PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

163
PROCUREMENT SERVICES ADDENDA Date October 1, 2009 Addenda Number 2 REQUEST FOR PROPOSALS FOR : FOLLEY BROOK CONDUIT REPAIR RFR NUMBER 4454 DUE DATE 2:00 PM October 15, 2009 This Addendum is a contract document modifying previously issued documents, which remain in full force except as specifically modified below. Quotations appearing on the Proposal are to reflect the provisions of this Addendum. Failure to acknowledge receipt of this Addendum in the space provided on the response sheet may subject candidate to disqualification. A second Pre-Bid Conference was held at 11:00 AM on September 25, 2009 at the project site. The following questions were asked by attendees during the conference. The answers are provided in Bold text. 1. Is there an access manhole in the junction chamber at the upstream end of Section 4? The 1955 ACOE plans of the upstream conduit indicate that there is a 2’ by 7’ rectangular access manhole in the junction chamber directly in front of the MDC outfall flood gate. There are two steel cover plates at the top of the manhole – a 3/8” checkered steel upper cover and a 7/16” watertight inner cover. This has not been confirmed in the field and it is unknown if access from this manhole is possible. It is expected that the contractor will use the intermediate manholes and inlets shown on the contract plans for material access, personnel access and confined space requirements. 2. When will the project start? The project is expected to start at the end of November, 2009. 3. Will the bid opening be extended? Yes, the bid opening is scheduled for 2:00 A.M. October 15, 2009.

Transcript of PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 1: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

PROCUREMENT SERVICES

ADDENDA Date October 1, 2009 Addenda Number 2

REQUEST FOR PROPOSALS FOR : FOLLEY BROOK CONDUIT REPAIR

RFR NUMBER 4454

DUE DATE 2:00 PM October 15, 2009 This Addendum is a contract document modifying previously issued documents, which remain in full force except as specifically modified below. Quotations appearing on the Proposal are to reflect the provisions of this Addendum. Failure to acknowledge receipt of this Addendum in the space provided on the response sheet may subject candidate to disqualification. A second Pre-Bid Conference was held at 11:00 AM on September 25, 2009 at the project site. The following questions were asked by attendees during the conference. The answers are provided in Bold text. 1. Is there an access manhole in the junction chamber at the upstream end of

Section 4? The 1955 ACOE plans of the upstream conduit indicate that there is a 2’ by 7’ rectangular access manhole in the junction chamber directly in front of the MDC outfall flood gate. There are two steel cover plates at the top of the manhole – a 3/8” checkered steel upper cover and a 7/16” watertight inner cover. This has not been confirmed in the field and it is unknown if access from this manhole is possible. It is expected that the contractor will use the intermediate manholes and inlets shown on the contract plans for material access, personnel access and confined space requirements.

2. When will the project start? The project is expected to start at the end of November, 2009.

3. Will the bid opening be extended? Yes, the bid opening is scheduled for 2:00 A.M. October 15, 2009.

Page 2: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

How frequently does the water in the conduit rise during storm flows? The Town of Wethersfield has indicated that Folly Brook has a history of rising suddenly during some storm events. The frequency and severity of the storm events during which this happens is unknown.

4. Is there City property in the vicinity of the project where a field office can be located? A field office can be located in the vacant area on the east side of the South Meadows Pump Station, located northeast of the project site. Parking for workers will not be allowed at this location since the existing parking area must be available for City personnel working at the pump station.

5. Is a 300 square foot field office area for the Engineer necessary? The Engineer’s office space shall be 150 square feet minimum and shall have one (1) office desk and chair, along with the other furnishings described in the specifications.

6. What is the maximum permissible spacing of construction joints in the new invert slabs? There is no maximum spacing of construction joints in the new concrete inverts.

7. What type of special insurance requirements are required for this project? Railroad Insurance and Builder's Risk Insurance 8. Please provide Appendix A Information Provided in this Addenda as an Attachment.

Page 3: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 3, Invitation To Respond

