251
September 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be presented through the CTDOT Pre-Bid Q and A Website. The Department cannot guarantee that all questions will be answered prior to the bid date. PLEASE NOTE - at 9:00 am Monday (i.e. typical Wednesday Bid Opening) the project(s) being bid will be closed for questions, at which time questions can no longer be submitted through the Q and A Website. Answers may be provided by the Department up to 12:00 noon, the day before the bid. At this time, the Q and A for those projects will be considered final, unless otherwise stated and/or the bid is postponed to a future date and time to allow for further questions and answers to be posted. If a question needs to be asked the day before the bid date, please contact the Contracts Unit staff and email your question to [email protected] immediately. Contractors must identify their company name, contact person, contact email address and phone number when asking a question. The email address and phone number will not be made public. The questions and answers (if any) located on the Q and A Website are hereby made part of the bid/contract solicitation documents (located on the State Contracting Portal), and resulting contract for the subject project(s). It is the bidder’s responsibility to monitor, review, and become familiar with the questions and answers, as with all bid requirements and contract documents, prior to bidding. By signing the bid proposal and resulting contract, the bidder acknowledges receipt of, and agrees to the incorporation of the final list of Q and A, into the contract document. Contractors will not be permitted to file a future claim based on lack of receipt, or knowledge of the questions and answers associated with a project. All bidding requirements and project information, including but not limited to contract plans, specifications, addenda, Q and A, Notice to Contractors, etc., are made public on the State Contracting Portal and/or the CTDOT website.

NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

  • Upload
    buimien

  • View
    222

  • Download
    2

Embed Size (px)

Citation preview

Page 1: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

September 2016

GENERAL

NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS

Questions pertaining to DOT advertised construction projects must be presented through the

CTDOT Pre-Bid Q and A Website. The Department cannot guarantee that all questions will be

answered prior to the bid date. PLEASE NOTE - at 9:00 am Monday (i.e. typical Wednesday

Bid Opening) the project(s) being bid will be closed for questions, at which time questions

can no longer be submitted through the Q and A Website.

Answers may be provided by the Department up to 12:00 noon, the day before the bid. At

this time, the Q and A for those projects will be considered final, unless otherwise stated

and/or the bid is postponed to a future date and time to allow for further questions and

answers to be posted.

If a question needs to be asked the day before the bid date, please contact the Contracts Unit staff

and email your question to [email protected] immediately.

Contractors must identify their company name, contact person, contact email address and phone

number when asking a question. The email address and phone number will not be made public.

The questions and answers (if any) located on the Q and A Website are hereby made part of the

bid/contract solicitation documents (located on the State Contracting Portal), and resulting

contract for the subject project(s). It is the bidder’s responsibility to monitor, review, and become

familiar with the questions and answers, as with all bid requirements and contract documents,

prior to bidding. By signing the bid proposal and resulting contract, the bidder acknowledges

receipt of, and agrees to the incorporation of the final list of Q and A, into the contract document.

Contractors will not be permitted to file a future claim based on lack of receipt, or knowledge of

the questions and answers associated with a project. All bidding requirements and project

information, including but not limited to contract plans, specifications, addenda, Q and A, Notice

to Contractors, etc., are made public on the State Contracting Portal and/or the CTDOT website.

Page 2: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – SPECIAL CONDITIONS FOR WORK IN

ENVIRONMENTALLY SENSATIVE AREAS

General Requirements:

1. The Contractor is hereby notified that all permit and permit applications

contained herein shall be made part of this Contract, and that the

Contractor shall be bound to comply with all the requirements of such permits

and permit applications as though the Contractor were the permittee. The

Contractor is urged to make himself familiar with all of the General and

Special Conditions of all state and federal permits for this project. If at any

time questions arise as to the intent or interpretation of permit applications or

approvals, the DOT Office of Environmental Planning (OEP) shall be the

governing office.

2. Notice is hereby given to all prospective bidders that this project contains

numerous areas of environmental concern. The contractor(s) shall conduct all

operations at the site in full compliance with all permits and, to the extent

provided by law, may be held liable for any violation of the terms and

conditions of those permits. Extensive coordination and full cooperation with

OEP will be required for many aspects of the project. All prospective bidders

are hereby notified that the project corridor contains protected plant and

animal species and wetland mitigation sites, and will require strict adhesion to

the Best Management Practices as outlined in Section 1.10 of Form 816 as

well as all general and special conditions in all permits.

3. Notice is hereby given that the following Amended Specifications apply to

work within the mitigation areas and should be read and understood by the

contractor:

• Item #0913850A - High Visibility Safety Fence

• Item #948013A - Tidal Wetland Creation

• Item #0949029A – Furnishing, Planting and Mulching Trees, Shrubs,

Vines and Ground Cover Plants

• Item #0949315A – Fiber Roll

• Item #0950202A – Shoreline Grass Establishment

• Item #0952051A - Control and Removal of Invasive Vegetation

Page 3: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

4. Notice is hereby given that listed plant mitigation must be completed during

specific times of year. The timing of seeding and transplanting is critical to the

success of these areas.

5. Notice is hereby given that all excess excavated material generated by this project

shall be treated as a Controlled Material.

Page 4: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 GENERAL

NOTICE TO CONTRACTOR – ASBESTOS CONTAMINATED SOIL AND ENVIRONMENTAL INVESTIGATIONS Environmental site investigations have been conducted that involved the sampling and laboratory analysis of soil, sediment, surface water and groundwater, collected from various locations within the Project Limits. The results of these investigations indicated the presence of asbestos contaminated soil and sediment (ACS) within the Project Limits. In addition, detectable concentrations of volatile organic compounds (VOCs), extractable total petroleum hydrocarbons (ETPH), polynuclear aromatic hydrocarbons (PAHs), and RCRA metals (total and leachable arsenic and lead and leachable chromium) in the soil within proposed construction areas, at concentrations that exceed the Connecticut Remedial Standard Regulations (CT RSR) criteria applicable to Residential Direct Exposure Criteria and/or Industrial/Commercial Direct Exposure Criteria and the GB Pollutant Mobility Criteria. Based on the investigation results, several ACS Areas of Environmental Concern (ACS AOECs) have been identified within the Project Limits. The remaining portion of the Project Limits not identified as an ACS AOEC shall be considered by the Contractor to be an AOEC. The CTDEEP groundwater classification beneath the Project is “GB” and the surface water classification of the Housatonic River within the Project Limits is “SB”. Limited groundwater and surface water data collected in and in the vicinity of the Project Limits indicate the potential for constituents of concern to be present at elevated concentrations in groundwater or wastewater generated during construction dewatering/solidification and decontamination activities. Water from these activities will require special management in accordance with Item No. 0204213A - Handling Contaminated Groundwater. The Contractor is hereby notified of the following and shall refer to the Project Specifications for additional details:

• For the purposes of health and safety, and as specified in more detail in Item No. 0101021A – Environmental Health and Safety – Asbestos Contaminated Soil, the Contractor shall consider that asbestos fibers are present in all soils, sediment, and dewatering and decontamination fluids and prepare the HASP and plan all work activities accordingly. WORKER HEALTH AND SAFETY PROTOCOLS WHICH ADDRESS POTENTIAL AND/OR ACTUAL RISK OF EXPOSURE TO SITE SPECIFIC HAZARDS ARE SOLELY THE RESPONSIBILITY OF THE CONTRACTOR.

• Given the presence of ACS, the Contractor will be responsible for designing and implementing (using properly trained, experienced and credentialed personnel) a rigorous Air Monitoring Plan to address the risk of exposure to both on-site workers and that of individuals beyond the work site throughout the duration of the Project.

Page 5: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 GENERAL

• Given the presence of ACS, the Contractor will be responsible for defining Regulated Areas within the Project Limits as necessary. A “Regulated Area” is where airborne concentrations of asbestos exceed (or there is a reasonable possibility they may exceed) a permissible exposure limit (PEL). Said area(s) shall be demarcated such that the number of people allowed in the area is strictly controlled (authorized personnel only) and the people outside the area are protected from exposure. The Contractor shall refer to 29 Code of Federal Regulations (CFR) 1926.1101 for additional details. Note that equipment or materials exposed to ACS or any ACS-impacted items shall not be left outside of a Regulated Area.

• There is an existing Project WSA in Stratford that is to be relocated by the Contractor. Prior to relocation, materials present in the bins from previous Project activities must be disposed of by the Contractor. In addition, ACS AOEC 3 must be excavated prior to the reconstruction of one of the WSA bins in Stratford as indicated on the Project Plans. The proposed temporary WSAs shown on the plans are to be used exclusively for temporary stockpiling of excavated ACS and/or Controlled Materials from within the Project AOECs for determination of disposal classification.

• Two specifications have been prepared for handling materials derived from the Project; one relates to the handling of ACS whereas the other relates to the handling of Controlled Materials. The Contractor shall be aware that the provisions of Item No. 0020805A - Handling Asbestos Contaminated Soil specification differ from those outlined in Item No. 0101117A – Controlled Material Handling.

• The Contractor shall be responsible for the decontamination of all items that have been exposed to ACS prior to materials or equipment leaving a Regulated Area (or before a Regulated Area is closed out) and/or passing over any public roadway at any time.

• Soil investigations conducted for an adjacent proposed CTDOT Project have indicated the presence of Raymark Waste in defined areas within Project Limits for 0138-0249 as shown on Project Plan ENV-3. The Contractor shall be aware that no intrusive work may be conducted within these defined areas of Raymark Waste without the prior notification to the Department and approval from the United States Environmental Protection Agency (US EPA).

The Sections which shall be reviewed by the Contractor include, but are not limited to, the following:

• Item No. 0020805A – Handling Asbestos Contaminated Soil

• Item No. 0020806A – Disposal of Asbestos Contaminated Soil • Item No. 0020807A – Dewatering and Solidification of Asbestos Contaminated Soil and

Sediment

Page 6: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 GENERAL

• Item No. 0101021A – Environmental Health and Safety – Asbestos Contaminated Soil • Item No. 0101117A – Controlled Material Handling • Item No. 0101128A – Securing, Construction and Dismantling of a Waste Stockpile and

Treatment Area • Item No. 0202315A – Disposal of Controlled Materials

• Item No. 0204213A – Handling Contaminated Groundwater

The Contractor is alerted to the fact that a Department environmental consultant will be on-site for excavation and dewatering activities within the Project Limits, to collect soil and groundwater samples (if necessary), and to observe site conditions for the State. Information pertaining to the results of the environmental investigations discussed above can be found in the documents listed below. These documents shall be available for review on the Project portal in ProjectWise.

• Task 210 – Subsurface Site Investigation, Reconstruction of the Moses Wheeler Bridge Interstate 95 Over the Housatonic River, Stratford & Milford, Connecticut. Maguire Group, Inc., April 14, 2003.

• Task 210 – Subsurface Site Investigation, Retention Pond Construction for the Moses Wheeler Bridge Project Interstate 95 Over the Housatonic River, Stratford & Milford, Connecticut. Maguire Group, Inc., March 4, 2004.

• Task 210 – Subsurface Site Investigation Report, Reconstruction of Moses Wheeler Bridge, Stratford/Milford, Connecticut. Tetra Tech Rizzo, February 26, 2009.

• Task 210 – Supplemental Site Investigation Report, Reconstruction of Moses Wheeler

Bridge, Stratford/Milford, Connecticut. Tetra Tech Rizzo, October 2, 2009. • Task 210 – Subsurface Site Investigation Report, Reconstruction of Moses Wheeler

Bridge – Drill Shaft Soil and Groundwater Investigation, Stratford/Milford, Connecticut. Tetra Tech Rizzo, May 4, 2010.

• Task 210 – Subsurface Site Investigation Report, I-95 Interchange 33, Stratford,

Connecticut. TRC, September 2017. • Task 220 – Exploratory Site Characterization Report, I-95 Interchange, Stratford,

Connecticut. TRC, September 2017.

Page 7: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 GENERAL

• Memorandum – Moses Wheeler Bridge Soil and Sediment Sampling Technical Memo, Stratford/Milford, Connecticut. TRC, September 2017.

Page 8: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – UNDERGROUND 345 KV

TRANSMISSION LINE

Eversource Energy constructed a 345 kV underground transmission line through the towns of

Stratford and Milford in the vicinity of the Moses Wheeler Bridge project site. This transmission

line is referred to as the Middletown-Norwalk 345 kV Transmission Line by the utility company.

The approximate location of this underground transmission line is indicated on Drawing Nos.

HWY-1 through HWY-4. A record drawing showing the 345 kV underground transmission line

in the vicinity of the Housatonic River is included in drawing Subset 07 – For Information Only.

The location of this 345 kV transmission line as indicated on the drawing is taken from design

plans provided by the utility company, and is not based on as-built location data. The Contractor

shall follow NECS clearances and must maintain, protect and support the infrastructure,

transmission or distribution when working in the area of this transmission line.

Page 9: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – CONTRACTOR STAGING AND LAY

DOWN AREAS

The Contractor is hereby advised that there are limited areas available for staging, lay down

operations and storage of materials in the immediate site vicinity of the project within the State

Right-of-Way.

The Contractor must secure their own areas for lay down, storage, etc. through purchase or lease, if

required, at his own expense. There will be no direct payment for securing these areas under the

contract.

Page 10: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 12/22/15

GENERAL

NOTICE TO CONTRACTOR – SECTION M.04 – BITUMINOUS CONCRETE MATERIALS AND SECTION 4.06 – BITUMINOUS CONCRETE

Section M.04 –Bituminous Concrete Materials and Section 4.06 – Bituminous Concrete are included in this Project with English units only.

Page 11: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – ONGOING PROJECTS

The Contractor is hereby advised that current and/or anticipated projects may be ongoing

simultaneously with this project. Such projects may include but not be limited to superstructure

steel repairs, deck repairs, and bridge safety inspections. The Contractor shall be aware of those

projects so that he may coordinate his work accordingly.

Page 12: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 07/05/00

GENERAL

NOTICE TO CONTRACTOR - PROCUREMENT OF MATERIALS

Upon award, the Contractor shall proceed with shop drawings, working drawings,

procurement of materials, and all other submittals required to complete the work in accordance with

the contract documents.

Page 13: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – SITE CLEANLINESS

The Contractor is hereby notified that all areas utilized for construction activities including all onsite

and offsite facilities shall be maintained so as to be free of rubbish, trash and deleterious construction

debris at all times. The use of covered and secured trash receptacles is required. All receptacles will

be regularly emptied and maintained. There will be no direct payment for maintaining the site

cleanliness of the construction areas under the contract.

Page 14: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 12/2/15

GENERAL

NOTICE TO CONTRACTOR – INVASIVE PLANT SPECIES

Invasive Plant Species1 Not Permitted In the Wetland Mitigation Area: Only plant materials

native and indigenous to the region shall be used within the Wetland Mitigation Area(s). Species

not specified in the Mitigation Plan shall not be used without written approval from the

Connecticut Department of Transportation’s Office of Environmental Planning (OEP). Plant

species on the following list and those detailed in Appendix D of the Army Corps of Engineers

New England District Compensatory Mitigation Guidance shall not be used in and within 100

feet of the Mitigation Sites. All woody debris stockpiled in accordance with the special

provision for "Clearing and Grubbing" must be free from the invasive species on the list.

a. Herbs:

Aegopodium podagraria Goutweed or Bishop’s weed

Aira caryophylla Silver hairgrass

Alliaria petiolata Garlic mustard

Allium vineale Field garlic

Ampelopsis brevipedunculata Porcelain berry

Anthoxanthum odoratum Sweet vernal grass

Anthriscus sylvestris Chervil Arctium minus Common burdock

Artemisia vulgaris2

Mugwort

Arthraxon hispidus2

Hairy jointgrass

Asparagus officinalis Asparagus

Barbarea vulgaris Yellow rocket

Bassia scoparia (Kochia scoparia) Summer cypress

Bromus tectorum Drooping brome-grass

Butomus umbellatus Flowering rush

Cabomba caroliniana Fanwort

Callitriche stagnalis Water-starwort

Calystegia sepium Japanese bindweed

Cardamine impatiens Bushy rock-cress

Cardamine pratensis Cuckoo-flower

Carex kobomugi Japanese sedge

Centaurea stoebe ssp. micranthos

(C. biebersteinii) Spotted knapweed

Chelidonium majus Celandine

Cirsium arvense Canada-thistle

Cirsium palustre Marsh thistle

Commelina communis Asiatic day- flower

Cynanchum louiseae (Vincetoxicum nigrum ) Black swallow-wort

Cynanchum rossicum (Vincetoxicum rossicum ) Black swallow-wort

Cyperus esculentus Yellow nutsedge

Page 15: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 12/2/15

GENERAL

Dactylis glomerata Orchard-grass

Datura stramonium Jimsonweed

Echinochloa crus-galli Barnyard grass

Egeria densa Giant waterweed

Eichhornia crassipes Water hyacinth

Eleusine indica Goosegrass

Elsholtzia ciliata Elsholtzia

Elymus repens (Elytrigia repens) Quack-grass

Epilobium hirsutum Hairy willow-herb

Euphorbia cyparissias Cypress spurge

Euphorbia esula Leafy spurge

Fallopia baldschuanica

(Polygonum baldschuanicum, P. aubertii) Silver lace-vine

Fallopia japonica (Polygonum cuspidatum) Japanese knotweed

Fallopia sachalinensis

(Polygonum sachalinense) Giant knotweed

Festuca trachyphylla (F. ovina, F. brevipila) Sheep fescue

Ficaria verna (Ranunculus ficaria) Lesser celandine

Froelichia gracilis Slender snake cotton

Geranium ibericum Nepalese crane’s-bill

Geranium sibiricum Siberian crane’s-bill

Geranium thunbergii Thunberg’s geranium

Glaucium flavum Sea- or horned poppy

Glechoma hederacea Gill-over-the-ground

Glyceria maxima Sweet reedgrass

Hemerocallis fulva Tiger-lily

Heracleum mantegazzianum Giant hogweed

Hesperis matronalis Dame’s rocket

Hydrilla verticillata Hydrilla

Hydrocharis morsus-ranae European frog-bit

Hylotelephium telephium (Sedum telephium) Live-forever or Orpine

Hypericum perforatum St. John’s wort

Impatiens glandulifera Ornamental jewelweed

Iris pseudacorus Yellow iris

Lamium spp. (all) Dead nettle

Lepidium latifolium Tall pepperwort

Leptochloa panicea Hair fescue

Lotus corniculatus Birdsfoot trefoil

Luzula luzuloides Oakforest woodrush

Lychnis flos-cuculi Ragged robin

Lysimachia nummularia Moneywort

Lysimachia vulgaris Garden loosestrife

Lythrum salicaria Purple loosestrife

Malva neglecta Cheeses or common malva

Marsilea quadrifolia Water shamrock or Eurasian water clover

Page 16: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 12/2/15

GENERAL

Mentha arvensis Field-mint

Microstegium vimineum Japanese stilt-grass

Miscanthus sinensis Eulalia

Myosotis scorpioides True forget-me-not

Myosoton aquaticum Giant chickweed

Myriophyllum aquaticum Parrot feather

Myriophyllum heterophyllum Variable water-milfoil

Myriophyllum spicatum Eurasian water-milfoil

Najas minor Lesser naiad

Nasturtium microphyllum

(Rorippa microphylla) One-row yellow cress

Nasturtium officionale (Rorippa nasturtium-aquaticum) Watercress

Nelumbo lutea2

American water lotus

Nymphoides peltata Yellow floating heart

Onopordum acanthium Scotch thistle

Ornithogalum umbellatum Star of Bethlehem

Pastinaca sativa Wild parsnip

Persicaria maculosa (Polygonum persicaria) Lady’s thumb

Persicaria perfoliata (Polygonum perfoliatum) Mile-a-minute vine

Persicaria posumbu (Polygonum caespitosum) Cespitose knotweed

Phalaris arundinacea Reed canary-grass

Phragmites australis Reed grass, Phragmites

Pistia stratiotes Water lettuce

Poa compressa Canada bluegrass

Poa pratensis Kentucky bluegrass

Poa trivialis Rough bluegrass

Potamogeton crispus Curly pondweed

Puccinellia maritima (P. americana) Seaside alkali-grass

Pueraria montana Kudzu

Ranunculus ficaria2

Fig Buttercup Ranunculus repens Creeping buttercup

Rorippa sylvestris Creeping yellow cress

Rumex acetosella Sheep-sorrel

Rumex obtusifolius Bitter dock

Salvinia molesta Salvinia

Securigera varia (Coronilla varia) Crown vetch

Senecio jacobaea Tansy ragwort

Setaria pumila (S. lutescens, S. glauca) Yellow foxtail or yellow bristlegrass

Silphium perfoliatum Cup plant

Solanum dulcamara Bittersweet nightshade

Stellaria graminea Common stitchwort

Tanacetum vulgare Tansy

Thymus pulegioides Wild thyme

Trapa natans Water-chestnut

Page 17: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 12/2/15

GENERAL

Tussilago farfara Coltsfoot

Typha angustifolia Narrow-leaved cattail

Typha latifolia3 Common or Broad-leaved cattail

Typha X glauca Hybrid cattail

Valeriana officinalis Garden heliotrope

Verbascum thapsus Common mullein

Veronica beccabunga European speedwell

Xanthium strumarium Common cocklebur

b. Woody Plants:

Acer ginnala Amur maple

Acer platanoides Norway maple

Acer pseudoplatanus Sycamore maple

Actinidia arguta Kiwi vine

Ailanthus altissima Tree-of-heaven

Alnus glutinosa European alder

Amorpha fruticosa False indigo

Berberis thunbergii Japanese barberry

Berberis vulgaris Common barberry

Catalpa speciosa Western catalpa

Celastrus orbiculatus Oriental bittersweet

Cytisis scoparius Scotch broom

Elaeagnus angustifolia Russian olive

Elaeagnus umbellata Autumn olive

Euonymus alatus Winged euonymus

Euonymus hederaceus (E. fortunei) Climbing euonymus

Frangula alnus (Rhamnus frangula) European buckthorn

Humulus japonicus Japanese hops

Hypericum prolificum Shrubby St. John’s wort Ligustrum obtusifolium Japanese privet

Ligustrum ovalifolium California privet

Ligustrum sinense Chinese privet

Ligustrum vulgare Common/hedge privet

Lonicera japonica Japanese honeysuckle

Lonicera maackii Amur honeysuckle

Lonicera morrowii Morrow’s honeysuckle

Lonicera tatarica Tatarian honeysuckle

Lonicera X bella Morrow’s X Tatarian honeysuckle

Lonicera xylosteum European fly-honeysuckle

Morus alba White mulberry

Paulownia tomentosa Princess tree or empress tree

Phellodendron amurense (P. japonicum) Corktree

Populus alba Silver poplar

Page 18: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 12/2/15

GENERAL

Rhamnus cathartica Common buckthorn

Ribes rubrum (R. sativum) Garden red currant

Robinia pseudoacacia Black locust

Rosa multiflora Multiflora rose

Rosa rugosa Rugosa rose

Rubus phoenicolasius Wineberry

Salix purpurea Basket or purple-osier willow

Sorbus aucuparia European mountain-ash

Taxus cuspidata Japanese yew

Ulmus pumila Siberian elm

Wisteria floribunda Wisteria

1Scientific names are those used primarily in National Wetland Plant List

(http://wetland_plants.usace.army.mil/) and secondarily in USDA PLANTS database

(http://plants.usda.gov/).

2These are species that are listed on the Connecticut Invasive Plant List published by the

Connecticut Invasive Plants Council and are not listed on the ACOE wetland mitigation

guidelines.

3 Typha spp. are native species which provide good water quality renovation and other

functions/values. However, they are aggressive colonizers which, given the opportunity,

will preclude establishment of other native species. They are included in this list as species

not to be planted, not because they are undesirable in an established wetland, but to provide

opportunities for other species to become established. It is likely they will eventually move

in without human assistance.

Page 19: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – HYDROGRAPHIC SURVEY

The Contractor shall perform an electronic full sweep hydrographic survey prior to the

start of construction activities in the Housatonic River and after completion of all construction

activities in the Housatonic River. The limits of electronic sweep survey coverage shall extend

the entire width of the federal navigation channel at the bridge crossing, and within the limits of

the fender system. Beyond the limits of the fender system, the limit of survey shall extend out to

16.5 meters (54 feet) beyond the easterly and westerly limits of the federal navigation channel,

and shall extend upstream to the southerly face of the Devon Railroad Bridge and downstream to

61 meters (200 feet) south of the right-of-way limits of the existing I-95 bridge. Successive

sweeps will have a minimum overlap of 1 meter (3 feet). Sounding lines shall be numbered on

depth sounder rolls and plots. Event marks shall be taken at 30-second intervals correlating

horizontal position with depth and shall be marked and numbered on depth sounder rolls. Tide

readings shall be made with every change of 0.03 meters (0.1 foot) and recorded on the

Fathometer roll or recorded in field book with date and time. Sweeping shall be done only

during daylight hours. The applicable area(s), as described above, shall be swept clear to the

required depth(s). Survey data submitted to the Corps of Engineers shall be such as to allow

independent plotting and verification of survey results. The Contractor shall allow a Corps of

Engineers representative and the Engineer to accompany the survey party during the

performance of the sweep surveys. Plans adequately showing the results of these sweep surveys

along with a written description of how they were performed and all field books, notes and

Fathometer rolls shall be submitted for review and approval to the Corps of Engineers and the

Engineer.

At least 30 calendar days prior to the proposed start of the pre- and post-construction

hydrographic surveys, the Contractor shall submit a scope of work for survey to the Corps of

Engineers (Ms. Susan Lee, U.S. Army Corps of Engineers, New England District, 696 Virginia

Road, Concord, MA. 01742-2751) and the Engineer for review and concurrence. The scope of

work shall describe the proposed equipment/system to be employed for hydrographic survey, the

method of hydrographic sweep survey, and a sketch of the setup to verify sweep coverage. The

pre- and post-construction sweep surveys shall not be conducted until the Corps of Engineers

provides written concurrence with the proposed method of sweep.

The Contractor shall provide at least seven (7) work day’s prior notification to the Corps

of Engineers and the Engineer of the start date of pre-construction and post-construction

hydrographic sweep surveys and allow a Corps of Engineers representative and the Engineer to

accompany the survey party during the performance of the pre-construction and post-

construction sweep surveys. Notification shall be made to Stephen Johnston, Survey Section

at 978-318-8527, or Maureen Murray at 978-318-8526.

There will be no direct payment for the Hydrographic Survey of the river but the cost

shall be include in the general cost of the contract.

Page 20: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – NOTIFICATION OF WETLAND

CREATION

A wetland scientist from the Connecticut Department of Transportation (CT DOT) Office

of Environmental Planning will be on-site to monitor construction of the Wetland Mitigation Area

to ensure compliance with the wetland mitigation plan.

The Contractor shall submit to the Engineer a construction schedule and an outline of

construction methodologies for the required earthwork for the wetland creation site.

During the performance of this work, a CT DOT Environmental Inspector from the CT

DOT Office of Environmental Planning will be available to visit the site to direct the construction

activities involved in constructing the wetland creation site. The Contractor shall arrange through

the Engineer at least 10 days prior to the commencement of these activities to ensure that the

Environmental Inspector is available.

Page 21: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – TIDAL WETLAND MITIGATION SITES

1. The Contractor shall submit a construction schedule and outline of construction

methodologies for proposed earthwork and planting of the tidal wetland creation site, to

be approved by the Connecticut Department of Transportation Office of Environmental

Planning (CT DOT OEP) prior to commencement of any work. During the performance

of this work, a CT DOT Environmental Inspector from the CT DOT OEP will be

available to visit the site to direct the construction activities involved in constructing the

wetland creation sites. The Contractor shall arrange through the Engineer at least 10 days

prior to the commencement of these activities to ensure that the Environmental Inspector

is available. The performance of this work shall be in accordance with the following

sequence:

a. Identify temporary stockpile and staging locations. Wood debris (logs, stumps, and

root wads) shall be cleared from the wetland creation area.

b. Verify established work limits in the field.

c. Meet with the CT DOT OEP Environmental Inspector in the field.

d. Install temporary sedimentation and erosion control measures.

e. Remove nuisance vegetation from the site.

f. Identify, clear, grade, and stabilize haul roads.

g. Clear the mitigation site of debris, rubbish, garbage, and other manmade litter.

h. Excavate and/or fill wetland creation site to proposed subgrade; verify proposed

subgrade.

i. Place topsoil (if specified) over approved subgrade to create finished elevations.

j. Stabilize wetland creation site and adjacent disturbed areas with Shoreline Grass

Establishment, as seasonally appropriate.

k. Allow a minimum of 6 month site stabilization period prior to planting.

l. Prior to planting in the tidal zone, tidal elevation data shall be obtained at the

mitigation site in order to establish the site-specific elevations of the high tide, line.

Page 22: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

m. After the 6-month (minimum) site stabilization period, the CT DOT OEP shall

inspect the mitigation site to approve it for planting. The OEP reserves the option to

reconfigure the mitigation site in the event of washout.

n. After approval of the mitigation site for planting by the CT DOT OEP, initiate and

complete planting schedule as seasonally appropriate.

o. Remove temporary erosion and sedimentation control measures as appropriate.

p. Clear the mitigation site of debris, rubbish, garbage, and other manmade litter.

2. The removal of invasive plant species within six (6) meters of the edge of the proposed

planting zone shall be incidental to construction.

3. The Contractor shall provide any construction access, haul roads, staging locations, and

traffic maintenance for the Tidal Wetland work to the Engineer for approval. All costs

associated with these items are to be included in the general cost of the project. Haul

roads shall be the same as those utilized for project construction where possible. Haul

roads shall be restored to original conditions or stabilized in conformance with Shoreline

Grass Establishment upon completion of construction.

Page 23: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 09/08/2017

ITEM #0202217A

NOTICE TO CONTRACTOR – BOAT DIVISION NOTIFICATION

The Contractor, through the Engineer, shall provide at least ten (10) work days’ notice prior to

the start of the boat launch construction. Notification by the Engineer shall be made to the

Department of Energy and Environmental Protection (DEEP), attention:

R. Michael Payton

Supervisor, Navigation and Boating Infrastructure Unit

DEEP Maine Headquarters

333 Ferry Road, PO BOX 280

Old Lyme, CT 06371-0280

Telephone: (860) 447-4347

Cell: (860) 919-2442

Email: [email protected]

Page 24: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – COAST GUARD NOTIFICATION

The Contractor shall provide at least seven (7) work day’s prior notification to

Commander First Coast Guard District, Attn: Chief, Marine Safety, 408 Atlantic Avenue,

Boston, MA 02110-3350 of the start date of any work in the Housatonic River. Notification

shall be made to US Coast Guard at (800) 368-5647 or 617-223-8439.

Page 25: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – WORK IN NAVIGABLE WATERWAYS

The Contractor’s attention is directed to the navigation channel of the Housatonic River. It shall

be the sole responsibility of the Contractor to so conduct his construction operations as to comply

with all the regulations, and requirements of U.S. Coast Guard, the Connecticut Department of

Energy and Environmental Protection and the Corps of Engineers in connection with, but not

limited to, water pollution control and maintenance of navigation. The Contractor shall review the

Coast Guard bridge permit, including their “Letter of Transmittal”, the Corps of Engineers’ “Letter

of Transmittal” and the Connecticut Department of Energy and Environmental Protection’s permit

contained in these Specifications, which may or may not state additional requirements concerning

construction of this project.

Page 26: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR –U.S. COAST GUARD GENERAL CONSTRUCTION

REQUIREMENTS FOR WORK WITHIN NAVIGABLE WATERWAYS

1. All bridge closures, or bridge operating schedule changes, must be requested in writing, 60 days in

advance, from the First Coast Guard District Bridge Branch Office, One South Street, Battery Park

Building, New York, N.Y. 10004-1466, Phone (212) 668-7165. No channel restrictions, or vertical

clearance reductions may be made without written approval from the above office. Waterway

closures or safety zones must also be requested 60 days in advance.

2. All submissions to the Coast Guard for review and approval must first be approved by the owner

of the bridge or their authorized agent. All submission of plans, scope of work, and schedules of

operation must be sent to the First Coast Guard District, Bridge Branch Office.

3. At least 30 days prior to commencement of any work, we must have for our review, two copies of

the contractor’s construction plans, Contractor’s schedule, preferably depicted in a time line

graphic format, and the Contractor’s daily hours of operation. The construction plan package must

show the following: (1) a plan of the entire waterway area in vicinity of the project. (2) The

location of work barges and any anchor lines during working and off-hours. (3) In addition, a

drawing must be included, if applicable, depicting any scaffolding or containment used indicating

the location and the total vertical or horizontal channel reduction. All vertical clearance reductions

below low steel or concrete under the bridge as a result of the use of scaffolding must be clearly

detailed on the drawings shown in total feet. (4) Emergency 24 hour telephone numbers for all

responsible individuals for this project must be submitted to this office before any phase of

construction begins in case of an emergency situation during off-hours. One copy of the plan and

schedule of operations, approved by this office, will be returned to you with our approval stamp

and comments as appropriate.

4. Scaffolding, if used, under ANY span of the bridge must be lighted with constant burning red lights

every 50 feet and on all corners. Warning signs must be posted on both sides of the bridge, visible

for a 1-mile range, to warn mariners of the vertical clearance reduction. The signs shall face

upstream and downstream so as to draw the mariner’s attention to the fact that the clearance has

been reduced.

5. All barges placed in the waterway must be lighted with constant burning white lights on all four

corners of the barge. The Contractor is required to comply with all provisions of the Navigation

Rules International-Inland, regarding the use of work barges or floating equipment in the waterway.

Copies are available from the Superintendent of Documents, U.S. Government Printing Office,

P.O. Box 371954, Pittsburgh, PA 15250.

6. Placement of construction barges in the navigable channel shall be done so as to provide a minimum

horizontal clearance reduction. Barges must be moved out of the navigable channel after working

hours unless approved in writing by this office.

7. Barges held in place by anchor lines must be marked by anchor buoys, which should be lighted.

8. An as built survey must be taken by the Contractor upon completion of this project, approved by

professional engineer or land surveyor verifying the bridge clearances.

Page 27: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

9. The on-scene Contractor must have a VHF-FM marine radio set to the bridge communication

channels 16/13 or the designated channel for the bridge. Additional marine radios monitoring the

above channels must also be maintained at the main control of any floating equipment or barges on

station.

10. Preventive measures must be taken to prevent any hot work, debris or construction material from

entering the waterway. This includes sandblasting material, paint and any concrete work by-

products. Welding and burning must cease upon approach of a vessel and shall not start again until

the vessel has passed the bridge.

11. The Contractor must contact the Coast Guard Sector Long Island Sound via marine radio before

commencement of any and after completion of any Hot Work. A cell phone back-up may be used

to contact the above Coast Guard Unit at (203)-468-4401.

12. If permanent bridge navigational lighting cannot be maintained operational during any phase of

this project, temporary battery/power lights must be installed at the same locations by the

Contractor. These temporary lights must be visible for a distance of 2,000 yards on 90% of the

nights of the year. Generally, a lamp of (50 candela) will meet these requirements. Plans for

temporary lighting shall be submitted to this office for written approval. Deviations from the

approved temporary lighting shall be permitted only upon written authorization from this office.

13. All newly constructed bridge piers, or those in the process of demolition, must be lighted with

either red or white flashing (60 flashes per minute) lights. All cofferdams used during

construction must also be lighted with red or white flashing (60 flashes per minute) on all

four corners.

14. Bridge protective fenders shall not be constructed or rebuilt with any metal surfaces on the rubbing

face of the fender system. All bolts, spikes, or other metal fastening devices must be countersunk.

Metal splicing plates, if used, shall be mounted on back of outer wales.

15. During the progress of work should any debris or equipment enter the waterway and become a

hazard to navigation, immediate notice shall be given to the Coast Guard and the object removed

as soon as possible. Until removal can be effected, the obstruction shall be properly marked.

16. Spillage of oil and hazardous substances is specifically prohibited by the Federal Water Pollution

Control Act, as amended. Approved spill containment equipment and absorbent material must be

located at the project site in the event of a spill into the waterway or the shoreline. The Coast Guard

must be notified immediately at (800) 424-8802.

17. The Contractor is responsible to ensure that channel depths are not affected by this work. Any

material, machinery or equipment lost, dumped, thrown into, or otherwise entering the waterway

must be removed immediately. If immediate removal is impractical and the object entering the

waterway could possibly obstruct or hazard navigation, the object must be marked immediately to

protect navigation and the Coast Guard shall be notified as soon as possible. Upon request of the

Coast Guard or Corps of Engineers, the Contractor shall provide the necessary equipment and

personnel to determine the presence of any suspected obstructions in the waterway.

Page 28: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

18. The Contractor shall provide any and all necessary equipment and personnel to determine the

presence of any “suspected” obstructions in the waterway at any time either during or following

the completion of bridge construction or demolition operations.

19. Upon project completion, the Contractor shall provide the Coast Guard with a written certification

by a registered professional engineer that the waterway depths have not been impaired as a result

of any construction or demolition operations, that the waterway is clear of any and all construction

debris or remnants from the existing or previous bridge construction or demolition.

20. This approval may be revoked and/or civil penalties imposed for failure to ensure that the above

listed stipulations are adhered to or if work is determined to hazard or impair navigation.

There will be no direct payments for the tasks in the above Coast Guard Requirements but the cost shall

be included in the general cost of the contract.

Page 29: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9-25-2017

GENERAL

NOTICE TO CONTRACTOR- UNFINISHED MAINTENANCE WORK

The Contractor shall perform unfinished maintenance work from State Project no. 138-221 as

directed by the Engineer. The work will be paid for under Item No. 0210820A – Water Pollution

Control.

When no applicable contract item appears in the proposal for any additional measures, the

additional work and materials required for those measures shall be measured for payment as

provided for under Article 1.09.04 - Extra and Cost-Plus Work. All extra work performed on an

agreed-price basis shall be incorporated through construction orders and paid for on an item-by-

item basis.

Page 30: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

NOTICE TO CONTRACTOR – CLEANING OF CATCH BASINS,

MANHOLES AND PIPES

All existing and proposed drainage structures and pipes as identified on drawing numbers

DRN-1 through DRN-6 shall be inspected and cleaned. Catch basins and manholes shall be

cleaned twice, first at pre-construction and second at post construction. Drainage pipes shall

be cleaned only at post construction.

The cleaning of drainage structures or drainage pipes in regulated areas must be performed in

accordance with the environmental permit requirements.

Prior to the commencement of any work associated with the cleaning of drainage structures

and pipes, the Contractor and Inspector shall meet with the ConnDOT Office of

Environmental Planning and District Drainage Engineer for the purpose of reviewing the

requirements and restrictions specified in the Permit and report all activities at each location

and establish reporting protocols to the District Drainage Engineer that will be adhered to

during construction.

Page 31: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 6/21/17

GENERAL

NOTICE TO CONTRACTOR – USE OF STATE POLICE OFFICERS

The Department will reimburse services of State Police Officers as a direct payment to the

Department of Emergency Services and Public Protection. Payment for State Police Officers must

be approved by the Engineer. Any State Police Officers used by the Contractor for its convenience

is the responsibility of the Contractor. A separate payment item for State Police Officers is not

included in this Contract.

Any costs associated with coordination and scheduling of State Police Officers shall be included

in the lump sum bid price for Item No. 0971001A – Maintenance and Protection of Traffic.

Page 32: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 7/14/17

GENERAL

NOTICE TO CONTRACTOR - CONSTRUCTION CONTRACTOR

DIGITAL SUBMISSIONS

Upon execution of the Contract, the Contractor acknowledges and agrees that contractual

submittals for this Project shall be submitted and handled through a system of paperless electronic

means as outlined in the special provision for Section 1.05 herein.

