 29.38 23.33 + a

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

205 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Heavy duty trailer (40 tons and over) 29.58 23.33 + a

Specialized earth moving equipment other than conventional type on-the road trucks and semi-trailer (including Euclids)

29.38 23.33 + a

----POWER EQUIPMENT OPERATORS----

Group 1: Crane handling or erecting structural steel or stone, hoisting engineer (2 drums or over), front end loader (7 cubic yards or over), Work Boat 26 ft. & Over, Tunnel Boring Machines. (Trade License Required)

39.55 24.30 + a

Group 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer); Bauer Drill/Caisson. (Trade License Required)

39.23 24.30 + a

Group 3: Excavator/Backhoe under 2 cubic yards; Cranes (under 100 ton rated capacity), Gradall; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott-1085 or similar);Grader Operator; Bulldozer Fine Grade (slopes, shaping, laser or GPS, etc.). (Trade License Required)

38.49 24.30 + a

Group 4: Trenching Machines; Lighter Derrick; Concrete Finishing Machine; CMI Machine or Similar; Koehring Loader (Skooper)

38.10 24.30 + a

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

206 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Spreader; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell)

37.51 24.30 + a

Group 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller.

37.51 24.30 + a

Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer).

37.20 24.30 + a

Group 7: Asphalt Roller; Concrete Saws and Cutters (ride on types); Vermeer Concrete Cutter; Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and Under Mandrel).

36.86 24.30 + a

Group 8: Mechanic, Grease Truck Operator, Hydroblaster, Barrier Mover, Power Stone Spreader; Welder; Work Boat under 26 ft.; Transfer Machine.

36.46 24.30 + a

Group 9: Front End Loader (under 3 cubic yards), Skid Steer Loader regardless of attachments (Bobcat or Similar); Fork Lift, Power Chipper; Landscape Equipment (including hydroseeder).

36.03 24.30 + a

Group 10: Vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc. 33.99 24.30 + a

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

207 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Group 11: Conveyor, Earth Roller; Power Pavement Breaker (whiphammer), Robot Demolition Equipment.

33.99 24.30 + a

Group 12: Wellpoint Operator. 33.93 24.30 + a

Group 13: Compressor Battery Operator. 33.35 24.30 + a

Group 14: Elevator Operator; Tow Motor Operator (Solid Tire No Rough Terrain).

32.21 24.30 + a

Group 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator.

31.80 24.30 + a

Group 16: Maintenance Engineer/Oiler 31.15 24.30 + a

Group 17: Portable asphalt plant operator; portable crusher plant operator; portable concrete plant operator.

35.46 24.30 + a

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

208 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Group 18: Power Safety Boat; Vacuum Truck; Zim Mixer; Sweeper; (minimum for any job requiring CDL license).

33.04 24.30 + a

**NOTE: SEE BELOW

----LINE CONSTRUCTION----(Railroad Construction and Maintenance)----

20) Lineman, Cable Splicer, Technician 48.19 6.5% + 22.00

21) Heavy Equipment Operator 42.26 6.5% + 19.88

22) Equipment Operator, Tractor Trailer Driver, Material Men 40.96 6.5% + 19.21

23) Driver Groundmen 26.50 6.5% + 9.00

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

209 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

23a) Truck Driver 40.96 6.5% + 17.76

----LINE CONSTRUCTION----

24) Driver Groundmen 30.92 6.5% + 9.70

25) Groundmen 22.67 6.5% + 6.20

26) Heavy Equipment Operators 37.10 6.5% + 10.70

27) Linemen, Cable Splicers, Dynamite Men 41.22 6.5% + 12.20

28) Material Men, Tractor Trailer Drivers, Equipment Operators 35.04 6.5% + 10.45

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

210 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

01) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters. **See Laborers Group 5 and 7**

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

211 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Welders: Rate for craft to which welding is incidental.

*Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers.

**Note: Hazardous waste premium $3.00 per hour over classified rate

Crane with 150 ft. boom (including jib) - $1.50 extra Crane with 200 ft. boom (including jib) - $2.50 extraCrane with 250 ft. boom (including jib) - $5.00 extraCrane with 300 ft. boom (including jib) - $7.00 extra

All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate".

Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade.

Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor.

It is the contractor's responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page:

www.ct.gov/dol. The Department of Labor will continue to issue the initial prevailing wage rate schedule

to the Contracting Agency for the project.

All subsequent annual adjustments will be posted on our Web Site for contractor access.