REVISED CONSTRUCTION PROJECT SUMMARY SHEET

RFR NUMBER: 4454

CONTRACT NUMBER F09-12

BID TITLE : FOLLY BROOK CONDUIT REPAIRS ESTIMATED CONSTRUCTION COST RANGE: $1,500,000 CONTRACT TYPE: ( X ) OPEN COMPETITIVE WITH W/MBE % GOAL ( ) SMALL MINORITY BUSINESS ENTERPRISE SET ASIDE ( ) SMALL CONTRACTOR SET ASIDE STATE OF CONNECTICUT PREQUALIFICATION REQUIRED: ( ) YES ( ) NO PERCENTAGE OF MBE/WBE PARTICIPATION REQUIRED: 15% FEDERAL WAGE RATE REQUIREMENTS: ( ) YES ( X ) NO STATE WAGE RATE REQUIREMENTS: ( ) YES ( ) NO HARTFORD BASED BIDDER ADVANTAGE: ( ) APPLICABLE ( X ) NON-APPLICABLE PLANS AVAILABLE AS PART OF BID DOCUMENTS: (X) YES ( ) NO SPECIAL INSURANCE REQUIREMENTS: (X ) YES () NO ____________________________________________________________________________ ____________________________________________________________________________ CALENDAR DAYS ALLOWED FOR CONTRACT WORK: See Spec Section 01010 LIQUIDATED DAMAGES FOR LATE COMPLETION: $______ PER DAY DISCLAIMER: THIS SHEET IS PROVIDED FOR GENERAL INFORMATION ONLY AND IS SOLELY INTENDED TO ASSIST BIDDERS IN UNDERSTANDING THE GENERAL SCOPE OF WORK. BIDDERS MUST REFER TO SPECIFIC CONTRACT SECTIONS FOR DETAILS. IN THE EVENT OF A CONFLICT, THE PROJECT AND CONTRACT SPECIFICATIONS SHALL TAKE PRECEDENCE OVER THIS CONTRACT SUMMARY SHEET.

Page 4: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

APPENDIX A

Page 5: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

~afttn uf W~fknrzftt1b505 SILAS DEANE HIGHWAY

WETHERSPIELD. CONNECTICUT 06109

April 16, 2009 RRR

John McGraneCity of HartfordGreater Hartford Flood CommissionDepartment of Public Works525 Main St.4 th FloorHartford, Ct. 06103

Application No. 586-09.Citv of Hartford, Parcel No.214-002, Hartford Ave.

Dear Mr. McGrane

At a public meeting of the Inland Wetlands & Watercourses Commission, held on April 15,2009 in the Community Room of the Wethersfield Police Dept. 250 Silas Deane Highway,Wethersfield, your application for maintenance activities to the Folly Brook Conduit, part of theHartford Flood Control System was Approved as a Plenary Ruling with the condition that thebid documents be amended to require the removal of construction debris and equipment at theend of each work day to the extent possible.

Town of WethersfieldINLANT) WETLANDS &WAT,ERCOIJRSES COMMISSION

A A

Antonio MargiottaChairniani<

CC:Peter Gillespie, Town PlannerMichael J. Turner, Director of Public Works/Town EngineerBrian O’Connor. Chief Building OfficialJoshua Wilson, Fuss & O’NeilStuatfH~Iflfris;PE F~áss&O?Nei1

Page 6: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

All remaining specifications, terms and conditions remain the same. Carita Rozie Principal Administrative Analyst

END OF ADDENDA # 2

Page 7: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

PROCUREMENT SERVICES

ADDENDA Date September 24 2009 Addenda Number 1

REQUEST FOR PROPOSALS FOR

RFR NUMBER 4454

DUE DATE 2:00 PM October 8, 2009 This Addendum is a contract document modifying previously issued documents, which remain in full force except as specifically modified below. Quotations appearing on the Proposal are to reflect the provisions of this Addendum. Failure to acknowledge receipt of this Addendum in the space provided on the response sheet may subject candidate to disqualification. Please see all attachments on the following pages. There is a second non-mandatory Pre-Bid Conference scheduled for September 25, 2009 at 11:00 AM at 1010 Wethersfield Avenue, Hartford, CT. Hartford Based Bidder Advantage is non-applicable for this Project based on the funding source. This Project requires a 15% W/MBE % Goal and will only recognize companies currenty certified with the City of Hartford. This Project does require SPECIAL INSURANCE REQUIREMENTS. A revised Construction Project Summary Sheet will be uploaded on Addenda# 2

Page 8: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

F:\P97\97279\F24 - Folly Brook Conduit Design\Report of Pre-Bid Meeting 2009-09-18.doc

A Pre-Bid Conference was held at 11:00 AM on September 18, 2009 at the project site. Thefollowing questions were asked by attendees during the conference. The answers are providedin Bold text.1. What is the deadline for questions?

The City will accept questions from the contractors until 72 hours prior to the October 8,2009 bid opening.

2. What is the contract period?

The contract period is 180 calendar days from Notice to Proceed.

3. Is the temporary by-pass pipe the only method allowed for handling water during construction?

The cofferdam and temporary by-pass pipe shown on the plans is a suggested method forhandling water during construction and the contractor is free to develop his own method,which must be prepared by a Professional Engineer and submitted to the City for reviewand approval.