Shop drawings, working drawings, and product data shall be created, digitally signed and

delivered by the Contractor in accordance with the Department’s Contractor Digital Submission

Manual (CDSM). The Department and the Contractor shall use Bentley System’s “ProjectWise

Deliverables Management” to deliver and track such submittals. Other deliverables that are

required by other special provisions shall be similarly submitted.

Access credentials will be provided by the Department. Contact information and routing details,

such as email addresses, will also be provided.

The Department shall not be held responsible for delays, lack of processing or response to

submittals that do not follow the specified guidelines in the CDSM.

Page 33: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

GENERAL

NOTICE TO CONTRACTOR – ROADWAY ACCESS WITHIN PROJECT

SITE

The Contractor is hereby advised that an existing easement is located across a portion of the dock

parking lot in the Town of Stratford as owned by the State of Connecticut Department of

Transportation (CTDOT). This easement provides access across the CTDOT property between

two parcels as owned by UB Dockside, LLC and UB Railside, LLC respectively.

The Contractor shall be responsible for maintaining a travel path for vehicular and boat trailer

traffic within the easement, including the filling of potholes, re-grading, snow removal and all

other maintenance work required to maintain a driving surface suitable for the passage of a

vehicle and a boat trailer. Construction, maintenance and removal of the travelpath shall be

provided at no additional cost to the Department. Repairs shall be made within 24 hours of the

occurrence of the damage or as directed by the Engineer.

Page 34: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

GENERAL

SECTION 1.03 – AWARD AND EXECUTION OF CONTRACT Article 1.03.07 – Insurance:

After 18. Compensation: add:

19. Contractor’s Pollution Liability Insurance: In addition to all other insurance requirements, the Contractor shall procure and maintain coverage for the duration of this Contract, for pollution legal liability (Contractor’s Pollution Liability) including investigation and legal defense, for bodily injury and property damage. Such insurance shall provide coverage for both on Site and off Site cleanup costs. Coverage shall be for minimum limits of $1,000,000 per occurrence and $1,000,000 annual aggregate.

Page 35: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 7/14/17

GENERAL

SECTION 1.05 - CONTROL OF THE WORK

Replace Article 1.05.02 with the following:

1.05.02—Contractor Submittals, Working Drawings, Shop Drawings, Product Data,

Submittal Preparation and Processing - Review Timeframes, Department’s Action: 1. Contractor Submittals: The plans provided by the Department show the details necessary to give a comprehensive idea of the construction contemplated under the Contract. The plans will generally show the location, character, dimensions, and details necessary to complete the Project. If the plans do not show complete details, they will show the necessary dimensions and details, which when used along with the other Contract documents, will enable the Contractor to prepare working drawings, shop drawings or product data necessary to complete the Project. The Contractor shall prepare submittals as Portable Document Format (PDF) files. The Contractor is also required to acquire, maintain access and use the Department’s document management system for delivery of submittals. The format, digital signing requirements, delivery processes and document tracking procedures shall be performed in accordance with this specification and the Contractor’s Digital Submission Manual (CDSM). The submittals shall be sent to the Department’s reviewer(s), sufficiently in advance of the work detailed, to allow for their review in accordance with the review periods as specified herein (including any necessary revisions, resubmittal, and final review), and acquisition of materials, without causing a delay of the Project. 2. Working Drawings: When required by the Contract or when ordered to do so by the Engineer, the Contractor shall prepare and submit the working drawings, signed, sealed and dated by a qualified Professional Engineer licensed to practice in the State of Connecticut, for review. The drawings shall be delivered sufficiently in advance of the work detailed, to allow for their review in accordance with the review periods specified herein (including any necessary revisions, resubmittal, and final review). There will be no direct payment for furnishing any working drawings, procedures or supporting calculations, but the cost thereof shall be considered as included in the general cost of the work. The Contractor shall supply to the Assistant District Engineer a certificate of insurance in accordance with 1.03.07 at the time that the working drawings for the Project are submitted. The Contractor’s designer, who prepares the working drawings, shall secure and maintain at no direct cost to the State a Professional Liability Insurance Policy for errors and omissions in the minimum amount of $2,000,000 per error or omission. The Contractor’s designer may elect to obtain a policy containing a maximum $250,000 deductible clause, but if the Contractor’s designer should obtain a policy containing such a clause, they shall be liable to the extent of at least the deductible amount. The Contractor’s designer shall obtain the appropriate and proper

Page 36: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 7/14/17

GENERAL

endorsement of its Professional Liability Policy to cover the indemnification clause in this Contract, as the same relates to negligent acts, errors or omissions in the Project work performed by them. The Contractor’s designer shall continue this liability insurance coverage for a period of

(i) 3 years from the date of acceptance of the work by the Engineer, as evidenced by a State of Connecticut, Department of Transportation form entitled "Certificate of Acceptance of Work," issued to the Contractor; or

(ii) 3 years after the termination of the Contract, whichever is earlier, subject to the continued commercial availability of such insurance.

3. Shop Drawings: When required by the Contract, or when ordered to do so by the Engineer, the Contractor shall prepare and deliver shop drawings to the Designer for review. Review timeframes and submission locations are as specified herein. There will be no direct payment for furnishing any shop drawings, but the cost thereof shall be considered as included in the general cost of the work. 4. Product Data: When required by the Contract, or when ordered to do so by the Engineer, the Contractor shall prepare and deliver product data. The Contractor shall submit the product data in a single submittal for each element or group of elements of construction. The Contractor shall mark each copy of the product data submittal to show applicable choices and options. Where product data includes information on several products that are not required, copies shall be marked to indicate the applicable information. Product data shall include the following information and confirmation of conformance with the Contract to the extent applicable: manufacturer’s printed recommendations, compliance with recognized trade association standards, compliance with recognized testing agency standards, application of testing agency labels and seals, notation of coordination requirements, Contract item number, and any other information required by the individual Contract provisions. There will be no direct payment for furnishing any product data, but the cost thereof shall be considered as included in the general cost of the work. 5. Submittal Preparation and Processing – Review Timeframes: The Contractor shall allow 30 calendar days for submittal review by the Department, from the date receipt is acknowledged by the Department’s reviewer. For any submittals marked with “Revise and Resubmit” or “Rejected,” the Department is allowed an additional 20 calendar days for review of any resubmissions. An extension of Contract time will not be authorized due to the Contractor’s failure to transmit submittals sufficiently in advance of the work to permit processing. The furnishing of shop drawings, working drawings or product data, or any comments or

Page 37: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 7/14/17

GENERAL

suggestions by the Designer or Engineer concerning shop drawings, working drawings or product data, shall not relieve the Contractor of any of its responsibility for claims by the State or by third parties, as per 1.07.10. The furnishing of the shop drawings, working drawings and product data shall not serve to relieve the Contractor of any part of its responsibility for the safety or the successful completion of the Project construction. 6. Department’s Action: The Designer or Engineer will review each submittal, mark each with a self-explanatory action stamp, and return the stamped submittal promptly to the Contractor. The Contractor shall not proceed with the part of the Project covered by the submittal until the submittal is marked “No Exceptions Noted” or “Exceptions as Noted” by the Designer or Engineer. The Contractor shall retain sole responsibility for compliance with all Contract requirements. The stamp will be marked as follows to indicate the action taken: a. If submittals are marked “No Exceptions Noted,” the Designer or Engineer has not observed

any statement or feature that appears to deviate from the Contract requirements. This disposition is contingent on being able to execute any manufacturer’s written warranty in compliance with the Contract provisions.

b. If submittals are marked “Exceptions as Noted” the considerations or changes noted by the Department’s Action are necessary for the submittal to comply with Contract requirements. The Contractor shall review the required changes and inform the Designer or Engineer if they feel the changes violate a provision of the Contract or would lessen the warranty coverage.

c. If submittals are marked “Revise and Resubmit,” the Contractor shall revise the submittals to address the deficiencies or provide additional information as noted by the Designer or Engineer. The Contractor shall allow an additional review period as specified in 1.05.02-5.

d. If submittals are marked “Rejected,” the Contractor shall prepare and submit a new submittal in accordance with the Designer’s or Engineer’s notations. The resubmissions require an additional review and determination by the Designer or Engineer. The Contractor shall allow an additional review period as specified in 1.05.02-5.

Page 38: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 8-25-2017 1 of 2

GENERAL

SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES

Article 1.07.13 - Contractor's Responsibility for Adjacent Property, Facilities and Services is

supplemented as follows:

The following company and representative shall be contacted by the Contractor to coordinate the

protection of their utilities on this Project 30 days prior to the start of any work on this Project

involving their utilities:

Mr. Carlos Vizcarrondo,

Relocations Coordinator

Aquarion Water Company of Connecticut,

600 Lindley Street,

Bridgeport, CT 06606

(203) 337-5950

Mobile: (203) 395-3097

[email protected]

Mr. George Huss.

Senior Network Planner

Zayo Group, LLC

1060 Hardees Drive, Suite H

Aberdeen, MD 21001

(443) 403-2023

Mobile: 443-250-1816

[email protected]

Mr. Daniel J. Gartska

Senior Engineer – Transmission Siting

The Connecticut light & Power Company

Dba Eversource Energy-Electric

Transmission

56 Prospect Street,

Hartford, CT 06103

(860) 728-4533

[email protected]

Mr. Eric C Johnson

Engr. IV Spec-Ntwk Eng & Ops

MCImetro Access Transmission Services

Corp. dba Verizon Enterprise Solutions

85 High St

Pawtucket, RI 02860

(401) 727-9558

Mobile: (401) 729-0630

[email protected]

Mr. Lawrence J. Marcik, Jr., P.E.,

Project Engineer

South Central Connecticut Regional Water

Authority

90 Sargent Drive

New Haven, CT 06511-5966

(203) 401-6709

[email protected]

Mr. Craig Mcleod,

Director-HFC Infrastructure & Fiber

Cablevision of Litchfield, Inc.

622 Torrington Road

Litchfield, CT 06759

(732) 243-6277

Mobile: (973) 332-0542

[email protected]

Page 39: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 8-25-2017 2 of 2

GENERAL

Mr. Fred Arnold

Project Management Engineer

The United Illuminating Company

180 Marsh Hill Road

Orange, CT 06477-3629

(203) 499-3922

Mobile: (203) 361-7513

[email protected]

Ms. Beata Orson,

Senior Engineer, Pipeline Integrity

Iroquois Pipeline Operating Company

1 Corporate Drive

Shelton, CT 06484-6211

(203) 944-7058

[email protected]

Mr. Peter Jeffrey,

Regional Director New England, Network

Deployment

Mobilitie

Boott Mill South 116 John St., Suite 210

Lowell, MA 01852

(877) 244-7889

Mobile: (857)-210-6206

[email protected]

Ms. Lynne Anastasio

Engineering

The Southern New England Telephone

Company

1441 North Colony Road

Meriden, CT 06450-4101

(203) 238-5000

Mobile: 860-967-4389

[email protected]

Mr. David Wood

Project Manager-Ops

Kinder Morgan, Inc. Tennessee Gas Pipeline

L.L.C

8 Anngina Drive

Enfield, CT 06082

(860) 763-6005

Mobile: (413) 530-7117

[email protected]

Mr. Eric Clark,

Manager Fiber Construction

Lightower Fiber Networks

1781 Highland Avenue

Cheshire, CT 06410

(203) 649-3904

Mobile: (860) 863-8311

[email protected]

Mr. Kevin Gerety, P.E.

Engineering Manager

The Southern Connecticut Gas Company

60 Marsh Hill Road

Orange, CT 06477

(203) 795-7767

[email protected]

Mr. David B. Willard, P.E.

Assistant Director

Metro-North Commuter Railroad Company

525 Water Street, 3rd floor, Bridgeport R.R.

Station

Bridgeport, CT 06604-4315

(203) 377-3606

[email protected]

Page 40: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

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:

Route I-95

On the following State observed Legal Holidays:

New Year's Day

Good Friday, Easter*

Memorial Day

Independence Day

Labor Day

Thanksgiving Day**

Christmas Day

The following restrictions also apply:

On the day before and the day after any of the above Legal Holidays.

On the Friday, Saturday, and Sunday immediately preceding any of the above Holidays celebrated

on a Monday.

On the Saturday, Sunday, and Monday immediately following any of the above Holidays celebrated

on a Friday.

* From 6:00 a.m. the Thursday before the Holiday to 8:00 p.m. the Monday after the Holiday.

** From 6:00 a.m. the Wednesday before the Holiday to 8:00 p.m. the Monday after the Holiday.

During all other times

The Contractor shall maintain and protect traffic as shown on the accompanying "Limitation of

Operations" charts, which dictate the minimum number of lanes that must remain open for each day

of the week.

The Contractor will be allowed to halt Route I-95 traffic for a period not to exceed 10 minutes to

perform necessary work for work on I-95 as approved by the Engineer, between 12:01 a.m. and 5:00

a.m. on all non- Holiday days.

Page 41: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

The contractor will not be permitted to perform any work which will interfere with described

traffic operations on the project roadways as follows:

Route I-95 NB and SB, and I-95 NB Off-Ramp

Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 7:00

p.m. Saturday and Sunday between 10:00 a.m. and 6:00 p.m.

All Other Turning Roadways

Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 7:00

p.m. Saturday and Sunday between 10:00 a.m. and 6:00 p.m.

U.S. Route 1

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

and 6:00 p.m.

Maintain at least one lane of through traffic in each direction on: Monday through Friday between

9:00 p.m. and 6:00 a.m.

The Contractor will be allowed to halt traffic for a period of time not to exceed ten minutes

to perform drainage work as approved by the Engineer on:

Monday through Friday between 12:00 a.m. and 5:00 a.m.

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

Page 42: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

GENERAL

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.

Page 43: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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

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 an uniform textured, non-segregated, smooth bituminous

concrete pavement to the grade and cross section shown on the plans.

The terms listed below 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 and as defined in

Article 4.06.03.

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

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 test 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.

Page 44: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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

ConnDOT 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 conform to 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.

Page 45: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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".

e. If WMA Technology is used, the additive name and dosage rate or water injection rate

must be listed.

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 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 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 one 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

mixture 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 percent, the Engineer will

recalculate the net weight. The Contractor shall correct the discrepancy to the satisfaction of the

Engineer.

Page 46: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 prohibited as a release agent or

cleaner on any paving equipment (i.e., rollers, pavers, transfer devices, etc.).

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 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.

Rollers: All rollers shall be self-propelled and designed for compaction of bituminous concrete.

Rollers 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 of. 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 pounds per square inch uniformly over the surface, The

Contractor shall furnish documentation to the Engineer regarding tire size; pressure and loading

Page 47: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

to confirm that the proper contact pressure is being developed and that the loading and contact

pressure is 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

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 25 feet behind paving

machine

2 Type D Balloon 2 Mount over screed area

TABLE 4.06-2: Minimum Roller Lighting

Option Fixture

Configuration*

Fixture

Quantity Requirement

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

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 a minimum output of 50,000

lumens, and emit light equally in all directions.

Material Transfer Vehicle (MTV): A MTV shall be used when placing a bituminous concrete

surface course as indicated in the contract documents.

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.

Page 48: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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:

- The make and model of the MTV.

- The individual axle weights and axle spacing for each piece of paving equipment (haul

vehicle, MTV and paver).

- 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.

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 conform to 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, shall meet the following length

requirements:

a) Posted speed limit is greater than 35 MPH: 30 feet per inch of elevation change.

b) Posted speed limit is 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.

Page 49: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

Temporary Transitions: A temporary transition is defined as a transition that does not remain a

permanent part of the work. All temporary transitions shall meet the following length

requirements:

a) Posted speed limit is greater than 50 MPH

(1) Leading Transitions = 15 feet per inch of vertical change (thickness)

(2) Trailing Transitions = 6 feet per inch of vertical change (thickness)

b) Posted speed limit is 40, 45, or 50 MPH

(1) Leading and Trailing = 4 feet per inch of vertical change (thickness)

c) Posted speed limit is 35 MPH or less

(1) 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 conform to 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.

The Engineer may verify the mixture temperature by means of a probe or infrared type of

thermometer. The Engineer may reject the load based on readings from a probe type

thermometer and the specify temperature in the quality control plan (QCP) for placement.

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 gallons per square yard for

a non-milled surface and an application rate of 0.05 to 0.07 gallons per square yard for a milled

surface. For areas where both milled and un-milled surfaces occur, the tack coat shall be an

application rate of 0.03 to 0.05 gallons per square yard. The Engineer must approve the

equipment and the method of measurement prior to use. The material for tack coat shall not be

heated in excess of 160°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 exposed surface of a wedge joint will not be considered.

Page 50: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 Contractor shall inspect the newly placed pavement for defects in the 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 impractical 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 +/- ⅜ inch

S0.25, S0.375, S0.5 +/- ¼ inch

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

tolerances shown in Table 4.06-3, the Contractor, with the approval of the Engineer, shall

take corrective action in accordance with this specification.

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 accordance with

Article 4.06.04.

Page 51: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

c) Delivered Weight of Mixture - When the delivery ticket shows that the vehicle 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 4.06.03 and eliminate all roller marks without displacement, shoving, cracking,

or aggregate breakage.

When placing a lift with a specified thickness less than one and one-half (1 ½) 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. The Engineer may allow the Contractor to operate rollers in the

dynamic mode using the oscillatory system at the lowest frequency setting.

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 ¼ inch from a Contractor-supplied 10

foot straightedge. For all other lifts, the tolerance shall be ⅜ inch. Such tolerance will apply to

all paved areas.

Any surface that exhibits these characteristics or 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

between 1½ and 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 1½ inches or greater than or equal to 3

inches. During placement of multiple lifts, the longitudinal joint shall be constructed in such a

Page 52: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

manner that it is located at least 6 inches from the joint in the lift immediately below. The joint

in the final lift shall be at the centerline or at lane lines. 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 ¼ inch in

any location.

Method I - Notched Wedge Joint:

FIGURE 4.06-1: 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 taper portion of the wedge joint must be placed over the longitudinal joint in the lift

immediately below. 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 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 taper portion of the wedge joint shall not be exposed to traffic for more than 5 calendar days.

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.

Hot side Cold Side

8” – 12” Taper

Top

Vertical Notch

½” – ¾” Tack coat

Bottom

Vertical Notch

¼” - ½”

Lift

Thickness

1 ½” – 3.0”

Varies

Page 53: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

If Method I, Notched Wedge Joint cannot be used on lifts between 1.5 and 3 inches, Method III

Butt Joint may be substituted according to the requirements below for “Method III – Butt Joint

with Hot Pour Rubberized Asphalt Treatment.”

Method II - Butt Joint:

FIGURE 4.06-2: Butt Joint

When adjoining passes are placed, the Contractor shall utilize equipment that creates 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). 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.”

Method III- Butt Joint with Hot Poured Rubberized Asphalt Treatment: If Method I

Wedge Joint 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 utilize Method III

Butt Joint as a substitution in those locations. There shall be no additional measurement or

payment made when the Method III Butt Joint is substituted for the Method I Notched Wedge

Joint. 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

Hot side Cold Side

Joint

Hot side Cold Side

Hot poured rubberized

asphalt treatment

Lift Thickness

Less than 1 ½”

Greater than or

equal to 3”

Page 54: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 D 6690, 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 and 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 three components to the QCP for placement: a Standard QCP, a Project Summary

Sheet that details project specific information, and if applicable a separate Extended Season

Paving Plan as required in Section 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. All Contractor sampling, inspection and test reports shall be

reviewed and signed by the QCM prior to submittal to the Engineer. The QCPs shall also

include the name and qualifications of any outside testing laboratory performing any QC

functions on behalf of the Contractor.

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.

Page 55: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

QCP for Production: Refer to Section 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_plac

ement.pdf.

The Contractor shall perform all quality control sampling and testing, provide inspection, and

exercise management control to ensure that 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 one (1) mat core and one (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 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 sub-article 4.06.03-

10.

9. Temperature and Seasonal Requirements: Paving, including placement of temporary

pavements, shall be divided into two seasons, “In-Season” and “Extended-Season”. In-Season

paving occurs from May 1 – October 14, and Extended Season paving occurs from October 15-

April 30. The following requirements shall apply unless otherwise authorized or directed by the

Engineer:

• Mixtures shall not be placed when the air or sub base 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

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

approved the plan.

10. Obtaining Bituminous Concrete Cores: This Section describes the methodology and

sampling frequency the Contractor shall use to obtain pavement cores.

Coring shall be performed on each lift specified to a thickness of one and one-half (1 ½) inches

or more within 5 days of placement. The Contractor shall extract cores (4 or 6 inch diameter for

S0.25, S0.375 and S0.5 mixtures 6 inch diameter for S1.0 mixtures) from locations determined

Page 56: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

by the Engineer. The Engineer must witness the extraction, labeling of cores and filling of the

core holes.

A density lot will be complete when the full designed paving width and length of the lot has been

placed and shall include all longitudinal joints between the curb lines. HMA S1 mixes are

excluded from the longitudinal joint density requirements.

A standard density lot is the quantity of material placed within the defined area exclusive of any

structures. A combo density lot is the quantity of material placed within the defined area

inclusive of structures less than or equal to 500 feet long. A bridge density lot is the quantity of

material placed on a structure larger than 500 feet in length.

Prior to paving, the type and number of lot (s) shall be determined by the Engineer. The number

of cores per lot shall be determined in accordance to Tables 4.06-4, 4.06-5A and 4.06-5B.

Noncontiguous areas such as highway ramps may be combined to create one lot. Combined

areas should be set up to target a 2000 ton lot size. The longitudinal locations of mat cores

within a lot containing multiple paving passes will be determined using the total distance covered

by the paver. The locations of the joint cores will be determined using the total length of

longitudinal joints within the lot.

Sampling is in accordance with the following tables:

TABLE 4.06-4: Bridge Density Lot(s)

Length of Each

Structure (Feet) No. of Mat Cores No. of Joint Cores

< 500’ See Table 4.06-5(A or B) See Table 4.06-5(A or B)

501’ – 1500’ 3 3

1501’ – 2500’ 4 4

2501’ and greater 5 5

All material placed on structures less than or equal to 500 feet in length shall be included as part

of a standard lot as follows:

TABLE 4.06-5A: Standard and Combo Density Lot(s) > 500 Tons

Lot Type No. of Mat Cores No. of Joint Cores Target Lot

Size (Tons)

Standard Lot /

Without Bridge (s) 4 4 2000

1 per structure

(< 300’)

1 per structure

(< 300’)

2 per structure

(301’ – 500’)

2 per structure

(301’ – 500’)

Page 57: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE 4.06-5B: Standard and Combo Density Lot < 500 Tons

Lot Type No. of Mat Cores No. of Joint Cores

Standard Lot /

Without Bridge (s) 3 3

Combo Lot / Lot

With Bridge(s)(1) 2 plus

1 per

structure 2 plus

1 per

structure

Note: (1) If a combo lot mat or joint core location randomly falls on a structure, the core is to be obtained on the structure in

addition to the core(s) required on the structure.

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 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 one foot from the edge of a paver pass. If a

random number locates a core less than one foot from any edge, the location will be adjusted by

the Engineer so that the outer edge of the core is one 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 4.06-5).

FIGURE 4.06-5: Notched Wedge Joint Cores

When Method II or Method III Butt Joint is utilized, 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.

A mat core from the second lot and first sub-lot shall be labeled “M2 – 1” (Figure 4.06-4). The

Engineer shall fill out a MAT-109 to accompany the cores. The Contractor shall deliver the

Hot side Cold Side

8” – 12” Taper

Top

Vertical Notch

½” – 1” Tack coat

Bottom

Vertical Notch

0 - ½”

Lift

Thickness

1.5” – 3.0”

Varies

5” from Visible Joint

Page 58: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 a security seal. The security

seal’s identification number must be documented on the MAT-109. Central Lab personnel will

break the security seal and take possession of the cores.

FIGURE 4.06-4: Labeling of Cores

Each core hole shall be filled within four 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

means to uniformly cover the cut surface. The core hole shall be filled using a bituminous

concrete mixture at a minimum temperature of 240ºF 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 ⅛ inch

above the finished pavement.

11. Acceptance Sampling and Testing: Sampling and testing shall be performed at a frequency

not less than the minimum frequency specified in Section M.04 and sub-article 4.06.03-10.

Sampling shall be performed in accordance with ASTM D 3665, 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 Section 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 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

Project #

(M or J) Lot - Sublot

85-219

M2 - 1

Date Placed

07/26/16

Page 59: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 7

calendar days of the notification of the test results. No request for dispute resolution will be

allowed unless the Contractor provides quality control results within the timeframe described in

sub-article 4.06.03-9 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 set of core samples per

disputed lot. The core samples must be extracted no later than 14 calendar days from the date of

Engineer’s authorization.

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. All such cores shall be extracted and the

core hole filled using the procedure outlined in Article 4.06.03. The dispute resolution results

shall be added to the original results and averaged for determining the final in-place density

value.

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 compaction.

Page 60: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 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*: The quantity of bituminous concrete measured for payment will be

determined by the documented net weight in tons accepted by the Engineer in accordance with

this specification and Section M.04.

2. Adjustments: Adjustments may be applied to bituminous concrete quantities and will be

measured for payment using the following formulas:

Yield Factor for Adjustment Calculation = 0.0575 Tons/SY/inch

Actual Area = [(Measured Length (ft)) x (Avg. of width measurements (ft))]

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

(in.) of the lift being placed.

Tons 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)

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:

Tons Adjusted for Thickness (TT) = A x tadj x 0.0575 = (-) Tons

Where: A = Area = {[L x (Designed width + tolerance (lift thickness)/12)] / 9}

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

Dt = Designed thickness (inches)

Page 61: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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:

Tons Adjusted for Weight (TW) = GVW – DGW= (-) Tons

Where: DGW = Delivered gross weight as shown on the delivery ticket or

measured on a certified scale.

d) Mixture Adjustment: The quantity of bituminous concrete representing the production

lot at the Plant will be adjusted as follow:

i. Non-PWL Production Lot (less than 3500 tons):

The adjustment values in Table 4.06-6 and 4.06-7 shall 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 using

tables and the following formulas:

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

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 4.06-7 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

TABLE 4.06-6: Adjustment Values for Air Voids

Percent Adjustment for Asphalt Binder = AdjPBt = [(AdjPB1 + AdjPB2 + AdjPBi +

… + AdjPBn)] / n

Where: AdjPBt= Total percent asphalt 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

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

Page 62: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 shall be calculated based on PWL for AV, VMA

and PB test results. The lot will be considered as being normally distributed and all

applicable equations in AASHTO R9 and AASHTO R42 Appendix X4 will apply.

Only one test result will be considered for each sub lot. The specification limits are

listed in Section M.04.

For AV, PB and voids in mineral aggregate (VMA), the individual material quality

characteristic adjustment (Adj) will be calculated as follow:

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

Lots with PWL less than 50% in any of the three 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

iii. Partial Lots:

Lots with less than 4 sublots 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.d.i.

Lots with 4 or more sublots will be calculated as indicated in 4.06.04-2.d.ii.

Page 63: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

e) Density Adjustment: The quantity of bituminous concrete measured for payment in a lift

of pavement specified to be 1½ inches or greater may be adjusted for density. Separate

density adjustments will be made for each lot and will not be combined to establish one

density adjustment. 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 .50) + (PAJ x .50)} / 100] X Density Lot

Tons

Where: TD = Total tons adjusted for density for each lot

PAM = Mat density percent adjustment from Table 4.06-9

PAJ = Joint density percent adjustment from Table 4.06-10

TABLE 4.06-9: 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)

Page 64: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE 4.06-10: 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) (1) ACRPD = Average Core Result Percent Density (2) All Percent Adjustments to be rounded to the second decimal place. For example, 1.667 is to be rounded to 1.67.

3. Transitions for Roadway Surface: The installation of permanent transitions shall be

measured under the appropriate item used in the formation of the transition.

The quantity of material used for the installation of temporary transitions shall 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 Article 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 Article

4.06.03.

a. Container Method- Material furnished in a container will be measured to the nearest ½

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

capable of measuring the volume to the nearest ½ 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.

Page 65: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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) =

Tack Coat (gallons at 60°F) =

ii. Measured by automated metering system on the delivery vehicle:

Tack Coat (gallons at 60°F) = Factor (from Table 4.06-11) multiplied by the

measured gallons.

TABLE 4.06-11: Factor to Convert Volume of Tack Coat to 60°F

Tack Coat Application

Temperature (°F) Factor

Tack Coat Application

Temperature (°F) Factor

75 0.996 120 0.985

80 0.995 125 0.984

85 0.994 130 0.983

90 0.993 135 0.982

95 0.991 140 0.980

100 0.990 145 0.979

105 0.989 150 0.978

110 0.988 155 0.977

115 0.986 160 0.976

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.

Page 66: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

- 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: The adjustment will be calculated using the

formulas shown below if all of the measured adjustments in Article 4.06.04 are not equal to zero.

A positive or negative adjustment will be applied to monies due the Contractor.

Production Lot: [TT + TA + TW + TSD] x Unit Price = Est. (P)

Density Lot: TD x Unit Price = Est. (D)

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

T* = Total tons of each adjustment calculated in Article 4.06.04

Est. ( ) = Pay Unit represented in dollars representing incentive or

disincentive.

The Bituminous Concrete Adjustment Cost item if included in the bid proposal or

estimate is not to be altered by the Contractor.

3. Transitions for Roadway Surface: The installation of permanent transitions shall be paid

under the appropriate item used in the formation of the transition. The quantity of material used

for the installation of temporary transitions shall 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

pavement is included in the general cost of the work.

4. The cutting of bituminous concrete pavement will be paid in accordance with Article 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 a

"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

*For contracts administered by the State of Connecticut, Department of Administrative Services,

the pay items and pay units are as shown in contract award price schedule.

Page 67: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 component 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.04.03-6.

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 Section M.01.

2. Fine Aggregate:

All fine aggregate shall meet the requirements listed in Section 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 to

prevent damage or separation.

ii. The binder shall meet the requirements of AASHTO M 332 and shall be graded or

verified in accordance with AASHTO R 29. The Contractor shall submit a Certified

Test Report and bill of lading representing each delivery in accordance with AASHTO

R 26(M). The Certified Test Report must also indicate the binder specific gravity at

77ºF; rotational viscosity at 275ºF and 329ºF and the mixing and compaction viscosity-

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 shall document specific

storage tank(s) where binder will be transferred and stored until used, and provide binder

samples to the Engineer upon request. The person(s) shall assure that each shipment is

accompanied by a statement certifying that the transport vehicle was inspected before

loading and was found acceptable for the material shipped, and, that the binder is free

Page 68: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

of contamination from any residual material, along with two (2) copies of the bill of

lading.

iv. The blending or combining of PG binders in one storage tank at the Plant from different

suppliers, 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 from

modification with: fillers, extenders, reinforcing agents, adhesion promoters,

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 grade 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

Page 69: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 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 PP 71. Only suppliers that have an approved “Quality

Control Plan for Emulsified Asphalt” formatted in accordance with AASHTO PP 71

and 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 conform to the requirements of AASHTO M-140.

Materials 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-lH may be substituted if

permitted by the Engineer.

iv. Cationic emulsified asphalt shall conform to 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-lh may be

substituted if permitted by the Engineer.

6. Reclaimed Asphalt Pavement (RAP):

Page 70: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 ½ 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 for

approval to 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

sub articles M.04.01-1 through 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-pound sample of the RAP to be incorporated into the recycled mixture.

2. A 25-pound 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 conform 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 Materials Certificate to the Engineer stating that the CRCG

complies with all the applicable requirements in this specification.

8. Joint Seal Material:

Page 71: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

a. Requirements: Joint seal material must meet the requirements of ASTM D 6690 – Type

2. The Contractor shall submit a Material Certificate in accordance with Article 1.06.07

certifying that the joint seal material meets the requirements of this specification.

9. Recycled Asphalt Shingles (RAS)

a. Requirements: 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 Materials Certificate to the Engineer stating that the RAS

complies with all the applicable requirements in this specification.

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 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 one 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

*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.

Page 72: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 three years after the completion of the project.

For batch Plants, the Plant ticket shall be produced for each batch and maintained by the

vendor for a period of three years after the completion of the project. In addition, an asterisk

(*) 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 ticket 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 AASHTO 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).

Page 73: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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. Plant Laboratory: The Contractor shall maintain a laboratory at the production facility to

test bituminous concrete mixtures during production. The laboratory shall have a

minimum of 300 square feet, 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 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, 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 tests in their entirety that are referenced in AASHTO R 35and 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 supplies 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, 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, and/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. .

Page 74: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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.

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

Notes: (a) Compaction Parameter 50gyration Ndes. (b) The percent passing

the #200 sieve shall not exceed the percentage of bituminous asphalt binder.

Mix Curb Mix Production

Tolerances from JMF target

Grade of PG Binder content %

PG 64S-22 6.5 - 9.0

0.4

Sieve Size

# 200 3.0 – 8.0 (b) 2.0

# 50 10 - 30 4

# 30 20 - 40 5

# 8 40 - 70 6

# 4 65 - 87 7

¼”

3/8 “ 95 - 100 8

½ “ 100 8

¾” 8

1”

2”

Additionally, the fraction of material retained between any two 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)

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 through Table M.04.02-5. Each JMF must be submitted no

less than seven (7) days prior to production and must be approved by the Engineer prior to use.

All approved JMFs expire at the end of the calendar year.

Page 75: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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

tensile strength ratio (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. TSR specimens, and corresponding JMF shall be

submitted with each test report.

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 representative samples of RAP shall be obtained. Each sample shall be split and one

split sample shall be tested for binder content in accordance with AASHTO T 164 and the

other in accordance 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 to

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. The RAS

asphalt binder availability factor (F) used in AASHTO PP 78 shall be 0.85.

iii. Superpave Mixtures with CRCG: CRCG may be used solely in HMA S1 mixtures. One

percent 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.

Page 76: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

b. Basis of Approval: The following information must be included with the JMF submittal:

• Gradation, consensus properties and specific gravities of the aggregate, RAP or RAS.

• Average asphalt content of the RAP or RAS by AASHTO T 164.

• Source of RAP or RAS, and percentage to be used.

• Warm mix Technology, manufacturer’s recommended additive rate and tolerances and

manufacturer recommended mixing and compaction temperatures.

• TSR test report and anti-strip manufacturer and recommended dosage rate if applicable.

• Mixing and compaction temperature ranges for the mix with and without the warm-mix

technology incorporated.

• 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:

• 4 - one quart cans of PG binder, with corresponding Safety Data Sheet (SDS)

• 1 - 50 lbs bag of RAP

• 2 – 50 lbs bag 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 herein, and component aggregates are

maintained within the tolerances shown in Table M.04.02-2. A new JMF must be submitted to

the Engineer for approval whenever a new component source is proposed.

Only one mix with one JMF will be approved for production at any one time. Switching

between approved JMF mixes with different component percentages or sources of supply is

prohibited.

c. Mix Status: Each facility will have each type of mixture rated based on the results of the

previous year’s production. Mix Status will be provided to each bituminous concrete

producer annually prior to the beginning of the paving season.

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 test results with compliant VMA, and

percentage of acceptance test results with compliant air voids.

The final rating assigned will be the lower of the rating obtained with Criteria A or B.

Page 77: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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. a new JMF not previously submitted.

Bituminous concrete mixtures 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 specifications requirements in Table M.04.02-

2 and Table M.04.02-5 are met 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 or,

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 an “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.

Page 78: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE M.04.02– 2: Superpave Mixture Design Criteria

Notes: (1) For all mixtures using a WMA technology, the mix temperature shall meet PG binder and WMA manufacturer’s recommendations.

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 - -

#4 75 90 - 75 - - - -

#8 32 67 32 67 28 58 19 45

#16 - - - - - - - -

#30 - - - - - - - -

#50 - - - - - - - -

#100 - - - - - - - -

#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 / binder 0.6 – 1.2 0.6 – 1.2 0.6 – 1.2 0.6 – 1.2

Mix Temp(1) 265 – 325°F 265 – 325°F 265 – 325°F 265 – 325°F

TSR > 80%

> 80% > 80% > 80%

T-283 Stripping Minimal, as determined by the Engineer

Page 79: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE M.04.02–3: Superpave Consensus Properties Requirements for Combined Aggregate

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 #4 sieve, determined at 5:1 ratio.

Traffic Level

Design ESALs (80 kN), Millions

Coarse Aggregate Angularity (1)

ASTM D 5821, Minimum %

Fine Aggregate Angularity

AASHTO T 304, Method A Minimum %

Flat and Elongated Particles (2)

ASTM D 4791, Maximum %

Sand Equivalent

AASHTO T 176, Minimum %

1 < 0 .3 55 / - - 40 10 40

2 0 .3 t o < 3 .0 75 / - - 40 10 40

3 ≥ 3 .0 95 /90 45 10 45

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 t o < 3 .0 7 75 115 ≤ 90.5 96.0 ≤ 98.0 65 - 78 65 - 78 65 - 78 65 - 78

3 ≥ 3 .0 8 100 160 ≤ 90.0 96.0 ≤ 98.0 65 – 77 73 - 76 65 - 75 65 - 75

Page 80: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE M.04.02– 5:

Superpave Minimum Binder Content by Mix Type and Level

Mix Type Level Binder Content

Minimum

S0.25 1 5.70

S0.25 2 5.60

S0.25 3 5.50

S0.375 1 5.70

S0.375 2 5.60

S0.375 3 5.50

S0.5 1 5.10

S0.5 2 5.00

S0.5 3 4.90

S1 1 4.60

S1 2 4.50

S1 3 4.40

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 #4

sieve, percent passing #200 sieve, binder content, air voids, Gmm and 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.

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.

Page 81: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 & 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:

i. General:

Acceptance samples shall be obtained from the hauling vehicles and tested by the Contractor at

the Plant.

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 acceptance sampling and 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.

Anytime during production that testing equipment becomes defective or inoperable, production

can continue for a maximum of 1 hour. The Contractor shall obtain box sample(s) in accordance

with Table M.04.03-2 to satisfy the daily acceptance testing requirement for the quantity shipped

to the project. The box sample(s) shall be tested once the equipment issue has been resolved to

the satisfaction of the Engineer. Production beyond 1 hour may be considered by the Engineer.

Production will not be permitted beyond that day until the subject equipment issue has been

resolved.

Verification testing will be performed by the Engineer in accordance with the Department’s QA

Program for Materials.

Should the Department be unable to verify the Contractor’s acceptance test result(s) due to a

failure of the Contractor to retain acceptance test specimens or supporting documentation, the

Contractor shall review its quality control plan, determine the cause of the nonconformance and

Page 82: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

respond in writing within 24 hours to the Engineer describing the corrective action taken. In

addition, the Contractor must provide supporting documentation or test results to validate the

subject acceptance test result(s). The Engineer may invalidate any adjustments for material

corresponding to the subject acceptance test(s). Failure of the Contractor to adequately address

quality control issues at a facility may result in suspension of production for Department projects

at that facility.

ii. Curb Mix Acceptance Sampling and Testing Procedures:

Curb Mix shall be tested in accordance to Table M.04.03-1 by the Contractor at a frequency of one

test per every 250 tons of cumulative production, regardless of the day of production.

TABLE M.04.03 – 1: Curb Mix Acceptance Test Procedures

Protocol 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 set equals two six-inch molds. Molds to be compacted to 50 gyrations (2) Once per year or when requested by the Engineer

a. Determination of Off-Test Status:

i. 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. 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.

ii. When multiple silos are located at one site, mixture supplied to one project is

considered as coming from one source for the purpose of applying the “off test” status.

iii. The Engineer may cease supply from the plant when test results from three consecutive

samples are not within the JMF tolerances or the test results from two consecutive

samples not within the control points indicated in Table M.04.02-1 regardless of

production date.

b. JMF revisions

Page 83: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

i. 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.

ii. 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.

iii. Superpave Mix Acceptance:

a. 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)

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

- a Lot spanning 30 calendar days

The acceptance sample(s) location(s) shall be selected using stratified – random sampling

in accordance with ASTM D 3665 based on:

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

- the total lot size for PWL lots.