The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project.

Crane with 400 ft. boom (including jib) - $10.00 extra

~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~

Contracting Agencies are under no obligation pursuant to State labor law to pay any increase due to the annual adjustment provision.

ALL Cranes: When crane operator is operating equipment that requires a fully licensed crane operator to operate he receives an extra $4.00 premium in addition to the hourly wage rate and benefit contributions:

1) Crane handling or erecting structural steel or stone; hoisting engineer (2 drums or over)

2) Cranes (100 ton rate capacity and over) Bauer Drill/Caisson

3) Cranes (under 100 ton rated capacity)

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

212 Town Project No. 14-20

Project: Replacement Of The Oneida Drive Bridge Number 056-009 Over Smith Cove

Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790.

Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage

All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification.

All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al)

Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person.

~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)).

As of: Thursday, March 14, 2019Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

213 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

214 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

215 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

216 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

217 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

218 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

219 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

220 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

221 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

222 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

223 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

224 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

225 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

226 Town Project No. 14-20

[New

]In

acco

rdan

cew

ithSe

ctio

n31

-53b

(a)

ofth

eC

G.S

.ea

chco

ntra

ctor

shal

lpr

ovid

ea

copy

ofth

eO

SHA

10H

our

Con

stru

ctio

nSa

fety

and

Hea

lthC

ard

for

each

empl

oyee

,to

beat

tach

edto

the

firs

t

cert

ific

dpa

yrol

lon

the

proj

ect.

Inac

cord

ance

with

Con

nect

icut

Gen

eral

Stat

utes

,31

-53

PAY

RO

LL

CE

RT

IFIC

AT

ION

FOR

PUB

LIC

WO

RK

SPR

OJE

CT

SC

onne

ctic

utD

epar

tmen

tof

Lab

orC

ertif

ied

Payr

olls

with

ast

atem

ent

ofco

mpl

ianc

e

Wag

ean

dW

orkp

lace

Stan

dard

sD

ivis

ion

shal

lbe

subm

itted

mon

thl}

'to

the

cont

ract

ing

agen

cy.

WE

EK

LY

PAY

RO

LL

200

Foil)

'B

rook

81vd

.

Wet

hers

fiel

d,C

T06

109

CO

NT

RA

CT

OR

NA

ME

AN

DA

DD

RE

SS:

SUB

CO

NT

RA

CT

OR

NA

ME

&A

DD

RE

SSW

OR

KE

R'S

CO

MPE

NSA

TIO

NIN

SUR

AN

CE

CA

RR

IER

land

onC

orpo

ratio

n.15

Con

nect

icut

Ave

nue,

Nor

thfo

rd,

CT

0647

2

XY

ZC

orpo

ratio

nT

rave

lers

Insu

ranc

eC

ompa

ny

2M

ain

Stre

et

POL

ICY

##B

AC

8888

928

PAY

RO

LL

NU

MB

ER

Wee

k-E

ndin

gPR

OJE

CT

NA

ME

&A

DD

RE

SSY

antic

,C

T06

389

Dat

e

DO

T10

5-29

6,R

oute

82E

FFE

CT

IVE

DA

TE

:1/

1/09

1

9/26

/09

EX

PIR

AT

ION

DA

TE

:12

/31/

09

PER

SON

/WO

RK

ER

,

APP

RM

AL

E!

WO

RK

DA

YA

ND

DA

TE

Tol

alST

BA

SE1I

0UR

LY

TY

PEO

FG

RO

SSPA

YT

OT

AL

DE

DU

CT

ION

SG

RO

SSPA

YFO

R

AD

DR

ESS

and

SEC

TIO

N

RA

TE

FEM

AL

EC

LA

SSIF

ICA

TIO

NS

MT WTII

FSHou

rsRA

TE

FRIN

GE

FOR

AL

LFE

DE

RA

LST

AT

ET

HIS

PRE

VA

ILIN

GC

HE

CK

#A

ND

%

AN

DB

EN

EFI

TS

WO

RK

RA

TE

JOB

NE

TPA

Y

RA

CE

'

Tra

deL

icen

seT

ype

20212223 2

425 2

6T

OT

AL

FRIN

GE

Per

Hou

rPE

RFO

RM

ED

LIS

T

&N

umbe

r-

OSH

A

Tot

alB

EN

EFI

TPL

AN

Ith

roug

h6

TH

ISW

EE

KFI

CA

WIT

H-

WIT

H-

OT

HE

R

10C

ertif

icat

ion

Num

ber

HO

UR

SW

OR

KE

DE

AC

HD

AY

Off

Hou

CA

SH(s

eeba

ck)

HO

LD

ING

HO

LD

ING

Rob

ert

Cra

ft

S-T

IME

I.$

5.80

M/C

Ele

ctri

cal

Lin

eman

$30

.75#1

23

81M

aple

Stre

et

E-1

1234

567

88 88 8

2$

$1,5

82.8

0P-

xxxx

$1,5

82.8

0

Ow

ner

40B

ase

Rat

e3

$2.