4. Does any sewage discharge from the upstream MDC overflow pipe need to be conveyed separatelyor treated?

There is a possibility that combined sewage flow may enter the conduit from the MDCoverflow pipe located at the junction chamber at the upstream end of Section 4. It isintended that any combined sewage flow entering the conduit will be conveyed through thetemporary by-pass pipe with no treatment.

5. Is the conduit considered a confined space?

The conduit is considered a confined space and all appropriate protective measures shall betaken to ensure the safety of the workers in the conduit.

6. Is the conduit open at the upstream end of Section 4 and is access allowed from the upstream end?

The length of the entire conduit is approximately 3,400 feet long and the upstream conduitentrance is approximately 2,200 feet from the limit of work at the upstream end of Section 4.Construction access from the conduit entrance was not anticipated due to this excessivedistance. It is intended that construction access will be via the conduit outlet end and themanholes and storm inlets shown on the plans. Access via manholes on private propertywill require independent negotiations between the contractor and property owner.

7. Where is the staging area?

The intended staging area is along the south side of the access road to the South MeadowsPump Station. A 40 foot clear area must be maintained between the fence along the northedge of the access road and the staging area to allow parking and traffic flow.

8. How much rock removal is anticipated and how will it be paid for if needed to achieve theminimum 6” concrete invert thickness shown on the Section No. 4 Invert detail?

A new item for rock removal has been added to the contract. A maximum quantity of 10cubic feet of rock removal is anticipated.

9. Are there any photos available for review of the inside of the conduit?

Representative photos of typical conditions inside the conduit are provided on the followingpages.

Page 9: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

F:\P97\97279\F24 - Folly Brook Conduit Design\Report of Pre-Bid Meeting 2009-09-18.doc

Photo 1: Scale on conduit walls

Photo 2: Missing Section 4 invert slab

Page 10: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

F:\P97\97279\F24 - Folly Brook Conduit Design\Report of Pre-Bid Meeting 2009-09-18.doc

Photo 3: Section 4 typical condition

Photo 4: Section 4 missing invert slab and exposed bedrock

Page 11: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

F:\P97\97279\F24 - Folly Brook Conduit Design\Report of Pre-Bid Meeting 2009-09-18.doc

Photo 5: Section 1 CMP

Page 12: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

CHANGES TO TECHNICAL SPECIFICATIONS

Page 13: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 1

SECTION 03301 – MISCELLANEOUS CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section specifies cast-in-place concrete, including reinforcement, concrete materials,mix design, placement procedures, and finishes for the following:

1. Conduit Invert Repair.

B. Related Sections

1. Division 3 Section "Concrete Rehabilitation" for drilling holes and chemical anchors.

2. Division 3 Section “Concrete Rehabilitation” for removing deteriorated concrete andreinforcement

3. Division 3 Section “Concrete Rehabilitation” for removing bedrock

1.3 SUBMITTALS

A. Material Certificates: Signed by manufacturers certifying that each of the following itemscomplies with requirements:

1. Cementitious materials and aggregates.

2. Steel reinforcement and reinforcement accessories.

B. Product Certificate: Signed by producer or supplier certifying that each of the followingitems complies with requirements:

1. Design mix.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: An experienced installer who has completed concrete work similarin material, design, and extent to that indicated for this Project and whose work hasresulted in construction with a record of successful in-service performance.

B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concreteproducts complying with ASTM C 94 requirements for production facilities andequipment.

Page 14: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 2

C. Source Limitations: Obtain each type of cement of the same brand from the sameCTDOT approved batch plant, each aggregate from one source, and each admixture fromthe same manufacturer.

D. Comply with ACI 301, "Specification for Structural Concrete," including the following,unless modified by the requirements of the Contract Documents.

1. General requirements, including submittals, quality assurance, acceptance ofstructure, and protection of in-place concrete.

2. Formwork and form accessories.

3. Steel reinforcement and supports.

4. Concrete mixtures.

5. Handling, placing, and constructing concrete.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle steel reinforcement to prevent bending and damage.

PART 2 - PRODUCTS

2.1 FORMWORK

A. Furnish formwork and form accessories according to ACI 301.

2.2 STEEL REINFORCEMENT

A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.

B. Plain-Steel Welded Wire Fabric: ASTM A496/497, fabricated from as-drawn steel wireinto flat sheets. 75ksi

1. Galvanized: ASTM A461.

C. Stainless-Steel Bars and Shapes: ASTM A 276, Type 304

2.3 CONCRETE MATERIALS

A. Portland Cement: ASTM C 150, Types I or II or Type I/II.

B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1-1/2-inchnominal size.

C. Water: Potable and complying with ASTM C 94.

Page 15: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 3

2.4 ADMIXTURES

A. General: Admixtures certified by manufacturer to contain not more than 0.1 percentwater-soluble chloride ions by mass of cement and to be compatible with other admixtures.Do not use admixtures containing calcium chloride.