One acceptance sample shall be obtained and tested per Sub Lot. The Engineer may

direct that additional acceptance samples be obtained. For non-PWL lots, one acceptance

test shall always be performed in the last sub-lot based on actual tons of material

produced.

Page 84: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

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 150 0, Unless requested by the Engineer

151 to 500 1

501 to 1,000 2

1,001 to 2,000 3

2,001 or greater 1 per 500 tons or portions thereof

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 two tests)

9 AASHTO T 329 Moisture content of bituminous concrete

Notes: (1) One set equals two six-inch molds. Molds to be compacted to Nmax for PPTs

and to Ndes for production testing. The first sublot of the year will be compacted to Nmax (2) Average value of one set of six-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 five (5) consecutive tests regardless of the

production date (moving average), the Contractor shall immediately investigate, determine

an assignable cause and correct the issue. When two consecutive moving average

differences are 0.3% or more and no assignable cause has been stablished, 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 five (5) acceptance results.

Page 85: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

The test specimen must be placed in an ignition oven for testing in accordance with

AASHTO T 308 within thirty minutes of being obtained from the hauling vehicle and the

test shall start immediately after.

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. The test results and 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.

b. Determination of Off-Test Status:

i. Superpave mixes shall be considered “off test” when any Control Point Sieve, binder

content, VA, VMA, or 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

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.

ii. Any time the bituminous concrete mixture is considered Off-test:

1. 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 one site, mixture supplied to one project is considered as coming from

one source for the purpose of applying the “off test” determination.

2. 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 to 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.

c. Cessation of Supply for Superpave Mixtures in non-PWL lots:

A mixture shall not be used on Department’s projects when it is “off test” for:

i. four (4) consecutive tests in any combination of VA, VMA or Gmm, regardless

of date of production, or,

ii. two (2) consecutive tests in the Control Point sieves in one production shift.

As a result of cessation of supply, the mix status will be changed to PPT.

Page 86: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

d. 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 and 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 and/or bin percentage deviates

by more than 5% and/or the Plant target binder content deviates by more than 0.15%

from the active JMF.

Page 87: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE M.04.03– 4: Superpave Mixture Production Requirements

Notes: (1) 300oF minimum after October 15. (2) JMF tolerances shall be defined as the limits for production compliance. (3) For all mixtures with WMA technology, changes to the minimum aggregate temperature will require Engineer’s approval. (4) For PMA and mixtures with WMA technology, the mix temperature shall meet manufacturer’s recommendations. In addition, for all mixtures with WMA technology, the maximum mix temperature shall not exceed 325°F.(5) 0.4 for PWL lots (6) 1.3 for PWL lots (7) 1.2 for PWL lots

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(%) ±Tol

1.5 - - - - - - 100 -

1.0 - - - - - - 90 100

3/4 - - - - 100 - - 90

1/2 100 - 100 - 90 100 - -

3/8 97 100 90 100 - 90 - -

#4 75 90 - 75 - - - -

#8 32 67 32 67 28 58 19 45

#16 - - - - - - - -

#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(5)

VMA (%) 16.5 16.0 15.0 13.0 1.0(6)

VA (%) 4.0 4.0 4.0 4.0 1.0(7)

Gmm JMF value JMF value JMF value JMF value 0.030

Agg. Temp (3) 280 – 350F 280 – 350F 280 – 350F 280 – 350F

Mix Temp (4) 265 – 325 F (1) 265 – 325 F (1) 265 – 325 F (1) 265 – 325 F (1)

Prod. TSR N/A N/A >80% N/A

T-283 Stripping

N/A N/A Minimal as determined by

the Engineer N/A

Page 88: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

TABLE M.04.03– 5:

Superpave Traffic Levels and Design Volumetric Properties

TABLE M.04.03-6:

Modifications to Standard AASHTO and ASTM Test Specifications and Procedures

AASHTO Standard Method of Test

Reference Modification

T 30 Section 7.2 thru 7.4 Samples are not routinely washed for production testing

T 168

Samples are taken at one point in the pile. Samples from a hauling vehicle are

taken from only one point instead of three as specified.

Selection of Samples: Sampling is equally important as the testing, and the sampler

shall use every precaution to obtain samples that are truly representative of the

bituminous mixture.

Box Samples: In order to enhance the rate of processing samples taken in the field

by construction or maintenance personnel the samples will be tested in the order

received and data processed to be determine conformance to material

specifications and to prioritize inspections by laboratory personnel.

T 195 Section 4.3 only one truck load of mixture is sampled. Samples are taken from

opposite sides of the load.

T 209 Section 7.2 The average of two 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

manufactures recommended compaction temperature prior to fabrication of the

specimens.

Traffic Level

Design ESALs Number of Gyrations by Superpave Gyratory Compactor

(million) Nini Ndes

1 < 0.3 6 50

2 0.3 to < 3.0 7 75

3 ≥3.0 8 100

Page 89: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 9/30/2016

English

GENERAL

AASHTO Standard Recommended Practices

Reference Modification

R 26 All laboratory technician(s) responsible for testing PG-binders be

certified or Interim Qualified by the New England Transportation

Technician Certification Program (NETTCP) as a PG Asphalt Binder

Lab Technician.

All laboratories testing binders for the Department are required to be

accredited by the AASHTO Materials Reference Laboratory (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/limitations required.

All AASHTO M 320 references shall be replaced with AASHTO M

332.

Once a month, one 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 two

(2) BBR tests at two (2) different temperatures in accordance with

AASHTO R 29.

Page 90: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

08/28/2017

GENERAL

SECTION M.10 – RAILING AND FENCE

M.10.02 – Metal Beam-Type Rail and Anchorages:

9. Plastic Blockouts:

Replace NCHRP Report 350 with MASH

Page 91: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

ITEM NO. 0020805A – HANDLING ASBESTOS CONTAMINATED SOIL Description: Work under this Item is intended to provide specific procedural requirements to be followed by the Contractor during the excavation of asbestos contaminated soil and sediments (ACS) from within ACS areas of environmental concern (ACS AOECs), as shown on the Project Plans. This supplements Specifications Section 2.02, 2.03, 2.05, and 2.06 and Contract Special Provisions for excavation wherever ACS is encountered. Work under this item shall include transporting and stockpiling of ACS at the designated temporary waste stockpile areas (WSAs); and covering, securing, and maintaining the stockpiled materials throughout the duration of the Project. In addition, the work under this item may also include preparation of shipping containers, sealing loaded shipping containers as required for shipping asbestos waste, and transporting loaded and sealed shipping containers to a designated staging area. This item does not include ACS that is direct-loaded for transport for off-site disposal in accordance with Item No. 0020806A – Disposal of Asbestos Contaminated Soil. With the exception of decontaminated materials and materials previously imported for the creation of the east and west trestle ramps that are not in direct contact with the underlying ACS (as shown in Subset 07 - FOI of the Project Plans), all material excavated from the defined ACS AOECs are considered to be ACS. Where ACS is excavated, such material will not be reusable as backfill and will require special handling, storage, disposal and documentation procedures. Dewatering and/or solidification, if required, shall be performed in accordance with Item No. 00208007A – Dewatering and Solidification of Asbestos Contaminated Soil and Sediment. Note that ACS and other ACS-impacted materials (e.g., hay bales) are currently located within the existing Project WSA to the west of the Dock Access Road in Stratford that will need to be properly managed and disposed of as part of this Project before the WSA can be relocated to the new location shown on the plans. In addition, as part of the Project, there will be wooden piles that comprise the dolphin structure that will be removed and that cannot be adequately decontaminated. As such, these wooden piles will need to be disposed of as ACS-impacted materials. Any material processing (including, but not limited to the removal of scrap metal and resizing large stone, concrete, polyethylene sheeting or similar material) required by the Contractor’s selected facility will be completed by the Contractor prior to the material leaving the site. It is solely the Contractor’s responsibility to meet any such requirements of its facility. Materials: The required materials are detailed on the Project Plans. All materials shall conform to the requirements of the Contract.

• Polyethylene plastic sheeting for underlayment and covering excavated material shall be at least six (6) mils thick and at least three (3) meters wide.

Page 92: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

• Covers for roll-off/storage containers shall be made of polyethylene plastic (six (6) mils minimum), or similar water-tight and air-tight material, that is of sufficient size to completely cover the top opening and can be securely fastened to the container.

• ACS shipping containers (e.g., roll-off boxes, roll-off trailers, dumpsters) shall be double-

lined with six (6) mil polyethylene sheeting and sealed to prevent contamination or leakage.

• Spray equipment for misting stockpiles in the WSA, as needed.

• No damaged or deteriorated materials shall be used. If material becomes contaminated

with ACS, the material shall be decontaminated or disposed of as asbestos-containing waste material.

• Runoff control barrier shall be constructed with hay bales (0.4 meters x 1 meter x 0.5

meters, typical).

• Sandbags used to secure polyethylene covers shall be at least 15 kilograms.

• Sorbent boom shall be 200 millimeters in diameter by 3 meters long and possess petrophilic and hydrophobic properties. Sorbent booms shall also have devices (i.e., clips, clasps, etc.) for connection to additional lengths of boom.

Construction Methods: A. General Health and safety provisions shall conform to the appropriate sections of the Contract. Provisions shall include air and personal monitoring, the use of chemical protective clothing (CPC), personal protective equipment (PPE), implementation of engineering controls as necessary, and decontamination procedures in accordance with Item No. 0101124A - Decontamination. All employees to be involved in ACS management shall have the necessary training, medical monitoring, and PPE as indicated in 29 Code of Federal Regulations (CFR) 1926.1101 and detailed in Contractor’s Health and Safety Plan, prepared in accordance with Item 0101021A – Environmental Health and Safety – Asbestos Contaminated Soil. Where practicable, ACS removed from any excavation within an ACS AOEC shall be transported directly from its point of origin on the Project to the nearest temporary WSA for the Project. The stockpiles of excavated ACS shall be maintained as shown on the Project Plans. The Contractor shall plan excavation activities within ACS AOECs in consideration of the capacity of WSA, the anticipated extent of material dewatering and/or solidification, and the material testing and disposal requirements of the applicable Contract item. No claims for delay shall be considered based on the Contractor’s failure to coordinate excavation activities as specified herein.

Page 93: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

Pre-characterization sampling of the ACS AOECs (specifically outside of the riverbed and banks) has been conducted to facilitate material disposal. Additional in-situ characterization shall be conducted as necessary by the Engineer. Sediments requiring dewatering and solidification will not be pre-characterized. When required, the Engineer will sample the stockpiled ACS at a frequency and for the constituents to meet the acceptance criteria of the treatment/recycling/disposal facilities submitted by the Contractor. The Contractor is hereby notified that laboratory turnaround time is expected to be fifteen (15) working days. Turnaround time is the period of time beginning when the Contractor notifies the Engineer which facility it intends to use and that the stockpile is ready for sampling and ending with the Contractor’s receipt of the laboratory analytical results. Any change of intended treatment/recycling/disposal facility may prompt the need to resample and will therefore restart the time required for laboratory turnaround. The laboratory will furnish such results to the Engineer. Upon receipt, the Engineer will make available to the Contractor the results of the final waste characterization determinations. No delay claim will be considered based upon the Contractor’s failure to accommodate the laboratory turnaround time as identified above. B. Transportation and Stockpiling In addition to following all pertinent Federal, State and local laws or regulatory agency policies, the Contractor shall adhere to the following precautions during transport of non-hazardous ACS:

• Transported ACS is to be covered prior to leaving the point of generation and is to remain covered until the arrival at the WSA;

• All vehicles departing the site are properly logged to show the vehicle identification,

driver’s name, time of departure, destination, and approximate volume and content of materials carried;

• All vehicles shall have secure, watertight containers free of defects for material

transportation; • No material shall leave the site until there is adequate lay down area prepared in the

WSA; and,

• Documentation must be maintained indicating that all applicable laws have been satisfied and that the materials have been successfully transported and received at the WSA.

• With the exception of the ACS area in Stratford (ACS AOEC 3 as shown on Project Plan

Sheet ENV-5) which underlies a proposed bin area, construction/relocation of the temporary WSA bins shall be completed prior to the initiation of construction activities generating ACS. Plastic polyethylene sheeting shall underlay all excavated ACS. Measures shall be implemented to divert rainfall away from the WSA bins. ACS AOEC 3 shall be fully excavated and placed in either one of the existing bins, a proper shipping container and sealed, or one of the newly constructed bins that does not conflict.

Page 94: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

• Placement of sorbent boom along the perimeter of the WSAs shall be conducted should soil be saturated with petroleum product.

• When ACS is stockpiled in the WSA, the WSA shall be considered a Regulated Area as defined in the “Notice to Contractor - Asbestos Contaminated Soil and Environmental Investigations” and the Contractor shall use appropriate measures to control the area in accordance with Item No. 0101021A – Environmental Health and Safety - Asbestos Contaminated Soils.

Dewatering and/or solidification of ACS, if required, shall be conducted within the temporary WSAs. WSA modifications to enable dewatering/solidification shall be performed under Item No. 0101128A – Securing, Construction and Dismantling of a Waste Stockpile and Treatment Area. Active dewatering/solidification of ACS shall be performed in accordance with Item No. 00208007A. Excavated materials shall be staged as shown on the Project Plans or as directed by the Engineer. C. WSA Maintenance The Contractor shall provide all necessary materials, equipment, tools and labor for anticipated activities within the WSAs. Such activities include, but are not limited to, handling and management of stockpiles and drummed CPC/PPE; uncovering and recovering stockpiles; maintenance of WSAs; replacement of damaged components (i.e., sand bags, plastic polyethylene sheeting, etc.); and waste inventory record management. The Contractor shall manage all materials in the WSAs in such a way as to minimize tracking of potential contaminated materials across the site and off-site, and minimize dust generation. Each stockpile shall be securely covered at all times except when actively in use with a cover of sufficient size to prevent generation of dust and asbestos fibers and infiltration of precipitation. Note that the covering over each bin containing ACS or ACS-impacted materials shall bear the OSHA “Danger – Asbestos” label in sign or sticker form. Note that no ACS or ACS-impacted materials shall be stored outside of a Regulated Area. The staged stockpiles shall be inspected at least twice daily by the Contractor to ensure that the cover and containment have not been damaged and that there is no apparent leakage from the pile. If the cover has been damaged, or there is evidence of leakage from the piles, the Contractor shall immediately replace the cover or containment as needed to prevent the release of materials to the environment from the stockpiles. An inventory of stockpiled materials and drummed CPC/PPE shall be conducted on a daily basis. Inventory records shall indicate the approximate volume of material/drums stockpiled per day; the approximate volume of material/drums stockpiled to date; material/drums loaded and transported off-site for disposal; and identification of stockpiles relative to their points of generation.

Page 95: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

Following the removal of all stockpiled ACS, residuals shall be removed from surfaces of the WSA as directed by the Engineer. This operation shall be accomplished in accordance with Item No. 0101124A - Decontamination. Residuals shall be disposed of as ACS. D. Dewatering Excavation dewatering activities, if required, shall conform to Items in pertinent articles of the Contract. Dewatering and/or solidification of ACS sufficient to enable transportation and acceptance for disposal at the selected ConnDOT-approved facility shall be conducted in accordance with Item No. 0020807A. E. Decontamination All equipment shall be provided to the work site free of contamination. The Engineer may prohibit from the site any equipment that in his opinion has not been thoroughly decontaminated prior to arrival. Any decontamination of the Contractor’s equipment prior to arrival at the site shall be at the expense of the Contractor. The Contractor is prohibited from decontaminating equipment on the Project that has not been thoroughly decontaminated prior to arrival. Decontamination of all materials, equipment, tools, etc. shall be performed in accordance with Item No. 0101124A – Decontamination. Decontamination shall be conducted at areas designated in the Contractor’s approved Decontamination Plan prior to prior to equipment and supplies leaving any Regulated Area, between stages of the work, or between work in different AOECs. F. Dust Control The Contractor shall implement a fugitive dust suppression program in accordance with the Contract and Item No. 0101021A to prevent the off-site migration of particulate matter and/or dust resulting from excavation, loading and operations associated with ACS. Work zone and perimeter air monitoring will be conducted to ensure allowable fugitive air emissions are maintained during active work. It shall be the Contractor’s responsibility to supervise fugitive dust control measures and to monitor airborne particulate matter. The Contractor shall: 1. Employ reasonable fugitive dust suppression techniques.

2. Visually observe the amounts of particulate and/or fugitive dust generated during the

handling of ACS. If the apparent amount of fugitive dust and/or particulate matter is not acceptable to the Engineer (based on visual observations and/or dust monitoring results), the Engineer may direct the Contractor to implement corrective measures at his discretion, including, but not limited to, the following:

(a) Apply water to pavement surfaces;

Page 96: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

(b) Apply water to equipment and excavation faces; and (c) Apply water during excavation, loading and dumping.

Note that all piles must be maintained adequately wet by misting techniques so as to prevent asbestos fibers from becoming airborne.

G. Permit Compliance The Contractor shall comply with the terms and conditions of the CTDEEP General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer), including the General Operating Conditions and the Specific Operating Conditions, except that the Engineer will conduct all soil/sediment characterization and perform all recordkeeping. In particular, the Contractor shall: 1. Operate, maintain and repair the WSA in conformance with the requirements of the General

Permit. 2. Maintain a communications system capable of summoning fire, police, and/or other

emergency service personnel. 3. Prevent unauthorized entry onto the stockpiles by the use of fences, gates, or other natural or

artificial barriers. 4. Separate incidental excavation waste to the satisfaction of the receiving facility. 5. Isolate and temporarily store incidental waste in a safe manner prior to off-site transport to a

facility lawfully authorized to accept such waste. 6. Not store more that 100 cubic yards of incidental waste at any one time. 7. Segregate and isolate all hazardous waste from contaminated soil and/or sediment. 8. Prevent the transfer or infiltration of contaminants from the stockpiles to the ground as

detailed in “B. Transportation and Stockpiling” above. 9. Securely cover each stockpile of soil as detailed in “C. WSA Maintenance” above. 10. Minimize wind erosion and dust transport as detailed in “F. Dust Control” above. 11. Use anti-tracking measures (in combination with proper decontamination in accordance with

Item No. 0101124A) at the WSA to ensure the vehicles do not track soil from the WSA onto a public roadway at any time.

12. Instruct the transporters of ACS of best management practices for the transportation of such soil (properly covered loads, removing loose material from dump body, etc.).

13. Perform necessary decontamination of each vehicle under Item No. 0101124A prior to its leaving the work site.

14. Control all traffic related to the operation of the facility in such a way as to mitigate the queuing of vehicles off-site and excessive or unsafe traffic impact in the area where the facility is located.

15. Ensure that except as allowed in section 22a-174-18(b)(3)(C) of the Regulations of Connecticut State Agencies, trucks are not left idling for more than three (3) consecutive minutes.

Page 97: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020805A

Method of Measurement: The work of “Handling of Asbestos Contaminated Soil” will be measured for payment by the number of cubic meters of ACS excavated and taken to the WSA. This measurement shall be in accordance with and in addition to the quantity measured for payment of the applicable excavation item in Specification Sections 2.02, 2.03, 2.05, 2.06, or the Contract Special Provisions, as applicable. Excess excavations made by the Contractor beyond the payment limits specified in the Contract will not be measured for payment and the Contractor assumes all costs associated with the appropriate handling, management and disposal of that material. ACS that is direct-loaded for transport for off-site disposal in accordance with Item No. 0020806A – Disposal of Asbestos Contaminated Soil will not be measured for payment. Basis of Payment: This work shall be paid for at the Contract unit price, which shall include all transportation from the excavation site to the temporary WSAs, including any intermediate handling steps; stockpiling ACS at the WSAs; covering, labelling, securing, and maintaining the individual stockpiles within the WSAs throughout the duration of the Project (including the materials already housed in the existing Project WSA that were derived from earlier stages of the Project); misting the stockpiles to maintain soils adequately wet; and all tools, equipment, material and labor incidental to this work. Note: The collection of residuals generated during decontamination and placement of such material in the WSAs; and the collection and disposal of liquids generated during equipment decontamination activities shall be measured separately for payment under separate Items. All materials, labor and equipment associated with compliance with the General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer) will not be measured separately, but will be considered incidental to the Item “Handling Asbestos Contaminated Soil.” No payment will be made for material live-loaded and not stockpiled on-site. Securing, construction and dismantling of the WSA shall be paid for under Item No. 101128A. Handling and disposal of contaminated groundwater will be paid for under Item No. 0204213A.

Pay Item Pay Unit

Handling Asbestos Contaminated Soil Cubic Meter (cu. m)

Page 98: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020806A

ITEM NO. 0020806A - DISPOSAL OF ASBESTOS CONTAMINATED SOIL Description: Work under this item shall consist of the loading, transportation and final off-site disposal/ recycling/treatment of asbestos contaminated soil and sediment (ACS) and ACS-impacted materials either generated from excavation areas within the Project limits or that are already stockpiled in the existing Project WSA in Stratford. ACS-impacted materials include poly sheeting, sedimentation control systems and similar items that have been exposed to ACS and by their nature cannot be decontaminated, as determined by the Engineer. Pre-characterization sampling of the Areas of Environmental Concern (AOECs) containing ACS has been conducted to facilitate material disposal. Additional in-situ sampling may be required to facilitate the live-loading of ACS (soil only, not sediment) for disposal. As required, the Engineer will sample both in-situ and stockpiled ACS at a frequency and for the constituents to meet the acceptance criteria of the treatment/recycling/disposal facilities selected by the Contractor. The Contractor shall use one or more of the following Department-approved treatment/ recycle/disposal facilities for the disposal of non-hazardous ACS:

Advanced Disposal Services* Greentree Landfill Attn: Tony LaBenne 635 Toby Road Kersey, PA 15846 Phone: (814) 265-1744 Fax: (814) 265-8745

Allied Waste Niagara Falls Landfill, LLC Attn: David Hanson 5600 Niagara Falls Blvd. Niagara Falls, NY 14304 Phone: (716) 285-3344 Fax: (716) 285-3398

Cumberland County Landfill Attn: Kevin Bush 135 Vaughn Road Shippensburg, PA 17257 Phone: (717) 423-9953 Fax: (732) 423-5917

Heritage Hazardous Waste Landfill Attn: Steve Cross 4370 West County Road 1275N Roachdale, IN 46172 Phone: (315) 406-9342 Fax: (732) 687-3898

Ontario County Landfill Attn: Scott Sampson 3555 Post Farm Road Stanley, NY 14561 Phone: (603) 235-3597 Fax: (585) 526-5459

Republic Services Conestoga* Attn: James Kuhn 420 Quarry Road Morgantown, PA 19543 Phone: (717) 246-4640 Fax: (610) 286-7048

Page 99: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020806A

Waste Management of New Hampshire Attn: Ellen Bellio 90 Rochester Neck Road PO Box 7065 Rochester, NH 03839 Phone: (603) 330-2170 Fax: (603) 330-2130

* Please note that if this facility is to be used, additional time may be required to allow for Pennsylvania Department of Environmental Protection (PADEP) review, including an additional 10 days (or more) above the 15 day lab period designated below, should any additional sampling need to be required. The above list contains treatment/recycle/disposal facilities which can accept the waste stream generated by the Project in quantities that may be limited by their permits and their operational restrictions. It is the responsibility of the Contractor to verify that a facility will be available and capable of handling the volume as well as the chemical and physical characteristics of the material generated by the Project. Construction Methods: A. Material Disposal As indicated above, the ACS has been pre-characterized for disposal, however, should the need arise for additional sampling to take place for any reason, the Engineer will sample the ACS. The Contractor shall designate to the Engineer which facility it intends to use prior to samples being taken. The Contractor is hereby notified that laboratory turnaround time is expected to be fifteen (15) working days. Turnaround time is the period of time beginning when the Contractor notifies the Engineer which facility it intends to use and that the ACS is ready for sampling and ending with the Contractor’s receipt of the laboratory analytical results. Any change of intended treatment/recycling/disposal facility may prompt the need to resample and will therefore restart the time required for laboratory turnaround. The laboratory will furnish such results to the Engineer. Upon receipt, the Engineer will make available to the Contractor the results of the final waste characterization determinations. No delay claim will be considered based upon the Contractor’s failure to accommodate the laboratory turnaround time as identified above. The Contractor shall obtain and complete all paperwork necessary to arrange for material disposal (such as disposal facility waste profile sheets). It is solely the Contractor’s responsibility to coordinate the disposal of the ACS and/or ACS-impacted materials with its selected treatment/recycling/disposal facility(s). Upon receipt of the final approval from the facility, the Contractor shall arrange for the loading, transport and treatment/recycling/disposal of the ACS in accordance with all Federal and State regulations. No claim will be considered based on the failure of the Contractor’s selected disposal facility(s) to meet the

Page 100: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020806A

Contractor’s production rate or for the Contractor’s failure to select sufficient facilities to meet its production rate. Note that ACS and other ACS-impacted materials (e.g., hay bales, coir sections, etc.) are currently located within the existing Project WSA to the west of the Dock Access Road in Stratford that will need to be properly managed and disposed of as part of this Project before the WSA can be relocated to the new location shown on the plans. In addition, as part of the Project, there will be wooden piles that comprise the dolphin structure that will be removed and that cannot be adequately decontaminated. As such, these wooden piles will need to be disposed of as ACS-impacted materials. Any material processing (including but not limited to the removal of scrap metal and resizing large stone, concrete, polyethylene sheeting or similar material) required by the Contractor’s selected facility will be completed by the Contractor prior to the material leaving the site. It is solely the Contractor’s responsibility to meet any such requirements of its facility. All manifests or bills of lading utilized to accompany the transportation of the ACS shall be prepared by the Contractor and signed by an authorized Department representative, as Generator, for each truck-load of material that leaves the site. The Contractor shall forward the appropriate original copies of all manifests or bills of lading to the Engineer the same day the material leaves the Project. A load-specific certificate of treatment/recycling/disposal, signed by the authorized agent representing the disposal facility, shall be obtained by the Contractor and promptly delivered to the Engineer for each load. B. Material Transportation Unless otherwise specified, all ACS and/or ACS-impacted materials resulting from execution of this project shall be removed from the premises. All vehicles departing with ACS and/or ACS-impacted materials from the site are to be properly logged to show the vehicle identification, driver’s name, time of departure, destination, and approximate volume, and contents of materials carried. All shipping containers (e.g., roll-off boxes, roll-off trailers, dumpsters, etc.) and cargo areas of transport vehicles used for transport of ACS and/or ACS-impacted materials to the final treatment/recycling/disposal facilities shall be double-lined with six (6) mil polyethylene sheeting and sealed to prevent contamination from leaking or spilled containers. OSHA “Danger” signs must be attached to vehicles used to transport ACS and/or ACS-impacted materials. The signs must be posted so that they are plainly visible. The Contractor shall ensure that all waste containers are properly lined, sealed, and labeled with USEPA NESHAP generator labels, OSHA “Danger” labels, and DOT shipping labels. For each

Page 101: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020806A

shipment of ACS and/or ACS-impacted materials, the Contractor shall complete an EPA-approved asbestos waste shipment record. Authorized representatives signing waste shipment records on behalf of the Generator must have USDOT Shipper Certification training in accordance with HMR 49 CFR Parts 171-180. Transport vehicles hauling ACS and/or ACS-impacted materials shall have appropriate USDOT placards visible on all four (4) sides of the vehicle. The Contractor shall dispose of all ACS and/or ACS-impacted materials at EPA-authorized, ConnDOT-approved facilities and must be in compliance with the requirements of the Special Waste Provisions of the Office of Solid Waste Management, Department of Energy & Environmental Protection, State of Connecticut, or other designated agency having jurisdiction over solid waste disposal. C. Equipment Decontamination All equipment shall be provided to the work site free of gross contamination. The Engineer may prohibit from the site any equipment that in his opinion has not been thoroughly decontaminated prior to arrival. Any decontamination of the Contractor’s equipment prior to arrival at the site shall be at the expense of the Contractor. The Contractor is prohibited from decontaminating equipment on the Project that has not been thoroughly decontaminated prior to arrival. Decontamination of equipment and supplies that are used to handle ACS and/or ACS-impacted materials shall be conducted in accordance with Item No. 0101124A - Decontamination. Disposal of residual ACS generated as a result of decontamination shall be managed under this Item. Disposal of any liquid wastes that may be generated by ACS decontamination activities shall be in accordance with Item No. 0204213A – Handling Contaminated Groundwater. E. Project Closeout Documents: The Contractor shall provide the Engineer, within 30 days of completion of the work, a compliance package; which shall include, but not be limited to, the following:

1. Completed Waste Shipment Records/Bills of Lading (signed by authorized disposal facility representative)

2. Completed Weigh Bills (indicating each load’s net weight). Method of Measurement: The work of “DISPOSAL OF ASBESTOS CONTAMINATED SOIL” will be measured for payment as the actual net weight in metric tons of material delivered to the treatment/recycling/disposal facility. Such determinations shall be made by measuring each hauling vehicle on the certified permanent scales at the treatment/recycling/disposal facility. Total weight will be the summation of weight bills issued by the facility specific to this Project. Excess excavations made by the Contractor beyond the payment limits specified in Specification

Page 102: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020806A

Sections 2.02, 2.03, 2.05, 2.06, or the Contract Special Provisions (as appropriate) will not be measured for payment and the Contractor assumes responsibility for all costs associated with the appropriate handling, management and disposal of this material. Equipment decontamination, the collection of residuals, and the collection and disposal of liquids generated during equipment decontamination activities will be measured separately for payment under separate Items. Basis of Payment: This work will be paid for at the Contract unit price, which shall include the loading and transportation of ACS and/or ACS-impacted materials from the designated area(s) of the Project to the treatment/recycling/disposal facility(ies); the fees paid to the facility for treatment/recycling/disposal; the preparation of all related paperwork; and all equipment, materials, tools, and labor incidental to this work. This unit price will be applicable to all of the Contractor-selected disposal facilities and will not change for the duration of the Project.

Pay Item Pay Unit

Disposal of Asbestos Contaminated Soil Metric Ton (t)

Page 103: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020807A

ITEM NO. 0020807A – DEWATERING AND SOLIDIFICATION OF ASBESTOS CONTAMINATED SOIL AND SEDIMENT Description: Under this item, the Contractor shall be responsible for the dewatering and solidification of asbestos contaminated soil and sediment (ACS) containing free-draining liquids, as may be necessary during the performance of work operations prior to off-site disposal. ACS shall be dewatered (i.e., remove free-draining liquid) to the extent practicable prior to the addition of solidification material (if required). Any modifications made to the temporary waste stockpile areas (WSAs) to facilitate dewatering/drainage and solidification will be included as a part of Item No. 0101128A – Securing, Construction and Dismantling of a Waste Stockpile and Treatment Area. Treatment and disposal of the generated wastewater from dewatering operations, including any necessary permitting, shall be performed under Item No. 0204213A – Handling Contaminated Groundwater. Materials: Materials used for solidification shall be a naturally occurring material, such as lime or other material, as approved by the Engineer. Said material shall be in a dry state prior to use in solidification operations. No polymers or other synthetic materials shall be allowed. Submittals and Notices Within seven (7) days of the Notice to Proceed, the Contractor shall submit for the Engineer's review, a detailed methodology and plan of operation for the dewatering/solidification of ACS. The plan shall include details showing the location of solidification material storage and proposed mixing location, as well as a detailed narrative describing the equipment, materials and methodology to be used. The Contractor shall also include in its plan proposed methods to remove free liquids from the ACS prior to the addition of any solidification materials. Such plan shall also include methods to prevent the release of asbestos fibers. Should the solidification process fail to eliminate free liquids as proposed, the Contractor will be required to revise the solidification plan at no additional cost to the State. Construction Methods: All dewatering and addition of solidification material must occur in such a way so as to prevent the release of asbestos fibers (see the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations” for additional information regarding Regulated Areas). All labor, materials, tools, equipment, services, testing, and incidentals which are necessary to perform the work in accordance with applicable governmental regulations, industry standards and codes, the Contractor’s approved site-specific Health and Safety Plan (and any associated

Page 104: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020807A

addenda) and these Specifications, shall be provided by the Contractor. Further, the Contractor shall ensure that the methods, materials, and precautions proposed under this Item are adequately addressed under their site-specific Health and Safety Plan. The Contractor shall dewater the ACS to the satisfaction of the Engineer prior to the addition of solidification materials. If, following physical dewatering, the ACS continues to exhibit sufficient free liquid to create difficulty for management, transportation and disposal, the Contractor may, with concurrence of the Engineer, add dry solidification agent, utilizing the methodology approved by the Engineer. All dewatering fluids shall be handled in accordance with Item No. 0204213A – Handling Contaminated Groundwater. Dewatering activities shall only be done within the approved ACS WSA bins or other locations approved by the Engineer. Solidification procedures shall be subject to monitoring by the Engineer. The maximum quantity of solidification material used by the Contractor shall be limited to twenty (20) percent, by volume, of the material being solidified. Should the Contractor’s methods be demonstrated to be ineffective in adequately reducing free liquids, the Contractor shall submit alternative methods for dewatering/solidification. The Contractor shall also submit the additional costs of the proposed alternative to the Engineer for review. No alternative methods of solidification shall be initiated by the Contractor until accepted by the Engineer. Method of Measurement: This work will be measured for payment as the actual mass of solidification material used by the Contractor. The Contractor shall document the quantity of solidification material used with the original weight tickets from a certified scale. The weight tickets shall show the weight of the material brought to the site and subsequently used in solidification operations. If no certified scale is available, the Engineer may allow documentation using a summation of weights for sealed, pre-measured bags. Basis of Payment: This work will be paid for at the Contract unit price for solidification material used and accepted by the Engineer. Such price shall include all labor, materials, tools, and equipment incidental to the work, including transportation of the materials to the Project and the addition of solidification material to excavated materials. Treatment and disposal of dewatering liquids shall be conducted under a separate Item.

Pay Item Pay Unit

Dewatering and Solidification of Metric Ton (t) Asbestos Contaminated Soil and Sediment

Page 105: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0020807A

Page 106: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/11/17

ITEM #0100426A

ITEM#0100426A – WATER RESCUE OPERATIONS

Description: The Contractor shall furnish, maintain and operate one or more water rescue

operation boat(s) for Contract work over or adjacent to water. The boat shall patrol in the

vicinity of each above-water work location and be available for water rescue operations. These

water safety measures will be required to protect all Contractor and Department staff. The

Contractor shall also obtain all necessary permits and licenses for the boat and its operators.

Construction Methods: Work under this item shall be performed in accordance with OSHA

Article 29 CFR 1926.106 and the following requirements:

1. Boat(s) shall be a minimum of twenty (20) feet in length with a stable, flat-bottom and

shall be designed specifically for emergency life-rescuing operation.

2. Boat(s) shall be equipped with oars and a motor with power within the minimum and

maximum horsepower requirements indicated by the manufacturer of the boat(s)

provided.

3. Each boat shall be equipped with required safety equipment: life vests, protective clothing,

life line, anchor, emergency first aid kit, oxygen equipment and backboard.

4. A communication system, such as a walkie-talkie, shall be used to inform the boat

operator(s) of an emergency and to inform the operator(s) where the boat is needed. The

operator(s) and at least one worker at each work location over water shall be equipped

with a communication device.

5. The operator(s) must possess the following current certifications issued by the American

Red Cross or equivalent certifications approved by the Engineer:

o Adult First Aid including CPR training

o Life Guard Training or Water Rescue Operations

6. Boat(s) shall remain in the water when workers are above water and must be capable of

being quickly launched to respond to an emergency within three (3) to four (4) minutes.

7. There must be at least two (2) rescue operators available on-board each boat when work

is being performed over or adjacent to water.

8. Each boat shall be operable and available at all times when work is being performed over

or adjacent to water. In the event of a breakdown, above-water work must be

discontinued until a boat is repaired or a replacement boat is on Site and in the water.

9. The number of boats required must be determined based on the following:

o The number of work locations where there is a danger of falling into water

o The distance to each of those locations

o Water temperature, currents, dams, rapids and other hazards

o Appropriate response times for rescue

Method of Measurement: Water Rescue Operations, being paid for on a lump sum basis, will

not be measured for payment. The Contractor shall submit a proposed schedule of values to the

Engineer for review and approval.

Page 107: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/11/17

ITEM #0100426A

Basis of Payment: This work will be paid for at the Contract lump sum price for “Water Rescue

Operations,” which price shall include all labor, equipment, materials, maintenance, fuel, repairs,

storage and services incidental thereto.

Pay Item Pay Unit

Water Rescue Operations l.s.

Page 108: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 1/26/11

ITEM #0100500A

ITEM #0100500A - CONSTRUCTION COMMUNICATION EQUIPMENT

Description: Under this item, the Contractor shall provide authorized communication

equipment for use by the inspection personnel. This item shall include all necessary equipment,

accessories, material and labor to put the system into operation. Provisions shall also be made to

maintain all provided communication equipment and any additional communication equipment

assigned to the project, as directed by the Engineer.

Materials: The equipment for this item shall conform to the following: A hand held cellular phone capable of communicating digitally between units with two-way radio feature. In addition, the phones shall have the ability to send and receive Text and Numeric messaging, voice mail, caller ID and call waiting.

The Engineer will provide the Contractor with the quantities of the communication equipment needed.

Construction Methods: The Contractor, upon receipt of the specifications from the Engineer

shall submit three (3) proposals for each item specified. The three proposals may be for either

rental or purchase, of new or reconditioned radio equipment. The Engineer will inform the

Contractor of his selection.

Method of Measurement: The measurement for payment of Construction Communication

Equipment shall be provided for 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 bid price even though payment will be made only for actual cost of

equipment, material, accessories and labor.

Upon completion of the project, all purchased Construction Communication Equipment shall

become property of the Department.

Basis of Payment: The item “Construction Communication Equipment” shall be paid as cost

plus work in accordance with Article 1.09.04—Extra and Cost-Plus Work.

Payment shall include all authorized materials, equipment, labor and maintenance thereto.

Pay Item Pay Unit

Construction Communication Equipment est.