01W

illim

antic

,C

T06

226

OSH

A12

3456

4.$

$xx

x.xx

O-T

IME

$8.

825.

$C

ash

Frin

ge

6.$

S-T

IME

I.$

Ron

ald

Jone

s65

%M

ISEle

ctric

al8

8 88 8$

19.9

92.

$$1

,464

.80

G-x

xx#1

24xx

.xx

xxx.

xxxx

.xx

$1,4

64.8

021

2E

lmSt

reet

App

rent

ice

40N

orw

ich,

CT

0636

0

Bas

eR

ate

3.$

$xxx

.xx

OSH

A23

4567

O-T

IME

4.$

$16

.63

5.$

Cas

hFr

inge

6.$

Fran

klin

T.

Smith

S-T

IME

I.$

MIH

Proj

ect

Man

ager

8$

#125

234

Was

hing

ton

Rd.

2.$

$1,5

00.0

0xx

.xx

xx.x

xxx

.xx

M-x

x.x

8N

ewlo

ndon

.C

T

Bas

eR

ate

3.$

0632

0

0-T

IME

4.$

xxx.

XX

SEC

TIO

NB

$5.

$

Cas

hFr

inge

6.$

S-T

IME

1.$

$

2.$

Bas

eR

ate

3.$

O-T

IME

4.$

$

5.$

Cas

hFr

inl.!

e

6$

7/13

/200

9

'IFR

EQ

UIR

ED

IO

F;:L

WW

S-C

PI

'SE

ER

EV

ER

SESI

DE

PAG

EN

UM

BE

R

OSH

A10

-AT

IAC

HC

AR

DT

O1S

TC

ER

TIF

IED

PAY

RO

LL

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

227 Town Project No. 14-20

*FRINGE BENEFITS EXPLANATION (P):

Bona fide benefits paid to approved plans, funds or programs, except those required by Federal or StateLaw (unemployment tax, worker's compensation, income taxes, etc.).

Please specify the type of benefits provided:

1) Medical or hospital care Blue Cross 4) Disability _

2) Pension or retirement 5) Vacation, holiday _

3) Life Insurance Utopia 6) Other (please specify) _

CERTIFIED STATEMENT OF COMPLIANCE

For the week ending date of 9/26/09-----------'I, Robert Craft of XYZ Corporation , (hereafter known as

Employer) in my capacity as Owner (title) do hereby certify and state:

Section A:

I. All persons employed on said project have been paid the full weekly wages earned by them duringthe week in accordance with Connecticut General Statutes, section 31-53, as amended. Further, Ihereby certify and state the following:

a) The records submitted are true and accurate;

b) The rate of wages paid to each mechanic, laborer or workman and the amount of payment orcontributions paid or payable on behalf of each such employee to any e'mployee welfare fund, asdefined in Connecticut General Statutes, section 31-53 (h), are not less than the prevailing rateof wages and the amount of payment or contributions paid or payable on behalf of each suchemployee to any employee'welfare fund, as determined by the Labor Commissioner pursuant tosubsection Connecticut General Statutes, section 31-53 (d), and said wages and benefits are notless than those which may also be required by contract;

c) The Employer has complied with all of the provisions in Connecticut General Statutes,section 31-53 (and Section 31-54 if applicable for state highway construction);

d) Each such employee of the Employer is covered by a worker's compensation insurancepolicy for the duration of his employment which proof of coverage has been provided to thecontracting agency;

e) The Employer does not receive kickbacks, which means any money, fee, commission, credit,gift, gratuity, thing of value, or compensation of any kind which is provided directly orindirectly, to any prime contractor, prime contractor employee, subcontractor, or subcontractoremployee for the purpose of improperly obtaining or rewarding favorable treatment inconnection with a prime contract or in connection with a prime contractor in connection with asubcontractor relating to a prime contractor; and

f) The Employer is aware that filing a certified payroll which he knows to be false is a class Dfelony for which the employer may be fined up to five thousand dollars, imprisoned for up tofive years or both.