B. Air-Entraining Admixture: ASTM C 260.

C. Water-Reducing Admixture: ASTM C 494, Type A.

2.5 CURING MATERIALS

A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf,weighing approximately 9 oz./sq. yd. dry.

B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylenesheet.

C. Water: Potable.

2.6 CONCRETE MIXES

A. Comply with ACI 301 requirements for concrete mixtures.

B. Prepare design mixes, proportioned according to ACI 301, for normal-weight concretedetermined by either laboratory trial mix or field test data bases, as follows:

1. Compressive Strength (28 Days):

a. Culvert Invert Slabs: 4000 psi.

2. Slump: 4 inches.

2.7 CONCRETE MIXING

A. Ready-Mixed Concrete: Comply with ASTM C 94.

1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery timefrom 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reducemixing and delivery time to 60 minutes.

PART 3 - EXECUTION

3.1 FORMWORK

A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to supportvertical, lateral, static, and dynamic loads, and construction loads that might be applied,until concrete structure can support such loads.

Page 16: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 4

B. Construct formwork so concrete members and structures are of size, shape, alignment,elevation, and position indicated, within tolerance limits of ACI 117.

C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, asfollows:

1. Class A, 1/8 inch.

D. Construct forms tight enough to prevent loss of concrete mortar.

E. Chamfer exterior corners and edges of permanently exposed concrete.

F. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheadsrequired in the Work. Determine sizes and locations from trades providing such items.

G. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt,and other debris just before placing concrete.

H. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaksand maintain proper alignment.

I. Coat contact surfaces of forms with form-release agent, according to manufacturer'swritten instructions, before placing reinforcement.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining workthat is attached to or supported by cast-in-place concrete. Use Setting Drawings,templates, diagrams, instructions, and directions furnished with items to be embedded.

1. Install anchor bolts, accurately located, to elevations required.

3.3 REMOVING AND REUSING FORMS

A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work,that does not support weight of concrete may be removed after cumulatively curing at notless than 50 deg F for 24 hours after placing concrete provided concrete is hard enough tonot be damaged by form-removal operations and provided curing and protectionoperations are maintained.

B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, orotherwise damaged form-facing material will not be acceptable for exposed surfaces.Apply new form-release agent.

C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to closejoints. Align and secure joints to avoid offsets. Do not use patched forms for exposedconcrete surfaces unless approved by Engineer.

Page 17: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 5

3.4 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.

C. Accurately position, support, and secure reinforcement against displacement. Locate andsupport reinforcement with bar supports to maintain minimum concrete cover. Do nottack weld crossing reinforcing bars.

1. Shop- or field-weld reinforcement according to AWS D1.4, where indicated.

D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.

E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimizesagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps ofadjoining sheet widths to prevent continuous laps in either direction. Lace overlaps withwire.

3.5 JOINTS

A. General: Construct joints true to line with faces perpendicular to surface plane ofconcrete.

B. Construction Joints: Locate and install so as not to impair strength or appearance ofconcrete, at locations indicated or as approved by Engineer.

C. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and verticalsurfaces, such as column pedestals, foundation walls, grade beams, and other locations, asindicated.

1. Extend joint fillers full width and depth of joint, terminating flush with finishedconcrete surface, unless otherwise indicated.

3.6 CONCRETE PLACEMENT

A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, andplacing concrete.

B. Do not add water to concrete during delivery, at Project site, or during placement.

C. Consolidate concrete with mechanical vibrating equipment.

D. Deposit concrete continuously or in layers of such thickness that no new concrete will beplaced on concrete that has hardened enough to cause seams or planes of weakness. If asection cannot be placed continuously, provide construction joints as specified. Depositconcrete to avoid segregation.

Page 18: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 6

E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner toavoid inclined construction joints. Place each layer while preceding layer is still plastic, toavoid cold joints.

1. Consolidate placed concrete with mechanical vibrating equipment. Use equipmentand procedures for consolidating concrete recommended by ACI 309R.

2. Do not use vibrators to transport concrete inside forms. Insert and withdrawvibrators vertically at uniformly spaced locations no farther than the visibleeffectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and atleast 6 inches into preceding layer. Do not insert vibrators into lower layers ofconcrete that have begun to lose plasticity. At each insertion, limit duration ofvibration to time necessary to consolidate concrete and complete embedment ofreinforcement and other embedded items without causing mix constituents tosegregate.

F. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete workfrom physical damage or reduced strength that could be caused by frost, freezing actions,or low temperatures.