Page 109: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

ITEM NO. 0101021A - ENVIRONMENTAL HEALTH AND SAFETY – ASBESTOS CONTAMINATED SOIL Description Under this Item, the Contractor shall establish protocols and provide procedures to protect the health and safety of its employees and subcontractors as related to the proposed construction activities performed within the Project Areas of Environmental Concern (AOECs) and across the Project Limits as a whole. This health and safety plan (HASP) shall also cover visitors to the site that have not prepared their own HASPs, and may include, but not be limited to, representatives of the Town of Stratford, the City of Milford, the Connecticut Department of Energy and Environmental Protection (CTDEEP), suppliers, truck drivers and easement holders. It shall also be sufficiently protective to prevent individuals from entering the Regulated Area and protect individuals outside the limits of a Regulated Area from being exposed to contaminants associated with the work. A “Regulated Area” is where airborne concentrations of asbestos exceed (or there is a reasonable possibility they may exceed) the OSHA permissible exposure limit (PEL) of 0.1 fibers per cubic centimeter based upon an 8 hour time weighted average (TWA). Said area(s) shall be demarcated such that the area is strictly controlled (authorized personnel only) and the people outside the area are protected from exposure. The Contractor shall refer to 29 Code of Federal Regulations (CFR) 1926.1101 for additional details. Work under this Item consists of the development and implementation of a written Health and Safety Plan (HASP) that addresses the relative risk of exposure to potential hazards, including, controlled materials, asbestos contaminated soil and sediment (ACS), and dewatering fluids present within Project Limits. As presented in the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations”, asbestos fibers have been found in soils within the Project Limits in Stratford and in sediments of the Housatonic River. Based on these findings, for health and safety purposes, the Contractor shall consider that asbestos fibers are present in soils, sediment, and dewatering fluids and prepare the HASP accordingly. The HASP shall establish health and safety protocols that address the relative risk of exposure to asbestos in accordance with the Occupational Health and Safety Administration (OSHA) asbestos regulations in 29 CFR 1926.1101 and regulated substances in accordance with 29 CFR 1910.120 and 29 CFR 1926.65. Such protocols shall address all regulatory provisions applicable to site conditions. The HASP developed by the Contractor, as indicated below, shall include provisions for site layout, security and control, with particular attention paid to the designation of Regulated Areas. The security shall include the consideration of appropriate methods for prevention of members of the public or otherwise unauthorized personnel from entering any portion of the site through the installation of physical barriers or other methods as site access controls. It shall further ensure that full coordination between the Project and the easement holders (UB Dockside, LLC and UB

Page 110: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

Railside, LLC) takes places before the start of any activity adjacent to or movement across said easement such that proper precautions can be implemented. Note: The Engineer will prepare a site-specific HASP, which is compatible with the Contractor’s HASP and will be responsible for the health and safety of all Project Inspectors, Department employees and consulting engineers. Materials The Contractor must provide chemical protective clothing (CPC), personal protective equipment (PPE), monitoring equipment, and all necessary materials for use in personnel decontamination and subsequent proper disposal of potentially asbestos-impacted, expendable PPE as stipulated in the Contractor’s HASP during the performance of work in areas identified as potentially posing a risk to worker health and safety for workers employed by the Contractor and all subcontractors. The Contractor is also responsible for providing and properly disposing of PPE (excluding respiratory protection) for up to ten (10) Department employees per day. Note that containers designated for the storage, transportation and proper disposal of potentially ACM-impacted PPE shall be double-lined, impermeable and both air and water-tight and shall be properly labelled in accordance with all applicable regulations. Construction Methods A. Existing Information The Contractor shall utilize all available information and existing records and data pertaining to chemical and physical hazards associated with any of the regulated substances identified in the environmental site investigations to develop the HASP. A list of documents containing this data is found in the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations.” B. General

The requirements set forth herein pertain to the provision of workers’ health and safety as it relates to proposed Project activities when performed in the presence of hazardous or regulated materials or otherwise environmentally sensitive conditions. THE PROVISION OF WORKER HEALTH AND SAFETY PROTOCOLS, WHICH ADDRESS POTENTIAL AND/OR ACTUAL RISK OF EXPOSURE TO SITE-SPECIFIC HAZARDS POSED TO CONTRACTOR’S EMPLOYEES, IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR.

The Contractor shall be responsible for the development, implementation and oversight of the HASP throughout the performance of work within Project limits and in other areas identified by the Engineer or by the HASP where site conditions may pose a risk to worker

Page 111: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

health and safety, the public, and/or the environment. No physical aspects of the work shall begin until the HASP is reviewed by the Engineer and is determined to meet the requirements of the specifications. However, the Contract time, in accordance with Article 1.03.08, will begin on the date stipulated in the Notice to Proceed.

C. Regulatory Requirements

All construction-related activities performed by the Contractor within the limits of the AOECs or in other areas where site conditions may pose a risk to worker health and safety and/or the environment shall be performed in conformance with 29 CFR 1926, Safety and Health Regulations for Construction and 29 CFR 1910, Safety and Health Regulations for General Industry. Conformance to 29 CFR 1910.120, Hazardous Waste Operations and Emergency Response (HAZWOPER) may also be required, where appropriate.

D. Submittals

Three copies of the HASP shall be submitted to the Engineer within four (4) weeks after the Award of Contract or four (4) weeks prior to the start of any work in the AOECs, whichever is first, but not before the Award of the Contract.

The HASP shall be developed by a qualified person designated by the Contractor. This qualified person shall be a Certified Industrial Hygienist (CIH), Certified Hazardous Material Manager (CHMM), or a Certified Safety Professional (CSP). He/she shall have review and approval authority over the HASP and be identified as the Health and Safety Manager (HSM). The HASP shall bear the signature of said HSM indicating that the HASP meets the minimum requirements of 29 CFR 1910.120 and 29 CFR 1926.65 and includes appropriate provisions to address pertinent elements of 29 CFR 1926.1101.

The Engineer will review the HASP within four (4) weeks of submittal and provide written comments as to deficiencies in and/or exceptions to the plan, if any, to assure consistency with the specifications, applicable standards, policies and practices and appropriateness given potential or known site conditions. Items identified in the HASP which do not conform to the specifications will be brought to the attention of the Contractor, and the Contractor shall revise the HASP to correct the deficiencies and resubmit it to the Engineer for determination of compliance with this Item within three (3) business days of written notification of deficiencies. The Contractor shall not be allowed to commence work activities in the AOECs, as shown on the Plans, or where site conditions exist which may pose a risk to worker health and safety and/or the environment, until the HASP has been reviewed and determined to conform to the requirements of this specification by the Engineer. No claim for delay in the progress of work will be considered for the Contractor’s failure to submit a HASP that conforms to the requirements of the Contract.

Page 112: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

E. HASP Provisions

1. General Requirements

The Contractor shall prepare a HASP covering all Project site work regulated by 29 CFR 1910.120(b)/1926.65(b)/1926.1101 to be performed by the Contractor and all subcontractors under this Contract. The HASP shall establish in detail, the protocols necessary for the recognition, evaluation, and control of all hazards associated with each task performed under this Contract. The HASP shall address site-specific safety and health hazards of each phase of site operation and include the requirements and procedures for employee protection. The level of detail provided in the HASP shall be tailored to the type of work, complexity of operations to be performed, and hazards anticipated. Details about some activities may not be available when the initial HASP is prepared and submitted. Therefore, the HASP shall address, in as much detail as possible, all work tasks including methodology, their related hazards and control measures. Where sufficient information is not yet available, the HASP shall list all work tasks that a supplemental work plan shall be provided at a later date with the specified details. Such supplemental plans shall be provided for review and acceptance at least 4 weeks prior to the work being performed. Per Subsection G (HASP Revisions) below, the HASP shall be recognized as a flexible document that may require revisions and amendments in response to changes in site conditions and/or work practices.

The HASP shall interface with the Contractor’s Safety and Health Program. Any portions of the Safety and Health Program that are referenced in the HASP shall be included as appendices to the HASP. All topics regulated by 29 CFR 1910.120(b)(4) and those listed below shall be addressed in the HASP. Where the use of a specific topic is not applicable to the Project, the HASP shall include a statement to justify its omission or reduced level of detail and establish that adequate consideration was given to that topic.

2. Elements

a. Site Description and Contamination Characterization

The Contractor shall provide a site description and contaminant characterization in the HASP that meets the requirements of 29 CFR 1910.120/1926.65.

b. Safety and Health Risk Analysis/Activity Hazard Analysis

The HASP shall address the safety and health hazards on this site for every operation to be performed. The Contractor shall review existing records and data to identify potential chemical and physical hazards associated with the site and shall evaluate their impact on field operations. Sources, concentrations (if known), potential

Page 113: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

exposure pathways, and other factors as noted in CFR 1910.120/126.65/126.1101employed to assess risk shall be described. The Contractor shall develop and justify action levels for implementation of engineering controls and personal protective equipment upgrades and downgrades for controlling worker exposure to the identified hazards. If there is no permissible exposure limit (PEL) or published exposure level for an identified hazard, available information from other published studies may be used as guidance. Any modification of an established PEL must be fully documented. The HASP shall include a comprehensive section that discusses the tasks and objectives of the site operations and logistics and resources required to complete each task. The hazards associated with each task, including physical, biological and chemical hazards, shall be identified. Hazard prevention techniques, procedures and/or equipment shall be identified to mitigate each of the hazards identified.

c. Staff Organization, Qualifications and Responsibilities

The HASP shall include a list of personnel expected to be engaged in site activities and certify that said personnel have completed the educational requirements stipulated in 29 CFR 1910.120,29 CFR 1926.65, and 29 CFR 1926.1101, are currently monitored under a medical surveillance program in compliance with those regulations, and that they are fit for work under “Level C” conditions. Note that it is the Contractor’s responsibility to determine the level(s) of training required for his employees who will be working on various tasks for the duration of this project. The levels of training must be identified and justified within the HASP. Based on a discussion with OSHA regarding the conditions at this site, OSHA rendered their opinion that workers completing tasks within the Project Limits that entail any disturbance of ACS (or sediments) must have completed a minimum of the Asbestos Class III Operations and Maintenance training in addition to training required to comply with 29 CFR 1910.120 and 29 CFR 1926.65.

The Contractor shall assign responsibilities for safety activities and procedures. An outline or flow chart of the safety chain of command shall be provided in the HASP. Qualifications, including education, experience, certifications, and training in safety and health for all personnel engaged in safety and health functions shall be documented in the HASP. Specific duties of each on-site team member should be identified. Typical team members include, but are not limited to, Team Leader, Scientific Advisor, Site Safety Officer, Public Information Officer, Security Officer, Record Keeper, Financial Officer, Field Team Leader, and Field Team Members.

The HASP shall also include the name and qualifications of the individual proposed to serve as Health and Safety Officer (HSO). The HSO shall have full authority to carry out and ensure compliance with the HASP. The Contractor shall provide a competent HSO on-site who is capable of identifying existing and potential hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous

Page 114: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

to employees and who has authorization to take prompt corrective measures to eliminate or control them. The qualifications of the HSO shall include completion of OSHA 40-hour HAZWOPER training, including current 8-hour refresher training, and OSHA 8-hour HAZWOPER Supervisor training; asbestos training commensurate with meeting the definition of a “Competent Person” as defined in 29 CFR 1926.1101; a minimum of one year of working experience with the regulated compounds that have been documented to exist within the Project Limits; a working knowledge of Federal and State safety regulations; specialized training or documented experience (one year minimum) in personal and respiratory protective equipment program implementation; the proper use of air monitoring instruments, air sampling methods and procedures; and certification training in first aid and CPR by a recognized, approved organization such as the American Red Cross.

The primary duties of the HSO shall be those associated with worker health and safety. The Contractor’s HSO responsibilities shall be detailed in the written HASP and shall include, but not be limited to the following:

i. Directing and implementing the HASP;

ii. Ensuring that all Project personnel have been adequately trained in the

recognition and avoidance of unsafe conditions, and the regulations applicable to the work environment to control or eliminate any hazards or other exposure to illness or injury (29 CFR 1926.21). All personnel shall be adequately trained in procedures outlined in the Contractor’s written HASP;

iii. Authorizing Stop Work Orders, which shall be executed upon the determination

of an imminent health and safety concern;

iv. Contacting the Contractor’s HSM and the Engineer immediately upon the issuance of a Stop Work Order when the HSO has made the determination of an imminent health and safety concern;

v. Authorizing work to resume, upon approval from the Contractor’s HSM;

vi. Directing activities, as defined in the Contractor’s written HASP, during

emergency situations;

vii. Providing personal monitoring as applicable, and as identified in the HASP;

viii. Identifying and properly demarcating the outdoor Regulated Areas associated with each work task that entails potential disturbance of ACS;

ix. Conducting a continuous perimeter air monitoring program as documented in the

Contractor’s written health and safety plan; and

Page 115: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

x. Ensuring that physical site controls/barriers are adequate to prevent unauthorized access into the Regulated Areas and confirming that ACS and/or ACS-impacted materials are not stored outside of a Regulated Area.

d. Employee Training Assignments

The Contractor shall develop a training program to inform employees, supplier’s representatives, and official visitors of the special hazards and procedures (including PPE, its uses and inspections) to control these hazards during field operations. Official visitors include but are not limited to Federal Agency Representatives, State Agency Representatives, Municipal Agency Representatives, Contractors, subcontractors, etc. This program shall be consistent with the requirements of 29 CFR 1910.120, 29 CFR 1926.65, and 29 CFR 1926.1101.

e. Personal Protective Equipment

The plan shall include the requirements and procedures for employee protection and should include detailed sections on protective clothing to be worn within the outdoor Regulated Areas as designated by the HSO and respiratory protection. The Contractor shall describe in detail and provide appropriate PPE to ensure that workers are not exposed to levels greater than the action level for identified hazards for each operation stated for each work zone. The level of protection shall be specific for each operation and shall be in compliance with all requirements of 29 CFR 1910 and 29 CFR 1926. The Contractor shall provide, maintain, and properly dispose of all PPE.

f. Medical Surveillance Program

All on-site Contractor personnel engaged in 29 CFR 1910.120/1926.65/1926.1101 operations shall have medical examinations meeting the requirements of 29 CFR 1910.120(f) and 29 CFR 1926.1101(m) prior to commencement of work. The HASP shall include certification on company letterhead that recent (within the previous 12 months) medical evaluations and clearances have been performed by a physician for each employee engaged in 29 CFR 1910.120/1926.65/1926.1101 operations at the site and such employees are fit to work in Level C conditions.

g. Exposure Monitoring/Air Sampling Program

The Contractor shall submit an Air Monitoring Plan as part of the HASP. Such Air Monitoring Plan shall include both personnel monitoring consistent with 29 CFR 1910.120, paragraphs (b)(4)(ii)(E), (c)(6), and (h) as well as 29 CFR 1926.1101 as well as perimeter air monitoring. The Contractor shall identify specific air sampling equipment, locations, and frequencies in the Air Monitoring Plan for both area/perimeter and personal monitoring. Air and exposure monitoring requirements shall be specified in the Contractor’s HASP. The Air Monitoring Plan must include a

Page 116: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

statement that no intrusive or soil disturbing activities will be permitted to commence unless perimeter air monitoring has been set up and engaged. The Contractor’s CIH shall specify exposure monitoring/air sampling requirements after a careful review of the contaminants of concern and planned site activities. The Contractor shall supply all exposure monitoring air sampling results to the Engineer within 48 hours after they are generated, including the locations/activities/job assignments that were involved. Asbestos Perimeter Air Monitoring:

Perimeter air monitoring shall be conducted to verify the Contractor’s work practices have been adequate to ensure the protection of the public. No intrusive or soil disturbing activities will be permitted to commence until such time as perimeter air monitoring is fully operational. Such perimeter monitoring shall be performed between each Regulated Area and any area which is accessible by the public. Perimeter samples shall be located at points north, south, east and west of the work area with an additional sample away from the immediate work area to function as a background sample. Sample points should be moved slightly so that at least one sample remains directly down-wind of the work area. These samples shall be run for the duration of the work shift or 4 hours (whichever is greater) while the soil disturbance activities are being conducted with a target sample volume of 1000 liters (L). All air samples shall be collected following the collection techniques described in NIOSH Method 7400, Issue 2, dated August 15, 1994. Battery powered low-volume [1-5 liter per minute (lpm)] sampling pumps shall be utilized for the site perimeter sampling. Flow rates shall be both pre and post sampling calibrated using a secondary standard rotameter, calibrated to a primary standard within the previous 12 months. During the sampling time period the HSO conducting the sampling shall periodically inspect the sample cassette filters to ensure the filters do not become overloaded with dirt/particulate and shall change sampling cassettes as necessary.

All samples shall be delivered at the end of each work day via proper chain of custody procedures to a CTDPH/AIHA accredited laboratory for analysis via Phase Contrast Microscopy (PCM) following NIOSH Method 7400. Should PCM analysis of the site background/perimeter samples be above the applicable EPA clearance/CTDPH re-occupancy standard [0.01 fiber per cubic centimeter (f/cc], those samples shall be transferred via proper chain of custody procedures to a CTDPH/AIHA accredited laboratory for analysis via Transmission Electron Microscopy (TEM) following NIOSH Method 7402 for delineation of asbestos fibers. As soon as possible, but within 24 hours, perimeter monitoring samples analytical results (PCM, and TEM as necessary) shall be compared to the background sample(s) and the EPA clearance/CTDPH re-occupancy standard of 0.01 f/cc to determine if there has been an impact outside the immediate work area. The Contractor shall immediately (within 1 hour) notify CTDOT of such exceedance and corrective actions being implemented. All perimeter air monitoring results for a given week shall be transmitted to the Engineer no later than 2:00 p.m. on the following Tuesday. The

Page 117: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

Contractor shall notify the Engineer as soon as it becomes aware such results will not be available in this time frame due to the need for TEM analysis or for any other reason.

h. Site Layout, Security and Control The HASP shall include a map showing work zone delineation (Regulated Areas and as needed, support, contamination, reduction and exclusion zones), detail on/off-site communications, describe provisions for robust site access controls (i.e., fencing, gates, other physical barriers, and proper signage) and security (physical and procedural). Particular attention needs to be paid to the method(s) to control unauthorized site access, which, at a minimum, shall include temporary fencing with appropriate signage (e.g., no trespassing signage, OSHA asbestos-danger signage, work zone signage) to be designated in the plan by the Contractor . In addition, this portion of the Contractor’s HASP must describe, in detail, the means and methods for preventing the potential for asbestos to become airborne at any time that ACS or ACS-impacted materials are disturbed. The HASP shall also detail the sizes of individual Regulated Areas and methods to control unauthorized access thereto.

i. Communications

Written procedures for routine and emergency communications procedures (including the conveyance of air monitoring results) shall be included in the Contractor’s HASP.

j. Personal Hygiene, Personal Decontamination and Equipment Decontamination

Decontamination facilities and procedures for personnel and non-expendable PPE decontamination shall be discussed in detail (including a presentation of means and methods) in the HASP. This includes provisions for use of decontamination facilities for the Engineer, representatives and authorized visitors to the site and any necessary training/demonstration to ensure decontamination is properly completed. Decontamination of sampling equipment, materials, heavy equipment and other items associated with work within the AOECs contained within the Project Limits will be addressed under Item No. 0101124A - Decontamination.

k. Emergency Equipment and First Aid Requirements

The Contractor shall provide appropriate emergency first aid kits and equipment suitable to treat exposure to the hazards identified, including chemical agents. The Contractor will provide personnel that have certified first aid/CPR training on-site at all times during site operations. Further, the Contractor shall establish procedures for medical aid in the event of an injury or other medical emergency within the Regulated Area.

Page 118: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

l. Emergency Response Plan and Spill Containment Program

The Contractor shall establish procedures in order to take emergency action in the event of immediate hazards (i.e., a chemical agent leak or spill, fire or personal injury). Personnel and facilities supplying support in emergency procedures will be identified. The emergency equipment to be present on-site and the Emergency Response Plan procedures, as required by 29 CFR 1910.120, paragraph (1)(1)(ii), shall be specified in the Emergency Response Plan. The Emergency Response Plan shall be included as part of the HASP. This Emergency Response Plan shall include written directions to the closest hospital, as well as a map showing the route to the hospital.

m. Logs, Reports and Record Keeping

The Contractor shall maintain safety inspections, logs, and reports, accident/incident reports, medical certifications, training logs, monitoring results, etc. All exposure and medical monitoring records are to be maintained according to 29 CFR 1910 and 29 CFR 1926. The format of these logs and reports shall be developed by the Contractor to include training logs, daily logs, weekly reports, safety meetings, medical surveillance records, and a phase-out report. These logs, records, and reports shall be maintained by the Contractor and be made available to the Engineer.

The Contractor shall immediately notify the Engineer of any accident/incident. Within two working days of any reportable accident, the Contractor shall complete and submit an accident report to the Engineer.

n. Confined Space Entry Procedures

Confined space entry procedures, both permit-required and non-permit-required, shall be discussed in detail in the Contractor’s HASP.

o. Pre-Entry Briefings

The HASP shall provide for pre-entry briefings to be held prior to initiating any site activity and at such other times as necessary to ensure that employees are apprised of the HASP and that this plan is being followed.

p. Inspections/Audits

The HSM or HSO shall conduct inspections or audits to determine the effectiveness of the HASP. The Contractor shall correct any deficiencies in the effectiveness of the HASP.

Page 119: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

q. Negative Exposure Assessments (NEA) The HASP shall detail the procedures for establishing a NEA.

F. HASP Implementation

The Contractor shall implement and maintain the HASP throughout the performance of work. In areas identified as having a potential risk to worker health and safety, and in any other areas deemed appropriate by the HSO, the Contractor shall be prepared to immediately implement the appropriate health and safety measures, including but not limited to the use of PPE, and engineering and administrative controls.

If the Engineer observes deficiencies in the Contractor’s operations with respect to the HASP, they shall be assembled in a written field directive and given to the Contractor. The Contractor shall immediately correct the deficiencies and respond, in writing, as to how each was corrected. Failure to bring the work area(s) and implementation procedures into compliance will result in a Stop Work Order and a written directive to discuss an appropriate resolution(s) to the matter. When the Contractor demonstrates compliance, the Engineer shall remove the Stop Work Order. If a Stop Work Order has been issued for cause, no delay claims on the part of the Contractor will be honored.

Disposable CPC/PPE (i.e., disposable coveralls, gloves, etc.) that come in direct contact with hazardous or potentially hazardous material shall be placed into 55 gallon USDOT 17-H drums and disposed of in accordance with Federal, State, and local regulations. The drums shall be temporarily staged and properly secured within the Project Waste Stockpile Area (WSA) until such time that they undergo proper disposal by the Contractor.

G. HASP Revisions

The HASP shall be maintained on-site by the Contractor and shall be kept current with construction activities and site conditions under this Contract. The HASP shall be recognized as a flexible document which shall be subject to revisions and amendments, as required, in response to actual site conditions, changes in work methods, and/or alterations in the relative risk present. All changes and modifications shall be signed by the Contractor’s HSM and shall require the review and acceptance by the Engineer prior to the implementation of such changes.

Should any unforeseen hazard become evident during the performance of the work, the HSO shall bring such hazard to the attention of the Contractor and the Engineer as soon as possible. In the interim, the Contractor shall take action, including Stop Work Orders and/or upgrading PPE as necessary, to re-establish and maintain safe working conditions and to safeguard on-site personnel, visitors, the public and the environment. The HASP shall then be revised/amended to reflect the changed condition.

Page 120: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

Method of Measurement A. Within thirty (30) calendar days of the award of the Contract, the Contractor shall submit to

the Engineer for acceptance a breakdown of its lump sum bid price for this Item detailing:

1. The costs associated with developing/preparing the HASP in accordance with this Specification.

2. The cost, per month for the duration of the Project, to implement the HASP and provide

the services of the HSM and the HSO. B. If the lump sum bid price breakdown is unacceptable to the Engineer, substantiation showing

that the submitted costs are reasonable shall be required. C. Upon acceptance of the payment schedule by the Engineer, payments for work performed

will be made as follows:

1. The lump sum development cost will be certified for payment. 2. The Contractor shall demonstrate to the Engineer monthly that the HASP has been kept

current and is being implemented and the monthly cost will be certified for payment.

3. Any month where the HASP is found not to be current or is not being implemented, the monthly payment for the Environmental Health and Safety – Asbestos Containing Soil (ACS) Item shall be deferred to the next monthly payment estimate. If the HASP is not current or being implemented for more than thirty calendar days, there will be no monthly payment.

4. Failure of the Contractor to implement the HASP in accordance with this Specification

shall result in the withholding of all Contract payments. Basis of Payment This work shall be paid for at the Contract lump sum price for “ENVIRONMENTAL HEALTH AND SAFETY – ASBESTOS CONTAINING SOIL (ACS),” which shall include all materials, tools, equipment and labor incidental to the completion of this Item for the duration of the Project to maintain, revise, monitor and implement the HASP. Such costs include, but may not be limited to, providing the services of the HSM and HSO, Contractor employee training, CPC, PPE for Contractor employees, suppliers and Department personnel, monitoring equipment, disposal of PPE and CPC, medical surveillance, personnel decontamination facilities, engineering controls, monitoring and all other HASP protocols and procedures established to protect the health and safety for all on-site workers.

Page 121: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101021A

Pay Item Pay Unit

Environmental Health and Safety – Asbestos Containing Soil Lump Sum (L.S.)

Page 122: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

ITEM NO. 0101117A - CONTROLLED MATERIAL HANDLING Description: Work under this Item is intended to provide specific procedural requirements to be followed by the Contractor during the excavation of Controlled Materials from within the Area of Environmental Concern (AOEC) that does not contain asbestos contaminated soil or sediment (ACS) as shown on the Project Plans. (Note that any area not designated as an ACS AOEC on the Project Plans shall be considered an AOEC.) This supplements Specifications Section 2.02, 2.03, 2.05, and 2.06 and Contract Special Provisions for excavation wherever contaminated materials are encountered. Work under this Item shall include transporting and stockpiling materials at the Waste Stockpile Areas (WSAs) (in bins either designated for non-ACS or in separate bins designated in some manner (e.g., caution tape) so as to prevent comingling of ACS materials with the non-ACS materials) and covering, securing, and maintaining the stockpiled materials throughout the duration of the Project. All materials, excluding the existing pavement structure (asphalt and subbase), rock, ledge, concrete and material previously imported for the creation of the east and west trestle ramps that is not in direct contact with the underlying ACS (as shown in Subset 07 - FOI of the Project Plans), excavated within AOECs are to be considered Controlled Materials. Controlled Materials consisting of non-hazardous levels of regulated substances (and that have not tested positive for asbestos fibers) have been documented to exist within the Project. Such contamination is documented in the reports listed in the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations.” Where contaminated soil is excavated, special handling, disposal, and documentation procedures will be required. All suitable Controlled Materials excavated within the AOECs may be reused as fill/backfill within the Project limits. Excess or unsuitable Controlled Material that cannot be reused within the Project limits, as determined by the Engineer, must be transported to and stockpiled in the WSAs, sampled by the Engineer, and transported off-site for disposal, if necessary. Materials: The required materials are detailed on the Project plans. All materials shall conform to the requirements of the Contract. Plastic Sheet: Polyethylene plastic sheeting for covering excavated material shall be a thickness of at least ten (10) mil and at least three (3) meters wide. Covers for roll-off/storage containers shall be made of polyethylene plastic, or similar water-tight material, that is of sufficient size to completely cover top opening and can be securely fastened to the container. Sand Bags: Sandbags used to secure polyethylene covers shall be at least fifteen (15) kilograms.

Page 123: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

Sorbent Boom: Shall be approximately two hundred (200) millimeters in diameter and three (3) meters long and possess petrophilic and hydrophilic properties. Sorbent booms shall also have devices (i.e., clips, clasps, etc.) for connection to additional lengths of boom. Construction Methods: A. General When Controlled Materials are encountered during the course of the work, health and safety provisions shall conform to the appropriate sections of the Contract. Provisions may include implementation of engineering controls, air and personal monitoring, the use of chemical protective clothing (CPC), personal protective equipment (PPE), and decontamination procedures. All suitable Controlled Material excavated from the AOECs may only be reused within the Project limits, as determined by the Engineer. Controlled Materials that are to be immediately reused within Project limits shall be temporarily stockpiled adjacent to the excavation for reuse. Controlled Materials that are to be reused at a later date within Project limits may be transported to the WSAs (non-ACS bins only) or temporarily stockpiled at another location within the Project limits as allowed by the Engineer. Only the volume of Controlled Material that is reasonably estimated to be reused within the Project limits shall be temporarily stockpiled in this way. Controlled Materials from individual AOECs to be reused at a later date shall be placed in separate stockpiles and shall not be intermingled with Controlled Materials from other AOECs, unless otherwise directed by the Engineer. Individual stockpiles of Controlled Materials that are to be reused at a later date shall be covered with polyethylene plastic sheeting at all times, except when the piles are being worked, and shall have proper erosion and sedimentation controls. Excess Controlled Material from an AOEC that cannot be reused within the Project limits must be transported directly to the WSAs and placed within a designated storage bin (for storage of non-ACS only) for disposal characterization sampling by the Engineer. The stockpiles of excavated Controlled Materials shall be maintained as shown on the Project plans. The Contractor shall plan excavation activities within the AOECs in consideration of the capacity of WSAs and the material testing and disposal requirements of the applicable Contract item. No claims for delay shall be considered based on the Contractor’s failure to coordinate excavation activities as specified herein. The Engineer will sample the Controlled Materials stockpiled within a WSA bin at a frequency and for the constituents to meet the acceptance criteria of the treatment/recycling/disposal facilities submitted by the Contractor. The Contractor is hereby notified that laboratory turnaround time is expected to be fifteen (15) working days. Turnaround time is the period of time beginning when the Contractor notifies the Engineer which facility it intends to use and that the stockpile is ready for sampling and ending with the Contractor’s receipt of the laboratory analytical results. Any change of intended treatment/recycling/disposal facility may prompt the

Page 124: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

need to resample and will therefore restart the time required for laboratory turnaround. The laboratory will furnish such results to the Engineer. Upon receipt, the Engineer will make available to the Contractor the results of the final waste characterization determinations. No delay claim will be considered based upon the Contractor’s failure to accommodate the laboratory turnaround time as identified above. B. Transportation and Stockpiling In addition to adhering to all pertinent Federal, State, and local laws or regulatory agency policies, the Contractor shall adhere to the following precautions during transport of non-hazardous materials: • Transported Controlled Materials are to be covered prior to leaving the point of generation

and are to remain covered until the arrival at a Project WSA;

• All vehicles departing the site are properly logged to show the vehicle identification, driver’s name, time of departure, destination, and approximate volume and content of materials carried;

• All vehicles shall have secure, watertight containers free of defects for material transportation;

• No Controlled Material shall be transported from the AOECs until there is adequate lay down area prepared in the WSA(s) or an area is prepared to stockpile the Controlled Material for later reuse within the Project limits; and,

• Documentation must be maintained indicating that all applicable laws have been satisfied and that the materials have been successfully transported and received at a Project WSA.

Construction of the WSAs and preparation of any temporary area(s) to stockpile Controlled Materials for reuse shall be completed prior to the initiation of construction activities generating Controlled Materials. Measures shall be implemented to divert rainfall away from the WSAs and away from temporary stockpiles of Controlled Materials to be reused. No Controlled Materials shall be excavated or transported to the WSAs until registration under the General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer) has been obtained by ConnDOT, if required. Placement of sorbent boom along the perimeter of the WSAs shall be conducted should the soil be saturated with petroleum product. Excavated materials shall be staged as shown on the Project plans or as directed by the Engineer. C. WSA Maintenance The Contractor shall provide all necessary materials, equipment, tools, and labor for anticipated activities within the WSAs. Such activities include, but are not limited to, handling and

Page 125: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

management of stockpiles and drummed CPC/PPE; uncovering and recovering stockpiles; maintenance of WSAs; replacement of damaged components (i.e., sand bags, plastic polyethylene sheeting, etc.); and waste inventory record management. The Contractor shall manage all materials in the WSAs in such a way as to minimize tracking of potential contaminated materials across the site and off-site and minimize dust generation. Each stockpile shall be securely covered when not in active use with a cover of sufficient size to prevent generation of dust and infiltration of precipitation. The staged stockpiles shall be inspected at least daily by the Contractor to ensure that the cover and containment have not been damaged and that there is no apparent leakage from the piles. If the cover has been damaged, or there is evidence of leakage from the piles, the Contractor shall immediately replace the cover or containment as needed to prevent the release of materials to the environment from the piles. An inventory of stockpiled materials and drummed CPC/PPE shall be conducted on a daily basis. Inventory records shall indicate the approximate volume of material/drums stockpiled per day; the approximate volume of material/drums stockpiled to date; material/drums loaded and transported off-site for disposal; any materials loaded and transported for on-site reuse; and identification of stockpiles relative to their points of generation. Following the removal of all stockpiled Controlled Materials, residuals shall be removed from surfaces of the WSAs as directed by the Engineer. This operation shall be accomplished using dry methods such as shovels, brooms, mechanical sweepers, or a combination thereof. Residuals shall be disposed of as Controlled Materials. D. Dewatering Dewatering activities shall conform to items in pertinent articles of the Contract. E. Decontamination All equipment shall be provided to the work site free of contamination. The Engineer may prohibit from the site any equipment that in his opinion has not been thoroughly decontaminated prior to arrival. Any decontamination of the Contractor’s equipment prior to arrival at the site shall be at the expense of the Contractor. The Contractor is prohibited from decontaminating equipment on the Project that has not been thoroughly decontaminated prior to arrival. The Contractor shall furnish labor, materials, tools, and equipment for decontamination of all equipment and supplies that are used to handle Controlled Materials. Decontamination shall be conducted at an area designated by the Engineer and may be required prior to equipment and supplies leaving the Project, between stages of the work, or between work in different AOECs. Dry decontamination procedures are recommended. Residuals from dry decontamination activities shall be collected and managed as Controlled Materials. If dry methods are

Page 126: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

unsatisfactory as determined by the Engineer, the Contractor shall modify decontamination procedures as required subject to the Engineer’s approval. F. Dust Control The Contractor shall implement a fugitive dust suppression program in accordance with the Contract to prevent the off-site migration of particulate matter and/or dust resulting from excavation, loading, and operations associated with Controlled Materials. It shall be the Contractor’s responsibility to supervise fugitive dust control measures and to monitor airborne particulate matter. The Contractor shall: 1. Employ reasonable fugitive dust suppression techniques. 2. Visually observe the amounts of particulate and/or fugitive dust generated during the

handling of Controlled Materials. If the apparent amount of fugitive dust and/or particulate matter is not acceptable to the Engineer, the Engineer may direct the Contractor to implement corrective measures at his discretion, including, but not limited to, the following:

(a) Apply water to pavement surfaces (b) Apply water to equipment and excavation faces; and (c) Apply water during excavation, loading, and dumping.

G. Permit Compliance The Contractor shall comply with the terms and conditions of the Connecticut Department of Energy and Environmental Protection (CTDEEP) “General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer)”, including the General Operating Conditions and the Specific Operating Conditions, except that the Engineer will conduct all soil characterization and perform all record keeping. In particular, the Contractor shall: 1. Operate, maintain, and repair the WSAs in conformance with the requirements of the General

Permit. 2. Maintain a communications system capable of summoning fire, police, and/or other

emergency service personnel. 3. Maintain fences, gates, or other barriers (natural or artificial) to prevent unauthorized entry

onto the stockpiles. 4. Separate incidental excavation waste to the satisfaction of the receiving facility or to an

extent that renders the contaminated soil and/or sediment suitable for its intended reuse. 5. Isolate and temporarily store incidental waste in a safe manner prior to off-site transport to a

facility lawfully authorized to accept such waste. 6. Do not store more that 100 cubic yards of incidental waste at any one time. 7. Sort, separate, and isolate all hazardous waste from contaminated soil. 8. Prevent or minimize the transfer or infiltration of contaminants from the stockpiles to the

ground as detailed in “B. Transportation and Stockpiling” above. 9. Securely cover each stockpile of soil as detailed in “C. WSA Maintenance” above.

Page 127: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

10. Minimize wind erosion and dust transport as detailed in “F. Dust Control” above. 11. Maintain anti-tracking measures at the WSAs and perform decontamination in accordance

with Item No. 0101124A - Decontamination to prevent vehicle tracking of soil from the WSA onto the public roadway given that the WSAs will serve for stockpiling not only Controlled Materials, but also of ACS and other asbestos-impacted materials.

12. Instruct the transporters of contaminated soil of best management practices for the transportation of such soil (properly covered loads, removing loose material from dump body, etc.).

13. Control all traffic related to the operation of the facility in such a way as to mitigate the queuing of vehicles off-site and excessive or unsafe traffic impact in the area where the facility is located.

14. Ensure that, except as allowed in section 22a-174-18(b)(3)(C) of the Regulations of Connecticut State Agencies, trucks are not left idling for more than three (3) consecutive minutes.

Method of Measurement: The work of Controlled Materials Handling will be measured for payment by the number of cubic meters of Controlled Materials excavated within the AOECs, taken to the WSAs, and stockpiled within the storage bins for sampling by the Engineer or temporarily stockpiled for later reuse. Material kept in proximity to the site of the excavation and reused as it is generated will not be measured for payment under this Item. This measurement shall be in accordance with and in addition to the quantity measured for payment of the applicable excavation item in Specification Sections 2.02, 2.03, 2.05, 2.06, or the Contract Special Provisions, as applicable. Excess excavations made by the Contractor beyond the payment limits specified in the Contract will not be measured for payment and the Contractor assumes all costs associated with the appropriate handling, management, and disposal of this material. Equipment decontamination, the collection of residuals, and the collection and disposal of liquids generated during equipment decontamination activities will not be measured separately for payment. Basis of Payment: This work shall be paid for at the Contract unit price, which shall include all transportation from the excavation site to the WSAs for placement in a storage bin; covering, securing, and maintaining the individual stockpiles within the WSAs throughout the duration of the Project; and all tools, equipment, material, and labor incidental to this work. This price shall also include equipment decontamination, the collection of residuals generated during decontamination and placement of such material in the WSAs, and the collection and disposal of liquids generated during equipment decontamination activities.

Page 128: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101117A

All materials, labor, and equipment associated with compliance with the General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer) will not be measured separately, but will be considered incidental to the item “Controlled Material Handling”. Securing and construction of the WSA shall be paid for under Item No. 0101128A. Payment for dust control activities shall be made under the appropriate Contract items.

Pay Item Pay Unit

Controlled Material Handling Cubic Meter (cu. m)

Page 129: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101124A

ITEM NO. 0101124A – DECONTAMINATION Description: Under this item, the Contractor shall decontaminate various materials and equipment utilized within the Project Limits that have been exposed to asbestos contaminated soil and sediment (ACS). Items that will require decontamination include, but are not limited to: trucks; loaders; excavators; cranes; other mechanized equipment; temporary storage containers for dewatering water and/or wastewater; waste stockpile area (WSA) blocks; jersey barriers; concrete slabs; and piles. Work under this Item also includes the development and implementation of a written Decontamination Plan (DP) that addresses, in detail, the means and methods for mitigating risk to workers, the public, and the environment through proper decontamination. Note that personnel decontamination shall be addressed under Item No. 0101021A – Environmental Health and Safety – Asbestos Contaminated Soil. No physical aspects of the work shall begin until the DP is reviewed and approved by the Engineer. However, the Contract time, in accordance with Article 1.03.08, will begin on the date stipulated in the Notice to Proceed. The Contractor shall take into consideration in the development and implementation of the detailed decontamination plan that all items that have been exposed to ACS must be decontaminated in accordance with approved methods prior to exiting the Regulated Area(s) (see the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations” for more information regarding Regulated Areas) and prior to demobilization of equipment from the site. No materials or equipment shall be removed from the Project Site before full decontamination has been completed. All work must be implemented in such a way so as to prevent anyone beyond the Regulated Area(s) from being exposed to asbestos fibers generated by project work. Materials: The Contractor shall provide all materials necessary for the decontamination of equipment and other items exposed to ACS. Water service may not be available at the site. The Contractor shall supply sufficient water for the purposes of decontamination. Containers for storage, transportation and disposal of asbestos-containing waste materials shall be impermeable and both air and watertight. Labels and warning signs shall conform to OSHA 29 CFR 1926.1101, USEPA 40 CFR Part 61.152, and USDOT 49 CFR Part 172 as appropriate.