2. OSHA-The employer shall affix a copy of the construction safety course, program or

training completion document to the certified payroll required to be submitted to the contracting

agency for this project on which such employee's name first appears.

~~~(Signature) ,

ow~(Title)

/o/~-) t/ CjSubmitte6 on (.Date)

Section B: Applies to CONNDOT Projects ONLYThat pursuant to CONNDOT contract requirements for reporting purposes only, all employeeslisted under Section B who performed work on this project are not covered under the prevailingwageRquirements defined in Connecticut General Statutes Section 31-53.

o u/I.../e; "­(Title)

Note: CTDOL will assume all hours worked were performed under Section A unless clearlydelineated as Section B WWS-CP I as such. Should an employee perform work under both

Section A and Section B, the hours worked and wages paid must be segregated for reportingpurposes.

***THIS IS A PUBLIC DOCUMENT******DO NOT INCLUDE SOCIAL SECURITY NUMBERS***

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

228 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

229 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

230 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

231 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

232 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

233 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

234 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

235 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No, 056-009)

236 Town Project No. 14-20

SECTION 9

PERMITS

1. INLAND WETLANDS AND WATERCOURSES AGENCY (2 YR EXTENSION HAS BEEN GRANTED, WILL PROVIDE ONCE RECEIVED)2. TOWN OF GREENWICH SHELLFISH COMMISSION3. UNITED STATES COAST GUARD4. UNITED STATES DEPARTMENT OF THE INTERIOR (FISH AND WILDLIFE SERVICE)5. CONNECTICUT DEPARTMENT OF ENERGY & ENVIRONMENTAL PROTECTION (DRAFT OF PERMIT IS ATTACHED)6. CONNECTICUT DEPATMENT OF TRANSPORTATION - STATE HISTORIC PRESERVATION OFFICE

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

237 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

238 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

239 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

240 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

241 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

242 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

243 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

244 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

245 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

246 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

247 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

248 Town Project No. 14-20

*Connecticut’s Uniform Administrative Procedure Act defines License to include, “the whole or part of any agency permit, certificate, approval, registration, charter or similar form of permission required by law . . .”

79 Elm Street • Hartford, CT 06106‐5127      www.ct.gov/deep         Affirmative Action/Equal Opportunity Employer 

Bureau of Water Protection and Land ReuseLand & Water Resources Division

Connecticut Department of Energy and Environmental Protection License*

Structures, Dredging & Fill and Tidal Wetlands Permit Section 401 Water Quality Certification

Licensee(s): Town of Greenwich

Licensee Address(s): c/o James Michel, P.E. 101 Field Point Road Greenwich, CT 06836

License Number(s):

201711080-SDFTWQ

Municipality: Town of Greenwich

Project Description: Replace the Oneida Drive Bridge for public transportation

Project Address/Location: Oneida Drive Bridge (No. 056009)

Waters: Smith Cove

Authorizing CT Statute(s)and/or Federal Law:

CGS Section 22a-28 to 35; CGS Section 22a-359 to 363g; Section 401 CWA (33 USC 1341)

Applicable Regulations ofCT State Agencies:

22a-30-1 to 17

Agency Contact: Land & Water Resources Division, Bureau of Water Protection & Land Reuse, 860-424-3019

License Expiration:

Five (5) years from the date of issuance of this license.

Project Site Plan Set: 17 sheets of plans received February 5, 2019 prepared by Stantec Consulting Services, Inc. identified as Figure Nos. A-1, B-1, C-1 through C-15

License Enclosures:

Compliance Certification Form, Land Record Filing, LWRD General Conditions, Site Plan Set, Work Commencement Form

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

249 Town Project No. 14-20

License Number(s): 201711080-SDFTWQ Page 2 of 3

Authorized Activities: The Licensee is hereby authorized to conduct the following work as described in application # 201711080-SDFTWQ:

Replace the bridge over Oneida Drive which will include:

1. Removing, within cofferdams, the existing bridge with a low chord elevation of 6.92’ which has a hydraulic opening and bridge span of 12’, a travel way of 30’, a 5’ wide sidewalk and chain link fencing on each side, a concrete deck slab, wingwalls and abutments, with removal of 48 cubic yards of concrete to remove the 8’ wide western abutment to 1’ below the channel grade and restoring 360 square of the tidal channel between the original stone seawalls by backfilling with sand to bring the substrate grade level with the adjacent grade, and removal of two existing catch basins and associated discharge pipes from the northeastern and southeastern corners of the bridge and water and gas lines. The original, dry laid stone seawalls will remain at the toe of slope.