1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformlyheat water and aggregates before mixing to obtain a concrete mixture temperature ofnot less than 50 deg F and not more than 80 deg F at point of placement.

2. Do not use frozen materials or materials containing ice or snow. Do not placeconcrete on frozen subgrade or on subgrade containing frozen materials.

3. Do not use calcium chloride, salt, or other materials containing antifreeze agents orchemical accelerators, unless otherwise specified and approved in mix designs.

G. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R andas follows, when hot-weather conditions exist:

1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F attime of placement. Chilled mixing water or chopped ice may be used to controltemperature, provided water equivalent of ice is calculated to total amount of mixingwater. Using liquid nitrogen to cool concrete is Contractor's option.

2. Cover steel reinforcement with water-soaked burlap so steel temperature will notexceed ambient air temperature immediately before embedding in concrete.

3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete.Keep subgrade moisture uniform without standing water, soft spots, or dry areas.

3.7 FINISHING FORMED SURFACES

A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tieholes and defective areas repaired and patched, and fins and other projections exceeding1/4 inch in height rubbed down or chipped off.

1. Apply to concrete surfaces not exposed to public view.

Page 19: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 7

B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material,arranged in an orderly and symmetrical manner with a minimum of seams. Repair andpatch tie holes and defective areas. Completely remove fins and other projections.

1. Apply to concrete surfaces exposed to public view or to be covered with a coating orcovering material applied directly to concrete, such as waterproofing, dampproofing,veneer plaster, or painting.

2. Apply the following rubbed finish, defined in ACI 301, to smooth-formed finishedconcrete.

a. Smooth-rubbed finish.

C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformedsurfaces adjacent to formed surfaces, strike off smooth and finish with a texture matchingadjacent formed surfaces. Continue final surface treatment of formed surfaces uniformlyacross adjacent unformed surfaces, unless otherwise indicated.

3.8 FINISHING UNFORMED SURFACES

A. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operationsfor concrete surfaces. Do not wet concrete surfaces.

B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats ordarbies to form a uniform and open-textured surface plane before excess moisture orbleedwater appears on the surface.

1. Do not further disturb surfaces before starting finishing operations.

C. Float Finish: Apply float finish to conduit invert surfaces.

D. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after secondtroweling. Immediately after second troweling, and when concrete is still plastic, slightlyscarify surface with a fine broom.

3.9 TOLERANCES

A. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction andMaterials."

3.10 CONCRETE PROTECTION AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hottemperatures. Comply with ACI 306.1 for cold-weather protection, and followrecommendations in ACI 305R for hot-weather protection during curing.

B. Begin curing after finishing concrete, but not before free water has disappeared fromconcrete surface.

Page 20: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 8

C. Curing Methods: Cure formed and unformed concrete for at least seven days by moisturecuring, moisture-retaining-cover curing, or a combination of these as follows:

1. Moisture Curing: Keep surfaces continuously moist for not less than seven dayswith the following materials:

a. Water.

b. Absorptive cover, water saturated and kept continuously wet. Cover concretesurfaces and edges with 12-inch lap over adjacent absorptive covers.

2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retainingcover for curing concrete, placed in widest practicable width, with sides and endslapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediatelyrepair any holes or tears during curing period using cover material and waterprooftape.

3.11 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified independent testing and inspecting agencyto sample materials, perform tests, and submit test reports during concrete placement.Tests will be performed according to ACI 301.

1. Testing Frequency: Obtain at least one composite sample for each 50 cu. yd. orfraction thereof of each concrete mix placed each day.

3.12 REPAIRS

A. Remove and replace concrete that does not comply with requirements in this Section.

END OF SECTION

Page 21: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 1

SECTION 01205 – PAYMENT ITEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes measurement and payment paragraphs for

1. Base Bid payment items.

B. Related Sections include the following:

1. Division 1 through 16 Sections for detailed procedural, material, and installationrequirements associated with the Work of each payment item.

1.3 DEFINITIONS

A. Payment Item: The Owner's distribution of the Contract Sum through listed work items.

1. Each item is specified to include a defined scope of services. However, not allmaterials, labor, equipment, or services of a payment item are guaranteed to be listedor specified.

2. Include costs associated with items of work required to complete the defined scopeof services within the appropriately specified payment item.

3. Payment items include all necessary material, plus cost for delivery, installation,applicable taxes, overhead, and profit.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 LIST OF PAYMENT ITEMS

A. Payment Item No. 1 – Mobilization/Demobilization and Incidental Construction:

1. The Work of this item shall be measured by the Contract lump sum price.

2. Work associated with this item will be paid for at the Contract lump sum price forequipment mobilization and demobilization, site security, traffic controls, temporarylighting and ventilation systems during conduit construction activities, safetymeasures, field office and facilities, temporary erosion and sediment control

Page 22: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 2

measures, temporary access path, dust control including sweeping of streets asneeded, site clearing and cleaning, regrading, seeding and restoring disturbed areas toexisting condition or better, insurance, bonds, administrative and generalrequirements, and incidentals not covered by other bid items including materials,equipment, tools and labor as required to complete the Work.