Page 130: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101124A

Submittals Within fourteen (14) days of the Notice to Proceed, the Contractor shall submit for the Engineer's review, a detailed methodology and plan of operation for the decontamination of equipment and other elements exposed to ACS. The plan shall include a detailed narrative indicating the number and layout of the decontamination stations, means and methods for performing decontamination, and procedures to prevent contamination of clean areas, particularly those accessible by the public and those beyond the Regulated Area(s). If at any time the DP submitted by the Contractor proves to be ineffective, the Contractor shall submit a modified method to address these deficiencies for review by the Engineer. Such plan revision and method implementation shall be completed at no additional cost to the State. Construction Methods: a. General Requirements All labor, materials, tools, equipment, services, testing, and incidentals which are necessary or required to perform the work in accordance with applicable governmental regulations, industry standards and codes, and these Specifications shall be provided by the Contractor. Note that all ACS-impacted materials shall be decontaminated in accordance with this Item prior to releasing or closing out any Regulated Area as defined in the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations”. The Contractor will be solely responsible for the management of decontamination operations and verification that decontamination of items that have come into contact with ACS have been adequately decontaminated. The Contractor’s Decontamination Plan is considered a flexible document and shall be revised, if/as necessary based on changes in site activities or conditions or based on updated site monitoring results. Any revisions to the Plan shall be at no additional cost to the State. b. List of Existing Materials Requiring Decontamination The following existing materials have been previously used within areas containing ACS and will require decontamination prior to removal from the Project Site: Jersey Barrier Sections – 562 pieces at 6.10 m each Pipe Piles – 118 pieces, 1,041.787 m total WSA Blocks – 381 pieces of various sizes

Page 131: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101124A

c. Asbestos Decontamination Verification As asbestos is a fibrous material and has no propensity for adsorption to surfaces and wet decontamination procedures will be used for all materials. Verification of adequate decontamination is based on visual inspection. This method of verification is consistent with the clearance for re-occupancy of a space under NESHAP asbestos abatement project rules and will be conducted by the Contractor following the performance of the decontamination procedures. The Contractor shall perform a visual inspection of all materials and equipment prior to their removal from each Regulated Area to ensure that decontamination has been properly completed. If at any time the Contractor’s decontamination is found to be unacceptable or incomplete by the Engineer, the Contractor shall repeat the decontamination until a result acceptable to the Engineer is reached. Such repeated decontamination shall be completed at the Contractor’s expense. d. Decontamination Waste Disposal All materials removed from the project site following decontamination, including but not limited to the Jersey Barrier and Pipe Piles listed above, shall become the property of the Contractor and the Contractor shall be responsible for the proper management and/or disposal in accordance with all applicable Federal, State and Local requirements. The Contractor shall dispose of asbestos contaminated material at an EPA authorized site in compliance with the requirements of the Special Waste Provisions of the Office of Solid Waste Management, Department of Energy and Environmental Protection, State of Connecticut, or other designated agency having jurisdiction over solid waste disposal. All ACS and ACS-impacted materials generated under this item will be disposed of in accordance with Item No. 0020806A – Disposal of Asbestos Contaminated Soil. Note that any water used in the execution of this Item will be required to be handled in accordance with Item No. 0204213A - Handling Contaminated Groundwater. Method of Measurement: No measurement will be made for the work in this Section. The completed work shall be paid as a lump sum. Basis of Payment: The lump sum bid price for this item shall include: preparation of submittals, all labor, materials, and equipment incidental to the proper decontamination of all equipment and other materials as indicated above. It shall also include the disposal of those items unable to be decontaminated (i.e., filter fabric, erosion & sedimentation controls, etc.).

Page 132: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0101124A

Pay Item Pay Unit

Decontamination Lump Sum (L.S.)

Page 133: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/25/17

ITEM #0101125A

ITEM #0101125A - PORTABLE TURBIDITY METER

Description: Under this item, the Contractor shall be responsible for furnishing a Portable

Turbidity Meter for measuring the turbidity of storm water for compliance with the State of

Connecticut Department of Energy and Environmental Protection’s General Permit for the

Discharge of Stormwater and Dewatering Wastewaters from Construction Activities. The EPA

compliant device shall be a portable meter having a 0-1000 NTU (Nephelometric Turbidity

Units) range and a high accuracy at low ranges (<0.05 NTU). The meter selected shall be

submitted to the Engineer for approval.

Materials: The turbidity meter shall conform to the EPA Method 180.1 standards for testing.

The portable turbidity meter shall be comparable to the Hanna Portable Turbidity Meter, HI

98703, with Fast Tracker Technology which includes five (5) sample cuvettes and caps,

calibration cuvettes, silicone oil, cuvette cleaning cloth, batteries, AC adapter, instruction

manual, and a rugged carrying case. The meter shall have a Tag Identification System, to verify

that samples have been taken at pre-established locations during inspections and for recording

multiple location sites.

Construction Methods: The Contractor shall provide the Turbidity Meter for the Department’s

use until final stabilization of the project site for monitoring turbidity of stormwater effluent for

compliance of the National Pollution Discharge Elimination System.

Method of Measurement: This item will be measured for payment by the number of Portable

Turbidity Meters of the type accepted and utilized.

Basis of Payment: This item will be paid for at the Contract Unit Price each for “Portable

Turbidity Meter”, complete and in place, which price shall include all materials, tools,

equipment, and labor incidental thereto.

Pay Item Pay Unit

Portable Turbidity Meter ea.

Page 134: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 ITEM NO. 0101128A

ITEM NO. 0101128A - SECURING, CONSTRUCTION AND DISMANTLING OF A WASTE STOCKPILE AND TREATMENT AREA Description: Work under this Item shall consist of the securing, relocation, construction and dismantling of temporary Waste Stockpile Areas (WSAs) at the locations designated on the Project Plans and in accordance with the Contract. All controlled materials and asbestos contaminated soil and sediment (ACS), whether excavated or generated as part of the decontamination process during construction activities, shall be stockpiled in a Project WSA. The WSAs shown on the Plans are to be used exclusively for temporary stockpiling of excavated materials from within the Project for determination of disposal classification. The WSAs will also be used to stage ACS that will require dewatering and solidification in accordance with Item No. 0020807A – Dewatering and Solidification of Asbestos Contaminated Soil and Sediment. As such, the Contractor shall construct said bins with a sump or other means for the collection of free-draining liquids for management in accordance with Item No. 0204213A - Handling Contaminated Groundwater. The existing Stratford WSA must be dismantled and reconstructed in the areas designated on the Project Plans. Materials from prior environmental investigations and construction activities that have taken place within the Project Limits are located within the existing WSA. These materials are detailed under “Existing Material Inventory” below and must be removed and disposed of prior to dismantling the WSA. In addition, all existing blocks used for the construction of the new WSAs must be decontaminated prior to transport across a public highway by the Contractor in accordance with Item No. 0101124A – Decontamination. Materials: The required materials are detailed on the Project Plans. All materials shall conform to the requirements of the Contract. Construction blocks shall be solid precast rectangular concrete 1.83 meters in length, 0.91 meters in width, and 0.61 meters in height. Note that the blocks that currently comprise the WSA located in Stratford shall be used by the Contractor to construct the new WSAs as shown on the Project Plans, but the Contractor must supplement the existing blocks with as many new blocks as needed to fully construct the WSAs shown on the Plans. Polyethylene plastic sheeting for underlayment shall be a thickness of 30 mil and minimum width of three (3) meters. Sand bags used to secure polyethylene sheeting soil covers shall have a minimum weight of 13.61 kilograms. Bedding sand shall conform to Section 6.51.02 of the Specifications.

Page 135: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 ITEM NO. 0101128A

Processed Aggregate Base shall conform to Section 3.04.02 of the Specifications. Hay bales shall conform to the requirements of Section 2.18.02 of the Specifications. Bituminous Concrete shall conform to Section 4.06.02 of the Specifications. Roll-off/Storage Containers shall be of watertight, steel-body construction, of the size specified and able to handle the storage and subsequent transportation of material to the disposal facility. Liners for roll-off or other containers used for the storage or transport of ACS or ACS-impacted materials shall consist of six (6) mil polyethylene sheeting. Signage for the WSAs (in accordance with provision D - Permit/Regulatory Compliance below) shall be provided and properly displayed by the Contractor. Precast Concrete Barrier Curb shall conform to Section 8.22 of the Specifications. Construction Methods:

A. Submittals: Within fourteen (14) days of the Notice to Proceed, the Contractor shall submit for the Engineer's review, a detailed plan indicating the means and methods for the collection of free-draining liquids in the WSA that will be subject to the handling provisions of Item No. 0204210A, the placement of the appropriate OSHA asbestos signage at the WSAs, and the sequencing of activities related to the disposal of materials in the existing Project WSA, the dismantling of the existing WSA, decontamination, and construction of the new Project WSAs. No physical aspects of the work shall begin until the submittal is reviewed and approved by the Engineer. However, the Contract time, in accordance with Article 1.03.08, will begin on the date stipulated in the Notice to Proceed.

B. Existing Material Inventory: As of the date of development of this Item, the following materials were present in the existing Stratford WSA bins:

• Bin 3: A stockpile of ACS measuring approximately 4.57 meters by 9.14 meters by 1.83 meters in height.

• Bin 4: A stockpile of ACS and ACS-impacted hay bales measuring approximately 9.14 meters by 9.14 meters by 1.22 meters in height and 4 drums (55-gallon capacity) containing ACS-impacted personal protective equipment waste.

Note that at the time of inspection, Bins 1, 2 and 5 were empty.

Page 136: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 ITEM NO. 0101128A

C. WSA Relocation/Reconstruction:

The WSAs shall be constructed in accordance with the Contract at the locations shown on the Project Plans following the dismantling of the existing Project WSA located in Stratford. Construction of the WSAs shall be completed prior to the initiation of construction activities generating Controlled Materials (with the exception of the removal of ACS AOEC 3 as shown on the Project Plans that underlies the location of a portion of the new Stratford WSA). The Contractor is responsible for the maintenance and protection of all utilities potentially affected during WSA construction. The Contractor shall locate and mark all existing utilities potentially affected prior to initiating WSA construction. The proposed locations of the WSAs shall be cleared of any debris and vegetation as directed by the Engineer. Any objectionable materials, which may result in damage to the polyethylene sheeting underlayment, shall be removed prior to stockpiling excavated Controlled Materials.

D. Permit/Regulatory Compliance The Contractor shall comply with the terms and conditions of the DEP “General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer)”, including the General Operating Conditions and the Specific Operating Conditions, except that the Engineer will conduct all soil/sediment characterization and perform all record keeping. In particular, the Contractor shall: 1. Construct and repair the WSAs in conformance with the requirements of the General Permit. 2. Prevent unauthorized entry onto the stockpiles by the use of fences, gates, or other natural or

artificial barriers. 3. Install anti-tracking measures at the WSAs to ensure the vehicles do not track soil from the

WSA onto a public roadway at any time. 4. Post and maintain signs that are visible from a distance of at least 25’ at the WSAs

identifying the name of the permittee (State of CT, Department of Transportation), the DOT field office phone number, the hours of operation for the WSAs, and the phrase, “Temporary Soil Staging Area”. Lettering shall be at least one inch (1”) high with a minimum overall sign dimension of four (4) feet wide by two (2) feet high. Such sign is only required if the capacity of the WSA is equal to or greater than 1,000 cubic yards. If initially the WSA capacity is less than 1,000 c.y. and the WSA capacity is subsequently increased, the Contractor shall post and maintain the required sign at no additional cost to the State, prior to stockpiling the additional material.

5. Additional signage for staging ACS is required. Specifically, OSHA “Danger – Asbestos” signs as prescribed in 29 Code of Federal Regulations (CFR) 1926.1101 must be posted at the approaches to the WSAs. The sign shall read, “Danger – Asbestos; May Cause Cancer; Causes Damage to Lungs; Authorized Personnel Only; Wear Respiratory Protection and Protective Clothing in This Area”.

Page 137: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 ITEM NO. 0101128A

E. Decontamination and Dismantling

Following the removal of all stockpiled material, the Contractor shall use decontamination procedures in accordance with Item No. 0101124A – Decontamination for all surfaces of the WSA as directed by the Engineer. Residual materials shall be disposed of as ACS Controlled Materials. The Contractor shall be responsible for the collection and treatment/recycling/disposal of any liquid wastes that may be generated by its decontamination activities in accordance with applicable regulations and in accordance with Item No. 0204213A – Handling Contaminated Groundwater. Upon completion of the Project and following removal of all residual Controlled Materials, the Contractor shall dismantle the WSAs and return the areas to their original conditions or those indicated in the Plans, as appropriate. Note that all concrete blocks that comprise the existing Project WSA will become the property of the Department following their use and proper decontamination. During dismantling, the Contractor shall remove all materials such as polyethylene sheeting and sand bags. Polyethylene sheeting shall be disposed of by the Contractor as an ACS-impacted material in accordance with Item No. 0020806A – Disposal of Asbestos Contaminated Soil. The sand bags shall be removed from the site by the Contractor as non-ACS-impacted material. The underlying asphalt and any associated sumps/drainage structures shall be decontaminated under Item No. 0101124A - Decontamination and removed from the site under this Item. Method of Measurement: This work will be measured for payment at the Lump Sum cost for securing, construction, and dismantling of WSAs. Operation of the WSA is included under Item Nos. 101117A - Controlled Material Handling and 0020805A – Handling Asbestos Contaminated Soil (ACS). Basis of Payment: This work will be paid for at the Contract Lump Sum, which shall include: the preparation of submittals, all materials, tools, labor, equipment, permits, and work needed to secure, relocate, construct, and dismantle the WSAs, including all clearing, grubbing, grading, clean-up, removal of the various materials as discussed above in Section E, site restoration and seeding. It also includes supplying roll-offs and liners for staging. All materials, labor and equipment associated with compliance with the General Permit for Contaminated Soil and/or Sediment Management (Staging and Transfer) will not be measured separately, but will be considered incidental to the item “Securing, Construction and Dismantling of a Waste Stockpile and Treatment Area”.

Page 138: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-0249 ITEM NO. 0101128A

Pay Item Pay Unit

Securing, Construction and Dismantling of a Waste Stockpile and Treatment Area Lump Sum (L.S.)

Page 139: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/25/17

ITEM #0101135A

ITEM #0101135A – DISPOSAL OF DEBRIS

Description: This work shall include removal of storm debris from within the adjacent regulated

areas downstream of the existing bridge structure. The Office of Environmental Planning (OEP)

will designate all storm debris be removed, including, but not limited to roadway pavement,

concrete and metal material, and rubbish that is located within regulated areas.

Materials: All work is to be conducted by means of manual labor only and no mechanical

equipment shall be utilized to remove storm debris.

Construction Methods: The Contractor shall utilize manual labor to remove all storm debris as

identified in the field by the OEP. The removal of storm debris must be coordinated and conducted

under the direction of the OEP. The Contractor shall arrange through the Engineer at least 7

days prior to the commencement of these activities to ensure that the Environmental Inspector

from OEP is available.

No mechanical equipment and/or vehicles will be permitted in the areas designated for storm

debris removal. The Contractor may utilize hand tools and manual equipment only, including, but

not limited to shovels, wheelbarrow, and/or buckets to remove and transport the identified storm

debris.

The removal of storm debris will be measured by the number of manual labor hours needed to

complete and restore the designated areas as required above.

Controlled material adhered to the storm debris shall be removed, handled, decontaminated,

solidified, stored, loaded, transported and disposed of in accordance with their respective

contract items.

Method of Measurement: The work and materials shall be measured for payment as provided for

under Article 1.04.05 Extra 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 figure will be disregarded and the original price will

be used to determine the total amount for the contract.

This shall include all manual labor, materials, hand tools and manual equipment, as well as

removing and disposing all designated storm debris material. Off-site disposal of storm debris,

including the loading, transport, dumping, and off-site disposal shall also be included in the

contract unit price for this item.

Corrective work required to repair damage caused by the Contractor or its Subcontractors shall

not be measured for payment.

Page 140: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/25/17

ITEM #0101135A

Basis of Payment: This work will be paid as Extra Work.

The cost of removal, special handling, decontamination, material solidification, dewatering,

storage, loading, transportation and disposal of controlled material will be paid for under their

respective contract items.

Pay Item Pay Unit

Disposal of Debris est.

Page 141: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/8/2017

Item #0202200A

ITEM #0202200A – CHANNEL EXCAVATION - EARTH

Work under this item shall conform to the requirements of Section 2.02 amended as

follows:

Construction Methods:

Add the following:

The Contractor shall be responsible for selecting the means and methods of excavating material in

the water to the environmental permit restrictions.

The information shown on the plans has been permitted by the governing local, state and federal

agencies. The Contractor shall be responsible for obtaining any revised permits, due to a change

in the removal methodology which could cause environmental or navigational impacts, from all

governing local, state and federal agencies.

The Contractor shall note that obtaining approvals from ACOE, IWRD, OLISP and USCG is a

lengthy process and should be taken into consideration when selecting the means and methods for

construction.

Method of Measurement: Payment limits for Channel Excavation – Earth will be measured in

its original position by taking the difference between the original ground line at the time the

excavation is performed and that after the excavation is complete. Before starting any

excavation the Contractor shall notify the Engineer so that elevations and measurements of the

work may be obtained.

Basis of Payment: This work will be paid for at the Contract unit price per cubic meter for

“Channel Excavation – Earth” complete in place, which price shall include all materials,

equipment, tools, and labor incidental thereto.

The removal of the concrete ramp and concrete pads will be paid for at the Contract unit price

per cubic meter for “Removal of Existing Masonry.”

Excavated controlled material, handled, decontaminated, solidified, stored, loading, transported

and disposed of in accordance with their respective contract items.

Pay Item Pay Unit Channel Excavation-Earth cu.m

Page 142: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

ITEM #0202222A

ITEM #0202222A – BOULDER PLACEMENT IN RIVER

Description: This work shall consist of reconstructing a rock jetty using existing stone and

supplemented stone from a ConnDOT approved source at the location and as shown on plans and as

directed by the engineer.

Materials: The supplemented stone shall be of the type called for on the plans and shall meet the soundness, toughness and durability requirements of Article M12.02. The supplemented stone material brought to the site from an outside source must be inspected and approved by the Engineer at the source prior to hauling of the material. A minimum notice of two (2) weeks must be given to the Engineer for inspection and approval of the source material. The stone for the exterior layer shall consist of a relatively flat surface along the exterior face.

Construction Methods: The rock jetty shall be accurately shaped prior to placement of the exterior layer of the 450 kg stone. Rearranging of individual stones by mechanical or hand methods will be required to the extent necessary to obtain a reasonably well-graded distribution of the specified stone sizes. The completed course shall be of the specified thickness and to the lines and grades as shown on the plans or as ordered by the Engineer.

Method of Measurement: Boulder placement in river will be measured for payment as Contract

lump sum item. There will be no separate measurement for furnishing and installing supplemental

stone. Basis of Payment: Boulder placement in river in will be paid for at the contract lump sum for unit price for ‘Boulder Placement in River”, complete in place and accepted, which price shall include all materials, equipment, tools, and labor incidental thereto. No direct payment will be made for furnishing and installing supplemental stone.

Pay Item Pay Unit

Boulder Placement in River l.s.

Page 143: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0202315A

ITEM NO. 0202315A - DISPOSAL OF CONTROLLED MATERIALS Description: Work under this item shall consist of the loading, transportation, and final off-site treatment/ recycling/disposal of Controlled Materials (excluding asbestos contaminated soil or sediment (ACS) and dewatering/decontamination fluids) that have been generated from excavations within the Project limits, brought to the WSAs, and determined to be contaminated with regulated substances at non-hazardous levels. The nature of this contaminated material is documented in the reports listed in the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations.” The Controlled Materials, after proper characterization by the Engineer, shall be taken from the WSA(s), loaded, transported to and treated/recycled/disposed at a permitted treatment/recycle/disposal facility listed herein. The Contractor must use one or more of the following Department-approved treatment/ recycle/disposal facilities for the disposal of non-hazardous, non-ACS soils: Advanced Disposal Services Greentree* Landfill 635 Toby Road Kersey, PA 15846 (814) 265-1744; Don Henrichs

Advanced Disposal (Managed by Interstate Waste Services) 7095 Glades Pike Summerset, PA 15501 (814) 444-0112; Todd Cassleman

Allied Waste Niagara Fall Landfill, LLC 5600 Niagara Falls Blvd. Niagara, NY 14304 (716) 285-3398; David Hanson

Clean Earth of Carteret 24 Middlesex Avenue Carteret, NJ 07008 (732) 541-8909; Cheryl Coffee

Clean Earth of Philadelphia 3201 S. 61 Street Philadelphia, PA 19153 (732) 541-8909; Cheryl Coffee

Clean Earth of Southeast Pennsylvania, Inc. (AKA CESP) 7 Steel Road Morrisville, PA 19067 (732) 541-8909; Cheryl Coffee

Clinton Landfill 242 Church Street Clinton, MA 01510 (978) 365-4110; Chris McGown

Colonie Landfill 1319 Louden Road Cohoes, NY 12047 (518) 951-0794: Eric Morales

Page 144: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0202315A

Cumberland County Landfill (aka Community Refuse Services - Managed by Interstate Waste Services) 135 Vaughn Road Shippensburg, PA 17257 (717) 423-9953; Kevin Bush

Dudley Reclamation Project (W.L. French Excavating) 123 Oxford Avenue Dudley, MA (978) 663-2623: Jarrett Everton

ESMI of New York 304 Towpath Road Fort Edward, New York 12828 (800) 511-3764; Peter Hanson

ESMI of New Hampshire 67 International Drive Loudon, NH 03307 (800) 950-7645; Steve Bennitt

Hazelton Creek Properties, LLC* 280 South Church Street Hazelton, PA 18201 (870) 501-5050; Allen Swantek

Manchester Landfill 311 Olcott Street Manchester, CT 06040 (860) 647-3248; Brooks Parker

Ontario County Landfill (Managed by Casella Waste) 3555 Post Farm Road Stanley, NY 14561 (603) 235-3597; Scott Sampson

Phoenix Soil LLC 58 North Washington Street Plainville, CT 06062 (800) 586-4774; Sue Brenner

Red Technologies Soil 232 Airline Avenue Portland, CT 06980 (860) 342-1022; Christopher Windangle

Republic Services Conestoga Landfill* 420 Quarry Road Morgantown, PA 19543 (610) 286 - 6844; James Kuhn

Soil Safe, Inc. 378 Route 130 Logan Township, Bridgeport, NJ 08085 (410) 872-3990; Billy Booth

Ted Ondrick Company, LLC 58 Industrial Road Chicopee, MA 01020 (413) 592-2566; David S. Costanzo

Tunnel Hill Reclamation 2500 Township Road, 205 Route 2 New Lexington, OH 43764 (740) 342-1180; William Gay

Waste Management: RCI Fitchburg Landfill Fitchburg Princeton Road Westminster, MA 01473 (978) 874-0037; Frank Sepiol

Waste Management of New Hampshire P.O. Box 7065 90 Rochester Neck Road Rochester, NH 03839 (603) 330-2170; Ellen Bellio

* - Please note that if this facility is to be used, each bin letter will require an additional 10 day (or more) waiting period in addition to the 15 day lab period designated in the Specifications to allow for Pennsylvania Department of Environmental Protection (PADEP) review.

Page 145: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0202315A

The above list contains treatment/recycle/disposal facilities which can accept the waste stream generated by the Project in quantities that may be limited by their permits and their operational restrictions. It is the responsibility of the Contractor to verify that a facility will be available and capable of handling the volume as well as the chemical and physical characteristics of the material generated by the Project. Construction Methods: A. Material Disposal The Engineer will sample materials stored at the WSAs at a frequency established by the selected treatment/recycling/disposal facilities. The Contractor shall designate to the Engineer which facility(ies) it intends to use, as well as the facility acceptance criteria and sampling frequency, prior to samples being taken. The Contractor is hereby notified that laboratory turnaround time is expected to be fifteen (15) working days. Turnaround time is the period of time beginning when the Contractor notifies the Engineer which facility it intends to use and that a bin within the WSAs is full and ready for sampling, and ending with the Contractor’s receipt of the laboratory analytical results. Any change of intended treatment/recycling/disposal facility may prompt the need to resample and will therefore restart the time required for laboratory turnaround. The laboratory will furnish such results to the Engineer. Upon receipt, the Engineer will make available to the Contractor the results of the final waste characterization determinations. No delay claim will be considered based upon the Contractor’s failure to accommodate the laboratory turnaround time as identified above. The Contractor shall obtain and complete all paperwork necessary to arrange for material disposal (such as disposal facility waste profile sheets). It is solely the Contractor’s responsibility to co-ordinate the disposal of Controlled Materials with its selected treatment/recycling/disposal facility(ies). Upon receipt of the final approval from the facility, the Contractor shall arrange for the loading, transport and treatment/recycling/disposal of the materials in accordance with all Federal and State regulations. No claim will be considered based on the failure of the Contractor’s selected disposal facility(ies) to meet the Contractor’s production rate or for the Contractor’s failure to select sufficient facilities to meet its production rate. Any material processing (including but not limited to the removal of woody debris, scrap metal, pressure-treated and untreated wood timber, large stone, concrete, polyethylene sheeting or similar material) required by the Contractor’s selected facility will be completed by the Contractor prior to the material leaving the site. It is solely the Contractor’s responsibility to meet any such requirements of its facility. Any materials removed shall be disposed of or recycled in a manner acceptable to the Engineer at no additional cost. All manifests or bills of lading utilized to accompany the transportation of the material shall be prepared by the Contractor and signed by an authorized Department representative, as Generator, for each truck load of material that leaves the site. The Contractor shall forward the appropriate original copies of all manifests or bills of lading to the Engineer the same day the material leaves

Page 146: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0202315A

the Project. A load-specific certificate of treatment/recycling/disposal, signed by the authorized agent representing the disposal facility, shall be obtained by the Contractor and promptly delivered to the Engineer for each load. B. Material Transportation In addition to all pertinent Federal, State and local laws or regulatory agency policies, the Contractor shall adhere to the following precautions during the transport of Controlled Materials off-site:

1. Transported Controlled Materials are to be covered sufficiently to preclude the loss of material during transport prior to leaving the site and are to remain covered until their arrival at the selected treatment/recycling/disposal facility.

2. All vehicles departing the site are to be properly logged to show the vehicle

identification, driver’s name, time of departure, destination, and approximate volume and contents of materials carried.

3. No materials shall leave the site unless a treatment/recycling/disposal facility willing to

accept all of the material being transported has agreed to accept the type and quantity of waste.

C. Equipment Decontamination All equipment shall be provided to the work site free of gross contamination. The Engineer may prohibit from the site any equipment that in his opinion has not been thoroughly decontaminated prior to arrival. Any decontamination of the Contractor’s equipment prior to arrival at the site shall be at the expense of the Contractor. The Contractor is prohibited from decontaminating equipment on the Project that has not been thoroughly decontaminated prior to arrival. The Contractor shall furnish labor, materials, tools and equipment for decontamination of all equipment and supplies that are used to handle Controlled Materials. Decontamination shall be conducted at an area designated by the Engineer and shall be required prior to equipment and supplies leaving the Project, between stages of the work, and between work in different Project areas. The Contractor shall use dry decontamination procedures. Residuals from dry decontamination activities shall be collected and managed as Controlled Materials. If the results from dry methods are unsatisfactory to the Engineer, the Contractor shall modify decontamination procedures as required. The Contractor shall be responsible for the collection and treatment/recycling/disposal of any liquid wastes that may be generated by its decontamination activities in accordance with applicable regulations.

Page 147: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

0138-0249 ITEM NO. 0202315A

Method of Measurement: The work of “Disposal of Controlled Materials” will be measured for payment as the actual net weight in metric tons of material delivered to the treatment/recycling/disposal facility. Such determinations shall be made by measuring each hauling vehicle on the certified permanent scales at the treatment/recycling/disposal facility. Total weight will be the summation of weight bills issued by the facility specific to this Project. Excess excavations made by the Contractor beyond the payment limits specified in Specification Sections 2.02, 2.03, 2.05, 2.06, or the Contract Special Provisions (as appropriate), will not be measured for payment and the Contractor assumes responsibility for all costs associated with the appropriate handling, management and disposal of this material. The disposal of excavated materials, originally anticipated to be Controlled Materials, but determined by characterization sampling not to contain concentrations of regulated chemicals (non-polluted or “clean” materials) will not be measured for payment under this item but will be considered as surplus excavated materials and will be paid in accordance with Article 1.04.05. Any materials stored in the WSAs, and which are reused within Project limits, will not be measured for payment under this Item. This material will be paid for in accordance with Article 1.04.05. Equipment decontamination, the collection of residuals, and the collection and disposal of liquids generated during equipment decontamination activities, will not be measured separately for payment. Any material processing required by the Contractor-selected disposal facility(ies), including the proper disposal of all removed materials, will not be measured for payment. Basis of Payment: This work will be paid for at the Contract unit price, which shall include the loading and transportation of Controlled Materials from the WSAs to the treatment/recycling/disposal facility; the fees paid to the facility for treatment/recycling/disposal; the preparation of all related paperwork; and all equipment, materials, tools, and labor incidental to this work. This unit price will be applicable to all of the listed disposal facilities and will not change for the duration of the Project. This price shall also include equipment decontamination; the collection of residuals generated during decontamination and placement of such material in the WSA; and the collection and disposal of liquids generated during equipment decontamination activities.

Pay Item Pay Unit

Disposal of Controlled Materials Metric Ton (t)

Page 148: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 3/13/02

ITEM #0204151A

ITEM #0204151A – HANDLING WATER

Description: Work under this item shall consist of the construction of such cofferdams, flow

diversions, barriers, diversion pipes, or other such protective facilities and methods necessary for

the conduction of water beyond the limits of construction; the dewatering of the site on which the

permanent structure is to be constructed; and the removal of all such temporary structures and

facilities upon the completion of the permanent work or as required. The handling of water shall

be in accordance with the requirements of Section 1.10.

For the purposes of this specification, such work shall be understood to mean any temporary type

of protective facility which complies with the water handling plan indicated in the Contract and

which satisfies the condition that the permanent structure be built in the dry. The handling of

flood flows and the protection of existing structures, and any or all of the finished construction

during high water are included in the scope of work under this item.

Materials: All materials shall meet the requirements of these specifications for the material in

question, or if not so specified, they shall be of a quality satisfactory to the Engineer.

Construction Methods: The Contractor shall investigate and verify existing stream

conditions and design the necessary protection and facilities to conform to the water handling

plan shown in the Contract. Before commencing construction the Contractor shall furnish the

Engineer with details of the plan and methods proposed for handling water and accomplishing

the work. The furnishing of such plans and methods shall not relieve the Contractor of any of

its responsibility for the safety of the work and for the successful completion of the Project.

The height of any cofferdams, flow diversions, or barriers shall be as called for in the Contract.

Any necessary diversion pipes shall be installed in accordance with the Contract. All such

temporary structures or facilities shall be safely designed for all applicable loadings, extended

to sufficient depth and be of such dimensions and water-tightness so as to assure construction

of the permanent work in the dry. They shall not interfere with proper performance of the

work. Their locations shall be such as to permit excavation for permanent work to the limits

shown on the plans. Interior dimensions shall give sufficient clearance for construction and

inspection of forms. Movements or failures of the temporary protection facilities, or any

portions thereof, which prevent proper completion of the permanent work shall be corrected at

the sole expense of the Contractor.

Any pumping from within the areas of construction shall be done in such a manner as to

prevent the possibility of movement of water through any fresh concrete. No pumping will be

permitted during placing of concrete or for a period of 24 hours thereafter, unless it is done

from a suitable sump pump properly located and with a capacity to protect against damage

from sudden rising of water. Any pumped water must be discharged in accordance with the

requirements of Section 1.10.

Unless otherwise provided, or directed, all such temporary protective work shall be removed

and disposed of in an approved manner when no longer required.

Page 149: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 3/13/02

ITEM #0204151A

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 an extension of Contract time.

Method of Measurement: This item, being paid for on a lump sum basis, will not be measured

for payment.

Basis of Payment: Payment for this item will be made at the Contract 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;

disposal of water removed from the construction; damages incurred by the Contractor; and any

damage to existing facilities and to the work in progress, materials or equipment from flows or high

stages of the stream. The Contractor shall submit to the Department a schedule of payment values

for review and comment.

Pay Item Pay Unit

Handling Water l.s.

Page 150: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

ITEM NO. 0204213A - HANDLING CONTAMINATED GROUNDWATER Description: Under this Item, the Contractor shall manage, treat, and/or dispose of contaminated groundwater, dewatering wastewater, and decontamination wastewater that may be generated during excavation and management of asbestos contaminated soil and sediment (ACS) associated with the Project. As indicated in the “Notice to Contractor – Asbestos Contaminated Soil and Environmental Investigations,” some soil and sediments to be excavated within the Project Limits have been demonstrated to contain asbestos. Environmental investigations have also identified the presence of other constituents of concern including total and leachable arsenic and lead, leachable chromium, ETPH, PAHs and select VOCs. Wastewater generated during dewatering of ACS may also contain those contaminants of concern and will therefore require special provisions for management and disposal. The specific activities that generate the subject wastewater will be managed under separate items, including Item Nos. 0020807A – Dewatering and Solidification of Asbestos Contaminated Soil and Sediment and 0101124A - Decontamination. The Contractor shall design, furnish, install, and operate a coordinated system that provides for the temporary containment of contaminated wastewater encountered or generated during construction operations (i.e., free draining liquid from excavated ACS, water from dewatering activities during construction, and decontamination water). After temporary containment, the Contractor shall either: (1) transport the wastewater off-site to be disposed of at a Department-approved, permitted disposal facility (Option 1), or (2) treat the contaminated wastewater and discharge to the sanitary sewer, as authorized by the Connecticut Department of Energy and Environmental Protection (CTDEEP), local municipality, and/or utility company (Option 2). This Item does not apply to the possible diversion of existing storm water flow around the construction site during Project activities. Diversion of existing storm water or surface flows shall be completed in accordance with the Contract and all applicable permits. Construction Methods:

A. Submittals

1. Off-site Treatment/Disposal (Option 1)

If off-site disposal is selected by the Contractor as the preferred disposal option for contaminated wastewater, the Contractor shall first confirm that one or more ConnDOT-approved disposal facilities can accept the subject wastewater. If approved, the Contractor shall submit for the Engineer’s review and approval, the proposed system of handling contaminated wastewater. Such system shall not release contaminated wastewater into the environment. This submittal shall include schematics of proposed pump set-ups in the temporary Waste Stockpile Areas (WSAs), proposed location(s) of

Page 151: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

temporary containment tanks, schematics of proposed methods to transfer liquids from temporary containment tanks to transport vehicles, and schematic of the proposed method to off-load liquids at the offsite disposal facility, as applicable. All transport vehicles shall provide documentation that they hold a current “Waste Transportation Permit” per Connecticut General Statutes (CGS) 22a-454.

The Contractor shall provide leak-free containment tanks (e.g., Baker Tanks, Highland Tanks, or Manufacturing brand tanks) for temporary containment of contaminated wastewater and shall also provide and operate pumps, hoses, transport vehicles (e.g., vac trucks) and safety equipment to transfer liquids from the temporary containment tanks to the containment tanks located at the off-site permitted disposal facility, as applicable. The Contractor shall include provisions to ensure proper decontamination of temporary containment tanks and/or vacuum truck(s) under Item No. 0101124A - Decontamination.

No claim for delay or request for additional time will be considered based upon the Contractor’s failure to design a system to meet this performance specification.

2. On-Site Treatment/Disposal (Option 2)

If on-site treatment and disposal is selected, the Contractor shall be responsible for designing, procuring, installing, operating, cleaning (decontaminating in accordance with Item No. 0101124A – Decontamination), and dismantling the temporary treatment system, and for securing all necessary permits and authorizations from the CTDEEP, local municipality and/or utility company. The Contractor shall propose an economical and physically practical method of collecting, routing, treating, and discharging dewatering fluids associated with construction activities. As required for the appropriate level of operation, the Contractor shall prepare and submit to the Engineer for review, a schematic of the equipment proposed for the treatment system. At a minimum, the diagram shall show all equipment, pumps, method of conveyance, filters, flow rates, pipe sizes, valve locations, sampling port locations, discharge locations, etc. The Contractor shall submit for review manufacturer’s data sheets, assembly details and performance data on the treatment equipment, which may include, but not be limited to, settling tanks, frac tanks, particulate filters, and activated carbon units. If dewatering equipment is to remain on-site between October 15 and April 15, the Contractor shall submit his method for preventing the system from freezing. This proposal shall be submitted to the Engineer for review and approval a minimum of fourteen (14) calendar days prior to the permit/authorization application being submitted to CTDEEP. No claim for delay or request for additional time will be considered based upon the Contractor’s failure to accommodate the review process.

It is intended that the treatment system be operated from a single, fixed location throughout the duration of the Project. Power for the treatment system shall be obtained

Page 152: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

from the local power utility company. The use of an emergency generator unit as a power supply shall not be allowed. The Contractor shall make all arrangements with the local power utility company for providing electrical service to the system. The proposed wastewater treatment system (including all temporary containment tanks) shall be grounded in accordance with the latest edition of the National Electric Code requirements. The treatment system shall be designed to prevent sediments and solids, as well as contaminants in excess of the permit-allowable effluent concentrations, from entering the sanitary sewer system. The following list of wastewater treatment equipment should not be construed as a definitive list of items, but only an example of possible technologies and the level of detail expected for this submittal:

a. The Contractor shall install a meter to monitor the flow into the sanitary sewer system

so that the total daily flow can be recorded for each day of the discharge. The meter shall be capable of measuring, indicating and recording instantaneous and cumulative flows. The meter shall be used continuously during discharge. The cumulative flow meter shall be non-resettable.

b. The Contractor shall install a meter to monitor the influent in order to measure the

quantity of water being delivered to the wastewater treatment system. The meter shall be capable of measuring, indicating and recording instantaneous and cumulative flows. The meter shall be used continuously and shall be calibrated at the beginning of the dewatering activities and then periodically as directed by the Engineer.

c. Activated carbon units shall be properly sized for the flows under given operating

conditions. Each container shall contain virgin activated carbon at start-up. The unit shall be supplied with removable, gasketed cover with a bolt-type closing ring. The vessels shall have inlet and outlet couplings adequately sized for the flow and pressure rating. A drain connection shall also be provided at the bottom of the vessel. Pressure gauges shall be provided with the units so that the back-pressure of each vessel may be monitored for potential failure.

d. Settling tanks or frac tanks shall be sized to contain the total discharge from the

wastewater collection and removal sump for a period of not less than four hours, and shall be fitted with an opening capable of accepting pumped flows from dewatering operations. The settling tank shall be able to prevent silt and other solids from entering the sanitary sewer system.

e. Particulate filters shall of a suitable configuration sized appropriately for the removal

of asbestos and other particulates (silt and other solids) to achieve the necessary discharge criteria, as dictated by the local Publically Owned Treatment Works (POTW), the CTDEEP, and municipality.

Page 153: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

The Contractor shall make modifications to the sanitary sewer tie-in, if necessary, to accommodate the treatment unit. The Contractor shall obtain approval from the State and the municipality or utility company for said modifications prior to beginning the work.

The Contractor shall design the system to accommodate the anticipated wastewater generation rates based on his activities, municipality/utility limitations, and permit requirements. The Contractor is alerted that its field activities may be limited based on permit requirements or municipality/utility limitations.

3. Permits Discharge of all collected wastewater generated by construction activities to the existing on-site sanitary sewer system shall be in accordance with a CTDEEP General Permit or Temporary Authorization (as applicable), and local regulations and ordinances. The Contractor shall be responsible for obtaining the General Permit, any other necessary state or local permits, and all associated fees. A copy of the CTDEEP General Permit for the Discharge of Groundwater Remediation Wastewater to a Sanitary Sewer (DEP-WD-GP-007) is available from the CTDEEP web site at www.ct.gov/deep. However, the Contractor is solely responsible for submitting the most current permit application form to CTDEEP. The Contractor is hereby notified that a minimum lead-time of six weeks can be expected to process and approve the permit application, in addition to coordination time with the local municipality. No claim for delay or request for additional time will be considered based upon the Contractor’s failure to accommodate the permitting process.

The Contractor shall ensure that all personnel involved in the wastewater treatment operations understand the terms of the General Permit or authorization received from CTDEEP. In the event of a conflict between the requirements of this Item and the permit, the terms of the permit shall govern.