2. Constructing, within cofferdams, a new bridge with a low chord elevation of 6.92’ composed of precast concrete voided slabs supported by integral cast in place concrete abutments installed behind the existing abutments and within the limits of the existing roadway. The proposed horizontal alignment and vertical profile of Oneida Drive will match that existing. The proposed bridge clear span will be increased to 35’ with a hydraulic opening of 20’. The proposed roadway and bridge will provide a minimum 26’ curb-to-curb roadway width with a 13’ travel way, a minimum 5’ wide sidewalk at the southern side of the roadway, and 1’9” railings along the northern and southern sides of the bridge. Replace water and gas lines.

The bridge replacement will require filling and grading a 390 square feet (SF) area waterward of the Coastal Jurisdiction Line (CJL) to an elevation above the CJL following construction at the corners of the bridge (270 SF at the southeast, 100 SF at the southeast and 20 SF at the northeast), removal of an 8 SF area of Iva frutescens between the road and seawall associated with removal of an existing catch basin and discharge pipe and to provide stable slopes, with 60 square feet remaining at an elevation at or below the CJL following construction.

3. Installing two bioretention areas to the northeast and northwest of the bridge for the purpose

of retaining and infiltrating stormwater water to remove sediment and floatables from the runoff prior to entering the tidal wetland via a grass weir. The bioretention area to the northwest of the bridge will intercept runoff from the northwestern approach. The bioretention area to the northeast of the bridge will intercept runoff from the northwestern, southeastern and southwestern approaches through a new catch basin and discharge pipe.

4. Conducting the planting plan in the graded areas and retention basins in accordance with

Figure Nos. C-12 and C-13.

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

250 Town Project No. 14-20

License Number(s): 201711080-SDFTWQ Page 3 of 3

Failure to comply with the terms and conditions of this license shall subject the Licensee and / or the Licensee’s contractor(s) to enforcement actions and penalties as provided by law.

This license is subject to the following Terms and Conditions:

1. License Enclosure(s) and Conditions. The Licensee shall comply with all applicable terms and conditions as may be stipulated within the License Enclosure(s) listed above.

2. No tree clearing shall take place between April 15 and September 30 to protect the northern long-eared bat.

3. If in-water work is conducted during July and August, the Licensee shall implement measures to reduce turbidity to protect spawning shellfish.

4. All work shall take place on accordance with Figure No. C-8 entitled “Suggested Sequence of Construction” except as may be modified in writing by the Commissioner.

5. Install sedimentation and erosion (E&S) controls (e.g. hay bales and silt fence) to protect sensitive areas at the site in accordance with 2002 Connecticut Guidelines for Erosion and Sediment Control and as shown Figure No.C.5. Vehicle tracking pads shall be used to capture sediment from work vehicles prior to leaving site. Protective measures shall be placed in a way that will define the limits of work and restricts the contractor to the areas necessary to conduct the work. The Contractor shall maintain a reserve supply of E&S controls on-site to make repairs, as necessary. Protective measures shall be inspected after significant precipitation events and repaired, as necessary. E&S controls will be removed and properly disposed following stabilization of disturbed areas.

6. The Licensee shall install the bioretention areas on the northeastern and northwestern sides of the bridge and shall conduct the planting plan in these areas and the graded areas as shown on Figure Nos. C-12 and C-13. Said planting shall be conducted prior to the first growing season after the completion of the bridge. The bioretention areas will be sized to retain and treat the first inch of runoff from impervious areas contributing to the low point at the bridge. The Licensee shall monitor the success of the planting areas of for a period of three years, submit to the Commissioner for her review and written approval, a yearly monitoring report at the end of each growing season to assess the establishment of vegetation in these areas. The Licensee shall implement any modifications that may be required by the Commissioner to assure the growth of vegetation in the planted areas.

Issued under the authority of the Commissioner of Energy and Environmental Protection on:

________________ ________________________ Date Katherine S. Dykes

Commissioner Department of Energy & Environmental Protection

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

251 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

252 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

253 Town Project No. 14-20

Replacement of the Oneida Drive Bridge over Smith Cove (Bridge No. 056-009)

254 Town Project No. 14-20