B. Payment Item No. 2 – Temporary Water Control System

1. The Work of this item shall be measured by the Contract lump sum price.

2. Work associated with this item will be paid for at the Contract lump sum priceincluding:

a. Temporary cofferdams

b. Temporary by-pass pipe

c. Temporary by-pass settling basin

d. Temporary support and anchoring devices

e. Temporary power and emergency backup power for dewatering systemoperations

f. Relocating temporary measures as required to keep work areas dry

g. Removing and reinstalling temporary measures for significant rain/flow events

h. Daily conduit clearing of construction debris and equipment

i. Removing all temporary measures at the completion of construction

j. Repairing the conduit upon removal of temporary measures and restoring alldisturbed areas to existing condition or better

k. Incidental materials, equipment, tools and labor required to complete theWork.

C. Payment Item No. 3 – Invert Repair – Section No. 1:

1. The Work of this item shall be measured by the actual cubic yards of concrete invertplaced in the existing corrugated metal pipe (CMP) as directed by the Engineer.

a. Area measurements shall be taken along the top finished surface of theconcrete invert.

b. Depth measurements shall be taken to the midpoint of the corrugations of theCMP or to the surface of the soil below the CMP in areas where the CMP isundermined.

2. Work associated with this item will be paid for at the cubic yard unit price includingthe following:

a. Visual inspection of the CMP surfaces and field marking of deterioratedportions to be removed

b. Removal of deteriorated portions of the CMP as directed by the Engineer

Page 23: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 3

c. Removal of the existing protective coating from the CMP in areas where thenew concrete invert will be in contact with the CMP

d. Cleaning the CMP in areas where the new concrete invert will be in contactwith the CMP

e. Removal of all debris and deleterious material from the invert and underminedareas of the CMP for off-site disposal

f. Furnishing and placing welded wire mesh reinforcement, including weldingstuds tabs to the existing crest of the corrugationsbolt heads

g. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

h. Furnishing and placing concrete in the invert in accordance with the contractplans

i. Furnishing and applying dampproofing where indicated on the plans

j. Incidental materials, equipment, tools and labor required to complete theWork.

D. Payment Item No. 4 – Invert Repair – Section No. 4:

1. The Work of this item shall be measured by the actual cubic yards of concrete invertplaced in the existing concrete conduit as directed by the Engineer.

a. Area measurements shall be taken along the top finished surface of theconcrete invert.

b. Depth measurements shall be taken to the surface of the bedrock below theinvert

2. Work associated with this item will be paid for at the cubic yard unit price includingthe following:

a. Visual and sounding inspection of the concrete surfaces and field marking ofdeteriorated portions to be removed

b. Removal of deteriorated portions of the concrete invert, including saw cuttingthe perimeter, as directed by the Engineer

c. Furnishing and installing anchors into bedrock

d. Cleaning the bedrock and existing concrete surfaces against which newconcrete will be cast

e. Removal of debris and deleterious material from the invert for off-site disposal

f. Furnishing and placing welded wire mesh reinforcement

g. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

h. Furnishing and placing concrete in the invert in accordance with the contractplans

Page 24: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 4

i. Incidental materials, equipment, tools and labor required to complete theWork.

E. Payment Item No. 5 – Type "A" Concrete Repair:

1. The Work of this item is required in Conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete surface cleaned, patched, sealed and accepted atindicated locations and as directed by the Engineer up to a maximum depth of 1-1/2inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces against which new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

f. Furnishing and placing concrete repair material in accordance with the "Type'A' Concrete Repair Detail".

g. Incidental materials, equipment, tools and labor required to complete theWork.

F. Payment Item No. 6 – Type "B" Concrete Wall Repair:

1. The Work of this item is required in conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete cleaned, patched and accepted as directed by theEngineer up to a maximum depth of 4 inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

Page 25: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 5

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces against which new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and placing welded wire mesh reinforcement

f. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

g. Furnishing and placing concrete repair material in accordance with the "Type'B' Concrete Repair Detail".

h. Incidental materials, equipment, tools and labor required to complete theWork.