B. System Operation

1. Off-site Treatment/Disposal

Contaminated wastewater generated as a result of ACS dewatering/decontamination operations within the Project Limits shall be temporarily containerized and sampled for disposal characterization by the Engineer at a frequency established by the selected disposal facility. The Contractor shall designate to the Engineer which facility it intends to use prior to samples being collected. The Contractor is hereby notified that laboratory turnaround time is expected to be fifteen (15) working days. Turnaround time is the period of time beginning when the Contractor notifies the Engineer which facility it intends to use and that the temporary container is two-thirds full and ready for sampling, and ending with the Contractor’s receipt of the laboratory analytical results. Any change of intended disposal facility may prompt the need to resample and will therefore restart the time required for laboratory turnaround. The laboratory will furnish such results to the Engineer. Upon receipt, the Engineer will make available to the Contractor the results of the final waste

Page 154: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

characterization determinations. No delay claim will be considered based upon the Contractor’s failure to accommodate the laboratory turnaround time as identified above. The containerized wastewater shall then be transported off-site and disposed of at the approved disposal facility. All manifests or bills of lading utilized to accompany the transportation of the contaminated wastewater shall be prepared by the Contractor and signed by an authorized Department representative, as Generator, for each truckload of contaminated wastewater that leaves the site. The Contractor shall forward the appropriate original copies of all manifests or bills of lading to the Engineer the same day the contaminated wastewater leaves the Project Site.

A load-specific certificate of disposal, signed by the authorized agent representing the disposal facility, shall be obtained by the Contractor and promptly delivered to the Engineer for each load.

The Contractor must use one of the following Department- and CTDEEP-approved treatment facilities for State-regulated liquid disposal:

Clean Harbors of Connecticut, Inc. Attn: Glen Carlson 51 Broderick Road Bristol, CT 06010 Phone: (860) 583-8917 Fax: (860) 585-1740

Tradebe Environmental Services, LLC Attn: Eric Congdon 136 Gracey Avenue Meriden, CT 06451 Phone: (888) 276-0887 Fax: (203) 238-6772

Tradebe Environmental Services, LLC (Bridgeport United Recycling, Inc.) Attn: Eric Congdon 50 Cross Street Bridgeport, CT 06610 Phone: (888) 276-0887 Fax: (203) 630-4415

All transport vehicles shall provide documentation that they hold a current “Waste Transportation Permit” per Connecticut General Statutes (CGS) 22a-454.

If the sediment level in any tank or other containment vessel used to contain dewatering fluids exceeds 20 inches, the tank or containment vessel shall be cleaned. The Contractor shall bring such ACS residuals to the appropriate temporary WSA for characterization by the Engineer.

Page 155: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

2. On-Site Treatment/Disposal (Option 2) The Contractor is responsible for operating and maintaining the treatment system while it is in operation. This includes providing appropriate supervision during evenings, weekends, and holidays. If the system is allowed to operate unattended, a remote alarm system meeting with the approval of the Engineer shall be installed to monitor critical system operating parameters and the Contractor shall be responsible for providing rapid emergency response during non-working hours in the event a system malfunction occurs.

The Contractor shall not commence Project activities requiring dewatering capacity until such time as:

a. The temporary water treatment system design is reviewed and approved by the

Engineer; b. The system is installed in accordance with the accepted design and is completely

operational; c. Any necessary permit or authorization is approved by the CTDEEP, local

municipality and/or utility company.

The Engineer will sample the treatment system discharge as required by the permit or authorization. The Engineer shall furnish the Contractor with copies of the analytical results for submittal to the appropriate agency(ies). The Engineer will notify the Contractor any time that the discharge exceeds the pollutant levels established in the permit. In the event of an exceedance, the Contractor shall:

1. Cease the discharge immediately; 2. Notify the Department, the CTDEEP, and any other parties named in the permit; and 3. Modify the system to meet performance requirements.

No claim for delay, request for additional time, or request for additional design costs for the system will be considered based upon the Contractor’s failure to design a system to meet this performance specification.

If required, the Contractor shall restart the discharge in accordance with all necessary approvals from the CTDEEP and it shall be in full compliance with the General Permit and any amendments imposed thereto.

C. Equipment Decontamination

All equipment shall be provided to the work site free of gross contamination. The Engineer may prohibit from the site any equipment that in his opinion has not been thoroughly decontaminated prior to arrival. Any decontamination of the Contractor’s equipment prior to arrival at the site shall be at the expense of the Contractor. Decontamination of all equipment and materials that are used to handle contaminated wastewater under this Item shall be conducted under Item No. 0101124A - Decontamination.

Page 156: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

10/04/17

138-249 ITEM NO. 0204213A

Method of Measurement Measurement for work and materials involved with Handling Contaminated Groundwater will include: all equipment, materials, tools and labor incidental to temporary storage, and (1) Option 1 - transfer, transport and off-site disposal of contaminated wastewater at an approved disposal facility or (2) Option 2 – system design, construction, operation, treatment, and discharge to the sanitary sewer. This shall include any necessary permit/authorization application and sewer discharge fees, and the initial design of the system, but not any additional design that may become necessary due to the Contractor’s failure to meet discharge requirements. The Engineer will sample any silt or sediments generated as a part of this Item for waste characterization determination. Disposal of the material shall be in accordance with Item No. 0020806A - Disposal of Asbestos Contaminated Soil. Sedimentation control associated with work under this Item will be paid under the appropriate items of the Contract. Basis of Payment: This work shall be paid for at the Contract lump sum price for “HANDLING CONTAMINATED GROUNDWATER,” which shall include all materials, tools, equipment and labor incidental to the completion of this Item for the duration of the Project which shall include: all equipment, materials, tools and labor incidental to transfer, transport and off-site disposal of contaminated groundwater at an approved disposal facility (Option 1), or (2) construction, operation, treatment, and discharge to the sanitary sewer (Option 2), as well as the initial equipment design, permit/authorization application, treatment, conveyance to the sanitary sewer, sewer discharge fees, and transport and disposal of contaminated groundwater (as necessary).

Pay Item Pay Unit

Handling Contaminated Groundwater Lump Sum (L.S.)

Page 157: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 1/25/06

ITEM # 0210305A

ITEM # 0210306A

ITEM # 0210305 A – RELOCATED TURBIDITY CONTROL CURTAINS

ITEM # 0210306 A - TURBIDITY CONTROL CURTAINS

Description:

This work consists of furnishing, constructing, installing, maintaining, resetting, relocating and

ultimately removing a turbidity curtain from the Housatonic River to minimize the drift of

suspended sediment in the river. Construction of the turbidity curtains shall be as indicated and

as directed by the Engineer.

Submit the following in accordance with Form 816 Article 1.20-1.05.02

1. Product Data: the manufacturer's drawings and technical specifications to the

Engineer for approval.

Materials:

A. Curtain: The curtain shall be a synthetic material coated with suitable elastomeric or

polymeric compound and have a high resistance to weathering, hydrocarbons, fresh and salt

water, and temperature extremes. The material shall have a tensile strength of not less than 200

lb (890 N) when measured lengthwise or crosswise. Seams, if required, shall be either

vulcanized welded or sewn and shall develop the full strength of the material.

B. Flotation Units: Flotation units shall be flexible, buoyant units contained in a flotation

sleeve or collar attached to the turbidity curtain. Buoyancy provided by the flotation units shall

be sufficient to support the required width of the turbidity curtain and maintain a freeboard of at

least 3" (75 mm) above the water surface level.

C. Load Lines: Load lines shall be fabricated into the top and bottom of the turbidity

curtain. The top load line shall consist of woven webbing or vinyl sheathed steel cable and shall

have a minimum breaking strength of 10,000 lb (44.6 kN). The bottom loadline shall consist of a

3" (6 mm) galvanized steel chain incorporated into the bottom hem of the turbidity curtain to act

as ballast. The load lines shall have suitable devices which develop the full breaking strength for

connecting to load lines in adjacent sections.

D. Fasteners: Fasteners shall be either 5/8" (16 mm) long brass or copper staples, or 17 gage

(1.37 mm) galvanized or aluminized steel tie wires long enough to securely attach the fabric to

the posts.

E. Anchors: Anchors shall be standard marine type boat anchors. The Contractor shall use

Danforth type anchors for sandy bottoms, or kedge or mushroom type anchors for mud bottoms.

The size, weight, and overall number of the anchors shall be sufficient to hold the turbidity

curtain in its intended location. Alternate anchoring methods such as heavy concrete weights,

Page 158: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 1/25/06

ITEM # 0210305A

ITEM # 0210306A

driven pilings, or stakes may be used if approved, prior to use, by the Engineer. Such alternative

materials shall be sufficient for holding Turbidity Control Curtains in place.

F. Rope: Rope shall be polypropylene, 5/8" (16 mm) diameter, with a minimum breaking

strength of 800 lb (3.6 kN).

Construction Methods:

A. General:

1. When assembling and installing a turbidity curtain, the Contractor shall follow the

directions of the turbidity curtain manufacturer.

2. Unless otherwise directed by the Engineer, the Contractor shall begin installation at

high tide from a shoreline anchorage and work along with the current in a

downstream direction.

3. The turbidity curtain shall form a continuous vertical and horizontal barrier to

suspended sediment. The bottom of the turbidity curtain shall rest in contact with the

bottom of the river for the entire length of the turbidity curtain. The top of the

turbidity curtain shall extend above the water surface with at least a 3" (75 mm)

freeboard for all stages of water levels.

4. All construction activities which generate any sediment or turbidity into the river

shall be contained within the turbidity curtain.

B. Installation of Floating Turbidity Curtain:

1. The turbidity curtain shall be floated into position, attached to the anchor lines, and

then unfurled.

2. The Contractor shall securely attach curtain panel ends together using rope lashings.

The top lashing shall be securely tied to the anchor line.

3. The Contractor shall place the anchors such that the turbidity curtain remains in the

Plan location and none of the flotation devices are pulled under the water surface. If

directed by the Engineer, the Contractor shall supply and place additional anchorage.

C. Maintenance of Turbidity Curtain:

1. Throughout the Project construction period, the Contractor shall maintain the

turbidity curtain so that no sediment caused by the Project enters the river beyond the

turbidity curtain.

2. All turbidity curtain damaged prior to installation, during installation, or during the

life of the Contract shall be repaired or replaced to the satisfaction of the Engineer.

Page 159: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 1/25/06

ITEM # 0210305A

ITEM # 0210306A

D. Removal of Turbidity Curtain:

1. The turbidity curtain shall remain in place until the Project is complete and the

turbidity has settled to no more than what existed prior to the start of construction.

2. When directed by the Engineer, the turbidity curtain shall be furled in place, then

released from its anchors and towed out of the water. The turbidity curtain and all

materials incidental to the construction of the turbidity curtain shall be removed in

such a manner as to minimize turbidity to adjacent waters.

3. The turbidity curtain and related components shall become the property of the

Contractor and shall be removed from the Project.

Method of Measurement:

The quantity of floating and staked turbidity curtain will be measured, from edge to edge of the

turbidity curtain along the support cable, as the actual number of linear meters of turbidity

curtain placed and accepted.

Basis of Payment:

Turbidity Control Curtains The quantity of floating turbidity curtain will be paid for at the Contract unit price per linear

meter of curtain. Price and payment will constitute full compensation for furnishing, assembling,

installing, maintaining, and removing the turbidity curtain and all materials incidental to the

construction and installation of the turbidity curtain, and for all labor, tools, equipment, and

incidentals required to complete the work.

Relocated Turbidity Control Curtains

This work will be paid for at the contract unit price per meter for Relocated Turbidity Control

Curtains, which price shall include the cost of relocating the containment from one area to

another within the project and all labor, materials, equipment, tools and incidentals thereto,

necessary to complete this work.

Pay Item Pay Unit

Turbidity Control Curtains m

Relocated Turbidity Control Curtains m

Page 160: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

ITEM #0210820A

ITEM #0210820A – WATER POLLUTION CONTROL

2.10.01 - Description: Replace with the following:

This work shall consist of measures to control water pollution and soil erosion through the use of

berms, dikes, dams, sediment basins, sediment tanks, erosion control matting, gravel, mulches,

grasses, slope drains, ditches, channels, riprap, grading to control surface runoff and other

erosion control devices or methods chosen by the Contractor or as directed by the Engineer.

If the Contractor proposes changes in construction or his scheduling that would affect the

designed pollution controls, he shall submit plans before starting construction for revised

pollution controls for the approval of the Engineer.

The Contractor shall submit a plan showing erosion and sedimentation controls above and

beyond those called for in the plans and/or specifications, necessitated by the proposed sequence

of operations and/or construction activities. The construction shall not proceed until the erosion

and sedimentation control plans have been approved by the Engineer. The Engineer may order

additional control measures if the measures mentioned above prove insufficient.

Page 161: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

ITEM #0211000A

ITEM #0211000A - ANTI –TRACKING PAD

Description: This work shall consist of furnishing, installing, maintaining and removing a

crushed stone anti-tracking pad on geotextile filter fabric. All areas affected by the anti-tracking

pad shall be restored to the original or plan contours at the location and details shown on the

plans or ordered by the Engineer.

Materials:

The crushed stone shall meet the grading requirements of Article M.01.01 for 2-in (50 mm) (No.

3) coarse aggregate.

Geotextile filter fabric shall meet the requirements of Section 7.55 and Subarticle M.08.01-19.

Construction Methods: Clear area of anti-tracking pad of all vegetation and excavate to a

minimum depth of 150mm. Place geotextile filter fabric over the full width and length of

excavated area and cover with No. 3 crushed stone to a minimum depth of 150mm).

The anti-tracking pad shall be uniformly graded to produce the entry and exit path to the site for

all construction equipment. The pad shall be maintained of sufficient grading and stone surface

to capture all soils and sediment from equipment tires prior to such exiting from the site.

Crushed Stone shall be replenished or replaced as necessary or as ordered by the Engineer to

assure sufficient capture of sediment at the construction site. Any sediment tracked off the site

shall be immediately cleaned, swept and removed by the Contractor at no cost to the State.

Method of Measurement: This work will be measured for payment by the number of square

meters of accepted anti-tracking pad completed as shown on the plans or ordered by the

Engineer.

Basis of Payment: Payment for this work will be made at the Contract unit price per square yard

(square meter) for “Anti-Tracking Pad,” which shall include furnishing and placing all material,

including the geotextile; for maintaining the anti-tracking pad during the Project construction

period; for removing the anti-tracking pad after completion of the Project; for restoring the site,

including any required turf establishment; and for all labor, equipment, tools, and incidentals

required to complete the work as well as the cleaning and sweeping of any sediment or crushed

stone tracked off site.

Clearing and grubbing required to install the anti-tracking pad will be paid under the item

"Clearing and Grubbing."

Pay Item Pay Unit

Anti-Tracking Pad sq.m

Page 162: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 4/21/17 Metric

ITEM #0406285A

ITEM #0406285A - FINE MILLING OF HOT MIX ASPHALT (HMA) (0 TO

100 MM)

Description: This work shall consist of the milling, removal, and disposal of existing HMA

pavement.

Construction Methods: The Contractor shall remove the HMA 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 milled 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 (9.1 meter minimum), non-contact ski (6.1 meter

minimum), or mobile string line (9.1 meter 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 100 mm deep cut in one pass. The rotary drum of the

machine shall use carbide or diamond tipped tools spaced not more than 8 mm apart. The

forward speed of the milling machine shall be limited to no more than 13.7 meters/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.

Page 163: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 4/21/17 Metric

ITEM #0406285A

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 3 meter 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 6 mm. The variation of the top of any ridge to the bottom of the groove adjacent to that

ridge shall not exceed 6 mm. 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 76.2 meters 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 +/- 12.5 mm 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

Page 164: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 4/21/17 Metric

ITEM #0406285A

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 25.4 mm exposed to traffic as a

result of milling. All structures within the roadway that are exposed to traffic and greater than 25

mm above the milled surface shall receive a transition meeting the following requirements:

For roadways with a posted speed limit of 56 km/hr or less*:

1. Round structures with a vertical face of greater than 25.4 mm to 63.5 mm 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 63.5 mm 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 25.4 mm 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 64, 72 or 80 km/hr:

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 72 km/hr:

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

sweeping equipment may be provided in lieu of the sweeper truck where acceptable to the

Engineer.

Page 165: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 4/21/17 Metric

ITEM #0406285A

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

meters 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 meter for

“Fine Milling of Hot Mix Asphalt (0 to 100 mm).” 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 Hot Mix Asphalt sq.m

(HMA) (0 to 100 mm)

Page 166: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 7/18/16

ITEM #0406999A

ITEM #0406999A - ASPHALT ADJUSTMENT COST

Description: The Asphalt Adjustment Cost will be based on the variance in price for the performance-graded binder component of hot mix asphalt (HMA), Polymer Modified Asphalt (PMA), and Ultra-Thin Bonded Hot-Mix Asphalt mixtures completed and accepted during the Contract.

The Asphalt Price is available on the Department of Transportation website at:

http://www.ct.gov/dot/asphaltadjustment

Construction Methods:

An asphalt adjustment will be applied only if all of the following conditions are met: I. For HMA and PMA mixtures:

a. The HMA or PMA mixture for which the adjustment would be applied is listed as a Contract item with a pay unit of tons.

b. The total quantity for all HMA and PMA mixtures in the Contract or individual

purchase order (Department of Administrative Service contract awards) exceeds

1000 tons or the Project duration is greater than 6 months.

c. The difference between the posted Asphalt Base Price and Asphalt Period Price varies by more than $5.00 per ton.

II. For Ultra-Thin Bonded HMA mixtures: a. The Ultra-Thin Bonded HMA mixture for which the adjustment would be applied is

listed as a Contract item. b. The total quantity for Ultra-Thin Bonded HMA mixture in the Contract exceeds:

i. 800 tons if the Ultra-Thin Bonded HMA item has a pay unit of tons. ii. 30,000 square yards if the Ultra-Thin Bonded HMA item has a pay unit of square

yards. Note: The quantity of Ultra-Thin Bonded HMA measured in tons shall be determined

from the material documentation requirements set forth in the Ultra-Thin Bonded HMA item Special Provision.

c. The difference between the posted Asphalt Base Price and Asphalt Period Price varies by more than $5.00 per ton.

d. No Asphalt Adjustment Cost will be applied to the liquid emulsion that is specified as part of the Ultra-Thin Bonded HMA mixture system.

III. Regardless of the binder used in all HMA or PMA mixtures, the Asphalt Adjustment Cost will be based on PG 64-22.

The Connecticut Department of Transportation (CTDOT) will post on its website, the average per ton selling price (asphalt price) of the performance-graded binder. The average is based on the high and low selling price published in the most recent available issue of the Asphalt Weekly

Monitor® furnished by Poten & Partners, Inc. under the “East Coast Market – New England, New Haven, Connecticut area,” F.O.B. manufacturer’s terminal.

Page 167: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 7/18/16

ITEM #0406999A

The selling price furnished from the Asphalt Weekly Monitor ® is based on United States dollars per standard ton (US$/ST).

Method of Measurement:

where

• HMA:

1. For HMA, PMA, and Ultra-Thin Bonded HMA mixtures with pay units of tons: The quantity in tons of accepted HMA, PMA, or Ultra-Thin Bonded HMA mixture measured and accepted for payment.

2. For Ultra-Thin Bonded HMA mixtures with pay units of square yards: The quantity of Ultra-Thin Bonded HMA mixture delivered, placed, and accepted for payment, calculated in tons as documented according to the Material Documentation provision (Construction Methods, paragraph G) of the Ultra-Thin Bonded HMA Special Provision.

• Asphalt Base Price: The asphalt price posted on the CTDOT website 28 days before the actual bid opening posted.

• Asphalt Period Price: The asphalt price posted on the CTDOT website during the period the HMA or PMA mixture was placed.

• PG%: Performance-Graded Binder percentage 1. For HMA or PMA mixes: � PG% = 4.5 for HMA S1 and PMA S1 � PG% = 5.0 for HMA S0.5 and PMA S0.5 � PG% = 6.0 for HMA S0.375, PMA S0.375, HMA S0.25 and PMA S0.25

2. For Ultra-Thin Bonded HMA mixes: PG% = Design % PGB (Performance Graded Binder) in the approved job mix formula, expressed as a percentage to the tenth place (e.g. 5.1%)

The asphalt adjustment cost shall not be considered as a changed condition in the Contract as result of this provision since all bidders are notified before submission of bids. Basis of Payment: The "Asphalt Adjustment Cost" will be calculated using the formula indicated above. A payment will be made for an increase in costs. A deduction from monies due the Contractor will be made for a decrease in costs. The sum of money shown on the Estimate and in the itemized proposal as "Estimated Cost" for this item will be considered the bid price although the adjustment will be made as described above. The estimated cost figure 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 cost figure will be used to determine the amount of the bid for the Contract.

Pay Item Pay Unit Asphalt Adjustment Cost est.

Formula: HMA X [PG%/100] x [(Period Price - Base Price)] = $ ____

Page 168: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev 9/19/17

ITEM #0502189A

ITEM #0502189A – REMOVAL OF TEMPORARY TRESTLE

Description: This item shall consist of the removal and disposal of the existing temporary bridge

trestle, trestle fingers, temporary fender system, moorings, dolphins, anchorages, metal pipe piling,

sheet piling, ramps to the trestle, and temporary fill, as shown on the plans and as constructed

under Contract 138-221, in accordance with the Permit requirements.

The Contractor shall be responsible for selecting the means and methods for disassembling and

removing the trestle and components to meet the environmental permit restrictions. The

Contractor shall also submit information in accordance with Article 1.05.02 and as noted below,

and shall include design calculations, construction schematics, construction sequences and

procedures to the Engineer for review.

The information shown on the plans has been permitted by the governing local, state and federal

agencies. The Contractor shall be responsible for obtaining any revised permits, due to a change

in the removal methodology which could cause environmental or navigational impacts, from all

governing local, state and federal agencies.

The Contractor shall note that obtaining approvals from ACOE, IWRD, OLISP and USCG is a

lengthy process and should be taken into consideration when selecting the means and methods for

construction.

Metal pipe piles and sheet piles within the Project limits at the following locations shall be

extracted from the river bed, decontaminated and disposed of from the Site:

Stratford Construction Site:

68 metal pipe piles embedded within the Housatonic River bed

7 metal sheet piles embedded within the Housatonic River bed

Milford Construction Site

79 metal pipe piles embedded within the Housatonic River bed

10 metal sheet piles embedded within the Housatonic River bed

Metal pipe piles stockpiled inland within the Project limits at the following locations shall also be

decontaminated and disposed of from the Site:

Stratford Construction Site:

82 metal pipe piles

Milford Construction Site

36 metal pipe piles

Page 169: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev 9/19/17

ITEM #0502189A

Construction Methods: The Contractor’s means and methods for disassembly and removal shall

meet all requirements established in the regulatory permits for the Project. The Contractor shall

submit to the Engineer for review and approval, detailed working drawings and computations at

least 30 calendar days prior to undertaking any work in the river. No work shall begin in the river

until the working drawings have been approved by the Engineer. The working drawings shall

include the sequence and method of dismantling and removal of the existing structure including

the removal of the metal pipe piling and sheet piling, and all limitations of operations as outlined

in the Contract. Design calculations supporting the proposed dismantling and removal plans

stamped by a Professional Engineer registered in the State of Connecticut shall be submitted with

the plans.

Controlled material adhered to the trestle components shall be removed, handled, decontaminated,

solidified, stored, loaded, transported and disposed of in accordance with their respective contract

items.

Method of Measurement: Removal of Temporary Trestle will be paid for on a lump sum basis

and will not be measured for payment.

Basis of Payment: This work will be paid for at the Contract lump sum price for “Removal of

Temporary Trestle,” which shall include the preparation of submittals, removal and disposal of

existing metal pipe and sheet piling, disposal of metal pipe piling stockpiled at the site, wooden piles

and fenders, fill, abutments, any temporary bulkheads to contain fill, test pits, utility protection,

trestles, temporary ramps to trestle, barges, moorings, dolphins, anchors, materials, tools, equipment,

labor and work incidental thereto.

The lump sum payment for “Removal of Temporary Trestle” will be made in accordance with the

following percentages once the Engineer has accepted the completion of each activity.

Activity Progress Payment

Working Drawing Submission Reviewed and

Accepted by the Engineer

10 %

Removal 90 %

The cost of removal, special handling, decontamination, material solidification, dewatering,

storage, loading, transportation and disposal of controlled material will be paid for under their

respective contract items.

Pay Item Pay Unit

Removal of Temporary Trestle l.s.

Page 170: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/28/17

ITEM #0506001A

ITEM #0506001A – CONCRETE FOR STEPS AND COPINGS

Work under this item shall be in accordance with the requirements of Section 5.06

amended as follows:

Description: This item shall consist of installing a state-furnished concrete endwall stored on-

Site.

Materials: The concrete endwall for the proposed 600mm culvert was manufactured by United

Concrete on 2-8-2016 and is stored on-Site in the Town Stratford under Bridge No. 00135,

Interstate 95 over the Housatonic River.

Method of Measurement: This item will be measured for payment by the number of precast

concrete endwalls installed and accepted at the location shown on the plans or as directed by the

Engineer.

Basis of Payment: This work will be paid at the Contract unit price for each precast concrete

endwall under “Concrete Steps and Copings” complete in place, which price shall include all

equipment, tools, and labor incidental thereto.

Pay Item Pay Unit

Concrete Steps and Copings ea.

Page 171: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev 9/25/17

ITEM #0507791A

ITEM #0507791A – REBUILD CATCH BASIN

Work under this item shall conform to the applicable requirements of Section 5.07 of Form 816

amended as follows:

5.07.01 – Description: This item shall consist of repairing and reconstructing existing catch

basins, to a maximum depth of 1.2 meter below catch basin top, in conformity with the lines, grades,

dimensions and details shown on the plans. If the contractor finds repairs are needed at a depth

greater than 1.2 meter and the Engineers concurs, the catch basin will be replaced.

5.07.04 – Methods of Measurement: Rebuilding of catch basins will be measured as units. There

will be no measurement or direct payment for the application of the protective compound material,

but the cost of this shall be considered as included in the general cost of the work. There will be no

measurement for excavation; cutting, removal and replacement of pavement, pervious material and

backfill.

5.07.05 – Basis of Payment: This work will be paid for at the contract unit price per each for

“Rebuild Catch Basin” which price shall include all labor, materials, equipment, and all work

incidentals thereto.

Pay Item Pay Unit

Rebuild Catch Basin ea.

Page 172: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/25/17

ITEM #0511501A

ITEM #0511501A – REMOVAL OF BRIDGE DRAINAGE SYSTEM (SITE

NO. 1)

Description: Work under this item shall also consist of removing and properly disposing existing

temporary HPPE pipe attached to the bridge scupper downspouts where indicated on the plans or

as ordered by the Engineer.

Construction Methods: The Contractor shall take appropriate care not to damage the drainage

downspout and attachments during the removal of the HDPE pipe. Any damaged

Method of Measurement: Removal of Bridge Drainage System will be paid for on a lump sum

basis and will not be measured for payment. Any damage incurred to the existing downspout and

attachments during the removal of the HDPE pipe shall be repaired or replaced by the Contractor

at no cost to the State.

Basis of Payment: This item will be paid for at the contract lump sum price for “Removal of

Bridge Drainage System”, complete and in place, which price shall include the removal and

disposal of the pipe, all materials, tools, equipment, and labor incidental thereto.

Pay Item Pay Unit

Removal of Bridge Drainage System (Site no. 1) l.s.

Page 173: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0601330A

ITEM #0701110A

ITEM #0601330A - PRECAST CONCRETE SLAB

ITEM #0701110A – FLOATING DOCK SYSTEM

Description: The following items describe the work to install a Boat Launch Ramp with state

furnished material at the location as shown on the Contract Plans.

1. Precast Concrete Slab – This item will consist of installing the precast concrete slabs

in the location and to the dimensions and details as shown on the Contract Plans and

in accordance with these specifications.

2. Floating Dock System – This item will include the installation of a complete floating

dock system, including three (3) pile dolphins, guidance piles, accessories and

connections at the location as shown on the Contract Plans and in accordance with

these specifications.

Materials:

1. The following state furnished materials for the precast concrete slab and floating dock

system are stored at the Moses Wheeler Milford Project site.

a. 8 each of 2.44m (8’) x 7.62m (25’) Floating Dock Components

b. 132 Precast Concrete Slabs

c. 8 each of 2.44m (8’) Piano Hinge Connections

d. 8 each of HD Piling hoop design with 4 rollers

e. 216 each Accu-Dock 100mm ( 4”) HD Bump Strip

f. 30 each of S-Style Aluminum Cleats

g. 13 each of Timber Piles, 300mm diameter

h. 2 each 3-Pile Dolphin Cluster, 300mm Diameter

The hardware for the precast concrete slab components are stored at ConnDOT

Construction District 3, 140 Pond Lilly Ave., New Haven, CT. Contact Mr. Steven

Hebert at 203-389-3154

2. Reinforcing steel – epoxy coated shall conform to the requirements of Article M.06.01.

Construction Methods: After removal of the temporary trestle bridge and the existing boat

ramp structure, the precast concrete ramp structure shall be installed as shown on the plans.

Pile driving methods for guidance piles and dolphins shall be in accordance with Article 7.02.03,

except as modified or specified herein:

1. Piles shall be driven 5m minimum into the underlying sand layer. The location of the

sand layer will be determined by the change in blow count. It is the Contractor’s

Page 174: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0601330A

ITEM #0701110A

responsibility to have sufficiently long piles to obtain the required penetration into the

sand layers without splicing of the timber piles. The actual top of sand stratum elevation

may vary.

After the installation of the guidance piles, the dock system structure shall be installed as shown

on the plans and in accordance with the manufactures recommendations.

The methods of construction for the dolphin system shall meet the requirements of Division II,

Sections 16 & 17 of the latest AASHTO Standard Specifications for Highway Bridges including

Interim Specifications.

All holes in the timber for bolts shall be drilled and counter sunk in accordance with Section 16,

Division II of latest AASHTO Standard Specifications for Highway Bridges, including Interim

Specifications. Field measurements of the cast-in inserts shall be taken to ensure fabrication and

proper installation fit-up of the timber components prior to any fabrication or construction of the

fender system.

Should the Contractor elect to install the precast concrete slab, floating dock system and dolphin

system, and guidance piles in the "dry," the Contractor's method of operation shall first be

submitted to the Engineer for approval. Any additional costs associated with working in the

"dry" shall be borne by the Contractor.

For underwater work the Contractor shall submit resumes of the diving personnel to be employed.

All diving personnel shall have had at least three years of diving experience.

Method of Measurement: The various quantities of materials will be measured for payment

under the materials listed below:

1. Precast Concrete Slab will not be measured for payment.

2. Floating Dock System, including the three (3) Pile Dolphins and Guidance Piles, will not

be measured for payment.

Basis of Payment:

1. Precast Concrete Slab – This work will be paid for at the Contract Lump Sum price for

“Precast Concrete Slab” complete and in place, which price will include all materials,

equipment, tools and labor incidental thereto. The precast concrete slabs and hardware

have been purchased by the State.

2. Floating Dock System – This work will be paid for at the Contract Lump Sum price for

“Floating Dock System” complete in place, which price shall include all materials,

equipment, tools and labor incidental thereto. The floating dock system, the three-pile

dolphins, guidance piles and hardware have been purchased by the State.

Page 175: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0601330A

ITEM #0701110A

Pay Item Pay Unit

Precast Concrete Slab l.s. Floating Dock System l.s.

Page 176: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/13/17

ITEM #0603801A

ITEM #0603801A – STRUCTURAL STEEL

Work under this item shall meet the requirements of Section 6.03, amended as follows:

Description: This item shall consist of installing structural steel that has been furnished by the

State for the boat launch ramp rail system at the location as shown on the plans or as directed by

the Engineer.

Materials: The structural steel material is stored under Bridge No. 00135, I-95 over the

Housatonic River in the Town of Milford.

Method of Measurement: The item will be measured for payment by the number of kilograms

of structural steel installed and accepted by the Engineer.

Basis of Payment: This work will be paid for at the contract unit price per kilogram for

“Structural Steel” complete in place, which price shall include all, equipment, tools, and labor

incidental thereto.

The cost for supply of the material is not included in this item.

Pay Item Pay Unit

Structural Steel kg

Page 177: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

Item #0651363A

ITEM #0651363A – 750MM CORRUGATED ALUMINUM PIPE (SMOOTH

INTERIOR)

6.51.01 - Description:

Work under this item shall conform to the requirements of Section 6.51 amended as follows:

This item shall consist of installing a state furnished aluminum pipe at the location as shown on

the plans or as directed by the Engineer.

5.06.02 - Materials

The state furnished aluminum pipe is stored on-site in the Town of Milford underneath Bridge

No. 00135, Intestate 95 over the Housatonic River.

Method of Measurement:

The item will be measured for payment by the number of meters of 750mm Corrugated

Aluminum Pipe (Smooth Interior)” installed and accepted at the location as shown on the plans

or as directed by the Engineer.

Basis of Payment:

This work will be paid for at the contract unit price per meter for “750mm Corrugated Aluminum

Pipe (Smooth Interior)” complete in place, which price shall include all, equipment, tools, and

labor incidental thereto.

Pay Item Pay Unit

750mm Corrugated Aluminum Pipe

(Smooth Interior) m

Page 178: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

ITEM #0811005A

ITEM #0811005A - CONCRETE WHEEL STOP

Description:

This item shall consist of furnishing and installing precast concrete wheel stops in parking stalls

at locations indicated on the plans or as ordered by the Engineer.

Materials:

Concrete wheel stops shall be precast units made for the intended purpose. They shall be

approximately 175 mm high by approximately 1800 mm long, cast with two holes to accept pins

for anchoring the unit to the ground. The precast units will have drainage slots cast into the

bottom to allow stormwater runoff to flow under the units in the installed condition. All materials

used for concrete shall conform to the requirements of Section M.03 of Form 816. The 28-day

compressive strength of the concrete shall be a minimum of 21 Mpa.

Steel pins for anchoring the units shall be #25M reinforcing steel bars conforming to the

requirements of Section M.06.01. Each wheel stop unit shall be anchored with two 500 mm long

bars.

Construction Methods:

Concrete wheel stops shall be located approximately 1.4 meters from the back of the parking

stall, centered on the width of the parking stall. Each unit shall be anchored to the ground with

two steel pins driven to be flush with the top of the wheel stop unit.

Method of Measurement:

Concrete wheel stops will be measured as units, in place and acceptable to the Engineer.

Basis of Payment:

This work will be paid for at the contract unit price each for “Concrete Wheel Stop,” complete

in place, which price shall include all materials, equipment, tools and labor incidental thereto.

Pay Item Pay Unit

Concrete Wheel Stop ea.

Page 179: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0824052A

ITEM #0824052A – REMOVE EXISTING CONCRETE BARRIER CURB

Description: Work under this item shall consist of the removal and disposal of precast concrete

barrier curb from its existing location as indicated on the plans or as directed by the Engineer.

Construction Methods: Controlled material adhered to the concrete barrier curb shall be

removed, handled, decontaminated, solidified, stored, loaded, transported and disposed of in

accordance with their respective contract items.

All concrete barrier curb removed shall be disposed of by the Contractor.

Method of Measurement: This work will be measured for payment by the actual number of

meters of precast concrete barrier removed measured along the face of the barrier.

Basis of Payment: This work will be paid for at the contract unit price per meter for “Remove

Existing Concrete Barrier Curb”, which price shall include all equipment, tools, and labor

incidental thereto and shall include the disposal of the concrete barrier curb.

The cost of removal, special handling, decontamination, material solidification, dewatering,

storage, loading, transportation and disposal of controlled material will be paid in accordance

with their respective contract items.

Pay Item Pay Unit

Remove Existing Concrete Barrier Curb m

Page 180: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 3/15/10

ITEM #0900000A

ITEM #0900000A – NOISE MITIGATION

Description: Under this item, in the event the Contractor has satisfied the source level noise

requirements as described in Section 1.10 (Article 1.10.05), and has also implemented all noise

reduction materials and methods as described in Section 1.10 (Article 1.10.05), as amended in

these Special Provisions and approved by the Engineer, the Engineer will direct the Contractor to

implement the use of additional noise barriers, noise control curtain systems or other methods to

reduce the noise levels or to alleviate the nuisance conditions. The Contractor may be required to

prepare working drawings, stockpile noise reduction materials, construct, deploy, maintain and

remove noise pollution control devices when and as directed by the Engineer.

Materials: Noise reduction materials used for noise barriers and noise control curtains may be

new or used. Used materials shall be of a quality and condition to perform their designed function.

Noise control barriers and noise control curtains shall have a Sound Transmission Class of STC-

30 or greater, based on certified sound transmission loss data taken according to ASTM Test

Method E90. They shall also have a Noise Reduction Coefficient rating of NRC-0.85 or greater,

based on certified sound absorption coefficient data taken according to ASTM Test Method C423.

Noise barriers using materials consistent with those as follows:

Noise barriers shall be constructed of 3/4-inch Medium Density Overlay (MDO) plywood

sheeting, or other material of equivalent utility and appearance having a surface weight of 9.8

kilograms per square meter (2 lbs/sq.ft.) or greater.

Noise barriers shall be lined on one side with glass fiber, mineral wool, or other similar noise

curtain type noise-absorbing material at least 50 mm (2-inches) thick.

Prefabricated acoustic barriers are available from various vendors. An equivalent barrier design

can be submitted for approval in lieu of the plywood barrier described above.

Noise control curtains using materials consistent with those as follows:

Noise control curtains shall consist of durable, flexible composite material featuring a noise barrier

layer bonded to sound-absorptive material on one side. The curtains noise barrier layer shall consist

of a rugged, impervious material with a surface weight of at least 4.9 kilograms per square meter

(1 lbs/sq.ft). The sound absorptive material shall include a protective face and be securely attached

to one side of the flexible barrier over the entire face.

The noise curtain material used shall be weather and abuse resistant, and exhibit superior hanging

and tear strength during construction. The curtain's noise barrier layer material shall have a

minimum breaking strength of 21.2 KN/m (120 lb/in.) per FTMS 191 A-M5102 and minimum tear

strength of 5.25 KN/m (30 lb/in.) per ASTM D117. Based on the same test procedures, the noise

curtain absorptive material facing shall have a minimum breaking strength of 17.5 KN/m (100

lb/in.) and minimum tear strength of 1.23 KN/m (7 lb/in.).

Page 181: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 3/15/10

ITEM #0900000A

The noise curtain material shall be corrosion resistant to most acids, mild alkalies, road salts, oils, and grease. It also shall be mildew resistant, vermin proof, and non-hygroscopic. The noise curtain material shall be fire retardant and shall be subject to the review and approval of the Engineer, prior to procurement. Construction Details: Noise barrier panels and noise curtains shall be attached to support frames constructed in sections to provide a moveable barrier designed to withstand 129 kph (80 mph) wind loads plus a 30 percent gust factor.

The noise curtain acoustical material shall be installed in vertical and horizontal segments with the vertical segments extending the full enclosure height. All seams and joints shall have a minimum overlap of 50 mm (2-inches) and be sealed using double grommets. Construction details shall be performed according to the manufacturer's recommendations. The noise barrier panel/noise curtain height shall be designed to break the line-of-sight and provide at least a 5 dBA insertion loss between the noise producing equipment and the upper-most story of the receptor(s) requiring noise mitigation. If for practicality or feasibility reasons, which are subject to the review and approval of the Engineer, a barrier panel/curtain system can not be built to provide noise relief to all stories, then it must be built to the tallest achievable height. When barrier units/curtain systems are joined together, the mating surfaces of the barrier sides shall be flush with each other. Gaps between barrier units/curtain systems, and between the bottom edge of the barrier panels/curtain systems and the ground, shall be closed with material that will completely fill the gaps, and be dense enough to attenuate noise. The Contractor shall submit Working drawings for the design and details for the acoustical noise barrier/noise curtain enclosure framework and supports in accordance with Section 1.05.02 of the standard specifications. Method of Measurement: The sum of the money shown on the estimate and in the itemized

proposal as "Estimated Cost" for this work will be considered the bid price even though payment

will be made only for the actual costs incurred to implement the use of additional noise barriers,

noise control curtain systems or other methods to reduce the noise levels or to alleviate the nuisance

conditions which may include preparing working drawings, stockpiling noise reduction materials,

constructing, deploying, maintaining and removing additional noise pollution control devices when

and as directed by the Engineer. 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 bid for the contract. Basis of Payment: The item "Noise Mitigation" shall be paid for in accordance with Section 1.09.