G. Payment Item No. 7 – Type "C" Concrete Repair:

1. The Work of this item is required in conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete surface cleaned, patched, sealed and accepted atindicated locations and as directed by the Engineer up to a maximum depth of 1-1/2inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces and exposed reinforcement againstwhich new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

f. Furnishing and placing concrete repair material in accordance with the "Type'C' Concrete Repair Detail".

g. Incidental materials, equipment, tools and labor required to complete theWork.

H. Payment Item No. 8 – Type "D" Concrete Wall Repair:

Page 26: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 6

1. The Work of this item is required in conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete cleaned, patched and accepted as directed by theEngineer up to a maximum depth of 4 inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces and exposed reinforcement againstwhich new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

f. Furnishing and placing concrete repair material in accordance with the "Type'D' Concrete Repair Detail".

g. Incidental materials, equipment, tools and labor required to complete theWork.

I. Payment Item No. 9 – Police – Traffic Controls:

1. The Work of this item shall be measured by the lump sum for uniformed policeofficers and shall include compensation, insurance benefits, and other cost or liabilityincidental to the furnishing of the officers.

2. Work associated with this item will be paid for at the lump sum price.

J. Payment Item No. 10 – Contingency Allowance

1. See Section 01210 Allowances.

K. Payment Item No. 11 – Rock Removal

1. The Work of this item shall be measured by the actual cubic feet of bedrockremoved as required to achieve the minimum required invert slab thickness forinvert repair.

a. Area measurements shall be taken along the top finished surface of theconcrete invert.

Page 27: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

REVISED PAYMENT ITEMS No. 11 HAS BEEN ADDED

Page 28: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

G:\P97\97279\F24 - Folly Brook Conduit Design\Specs\2009-09-22_Revised\00411_Table for Bid Form_Revised.docG:\P97\97279\F24 - FollyBrook Conduit Design\Specs\2009-08-14_100%\00411_Table for Bid Form.doc

BASE BIDITEMNo. QTY. UNIT

UNITPRICE AMOUNT

1 1 LS Mobilization/Demobilization and IncidentalConstruction at the Lump Sum Price of

Dollars

and Cents ($ )

$ $

2 1 LS Temporary Water Control System at the Lump Sum Price of

Dollars

and Cents ($ )

$ $

3 50 CY Invert Repair – Section No. 1 at the Cubic Yard Price of

Dollars

and Cents ($ )

$ $

4 150 CY Invert Repair – Section No. 4 at the Cubic Yard Price of

Dollars

and Cents ($ )

$ $

5 710 SF Type "A" Concrete Repair at the Square Foot Price of

Dollars

and Cents ($ )

$ $

6 475 SF Type "B" Concrete Repair at the Square Foot Price of

Dollars

and Cents ($ )

$ $

7 330 SF Type "C" Concrete Repair at the Square Foot Price of

Dollars

and Cents ($ )

$ $

Page 29: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

BASE BIDITEMNo. QTY. UNIT

UNITPRICE AMOUNT

8 290 SF Type "D" Concrete Repair at the Square Foot Price of

Dollars

and Cents ($ )

$ $

9 1 LS Police - Traffic Control at the Lump Sum Price of

Eight thousand Dollars

and Zero Cents ($ 8,000.00 )

$ 8,000.00 $ 8,000.00

10 1 AL Contingency Allowance at the Lump Sum Allowance Price of

One Hundred Twenty-seven Thousand Dollars

and Zero Cents ($ 127,000.00)

$ 127,000.00 $ 127,000.00

11 10 CF Rock Removal at the Cubic Foot Price of

Dollars

and Cents ($ )

$ $

TOTAL CONTRACT BASE BID PRICE$

Page 30: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Company Name___________________

REQUEST FOR RESPONSE PROJECT #4454

Departm Department of Public Works Project No: F09-12

FOLLY BROOK CONDUIT REPAIRS NEAR 1010 WETHERSFIELD AVENUE, HARTFORD, CT

DEADLINE: 2:00 P.M., Thursday, October 08, 2009 Carita Rozie Principal Administrative Analyst [email protected]

Page 31: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Invitation To Respond