Pay Item Pay Unit

Nose Mitigation est.

Page 182: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0901003A

ITEM #0901003A - STEEL BOLLARD

Description: This item shall consist of installing a bollard in a concrete footing at the locations and to the dimensions and details as shown on the plans or as directed by the Engineer. The purpose of the bollard is to protect the relocated fire hydrant in the parking area on The Dock Shopping Center property. Material:

The state-furnished steel bollards are stored at the Moses Wheeler Milford Project Site. Contact

Mr. Steven Hebert at 203-389-3154. Additional material for this work shall meet the following requirements: Concrete Article M.03.01 Class "A" Concrete. 150-mm Diameter Steel Post ASTM A501, Schedule 80 The steel post shall be painted. Painting shall consist of one primer coat meeting the requirements of Federal Specification TT-P-615d, Type II. There shall be two finished coats of paint. The final finish coat shall meet the requirements of Federal Specification TT-E-527 Air Drying, and the color shall be traffic yellow conforming to Article M.07.01. Construction Methods: The steel post shall have an exposed length of 1200 mm. The post shall be installed to a depth of 1200 mm, set in a concrete footing of at least 455 mm diameter and 1200 mm deep. The top of the concrete footing shall be set at finished grade. The post shall be filled with concrete. The concrete on top of the post shall be rounded to a convex surface. No sharp edges, burrs, threads or other defects shall be exposed. Method of Measurement: This work will be measured for payment by the number of steel bollards installed and accepted in place. Basis of Payment: This work will be paid for at the Contract unit price for each "Steel Bollard," which price shall include the steel post, concrete footing, painting, concrete fill and all necessary tools, equipment and labor required for installation.

Pay Item Pay Unit Steel Bollard ea.

Page 183: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

ITEM #0913021A, ITEM #0913045A

ITEM #0913529A

ITEM #0913021A - 1.8 M CHAIN LINK FENCE

ITEM #0913045A - 2.4 M CHAIN LINK FENCE WITH BARBED WIRE

ITEM #0913529A - 8.0 M CHAIN LINK FENCE DOUIBLE GATE WITH

BARBED WIRE, 2.4 M HIGH

Description: Work under this item shall include fabricating and installing chain link fence and

gates of the type and size called for on the plans or as directed by the Engineer. Gates installed on

fence lines with barbed wire shall have barbed wire on the top.

Materials: Strain posts, frame pipes and bracing pipes shall be galvanized steel and shall meet

the requirements of Article M.10.05-2. Gate frames shall be made of 38mm standard steel pipe,

welded at all corners to form a one piece unit and galvanized after fabrication. Fittings shall meet

the requirements of Article M.10.05-3. Concrete for footings shall meet the requirements of

Article M.03.01 for Class "A" concrete. Gates shall be equipped with galvanized steel latches,

guide assemblies and lock bar assemblies of a fabricator's standard design. All gates shall be

provided with heavy duty pad locks of a type approved by the Engineer. Keys shall be turned over

to the Engineer.

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

Security Accessories:

(a) Barbed wire supporting arms shall be pressed steel, complete with provisions for anchorage

to end, corner, and pullposts and for attaching 3 rows of barbed wire to each arm.

1. Single 45 degree outward projecting and vertical arms on gates shall be integral

with a post top weather cap.

2. Intermediate arms shall have holes for passage of top rail. Arms shall be capable

of withstanding, without failure, 1.112KN downward force at outermost end of arm.

(b) Aluminized Barbed Wire shall be ASTM A585 double-strand, 12-½ gauge wire with 14

gauge 4-point barbs. Standard barbs shall be spaced approximately 127mm on center.

Construction Methods: Construction methods shall meet the requirements of Article 9.13.03.

Method of Measurement: This work will be measured for payment by the number of gates

installed, of the type and size specified, completed and accepted. Fence shall be measured for by

the number of meters installed, of the type and size specified, completed and accepted.

Page 184: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

ITEM #0913021A, ITEM #0913045A

ITEM #0913529A

Basis of Payment: This work will be paid for at the contract unit price each for “Chain Link

Gate” of the type and size specified; complete in place, which price shall include gate frame, gate

posts, chain link fabric, lock, concrete, excavation, backfill, fabrication, installation, disposal of

surplus materials, equipment, tools, labor and any work incidental thereto. Fence will be paid for

by the number of meters installed, of the type and size specified, completed and accepted

Pay Item Pay Unit

1.8M Chain Link Fence m

2.4M Chain Link Fence with Barbed Wire m

8.0M Chain Link Fence Double Gate

with Barbed Wire, 2.4M High ea.

Page 185: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

Item #0913027A

Item #0913805A

ITEM # 0913027A – REMOVE AND RELOCATE CHAIN LINK FENCE

ITEM # 0913805A – RELOCATE GATE

Work under this item shall conform to the requirements of Section 9.13, supplemented and

amended as follows:

Article 9.13.01 Description: – Add the following:

Work under this item shall also consist of removing existing fence and gates, storing fencing and

gates during construction as needed, and reinstalling the fence and gates after construction in the

area is complete, where indicated on the plans or as ordered by the Engineer.

Article 9.13.02 Materials: – Add the following:

If new fencing material is required, it shall be approved by the Engineer.

Article 9.13.03 Construction Methods: – Add the following:

Fencing and gates shall be removed in a workmanlike manner, stored during construction as

needed, and reset at the original location or relocated to the location shown on the plans upon

completion of the work in the affected area.

Existing post foundations shall be removed and new foundations of similar size poured at the

locations of reset or relocated posts.

If the Engineer determines that the existing fence cannot be properly removed and set due to the

existing condition of the fence and the impacts of removing and resetting, or if the fence is

damaged or stolen when it is either being removed or stored, the Engineer may order the Contractor

to install new fence.

Article 9.13.04 Method of Measurement: – Add the following:

Removing and resetting or relocating fence will be measured for payment by the number of linear

meters of fence removed, reset, or relocated, complete and accepted, measured from outside to

outside of terminal posts.

Removing and resetting or relocating gates will be measured for payment by the number of gates

removed, reset, or relocated.

Article 9.13.05 Basis of Payment: – Add the following:

The work to remove and reset fence or to remove and relocate fence will be paid at the contract

unit price per linear foot for "Remove and Relocate Chain Link Fence" complete in place, which

price shall include removal, storage, resetting or relocating the fence including placement of new

Page 186: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

Item #0913027A

Item #0913805A

concrete foundations, and all material, equipment, tools and labor incidental thereto.

The work to remove and reset a gate or remove and relocate gate will be paid at the contract unit

price each for “Relocate Gate”, complete in place, which price shall include removal, storage,

resetting the gate including placement of new concrete foundations, and all material, equipment,

tools and labor incidental thereto.

No additional payment under any item shall be made under this item for new fence or gate if the

Contractor is ordered by the Engineer to install new fence in the event that the existing fence or

gate is damaged or stolen prior to being reset.

Pay Item Pay Unit

Remove and Relocate Chain Link Fence m

Relocate Gate ea.

Page 187: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0913850A

ITEM #0913850A - HIGH VISIBILITY SAFETY FENCE

Description: This work shall consist of furnishing, placing, and maintaining temporary high

visibility fences as directed by the Engineer. The purpose of this high visibility safety fence is

to create a physical boundary at and within the confines along the areas of special concern. The

Contractor shall limit his work from extending beyond this fence.

Materials: Posts for the barrier fence shall be made of wooden stakes with the minimum

dimensions of 25mm x 50mm and a minimum length of 1.5 meters. The fabric shall be high

visibility orange plastic mesh fence with a minimum roll width of 1.2 meters and the mesh

opening dimension shall be 81mm x 43mm. The fabric shall have a temperature service range

of –40 to 93 degrees c.

Construction Methods: The Contractor shall install 1.2 meters in height high visibility safety

fences in the locations shown on plans or as directed by the Engineer. All posts shall be driven a

minimum of 300mm into the ground and shall be spaced appropriately to support the fabric

firmly. The fabric shall be firmly attached to the post. The installations shall be maintained or

replaced until they are no longer necessary for the purpose intended or as ordered by the

Engineer.

The Contractor shall not encroach beyond the limits of the temporary fencing with personnel or

equipment of any kind.

Method of Measurement: This work shall be measured for payment by the actual number of

meters of “High Visibility Safety Fence” installed and accepted. The fence shall be measured

once, throughout the duration of the project at the time of installation. No additional payment

will be made for the reinstallation, repair or replacement of the fence. Measurement shall be

made along the centerline of the fence.

Basis of Payment: Payment for this work will be made at the contract unit price per linear

meter for “High Visibility Safety Fence” complete in place, which price shall include all

materials, equipment, tools, labor incidental to the installation, maintenance, replacement,

removal and disposal of fence.

Pay Item Pay Unit

High Visibility Safety Fence m

Page 188: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

rev. 4/29/2015

ITEM #0948013A

ITEM #0948013A – TIDAL WETLAND CREATION

Description:

The work shall consist of the construction of a Tidal Creation, Tidal Restoration or Tidal

Enhancement area (“mitigation area”) at the site(s) identified on the Tidal Wetland Mitigation

Plans. The work generally consists of excavating, backfilling, and preparing appropriate site grades

under the direction of an Environmental Inspector from the Connecticut Department of

Transportation’s Office of Environmental Planning (OEP).

Materials:

Planting Soil : Natural or manmade planting substrate or topsoil may be used, which shall consist

of soils containing no less than 75% sand by weight and an organic content no less than 10% and

no more than 15%. The soil must be analyzed by USDA-approved methodology for organic matter

by loss-on-ignition of oven-dried samples dried at 105 degrees centigrade. The mineral fraction

must be analyzed to determine weight percentage of sand, as determined after passing a 2-

millimeter (mm) sieve. Sand particles are defined to be between 0.05 and 2.0 mm in diameter.

The topsoil must be free of seeds and roots of invasive species and inspected and approved by the

Connecticut Department of Transportation Office of Environmental Planning (CT DOT OEP)

prior to its application.

Planting soil not furnished by the Contractor shall be native soil material from areas free of

invasive species stripped from permitted earth excavation areas within the project limits if it meets

the criteria described above and the Certified Material test results are approved by OEP. If these

soils do not meet the criteria, additional make-up material from off-site areas may be substituted

or mixed with the on-site project material provided the resultant soil composition meets the

applicable criteria. Clean leaf compost is the preferred soil amendment to achieve the organic

content criteria. If other soil amendments are more readily available than clean leaf compost they

can be used to meet the requirement for organic content.

The soils must be analyzed by USDA-approved methodology for organic matter by loss-on-

ignition of oven-dried samples dried at 105 degrees centigrade. The mineral fraction must be

analyzed to determine weight percentage of sand, as determined after passing a 2-millimeter (mm)

sieve. Sand particles are defined to be between 0.05 and 2.0 mm in diameter. Certified Materials

Test results are to be submitted to OEP for approval. The soils must be free of seeds and roots of

invasive species and inspected and approved by OEP prior to their application.

If soil must be supplemented with organic material, the following sources are acceptable but must

meet the specification of planting soil described above:

a) Native Wetland Soil: The top layer of native wetland soil excavated from within the

project limits or from another permitted wetland source. The bottom of this layer shall be

defined as the depth at which the soil color and texture changes, indicating the beginning

Page 189: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

rev. 4/29/2015

ITEM #0948013A

of the subsoil. Each source must be inspected in place at least 6 months prior to excavation

and determined by OEP to be free from seeds and roots of invasive species.

b) Compost: Compost shall meet the requirements of Subarticle M.13.06 – Compost.

c) Peat: Peat shall meet the requirements of Subarticle M.13.07 – 13 – Peat. Peat material

excavated from the project site may be substituted for commercially packaged peat, at the

discretion of the Engineer, if the on-site peat meets all the requirements of the specification.

Backfill: Backfill used in the Tidal Wetland Mitigation Area shall be native or manmade material.

Backfill shall consist of soils meeting the textural classification of silt loam and consist of greater

than 50% silt; the percentage of clay is typically less than 25%. The soils must be analyzed by

USDA-approved methodology. The mineral fraction must be analyzed to determine the particle

gradation to meet the above textural requirement. Certified Materials Test results are to be

submitted to OEP for approval. The soils must be free of seeds and roots of invasive species and

inspected and approved by OEP prior to their use and application.

Construction Methods:

An Environmental Inspector from OEP will be on-site to monitor construction of the Tidal

Wetland Mitigation Area(s) to ensure compliance with the Tidal Wetland Mitigation Plans.

The Contractor shall submit a construction schedule and an outline of construction methodologies

for the required earthwork of the tidal wetland creation site according to the general construction

sequence and requirements outlined below to OEP for approval. No work associated with the

Wetland Mitigation Area(s) shall commence until OEP approval is granted. OEP shall have 30

days from the date the submission is received from District Construction to review and approve

the submission. The Contractor must schedule wetland creation activities to begin as soon as access

allows. There shall be no inactive period of longer than 10 days between the beginning of the

excavation of the mitigation site and the time which final grades are reached. When applicable,

and when conditions warrant, excavation and final grading shall be completed during and near

times of low tide only unless the work area is contained and isolated from tidal action. The

excavation, final grading, seeding and planting shall be scheduled so that planting will occur within

an approved planting season. Upon completion of final grades, the site shall be exposed to tidal

flushing for a minimum of 7 days and a maximum of 14 days to allow for settlement of the planting

soil and to evaluate final grades. At the end of the first 7 days, the site conditions will be evaluated

by an Environmental Inspector from OEP. Adjustments to final grades or additional placement of

planting soil may be made at this time. Planting of rootstock is to immediately follow the

maximum 14 day period.

During the performance of this work, a CT DOT Environmental Inspector from OEP will be

available to visit the site to direct the construction activities involved in constructing the wetland

creation sites. The Contractor shall arrange through the engineer at least 10 days prior to the

commencement of these activities to ensure that the Environmental Inspector is available. OEP

reserves the option to adjust the mitigation site Final Grading and Planting Plans to ensure

mitigation site success. During Planting, a qualified wetland professional (or OEP

Page 190: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

rev. 4/29/2015

ITEM #0948013A

Environmental Inspector) may relocate up to 50% of the plants in each community type if as-

built conditions would pose and unreasonable threat to the survival of plantings installed

according to the planting plan. The plantings shall be relocated to locations with suitable

hydrology and soils and where appropriate structural context with other plantings can be

maintained.

(a) Upon the review and approval of the Contractors Mitigation Plan submittal, meet with OEP

Environmental Inspector in the field prior to on-site mobilization for the wetland mitigation

work.

(b) Identify temporary stockpile and staging locations.

(c) Verify and delineate established Limit of Disturbance in the field. Prior to excavation or

placing of planting soil or backfill, set reference stakes for site-specific tidal data at the

mitigation site in order to establish appropriate elevations for final grading as directed by

OEP staff. (CJL, HTL, MHW, MLW and other jurisdictional limits as may be required by

permit)

1. Obtain (survey) elevation of existing tidal vegetation and stake in field as directed by

OEP.

(d) Install temporary sedimentation and erosion control measures.

(e) Remove nuisance vegetation and all invasive plant species in accordance with Item

#0952051A – CONTROL AND REMOVAL OF INVASIVE VEGETATION.

(f) Identify, clear, grade, and construct any required haul road(s) if necessary. Construct haul

roads in a manner that minimizes disturbance to existing vegetation. No additional impacts

may occur to the existing tidal wetland vegetation other than already depicted on the plans

as a result of access Haul roads are to be maintained throughout the duration of the project

and haul road locations restored back to their original condition.

(g) Excavate mitigation site to a depth of at least 3 feet (0.9m) below proposed finished grade,

following sequence and methods noted on the Grading Plan and as directed by an

Environmental Inspector from OEP. Where Phragmites is present, excavation shall be to

a sufficient depth to remove all roots of Phragmites and will be directed by OEP.

(h) If, during over excavation, wood debris, rubbish, or other bulky debris are encountered, the

materials shall be removed and backfill placed in the resulting excavation to meet subgrade.

Materials shall be removed from the wetland mitigation areas and transported to an

approved upland facility. Disposal of such materials will be paid for under Item

#0101135A – DISPOSAL OF DEBRIS.

(i) Backfill, as defined in the Materials section above, shall be placed in over excavated areas

to meet the proposed sub-grade as required.

Page 191: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

rev. 4/29/2015

ITEM #0948013A

(j) Place tested and approved Planting soil over approved subgrade to a minimum depth of 24

inches in the locations and to the final grades shown on the Mitigation plan and in a manner

consistent with specification of the Mitigation Plan and as directed by an Environmental

Inspector from OEP. Planting soil shall be placed in a manner to avoid compaction of soil.

(k) Following placement of planting soil, re-establish site-specific tidal data (CJL, HTL,

MWW, MLW) at the mitigation site and stake in the field in order to establish appropriate

elevations for tidal wetland plantings.

(l) Areas beyond the limits of tidal influence are to be seeded in accordance with the seeding

schedule of the 816. Prior to seeding, the seed tag shall be supplied to OEP for review and

approval. Substitutions must be approved by OEP. Initiate and complete seeding

consistent with specification of the Mitigation Plan.

(m) Upon placement of planting soil and approval of the site by OEP, the site shall be

exposed to tidal flux for a minimum of 7 days and a maximum of 14 days. At 7 days,

OEP will inspect the site and adjustments to final grade or planting soil depths may be

made. An additional 7 days of exposure to tidal fluctuation may be recommended by

OEP at this time and further adjustments to grade may be made.

(n) OEP shall inspect and approve the mitigation site at the conclusion of the 14 day tidal

exposure prior to planting.

(o) Following 14 days of exposure to tidal cycles, planting of rootstock is to commence in

accordance with the mitigation site planting plan. During the performance of this work, a

CT DOT Environmental Inspector from OEP will be available to visit the site to direct

the planting within the wetland mitigation site(s). The Contractor shall arrange through

the engineer at least 10 days prior to the commencement of these activities to ensure that

the Environmental Inspector is available. Any proposed plant substitutions must be

approved in advance by OEP.

(p) Upon stabilization of the site remove temporary sedimentation and erosion control

measures. Temporary devices and structures to control erosion and sedimentation in and

around the Tidal Wetland Mitigation Area shall be disassembled and properly disposed of.

Sediment collected by these devices shall be removed and placed upland in a manner that

prevents its erosion and transport to a waterway or wetland, in accordance with Section

1.10, including Best Management Practices.

(q) Restore stockpiling and staging site(s) and access/haul roads to the mitigation site back to

their original condition.

(r) Upon site completion clear the mitigation site of any exposed debris, rubbish, garbage, and

other manmade litter.

Page 192: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

rev. 4/29/2015

ITEM #0948013A

(s) Provide certified post construction as-built plans of the mitigation sites to OEP as defined

by the Army Corps of Engineers and/or Office of Long Island Sound Programs (OLISP)

permit requirements.

(t) Install Wetland Creation signs as directed by OEP.

Method of Measurement:

Tidal Wetland Creation will be measured for payment by the number of square meters of Tidal

Wetland Mitigation Area re-graded, covered with planting soil and backfill and accepted.

Basis of Payment:

The work will be paid for at the contract unit price per square meter for “Tidal Wetland Creation”

within the Tidal Wetland Mitigation Area(s), complete in place, including all materials, equipment,

maintenance, tools, labor, and work incidental thereto.

The price shall also include: survey and staking of reference elevations and work associated with

maintaining the field stakes for the duration of construction to the point of acceptance of the site

by OEP; forming subgrade within the Tidal Wetland Mitigation Areas; testing, mixing, and

providing backfill and planting soil; placing backfill and planting soil; restoring stockpiling and

staging site(s) ; removing and disposing of debris, garbage and litter that may have been generated

during construction; and forming subgrade and planting soil within the Wetland Mitigation Areas.

The cost of installing and removing sedimentation and erosion controls, including Sedimentation

Control Systems, Anti-tracking Pad, and installation, maintenance, and removal/restoration of haul

roads shall be paid for under their respective contract items.

The cost of all excavation will be paid under the contract item, "Earth Excavation".

The cost of all plantings and seeding will be paid for under their respective contract items.

The cost of disposal of wood debris, rubbish, or other bulky debris encountered during excavation

of the site shall be paid for under Item #0101135A – DISPOSAL OF DEBRIS.

The cost of installing wetland creation signs (51-1920) will be paid for under Item #1208928 -

SIGN FACE - SHEET ALUMINUM (TYPE III REFLECTIVE SHEETING).

The cost of removing invasive species shall be paid for under the contract Item #0952051A

CONTROL AND REMOVAL OF INVASIVE VEGETATION.

Pay Item Pay Unit

Tidal Wetland Creation sq.m

Page 193: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM # 0949029A

ITEM # 0949029A – FURNISHING, PLANTING AND MULCHING TREES,

SHRUBS, VINES AND GROUND COVER PLANTS

Description:

The work shall consist of furnishing and planting shrub plantings of the type and size as indicated

on the planting schedule and planting plan for the Tidal Wetland Mitigation Area(s).

Materials:

The shrubs to be planted within the Tidal Wetland Mitigation Area shall be as listed in the Planting

Schedule of the Mitigation Planting Plan. A member of the Connecticut Department of

Transportation Office of Environmental Planning (CT DOT OEP) must approve any species

substitutions from the planting plan.

Whenever possible, plants should be salvaged from wetlands and uplands cleared by the project.

In some circumstances, local "scavenging" of wetlands may be permitable, but care is necessary

to avoid jeopardizing established natural habitats or to unintentionally transplant invasive

species. A member of the Connecticut Department of Transportation Office of Environmental

Planning (CT DOT OEP) must oversee any salvaging of plants from cleared areas.

(1) Tidal Wetland Plant Sources: In order to preserve and enhance the diversity of native tidal

wetland species, it is necessary that the source for plants for use in mitigation areas shall be located

within the Northeast USA including New England, New York, Pennsylvania, New Jersey,

Delaware, or Maryland.

(2) Approved Plant Species: Plant species shall be as specified in the Planting Schedule of the

Planting Plan or as approved by the CT DOT OEP.

Construction Methods:

(1) Planting Season: All plant material is to be planted in the Tidal Wetland Mitigation Area as

directed by the CTDOT Soil Scientist.

All shrubs within the Wetland Mitigation Area(s) must begin immediately following the final

grading and seeding and must be performed and completed within the specified period, or as

otherwise directed by the CTDOT Soil Scientist.. Plant locations shall be as generally depicted in

the planting plan for the Tidal Wetland Mitigation Area(s), or as modified by the CTDOT Soil

Scientist.

(2) Excavation: Planting holes or pits within the Tidal Wetland Mitigation Area must be dug

manually. Power equipment may only be used for limited areas as approved by the Engineer.

Page 194: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM # 0949029A

(3) Setting Plants: Setting Plants: All planting within the Wetland Mitigation Area(s) shall

conform to the following additional requirements:

(a) – Setting of herbaceous stock in Wetland Areas: Herbaceous stock shall be planted

within planting cells, or clusters, such that individual plants of the same species are grouped

together within each cell, at the spacings directed by a member of the CT DOT OEP. All

plants shall be set manually. The placement of the cells shall be identified in the field and

approved by a member of the CT DOT OEP.

During planting, a member of the CT DOT OEP may relocate up to 50% of the planting

cells, from the locations identified in the field or shown on the plans, if as-built site

conditions would pose an unreasonable threat to the survival of plantings installed according

to the mitigation plan. The planting cells shall be relocated to locations with suitable

hydrology and soils and where appropriate structural context with other planting cells can be

maintained. The term planting cells means the discrete clusters of plants shown on the

approved planting plan. If plant species are not planted in discrete clusters, the planting cell

is the entire mitigation site.

(b) – Setting of Shrub Plants in the Wetland Area: All shrub plants in the Tidal Wetland

Mitigation Area shall be set as to be level with the microtopography of that immediate area.

Shrubs will be irregularly placed within a planting cell, at a minimum spacing specified in the

Planting Schedule. For each species, the number of plants shall be as indicated in the Planting

Schedule.

(4) Fertilizing: Do not fertilize plantings within the Tidal Wetland Mitigation Area(s).

(5) Guying and Staking: The guying and staking requirement does not apply to plantings within

the Tidal Wetland Mitigation Area; do not guy or stake shrubs in wetland mitigation areas.

(6) Mulching: Do not mulch plantings within the Tidal Wetland Mitigation Area(s).

(7) Establishment Period: The Contractor shall replace all dead shrubs within the Tidal Wetland

Mitigation Area at the recommendation of the Wetlands Scientist from the CT DOT OEP within

one year of planting.

(8) Control of Invasive Species: The Contractor shall control the presence of invasive species

within the Tidal Wetland Mitigation Area as follows:

(a) Year 1: In June of year 1 a qualified wetland scientist shall inspect the wetland mitigation

site for the presence of invasive species including, but not limited to phragmites, purple

loosetrife, autumn olive, Multiflora rose, Morrow’s and Tartarian honeysuckle and reed

canary grass. If such species are found, the Contractor must use mechanical methods for

removal of all invasive plants from within the Tidal Wetland Mitigation Area, including

all roots.

Page 195: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM # 0949029A

If a member of the CT DOT OEP determines that the mechanical removal methods have

been unsuccessful, the Contractor shall employ a licensed herbicide applicator to treat these

individual plants with glyphosphate-based herbicide or other approved equivalent to

control and/or eliminate such species from the mitigation area. The herbicide RoundupTM

shall not be used in or near wetlands because the surfactant in RoundupTM is believed to

harm wetland invertebrates. Instead, RodeoTM or other appropriate options shall be used if

required.

Method of Measurement:

The quantity for which payment will be made is the number of shrubs counted in place, planted,

and accepted, as shown on the Wetland Mitigation Planting Plan Schedule. Measurement areas for

planting shall be assumed as follows: 0.75 square meters (S.M.) for shrubs.

Basis of Payment:

Payment for this work will be made at the contract unit price per square meter for “Furnishing,

Planting and Mulching Trees, Shrubs, Vines and Ground Cover Plants” of pit excavation of each

shrub completed and accepted in place, which price shall include all materials, equipment, tools,

labor, transportation, operations, and all work incidental thereto. No compensation shall be paid

for replacement shrub plants required within one year of planting and as determined by the CT

DOT OEP after inspection of the first year of growth and survival.

Pay Item Pay Unit

Furnishing, Planting and Mulching

Trees, Shrubs, Vines and Ground

Cover Plants sq.m

Page 196: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/25/17

` ITEM #0949315A

ITEM NO. 0949315A – FIBER ROLL

Description: This item shall consist of furnishing and installing natural fiber roll logs for use as

a wetland creation stabilization measure in accordance with these specifications and in conformity

with the lines, grades, dimensions, sections and details shown on the permit or plans.

Materials: Natural fiber roll shall be composed of 100% coconut fiber material. Fiber rolls shall

be 500mm (20”) diameter minimum in size and biodegradable.

Wooden stakes shall consist of a strong durable wood species without knots or flaws and installed

per manufacturer’s recommendation or at the direction from an Environmental Scientist from the

Office of Environmental Planning (OEP).

Construction Methods: The Contractor shall not place any natural fiber roll unless the

Environmental Scientist from OEP is present. The Contractor shall cooperate with OEP personnel

and coordinate all plans, material selections and sizes, and work efforts prior to beginning any of

this work to produce the desired effects. Channel lines and grades, materials, and construction

methods may be subject to revision based on the recommendations of environmental personnel

and field conditions.

Natural fiber rolls shall be installed so that they rest against the bottom of the waterway. Adjacent

fiber roll shall be laced together, end to end, tightly and securely.

Method of Measurement: This work will be measured for payment by the actual numbers of

meters of fiber roll installed and accepted.

Basis of Payment: Payment for this work will be made at the contract unit price per meter for

“Fiber Roll”, completed in place, which price shall include all materials, equipment, tools and

labor incidental thereto.

Pay Item Pay Unit

Fiber Roll m

Page 197: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

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 816. 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 ConnDOT Landscape Design office.

Species

Proportion (Percent) Common name Scientific name

15 Abbey Kentucky Bluegrass Poa pratensis

15 Envicta Kentucky Bluegrass Poa pratensis

25 Pennlawn Red Fescue Festuca rubra

15 Ambrose Chewing Fescue Festuca rubra

30 Manhattan Ryegrass Lolium perenne

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. per acre. 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

meters of surface area of accepted established grasses as specified or by the number of square

yards 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 meter 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.

Pay Item Pay Unit

Turf Establishment - Lawn sq.m

Page 198: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 8/18/17

I TEM #0950202A

ITEM #0950202A – SHORELINE GRASS ESTABLISHMENT

Description: This work shall consist of providing an accepted stand of established shoreline

grasses by furnishing and placing seed as shown on the mitigation plans or as directed by the

Engineer within the Tidal Wetland Mitigation Area. Seeding shall be applied to all non-inundated

constructed mitigation areas.

Materials: Shoreline Grass Mix

In order to preserve and enhance the diversity of native species, it is necessary that the source for

seed mixtures for use in mitigation areas shall be located within the Northeast USA including New

England, New York, Pennsylvania, New Jersey, Delaware, or Maryland. The appropriate

Shoreline Grass Mix for the Coastal Shoreline Planting Zone of the Tidal Wetland Mitigation Area

is detailed. Other proposed mixtures must be approved by the CT DOT OEP prior to use.

Rate shall be 50 lbs./acre (broadcast).

Scientific Name Common Name % of Seed Mix

Festuca rubra Creeping Red Fescue 30

Panicum virgatum Shelter Switchgrass 30

Andropogon gerardi Big Bluestem 20

Sorghastrum nutans Indiangrass 12

Panicum clandestinum Deertounge 8

Construction Methods: Construction methods shall be those established as agronomically

acceptable and feasible and which are approved by the Engineer.

Method of Measurement: Shoreline grass establishment will be measured for payment by the

number of square meters of surface area of accepted established shoreline grasses.

Basis of Payment: This work will be paid for at the Contract unit price per square meter for

“Shoreline Grass Establishment,” which price shall include all materials, equipment, maintenance,

tools, labor, and work incidental thereto. Partial payment of up to 60% may be made for work

completed but not accepted.

Pay Item Pay Unit

Shoreline Grass Establishment s.m

Page 199: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 6/16/17

ITEM #0952051A

ITEM #0952051A - CONTROL AND REMOVAL OF INVASIVE VEGETATION

Description: This work shall include the development and implementation of an Invasive

Vegetation Removal Plan (IVRP) to outline the materials, labor, and equipment the Contractor plans

to use for the complete eradication and treatment of the invasive vegetation. The work shall also

include the identification, excavation, removal, and off-Site disposal of unwanted vegetation as

indicated on the plan sheets, permits or as directed by the Engineer.

All invasive vegetation listed on the following websites will be subject to eradication:

• Connecticut Invasive Plant Working Group (CIPWG) Invasive Plants Council

(http://cipwg.uconn.edu/invasive_plant_list/ )

• US Army Corps of Engineers (ACOE) New England District Compensatory Mitigation

Guidance Appendix K

(http://www.nae.usace.army.mil/portals/74/docs/regulatory/Mitigation/2016_New_Engla

nd_Compensatory_Mitigation_Guidance.pdf)

All vegetation designated for removal shall be eradicated in its entirety in accordance with the IVRP

submitted by the Contractor and approved by the Engineer. Certain situations may require the full

and complete mechanical excavation of invasive vegetation including its entire root system. The use

of herbicides will not be permitted between the dates of October 1 and May 31.

Materials: All herbicides shall be registered for the species being treated and shall be formulated

as applicable for target-species foliar treatment, cut surface, or injection applications. Where work

in or immediately adjacent to wetlands is necessary, the product label(s) for any chemical/adjuvant

formulation applied must indicate that the formulation is approved for aquatic environments.

Construction Methods: 1. IVRP: Prior to any ground disturbance within the Project limits, the Contractor shall submit an

IVRP to the Engineer for review and approval. Within 30 days of receipt of the submittal, the

Engineer will notify the Contractor whether the IVRP is approved, rejected or requires modifications

by the Contractor. If any part of the plan is not approved, the Contractor shall promptly make any

necessary changes and re-submit the entire plan for approval. The entire plan must be approved in

writing prior to beginning any work on Site. In all cases, mechanical means shall be considered

before the use of herbicides. If mechanical means is neither feasible nor recommended, an

explanation must be provided in the IVRP. All removal methods shall prevent the spread of seeds –

no mowing or “Brush Hog” equipment will be allowed. The approved methods must be capable of

total removal and eradication of all identified invasive species in the designated areas throughout the

Contract and the 1-Year Plant Establishment Period.

The IVRP shall include a schedule and outline with the following information:

1) The Contractor’s methods of determining invasive vegetation surveyed limits, including:

a. Stake out the limits prior to the initial treatment

b. Maintain a record of the staked limits throughout the life of the Contract

2) Identification of the type(s) of invasive species present within the field surveyed limits

Page 200: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 6/16/17

ITEM #0952051A

3) A marked up plan sheet outlining the invasive species limits and identifying the types of

invasive species present within those limits and total square yards of proposed removal

4) For each species present on-Site, the following shall be described:

a. Methods to eradicate specific invasive plant species for the life of the Contract (e.g.

mechanical, herbicide, etc.) shall include any initial, intermediate and 1-Year Plant

Establishment Period Treatment eradication methods for each plant species

b. Types and concentrations of any herbicides to be used, including any adjuvants, SDS

sheets, types of tools or machinery to be used

c. Schedules showing dates and eradication methods for the initial, intermediate, and 1-

Year Plant Establishment Period Treatments. This schedule must take into

consideration stage construction, the time period required between herbicide

application, and the physical removal of the target species wherever such

methodology is employed

5) All invasive species are considered controlled materials and are to be taken off-Site to an

approved disposal facility. For disposal methods:

a. Provide address of location, current permits / letters from the town authorizing such

activity and a Site map (complete with regulated areas)

b. Wood chips from invasive species are not allowed to be stockpiled or reused on-Site

c. Wood chipping on-Site will be allowed if temporarily stored in a properly contained

enclosure and removed at the end of the treatment cycle

d. Invasive plants shall not be buried on-Site

6) Proof of CT DEEP licensure for herbicide application

7) A description of safety equipment required

8) Procedures for handling chemical spills

Where certain species of invasive vegetation are present and identified on the plan sheets, permits,

or as identified in the field by the Engineer, the removal via bulk mechanical excavation of such

vegetation and the underlying soils may be required as directed. The approved method must be

capable of the removal of all soil to a depth where invasive plant material and root system is no

longer evident, or as directed by the Engineer.

Whether the Contractor’s method of removal is by mechanical excavation or cutting and spraying of

herbicides, invasive species must be removed separately from clearing and grubbing operations and

disposed at an approved location as described in the Contractor’s IVRP.

No equipment or vehicles other than that required to complete the work will be permitted in the areas

designated for invasive vegetation removal. Any equipment used to process invasive vegetation,

such as chippers and transport vehicles, must be cleaned prior to further use.

Any invasive species control and removal work performed throughout the duration of the Contract

that causes damage or soil disturbance shall be repaired at the Contractor’s expense within 7 days.

It is the Contractor’s responsibility to identify additional areas of concern for invasive vegetation

within the limits of the Project, notify the Engineer, and to amend the IVRP. The Contractor shall

be responsible to identify invasive vegetation at all times of the year and to prepare a plan for its

eradication without assistance.

Page 201: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 6/16/17

ITEM #0952051A

All treatments, with the exception of an initial mechanical excavation of invasive species, will not

be allowed outside of the optimal growing season between the dates of October 1 and May 31.

Herbicide applications will not be permitted during any rain event or during windy conditions.

Broadcast or uncontrolled spray application will not be permitted and care must be taken to avoid

contacting non-target native species. If any non-target native species to remain within the Project

limits are inadvertently treated with herbicide and perish, the Contractor will be responsible to

replace in-kind species at no cost to the State.

Remove all twining vines in treetops to the greatest extent possible without damaging the branches

of the supporting desired vegetation. Cut and remove vines overtopping tree canopies to the extent

practical. Climbing spikes will not be permitted for aerial work.

The Contractor shall also:

1) Maintain the labels for herbicides being used in his/her possession

2) Conduct all herbicide formulations and applications, including the addition of appropriate

surfactants and other adjuvants, in strict conformance with the manufacturer's

recommendation and per requirements of regulatory agencies

3) Maintain a written record of herbicide application, including the formulation, concentration,

area treated, and date for each application. The records are to be provided by the commercial

applicator and submitted to the Engineer following each treatment

Flush cut brush and trees shall not be more than 50mm above the ground line. Prune out any

branches on non-treatment plants that are damaged during removal of vegetation. All corrective

pruning shall conform to the National Arborists Association Pruning Standards.

Wherever removal operations result in exposed soils, disturbed areas shall be vegetatively stabilized

with the appropriate seed mix and protected with hay, cellulous fiber mulch, or erosion control

matting.

Once the IVRP is approved, a field review shall be scheduled for the Contractor and Engineer to

review the limits of invasive species removal (surveyed and flagged by the Contactor prior to the

meeting), the specific species required to be removed, and the Contractor’s submitted invasive

species removal plan. At this time, the Engineer may identify additional invasive species or

designate additional areas for removal that are not included with the Contractor’s submitted IVRP.

If changes are required to the approved IVRP during the life of the Contract, these changes shall

be documented by the Contractor and resubmitted to the Engineer for review and approval a

minimum of 10 days prior to beginning of the additional work associated with the change. The

Contractor shall provide a 10 day work notice to the Engineer prior to proceeding with each

treatment.

2. Treatments: The treatment schedule below may be modified based on field conditions at the

discretion of the Engineer. The Contractor shall provide a 10 day work notice to the Engineer prior

Page 202: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 6/16/17

ITEM #0952051A

to proceeding with each treatment. In all cases, each treatment must be reviewed once the work is

performed, and accepted before payment is made for that treatment stage.

Initial Treatment: Shall commence at the beginning of the Contract time, prior to clearing and

grubbing activities. Any invasive species found within a proposed cut slope shall be fully

eradicated to the satisfaction of the Engineer prior to any earth work operations. After the

completion of the initial treatment, the work must be reviewed and accepted by the Engineer prior

to any earth excavation in that area. If herbicide is the initial treatment method, a minimum of 14

days is required prior to clearing and grubbing operations, so the herbicide application can take

effect.

Intermediate Treatment(s): Shall be conducted during the optimal growing season between the

dates of June 1 and September 30 for invasive species up to and including 10 days prior to plant

installation or at the end of the Project if no landscaping plan is in the Contract. Optimal treatment

times may be specific to the species being treated and this must be considered and documented

when developing the Invasive Vegetation Removal Plan. Several treatments may be required to

treat all species that are present.

1-Year Plant Establishment Period Treatment: Treatments as needed or as directed by the Engineer

shall be conducted throughout the 1-Year Plant Establishment Period or when required under

another Contract item.

Method of Measurement: This work will be measured for payment by the number of square meters

of invasive vegetation identified, surveyed, treated and eradicated as required including any required

re-treatment of any regrowth or new growth. No additional payment will be made for subsequent

treatments. The area for removal will be surveyed and flagged prior to treatment and measured. After

a review of the surveyed limits, the Engineer may designate additional areas for removal that are not

shown on the plans. These additional areas will be measured for payment and included as part of

the Contract work.

Where selective removal is required, the square meters of the drip line of the invasive vegetation will

be measured for payment.

Basis of Payment: This work will be paid for at the Contract unit price per square meter for "Control

and Removal of Invasive Vegetation.” This payment shall include all labor, surveys, materials, tools,

and equipment necessary for limits of the invasive area(s); maintenance of the limits throughout the

Project; species identification; and cutting, excavation, treating, re-treating, removal, and off-Site

disposal of designated invasive plant material. Off-Site disposal of residue shall include the loading,

transport, dumping, and fees associated with legal off-site disposal.

• Upon approval of the required IVRP, the Contractor will receive a payment equal to 10% of

the estimated Contract value

• Upon initial herbicide or mechanical removal treatment methods as it is described in the

IVRP, the Contractor will receive a payment equal to 20% of all areas receiving treatment

• Upon successful completion of the initial treatment period, as determined during the review

Page 203: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 6/16/17

ITEM #0952051A

by the Engineer, the Contractor will receive a payment equal to 20%

• Upon successful completion of the intermediate treatment period as determined during the

Site review by the Engineer, the Contractor will receive a payment equal to 20%

• Upon successful completion of the 1-Year Plant Establishment Period covering all treated

areas on the Project (or the last treatment for those Projects which may not include a 1-Year

Plant Establishment Period), the Contractor will receive final payment equal to the measured

areas in place and treated, less any previous payments

Where bulk excavation is required for removal, this work shall be covered under the Contract Item

“Earth Excavation” for all excavation in excess of 2 feet. All other vegetation not designated as

invasive vegetation shall be removed in compliance with the Item “Clearing and Grubbing” in

accordance with Section 2.01.

Vegetative stabilization of disturbed areas will be paid for under the respective Contract Items: “Turf

Establishment-Lawn” or “Shoreline Grass Establishment ”.

Pay Item Pay Unit

Control and Removal of Invasive Vegetation sq.m

Page 204: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

ITEM #0969064A - CONSTRUCTION FIELD OFFICE, LARGE Description: Under the item included in the bid document, adequate weatherproof office quarters with related furnishings, materials, equipment and other services, shall be provided by the Contractor for the duration of the work, and if necessary, for a close-out period determined by the Engineer. The office, furnishings, materials, equipment, and services are for the exclusive use of CTDOT forces and others who may be engaged to augment CTDOT forces with relation to the Contract. The office quarters shall be located convenient to the work site and installed in accordance with Article 1.08.02. This office shall be separated from any office occupied by the Contractor. Ownership and liability of the office quarters shall remain with the Contractor. Furnishings/Materials/Supplies/Equipment: All furnishings, materials, equipment and supplies shall be in like new condition for the purpose intended and require approval of the Engineer. Office Requirements: The Contractor shall furnish the office quarters and equipment as described below:

Description \ Office Size Small Med. Large Extra Large

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

400 400 1000 2000

Minimum number of exterior entrances. 2 2 2 2

Minimum number of parking spaces. 7 7 10 15

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

Page 205: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

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

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

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

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

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

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

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

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

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

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

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

Page 206: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

Telephone Service: The Contractor shall provide telephone service with unlimited nation-wide calling plan. For a Small, Medium and Large field office this shall consist of the installation of two (2) telephone lines: one (1) line for phone/voice service and one (1) line dedicated for the facsimile machine. For an Extra-Large field office this shall consist of four (4) telephone lines: three (3) lines for phone/voice service and one (1) line dedicated for facsimile machine. The Contractor shall pay all charges. Data Communications Facility Wiring: Contractor shall install a Category 6 568B patch panel in a central wiring location and Cat 6 cable from the patch panel to each PC station, Smart Board location, Multifunction Laser Printer/Copier/Scanner/Fax, terminating in a (Category 6 568B) wall or surface mount data jack. The central wiring location shall also house either the data circuit with appropriate power requirements or a category 5 cable run to the location of the installed data circuit. The central wiring location will be determined by the CTDOT OIS staff in coordination with the designated field office personnel as soon as the facility is in place. For Small, Medium and Large field offices the Contractor shall run a CAT 6 LAN cable a minimum length of 25 feet for each CTDOT networked device (including but not limited to: smartboards and

Multi-Function Laser Printer/Copier/Scanner/Fax) to LAN switch area leaving an additional 10 feet

of cable length on each side with terminated RJ45 connectors. For an Extra-Large field office the Contractor shall run CAT 6 LAN cables from workstations, install patch panel in data circuit demark area and terminate runs with RJ45 jacks at each device location. Terminate runs to patch panel in LAN switch area. Each run / jack shall be clearly labeled with an identifying Jack Number. The Contractor shall supply cables to connect the Wi-Fi printer to the Contractor supplied internet router and to workstations/devices as needed. These cables shall be separate from the LAN cables and data Jacks detailed above for the CTDOT network. The number of networked devices anticipated shall be at least equal to the number of personal

computer tables, Multi-Function Laser Printer/Copier/Scanner/Fax, and smartboards listed below.

The installation of a data communication circuit between the field office and the CTDOT OIS in Newington will be coordinated between the CTDOT District staff, CTDOT OIS staff and the local utility company once the Contractor supplies the field office phone numbers and anticipated installation date. The Contractor shall provide the field office telephone number(s) to the CTDOT Project Engineer within 10 calendar days after the signing of the Contract as required by Article 1.08.02. This is required to facilitate data line and computer installations.

Page 207: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

Additional Equipment, Facilities and Services: The Contractor shall provide at the field Office at least the following to the satisfaction of the Engineer:

Furnishing Description

Office Size

Small Med. Large Extra

Large

Quantity

Office desk (2.5 ft. x 5 ft.) with drawers, locks, and matching

desk chair that have pneumatic seat height adjustment and dual

wheel casters on the base.

1 3 5 8

Standard secretarial type desk and matching desk chair that has

pneumatic seat height adjustment and dual wheel casters on

the base.

- - - 1

Personal computer tables (4 ft. x 2.5 ft.). 2 3 5 8

Drafting type tables (3 ft. x 6 ft.) and supported by wall brackets

and legs; and matching drafters stool that have pneumatic seat

height adjustment, seat back and dual wheel casters on the

base.

1 1 1 2

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

Table – 3 ft. x 6 ft. - - - 1

Office Chairs. 2 4 8 20

Mail slot bin – legal size. - - 1 1

Non-fire resistant cabinet. - - 2 4

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

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

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

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

ft. - - 1 2

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

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

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

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

freestanding. - - 6 6

Coat rack with 20 coat capacity. - - - 1

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

Wastebaskets - 5 gal., including plastic waste bags. 1 3 6 10

Electric wall clock. - - - 2

Telephone. 1 1 1 -

Full size stapler 20 (sheet capacity, with staples) 1 2 5 8

Desktop tape dispensers (with Tape) 1 2 5 8

8 Outlet Power Strip with Surge Protection 3 4 6 9

Page 208: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

Rain Gauge 1 1 1 1

Business telephone system for three lines with ten handsets,

intercom capability, and one speaker phone for conference

table.

- - - 1

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

Hot and cold water dispensing unit. Disposable cups and

bottled water shall be supplied by the Contractor for the

duration of the project.

1 1 1 1

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

Fire extinguishers - provide and install type and *number to

meet applicable State and local codes for size of office indicated,

including a fire extinguisher suitable for use on a computer

terminal fire.

* * * *

Electric pencil sharpeners. 1 2 2 2

Electronic office type printing calculators capable of addition,

subtraction, multiplication and division with memory and a

supply of printing paper.

1 1 2 4

Small Multi-Function Laser Printer/Copier/Scanner/Fax

combination unit, network capable, as specified below under

Computer Related Hardware and Software.

1 1

Large Multi-Function Laser Printer/Copier/Scanner/Fax

combination unit, network capable, as specified below under

Computer Related Hardware and Software.

1 1

Field Office Wi-Fi Connection as specified below under

Computer Related Hardware and Software 1 1 1 1

Wi-Fi Printer as specified below under Computer Related

Hardware and Software. 1 1 1 1

Digital Camera as specified below under Computer Related

Hardware and Software. 1 1 3 3

Video Projector as specified below under Computer Related

Hardware and Software. - - - 1

Smart Board as specified below under Computer Related

Hardware and Software. - - - 1

Infrared Thermometer, including annual third party certified

calibration, case, and cleaning wipes. 1 1 1 2

Concrete Curing Box as specified below under Concrete Testing

Equipment. 1 1 1 1

Concrete Air Meter and accessories as specified below under

Concrete Testing Equipment as specified below. Contractor shall

provide third party calibration on a quarterly basis.

1 1 1 1

Concrete Slump Cone and accessories as specified below under

Concrete Testing Equipment. 1 1 1 1

Page 209: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

First Aid Kit 1 1 1 1

Flip Phones as specified under Computer Related Hardware and

Software. - - - -

Smart Phones as specified under Computer Related Hardware

and Software. - - - -

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

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

Page 210: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

performed with-in 48 hours. If the repairs require more than a 48 hours then an equal or better replacement must be provided. Once the Contract has been completed, the hardware and software will remain the property of the Contractor. First Aid Kit: The Contractor shall supply a first aid kit adequate for the number of personnel expected based on the size of the field office specified and shall keep the first aid kit stocked for the duration that the field office is in service. Rain Gauge: The Contractor shall supply install and maintain a rain gauge for the duration of the project, meeting these minimum requirements. The rain gauge shall be installed on the top of a post such that the opening of the rain gauge is above the top of the post an adequate distance to avoid splashing of rain water from the top of the post into the rain gauge. The Location of the rain gauge and post shall be approved by the Engineer. The rain gauge shall be made of a durable material and have graduations of 0.1 inches or less with a minimum total column height of 5 inches. If the rain gauge is damaged the Contractor shall replace it prior to the next forecasted storm event at no additional cost. Concrete Testing Equipment: If the Contract includes items that require compressive strength cylinders for concrete, in accordance with the Schedule of Minimum Testing Requirements for Sampling Materials for Test, the Contractor shall provide the following equipment. A) Concrete Cylinder Curing Box – meeting the requirements of Section 6.12 of the

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

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

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

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

Page 211: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 09/14/2016

ITEM #0969064A

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

Pay Item Pay Unit Construction Field Office, (Type) Month

Page 212: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 1/2008

ITEM #0970006A

ITEM #0970007A

ITEM #0970006A - TRAFFICPERSON (MUNICIPAL POLICE OFFICER)

ITEM #0970007A - TRAFFICPERSON (UNIFORMED FLAGGER)

9.70.01—Description: Under this item the Contractor shall provide the services of Trafficpersons

of the type and number, and for such periods, as the Engineer approves for the control and direction

of vehicular traffic and pedestrians. Traffic persons requested solely for the contractor’s

operational needs will not be approved for payment.

9.70.03—Construction Method: Prior to the start of operations on the project requiring the use

of Trafficpersons, a meeting will be held with the Contractor, Trafficperson agency or firm,

Engineer, and State Police, if applicable, to review the Trafficperson operations, lines of

responsibility, and operating guidelines which will be used on the project. A copy of the

municipality’s billing rates for Municipal Police Officers and vehicles, if applicable, will be

provided to the Engineer prior to start of work.

On a weekly basis, the Contractor shall inform the Engineer of their scheduled operations for the

following week and the number of Trafficpersons requested. The Engineer shall review this

schedule and approve the type and number of Trafficpersons required. In the event of an

unplanned, emergency, or short term operation, the Engineer may approve the temporary use of

properly clothed persons for traffic control until such time as an authorized Trafficperson may be

obtained. In no case shall this temporary use exceed 8 hours for any particular operation.

If the Contractor changes or cancels any scheduled operations without prior notice of same as

required by the agency providing the Trafficpersons, and such that Trafficperson services are no

longer required, the Contractor will be responsible for payment at no cost to the Department of

any show-up cost for any Trafficperson not used because of the change. Exceptions, as approved

by the Engineer, may be granted for adverse weather conditions and unforeseeable causes beyond

the control and without the fault or negligence of the Contractor.

Trafficpersons assigned to a work site are to only take direction from the Engineer.

Trafficpersons shall wear a high visibility safety garment that complies with OSHA, MUTCD,

ASTM Standards and the safety garment shall have the words "Traffic Control" clearly visible on

the front and rear panels (minimum letter size 2 inches (50 millimeters). Worn/faded safety

garments that are no longer highly visible shall not be used. The Engineer shall direct the

replacement of any worn/faded garment at no cost to the State.

A Trafficperson shall assist in implementing the traffic control specified in the Maintenance and

Protection of Traffic contained elsewhere in these specifications or as directed by the Engineer.

Any situation requiring a Trafficperson to operate in a manner contrary to the Maintenance and

Protection of Traffic specification shall be authorized in writing by the Engineer.

Page 213: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 1/2008

ITEM #0970006A

ITEM #0970007A

Trafficpersons shall consist of the following types:

1. Uniformed Law Enforcement Personnel: Law enforcement personnel shall wear the high

visibility safety garment provided by their law enforcement agency. If no high visibility safety

garment is provided, the Contractor shall provide the law enforcement personnel with a garment

meeting the requirements stated for the Uniformed Flaggers’ garment.

Law Enforcement Personnel may be also be used to conduct motor vehicle enforcement operations

in and around work areas as directed and approved by the Engineer.

Municipal Police Officers: Uniformed Municipal Police Officers shall be sworn Municipal Police

Officers or Uniformed Constables who perform criminal law enforcement duties from the

Municipality in which the project is located. Their services will also include an official Municipal

Police vehicle when requested by the Engineer. Uniformed Municipal Police Officers will be used

on non-limited access highways. If Uniformed Municipal Police Officers are unavailable, other

Trafficpersons may be used when authorized in writing by the Engineer.

Uniformed Municipal Police Officers and requested Municipal Police vehicles will be used at such

locations and for such periods as the Engineer deems necessary to control traffic operations and

promote increased safety to motorists through the construction sites.

2. Uniformed Flagger: Uniformed Flaggers shall be persons who have successfully completed

flagger training by the American Traffic Safety Services Association (ATSSA), National Safety

Council (NSC) or other programs approved by the Engineer. A copy of the Flagger’s training

certificate shall be provided to the Engineer before the Flagger performs any work on the project.

Uniformed Flaggers shall conform to Chapter 6E, Flagger Control, in the Manual of Uniformed

Traffic Control Devices (MUTCD) and shall wear high-visibility safety apparel, use a

STOP/SLOW paddle that is at least 18 inches (450 millimeters) in width with letters at least 6

inches (150 millimeters) high. The paddle shall be mounted on a pole of sufficient length to be 6

feet (1.8 meters) above the ground as measured from the bottom of the sign.

Uniformed Flaggers will only be used on non-limited access highways to control traffic operations

when authorized in writing by the Engineer.

9.70.04—Method of Measurement: Services of Trafficpersons will be measured for payment by

the actual number of hours for each person rendering services approved by the Engineer. These

services shall include, however, only such trafficpersons as are employed within the limits of

construction, project right of way of the project or along detours authorized by the Engineer to

assist the motoring public through the construction work zone. Services for continued use of a

detour or bypass beyond the limitations approved by the Engineer, for movement of construction

vehicles and equipment, or at locations where traffic is unnecessarily restricted by the Contractor’s

method of operation, will not be measured for payment.

Trafficpersons shall not work more than twelve hours in any one 24 hour period. In case such

services are required for more than twelve hours, additional Trafficpersons shall be furnished and

measured for payment. In cases where the Trafficperson is an employee on the Contractor’s

Page 214: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. Date 1/2008

ITEM #0970006A

ITEM #0970007A

payroll, payment under the item “Trafficperson (Uniformed Flagger)” will be made only for those

hours when the Contractor’s employee is performing Trafficperson services.

Travel time will not be measured for payment for services provided by Uniformed Municipal

Police Officers or Uniformed Flaggers.

Mileage fees associated with Trafficperson services will not be measured for payment.

Safety garments and STOP/SLOW paddles will not be measured for payment.

9.70.05—Basis of Payment: Trafficpersons will be paid in accordance with the schedule

described herein.

There will be no direct payment for safety garments or STOP/SLOW paddles. All costs associated

with furnishing safety garments and STOP/SLOW paddles shall be considered included in the

general cost of the item.

1. Uniformed Law Enforcement Personnel: The sum of money shown on the Estimate and in

the itemized proposal as "Estimated Cost" for this work will be considered the bid price even

though payment will be made as described below. 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 for the contract.

The Department will pay the Contractor its actual costs for “Trafficperson (Municipal Police

Officer)” plus an additional 5% as reimbursement for the Contractor’s administrative expense in

connection with the services provided.

The invoice must include a breakdown of each officer’s actual hours of work and actual rate

applied. Mileage fees associated with Trafficperson services are not reimbursable expenses and

are not to be included in the billing invoice. The use of a municipal police vehicle authorized by

the Engineer will be paid at the actual rate charged by the municipality. Upon receipt of the invoice

from the municipality, the Contractor shall forward a copy to the Engineer. The invoice will be

reviewed and approved by the Engineer prior to any payments. Eighty (80%) of the invoice will

be paid upon completion of review and approval. The balance (20%) will be paid upon receipt of

cancelled check or receipted invoice, as proof of payment. The rate charged by the municipality

for use of a uniformed municipal police officer and/or a municipal police vehicle shall not be

greater than the rate it normally charges others for similar services.

2. Uniformed Flagger: Uniformed flaggers will be paid for at the contract unit price per hour for

“Trafficperson (Uniformed Flagger)”, which price shall include all compensation, insurance

benefits and any other cost or liability incidental to the furnishing of the trafficpersons ordered.

Pay Item Pay Unit

Trafficperson (Municipal Police Officer) est.

Trafficperson (Uniformed Flagger) Hr.

Page 215: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

ITEM #0971001A – MAINTENANCE AND PROTECTION OF TRAFFIC

Article 9.71.01 – Description is supplemented by the following:

The Contractor shall maintain and protect traffic as follows and as limited in the Special Provision

“Prosecution and Progress”:

I-95 (3 LANE SECTION)

The Contractor shall maintain and protect existing traffic operations on I-95. During stage

construction, existing traffic operations will be considered to be as shown on the Maintenance and

Protection of Traffic Plans contained in the contract plans.

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 three lanes of through

traffic on a paved travel path not less than 10.8 meters in width in each direction.

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 two lanes of

through traffic on a paved travel path not less than 7.2 meters in width in each direction.

Excepted therefrom will be those periods, during the allowable periods, when the Contractor is

actively working, as which time the Contractor shall maintain and protect at least one lane of

through traffic on a paved travel path not less than 3.6 meters in width in each direction.

Excepted therefrom will be those periods, during the allowable periods, when the Contractor will

be allowed to halt traffic for a period of time not to exceed ten minutes. The Contractor shall allow

all stored vehicles to proceed through the work area before halting traffic for another ten (10)

minute period.

U.S. ROUTE 1 NORTHBOUND (BARNUM AVENUE CUTOFF)

The Contractor shall maintain and protect the existing number of lanes of traffic, including turning

lanes. Each traffic lane shall be maintained on a paved travel path not less than 3.3 meters in width.

Excepted therefrom will those periods during the allowable periods when the Contractor is actively

working, at which time the Contractor will be allowed to maintain and protect two lanes of through

traffic , each lane on a paved travel path not less than 3.3 meters in width.

Excepted therefrom will be those periods, during the allowable periods, when the Contractor will

be allowed to halt traffic for a period of time not to exceed ten-minutes. The Contractor shall allow

Page 216: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

all stored vehicles to proceed through the work area before halting traffic for another ten-minute

period.

Excepted therefrom will be those periods, during the allowable periods, when the contractor is

actively working, at which time the Contractor will be allowed to maintain and protect at least one

lane of through traffic on a paved travelpath not less than 3.3 meters in width.

U.S. ROUTE 1 SOUTHBOUND

The Contractor shall maintain and protect the existing number of lanes of traffic, including turning

lanes. Each traffic lane shall be maintained on a paved travel path not less than 3.3 meters in width.

Excepted therefrom will be those periods, during the allowable periods, when the Contractor is

actively working, at which time the Contractor will be allowed to maintain and protect at least two

lanes of through traffic on U.S. Route 1 and one right turn lane on U.S. Route 1 to Route 110. Each

traffic lane shall be maintained on a paved travel path not less than 3.3 meters in width.

Excepted therefrom will those periods, during the allowable periods, when the Contractor is

actively working, at which time the Contractor will be allowed to maintain and protect at least one

lane of through traffic on a paved travel path not less than 3.3 meters in width.

Excepted therefrom will be those periods, during the allowable periods, when the Contractor will

be allowed to halt traffic for a period of time not to exceed ten-minutes. The Contractor shall allow

all stored vehicles to proceed through the work area before halting traffic for another ten-minute

period.

NAUGATUCK AVENUE

The Contractor shall maintain and protect the existing number of lanes of traffic, each lane on a

paved travel path not less than 3.3 meters 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 3.6 meters in width. The length of

alternating one way traffic shall not exceed 100 meters in length.

Excepted therefrom will be those periods, during the allowable periods, when the Contractor will

be allowed to halt traffic for a period not to exceed ten-minutes. The Contractor shall allow all

stored vehicles to proceed through the work area before halting traffic for another ten-minute

period.

Page 217: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

ALL OTHER ROADWAYS

The Contractor shall maintain and protect the existing number of lanes of traffic, including turning

lanes at intersections, each lane on a paved travel path not less than 3.3 meters in width.

Excepted therefrom will those periods, during the allowable periods, when the Contractor is

actively working, at which time the Contractor will be allowed to maintain and protect at least one

lane of through traffic in each direction, each lane on a paved travelpath not less than 3.3 meters

in width.

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 by the following:

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 existing signs,

temporary signs, and sign supports as many times as deemed necessary as shown on the

Maintenance and Protection of Traffic Plans and as directed by the Engineer. The Contractor shall

install temporary signs, sign supports, and foundations as called for in the Maintenance and

Protection of Traffic Plans and as directed by the Engineer.

The temporary relocation of all signs and side-mounted supports shall be paid for under Item

#0971001A – Maintenance and Protection of Traffic. The furnishing, installation, and removal of

temporary side-mounted sign supports, and foundations shall also be paid for under Item

#0971001A – Maintenance and Protection of Traffic. Unless they are adequately protected by

guide rail or barrier curb, temporary side-mounted supports shall be breakaway supports

conforming to specifications and details contained elsewhere in the contract.

Temporary overhead cantilever sign supports and foundations shall be paid for under Item

#1201600A – Temporary Cantilever Sign Support, and Item #1202400A – Temporary Cantilever

Sign Support Foundation.

Temporary signs and temporary sign faces for side mounted and overhead signs shall be paid for

under Item #1220013A – Construction Signs – Bright Fluorescent Sheeting. The type of material,

Page 218: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

the type of sheeting, and the color of the sheeting for the temporary signs and temporary sign faces

for side mounted and overhead signs shall be submitted to the Engineer for approval.

When all work is completed, the Contractor shall remove all temporary and existing signs and

install new signs as shown on the Signing Plans contained in the Contract plans.

TRAFFIC SIGNALS

The Contactor shall keep each traffic signal in the project limits operational at all times during

construction in accordance with the Special Provision “Temporary Signalization.”

REQUIREMENTS FOR WINTER

The Contractor shall schedule a meeting with representatives of the Engineer, Maintenance,

Traffic, and the Town/City to determine what interim traffic control measures the Contractor must

accomplish for the winter to provide safety to the motorist 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. One (1) meter Traffic Cones or Traffic Drums are to be utilized to continue a lane

closure on expressways.

TEMPORARY OVERHEAD GUIDE SIGNS

The Contractor shall install temporary cantilever overhead sign supports as indicated on the

Maintenance and Protection of Traffic plans during various stages of construction. Existing

overhead guide signs shall be relocated onto these temporary cantilever sign supports.

The cost of providing temporary overhead sign supports to maintain overhead signing, is included

under the Item #1201600A - "Temporary Cantilever Sign Support” and Item #1202400A -

“Temporary Cantilever Sign Support Foundation”. The relocation of existing overhead signs onto

the temporary cantilever sign supports is included is paid for under Item #0971001A –

“Maintenance and Protection of Traffic”.

Pavement Markings - Limited Access Highways, Turning Roadways & Ramps (revised 9/29/00)

During construction, the Contractor shall maintain all pavement markings throughout the limits of

the project.

Page 219: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Interim Pavement Markings The Contractor shall install painted pavement markings, which shall include lane lines (broken

lines), shoulder edge lines, stop bars, lane-use arrows and gore markings, on each intermediate

course of bituminous concrete pavement and on any milled surface by the end of the work

day/night. All painted pavement markings will be paid under the appropriate items.

If the Contractor does not install permanent Epoxy Resin Pavement Markings by the end of the

work day/night on exit ramps where the final course of bituminous concrete pavement has been

installed, the Contractor shall install temporary 300 mm wide white stop bars. The temporary stop

bars shall consist of Temporary Plastic Pavement Marking Tape and shall be installed by the end

of the work day/night. Stop bars may consist of two 150 mm wide white markings or three 100

mm wide white markings placed side by side. The Contractor shall remove and dispose of these

markings when the permanent Epoxy Resin Pavement Markings are installed. The cost of

furnishing, installing and removing the Temporary Plastic Pavement Marking Tape shall be at the

Contractor’s expense.

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 In accordance with the Special Provision contained elsewhere in the contract documents, the

Contractor shall install inlaid Plastic Pavement Markings at the time of installation of the final

course of bituminous concrete pavement.

In accordance with Section 12.10 entitled “Epoxy Resin Pavement Markings, Symbols and

Legends,” the Contractor should install permanent Epoxy Resin Pavement Markings on the final

course of bituminous concrete pavement by the end of the work day/night. If the permanent

pavement markings are not installed by the end of the work day/night, then temporary stop bars

shall be installed as described above and the permanent Epoxy Resin Pavement Markings shall be

installed by the end of the work day/night on Friday of that week.

NOTE: Painted pavement markings will not be allowed as a substitution for either the permanent

inlaid Plastic Pavement Markings or the permanent Epoxy Resin Pavement Markings on the final

course of bituminous concrete pavement.

Pavement Markings -Non-Limited Access Multilane Roadways Secondary and Local

Roadways (revised 9/29/00)

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

Page 220: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

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 100 mm wide yellow markings, 0.6 m in length, side by side, 100

mm to 150 mm apart, at 12 m 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 150 mm wide white markings or three 100 mm 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.

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

In accordance with Section 12.10 entitled “Epoxy Resin Pavement Markings, Symbols, and

Legends,” the Contractor should install permanent Epoxy Resin Pavement Markings on the final

course of bituminous concrete pavement by the end of the work day/night. If the permanent

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 permanent Epoxy Resin

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 permanent Epoxy Resin Pavement Markings are installed. The cost of

furnishing, installing and removing the Temporary Plastic Pavement Marking Tape shall be at the

Contractor’s expense.

NOTE: Painted pavement markings will not be allowed as a substitution for either the permanent

Epoxy Resin Pavement Markings or the Temporary Plastic Pavement Marking Tape on the final

course of bituminous concrete pavement.

TRAFFIC CONTROL DURING CONSTRUCTION OPERATIONS (Metric Version)

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.

Page 221: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

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.

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 20 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 may 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.

Page 222: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

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, 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.

TABLE I – MINIMUM TAPER LENGTHS

POSTED SPEED LIMIT

MILES PER HOUR

MINIMUM TAPER LENGTH IN METERS

FOR A SINGLE LANE CLOSURE

30 OR LESS

35

40

45

50

55

65

60

75

100

165

185

200

240

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 contract requirements

and discuss the Department’s procedures. Other work zone safety meetings during the

course of the project should be scheduled as needed.

1.b) A Work Zone Safety Meeting Agenda, (see Section 9), 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.

Page 223: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

SECTION 2. INSTALLING AND REMOVING TRAFFIC CONTROL PATTERNS

2.a) Lane Closures shall be installed beginning with the advanced warning signs and proceeding

forward toward the work area.

2.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 advanced warning signs.

2.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.

2.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 advanced warning

signs and the first ten traffic cones/drums only. Appropriate measures shall be taken to

safely slow traffic. If required, State Police may use traffic slowing techniques, including

the use of Truck Mounted Impact Attenuators (TMAs) as appropriate, for a minimum of

1.6 km in advance of the pattern starting point. Once the advanced warning signs and the

first ten traffic cones/drums are installed/removed, the two TMAs and sign crew should

continue to install/remove the pattern as described in Section 4c and traffic shall be allowed

to resume their normal travel.

2.e) The Contractor must adhere to using the proper signs, placing the signs correctly, and

ensuring the proper spacing of signs.

2.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.

2.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.

2.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 3. USE OF HIGH MOUNTED INTERNALLY ILLUMINATED FLASHING

ARROW

3.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

Page 224: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

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.).

3.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.

3.c) The Flashing Arrow shall not be used on two lane, two-way roadways for temporary

alternating one-way traffic operations.

3.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.

3.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.

3.f) If the required number of Flashing Arrows is not available, the traffic control pattern shall

not be installed.

SECTION 4. USE OF TRUCK MOUNTED IMPACT ATTENUATOR VEHICLES

(TMAs)

4.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.

4.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.

4.c) Generally, to establish the advance and transition signing, one TMA shall be placed on the

shoulder and the second TMA shall be approximately 300 meters 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 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, both 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.

4.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 may 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.

4.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

Page 225: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

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.

4.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, 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”.

4.g) If the required number of TMAs is not available, the pattern shall not be installed.

SECTION 5. USE OF STATE POLICE OFFICERS

5.a) On limited access highways, the Engineer may determine that State Police Officers will be

utilized for regional work zone traffic safety and enforcement operations in addition to

project-related work zone assignments. State Police Officers shall be uniformed off-duty

sworn Connecticut State Police Officers. Their services will also include the use of official

State Police vehicles and associated equipment. State Police Officers will be used on all

limited access highways. State Police Officers will not be used on non-limited access

highways unless specifically under their jurisdiction or authorized in writing by the

Engineer. State Police Officers with official State Police vehicles will be used at such

locations and for such periods as the Engineer deems necessary to control traffic operations

and promote increased safety to motorists through the construction sites.

5.b) On a weekly basis, the Contractor shall submit to the Engineer the state police request form

(DPS-0691-C) as an indication of their scheduled operations for the following week. This

form shall be submitted no later than Wednesday Morning of the week prior to the

scheduled operations. The Engineer shall review this schedule and approve the type and

number of Officers required by signing off under the “Completed by DOT’s Authorized

Representative” line on Department of Public Safety Form DPS-0691-C. Once the

Engineer has approved the number of Officers requested the Engineer will fax the order to

the Department of Public Safety’s Overtime Office.

5.c) Prior to the start of operations, a meeting will be held with the Contractor, Trooper in

charge and Engineer to review the Trafficperson operations, lines of responsibility, and

operating guidelines which will be used for the scheduled work.

5.d) At least one Officer should 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. Certain situations may require State

Police presence, if one is available, even though the general guidelines above indicate

Page 226: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

otherwise. 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.

5.e) Once the pattern is in place, the State Police Officer should be positioned in a non-

hazardous location at the beginning of the pattern or at one of the work areas not protected

by a TMA. If traffic backs up beyond the beginning of the pattern, then the State Police

Officer should be repositioned prior to the backup to give warning to the oncoming

motorists. Where State Police Officer and TMA are in close proximity to each other, the

TMA should be placed to protect the State Police Officer’s vehicle from oncoming traffic.

5.f) Other functions of the State Police Officer(s) shall include:

• *Assisting entering/exiting construction vehicles within the work area.

• *Enhancing worker visibility/safety for workers in close proximity to the open

travel lane(s).

• Speed control of traffic within the work area.

• Enforcement of speed and other motor vehicle laws within the work area.

Typically, the State Police Officer should be out of the vehicle for the functions marked

with an asterisk (*).

5.g) State Police Officers assigned to a work site are to only take direction from the Engineer.

5.h) There will be no separate payment to the Contractor for State Police Services. The direct

cost of such services will be paid by the Department. Indirect costs associated with

scheduling and coordinating State Police shall be included under the Item – Maintenance

and Protection of Traffic.

SECTION 6. USE OF (REMOTE CONTROLLED) CHANGEABLE MESSAGE SIGNS

6.a) For lane closures on limited access roadways, one Changeable Message Sign shall be used

in advance of the traffic control pattern. Prior to installing the pattern, the Changeable

Message Sign shall be installed and in operation, displaying the appropriate lane closure

information (i.e.: Left Lane Closed - Merge Right). The Changeable Message Sign shall

be positioned 800 – 1600 meters ahead of the lane closure taper. If the nearest Exit ramp

is greater than the specified 800 – 1600 meter distance, then an additional Changeable

Message Sign shall be positioned a sufficient distance ahead of the Exit ramp to alert

motorists of the lane closure and provide them an opportunity to take the exit.

6.b) On non-limited access roadways, the use of Changeable Message Signs for lane closures

is optional. The roadway geometry, sight line distance, and traffic volume should be

considered in the decision to use the Changeable Message Sign.

6.c) The advance Changeable Message Sign is typically placed off the right shoulder, 1.5 meters

from the edge of pavement. In areas where the Changeable Message Sign cannot be placed

beyond the edge of pavement, it may be placed on the paved shoulder with a minimum of

Page 227: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

five (5) traffic drums placed in a taper in front of it to delineate its position. The advance

Changeable Message Sign shall be adequately protected if it is used for a continuous

duration of 36 hours or more.

6.d) When the Changeable Message Signs 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.

6.e) The Changeable Message Sign generally should not be used for generic messages (ex:

Road Work Ahead, Bump Ahead, Gravel Road, etc.).

6.f) The Changeable Message Sign 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).

6.g) 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.

6.h) Section 11 contains the messages that are allowed on the Changeable Message Sign. 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.

6.i) If the required number of Changeable Message Signs is not available, the pattern shall not

be installed.

SECTION 7. USE OF (REMOTE CONTROLLED) CHANGEABLE MESSAGE SIGNS

WITH RADAR

7.a) (Remote Controlled) Changeable Message Signs with Radar shall be used when

specified, or as directed by the Engineer.

7.b) The typical placement of a (Remote Controlled) Changeable Message Sign with Radar is

in the work zone portion of the traffic control pattern.

7.c) The typical usage of the (Remote Controlled) Changeable Message Sign with Radar is to

display a message when a preset speed is exceeded. The sign will blank when no vehicles

are present.

7.d) The preset speed for activating the message should be set 5-10 MPH above the posted, or

desired, speed.

7.e) Section 12 contains the messages that are allowed on the (Remote Controlled) Changeable

Message Sign with Radar. 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.

SECTION 8. USE OF TRAFFIC DRUMS AND TRAFFIC CONES

Page 228: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

8.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.

8.b) Traffic drums shall be used in place of traffic cones in traffic control patterns that are in

effect for more than a 72-hour duration.

8.c) Traffic Cones less than 1 meter 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.

8.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.

SECTION 9. GENERAL

9.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.

9.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.

9.c) Failure of the Contractor to have the required minimum number of signs and equipment,

which results in the not being installed, shall not be a reason for a time extension.

9.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 the

District Office for resolution immediately or, in the case of work after regular business

hours, on the next business day.

SECTION 10. WORK ZONE SAFETY MEETING AGENDA

1) Review Project scope of work and time.

2) Review Section 1.08, Prosecution and Progress of the Special Provisions.

3) Review Section 9.70, Trafficperson of the Specifications.

4) Review Section 9.71, Maintenance and Protection of Traffic of the Special Provisions,

including “Work Zone Safety Procedures”.

5) Review Contractor’s schedule and method of operations.

6) Review areas of special concern: ramps, turning roadways, medians, lane drops, etc.

7) Open discussion of work zone questions and issues.

8) Discussion of review and approval process for changes in contract requirements as they relate

to work zone areas.

Page 229: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

SECTION 11. WORK ZONE SAFETY PROCEDURES - ALLOWABLE MESSAGES

FOR CHANGEABLE MESSAGE SIGNS

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

MERGE

LEFT

14 EXIT XX

CLOSED

FOLLOW

DETOUR

Page 230: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

CLOSED USE YY

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

SECTION 12. WORK ZONE SAFETY PROCEDURES - ALLOWABLE MESSAGES

FOR CHANGEABLE MESSAGE SIGN WITH RADAR

Message No. Frame 1 Frame 2 Message No. Frame 1 Frame 2

1 TOO

FAST

SLOW

DOWN

4

2 TOO FAST

SLOW

DOWN

5

3 YOU’RE

SPEEDING

FINES

DOUBLE

6

Page 231: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 232: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 233: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 234: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 235: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 236: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 237: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 238: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 239: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 240: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 241: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 242: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 243: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 244: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 245: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 246: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 247: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 248: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Page 249: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/27/17

ITEM #0971001A

Article 9.71.05 – Basis of Payment is supplemented by the following:

The contract lump sum price for “Maintenance and Protection of Traffic” shall also include

furnishing, installing, and removing the material for the temporary traversable slope in those areas

where a longitudinal dropdown exists.

If there is no method for payment for the temporary transition in those areas where a transverse

dropdown exists, then the contract lump sum price for the “Maintenance and Protection of Traffic”

shall also include furnishing, installing, and removing the material for the temporary transition.

The contract lump sum price for “Maintenance and Protection of Traffic” shall also include

temporarily relocating existing signs and sign supports as many times as deemed necessary and

furnishing, installing, and removing temporary sign supports and foundations if necessary during

construction of the project.

Pay Item Pay Unit

Maintenance and Protection of Traffic l.s.

Page 250: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 8/18/17

Item #1207034A

ITEM #1207034A – SIGN FACE – EXTRUDED ALUMINUM (TYPE IV

RETROREFLECTIVE SHEETING)

Work under this item shall conform to the requirements of Section 12.07 amended as

follows:

Description: This item shall consist of installing a State-furnished sign face-extruded aluminum

sign installed at the location as shown on the plan or as directed by the Engineer.

Method of Measurement: This item will be measured for payment by the number square

meters installed and accepted at the location shown on the plans or as directed by the Engineer.

Basis of Payment:

This work will be paid for at the Contract unit price per square meter for “Sign Face - Extruded

Aluminum (Type IV Retroreflective Sheeting)” complete in place, which price shall include all

hardware, equipment, tools, and labor incidental thereto.

Pay Item Pay Unit

Sign Face - Extruded Aluminum

(Type IV Retroreflective Sheeting) sq.m

Page 251: NOTICE TO CONTRACTOR - PRE-BID QUESTIONS … 2016 GENERAL NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be

Rev. 9/13/17

ITEM #1809001A

ITEM #1809001A – REMOVE IMPACT ATTENUATION DEVICE

(SAND INERTIAL BARRIER MODULE)

Work under this item shall meet the requirements of Section 18.07 amended as follows:

Description: This item shall consist of removing and disposing existing temporary impact modules.

The temporary impact modules exposed to asbestos contaminated soil and sediment shall be

decontaminated prior to disposal in accordance with the special provision for Item No. 0101124A

Decontamination.

Construction Methods:

Controlled material adhered to the trestle components shall be removed, handled, decontaminated,

solidified, stored, loaded, transported and disposed of in accordance with other Contract item

special provisions.

Method of Measurement: Removing and disposing of temporary impact attenuation modules will

be measured as units, regardless of size.

Basis of Payment: This work will be paid for at the Contract unit price per each temporary impact

attenuation module removed and paid as “Remove Impact Attenuation Device (Sand Inertial Barrier

Module)” which price shall include removal and disposal of the temporary impact modules and all

labor, equipment, transportation and any other work incidental thereto.

The cost of removal, special handling, decontamination, material solidification, dewatering,

storage, loading, transportation and disposal of controlled material will be paid for under other

Contract items.

Pay Item Pay Unit

Remove Impact Attenuation Device

Sand Inertial Barrier Module) ea.