INVITATION TO RESPOND PROJECT NUMBER: 4454

CONTRACT NUMBER F09-12

DEADLINE : 2:00 PM, OCTOBER 08,2009

BID TITLE : FOLLY BROOK CONDUIT REPAIRS

SITE LOCATION: NEAR 1010 WETHERSFIELD AVENUE, HARTFORD, CONNECTICUT

The City of Hartford is soliciting proposals for the Folly Brook Conduit Repairs Project. This Contract is for structural repairs to the existing conduit invert in section 1 and 4 and walls in section 3 and 4. No repair work is required in Section 2. Work includes temporary water control systems including cofferdams, by-pass settling basin and by-pass piping, miscellaneous cleaning and removal of debris, sediment, silt and other deleterious materials from the site and conduit, Drilling and grouting of rebar into bedrock and anchor bolts into solid concrete. Below is an outline of some of the requirements that apply specifically to this project. These requirements are discussed in greater detail in Section 3, General Information. BID INFORMATION (if not attached) is available upon receipt of this invitation over the Internet at http://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp. Drawings associated with this bid, if not included within the bid documents can be viewed at http://www.merrittgraphics.com/. Click on the PlanWell link, select "Public PlanRoom", then select this project. Hard copies may be purchased from Merritt Graphics. Fees to purchase sets are non-refundable and will be posted on the site. Additionally, plans may be ordered by calling Merritt Graphics at 800.344.4477 and requesting an order form. Adobe Acrobat reader may be required to view some of this information. If you do not have this software you may down load it for free from Adobe. A link to the Adobe site is provided on the internet bid page. Businesses without internet access equipment, may contact the Procurement Services Department at 860.757.9610 for any Bid information. Our fax number is 860.722.6607. A PRE-BID Conference will be held on Friday, September 18, 2009 at 11:00 A.M at the near 1010 Wethersfield Avenue, Hartford, CT. CT. All prospective Bidders are requested to meet at the job site. Bidding Contractors are required to attend this pre-bid conference or make other arrangements to view the site. Bidders will be required to provide:

• 10% bid bond, cashier's or certified check with your response (see Standard Instructions). NOTE: The City of Hartford is now providing contractors with the option of submitting an electronic Bid Bond through the Surety2000 website.

Surety 2000 is an Internet-based surety processing, verification and security system, developed in cooperation with the surety industry. Contractors and Surety Agents may contact Surety 2000 at: 1-800-660-3263 or by going to www.surety2000.com for more information.

Page 32: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Invitation To Respond

• Performance, and payment bonds for 100% of the project upon award if the contract value exceeds $50,000.00 (see Standard Instructions).

• Copies of current Federal, State and City certifications as applicable.

SPECIAL NOTES: A. Questions related to this project must be received in writing 72 hours in advance of the

response submittal deadline. We strongly recommend that prospective Candidates review specifications early in the solicitation process and submit all questions at one time. Written questions are to be sent to the buyer whose name appears on the invitation via email.

B. A Bidder, as a condition of receiving the award of this contract, will be required to comply

with Chapter 2, Article X, (Equal Employment Opportunity) of the Municipal Code and the “Greater Hartford Affirmative Action Plan”.

C. A delinquent tax status will be considered in determining whether a Bidder is responsible. D. A Bidder receiving an award will be required to provide proof of Its current standing with the

Connecticut Secretary of State's Office (see Response Section, Bidder’s Qualifications). E. The DAS Contractor Prequalification Program (Public Act 03-215) requires all contractors to

prequalify “before they can bid on any construction, alteration, remodeling, repair or demolition of any public building (does not apply to road construction), for work by the state or a municipality, estimated to cost more than $500,000 and which is funded in whole or in part with state funds. This project is subject to the state prequalification provisions if indicated in the “Construction Contract Summary Sheet” located at the front of this document. Information and application forms related to this program are located on the internet at:http://www.das.state.ct.us/Business_Svs/PreQual/Prequal.asp.

PLAN HOLDERS LISTS are available from Merritt Graphics’ PlanWell site locates at http://www.merrittgraphics.com/. Lists of Bidders having picked up bid documents will not be provided over the phone. If, after review of the bid documents, your firm is interested in performing the services specified, provide the information and documentation requested, sign and return the complete document, along with your detailed response, to Procurement Services by the due date. We would appreciate the courtesy of promptly advising us if you do not intend to respond. Sincerely, Carita RoziePrincipal Administrative Analyst

Page 33: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Invitation To Respond

TABLE OF CONTENTS RFR NUMBER: 4454

CONTRACT NUMBER F09-12

BID TITLE : FOLLY BROOK CONDUIT REPAIRS

GENERAL INFORMATION

Title Page (Front Cover) Invitation To Respond Table of Contents (this document) Project Summary Sheet Sample Form of Contract, included in this document by reference

is available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: Sample Form of Agreement _AIA A101

Sample General and Supplementary Conditions, included in this document by reference is available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: General Conditions of the Contract _AIA A201

Sample Performance Bond, included in this document by reference is available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: Sample Performance Bond _AIA A312

RESPONSE FORMS

1.1 Response Signature Form 1.2 Response Pricing 1.3 Statement of Qualifications 1.4 Subcontractor Information Forms 1.5 Bidder’s EEO Status and Report

TECHNICAL SPECIFICATIONS

Technical Specifications Division 1 – General Requirements

Section 01010 Summary of Work Section 01205 Payment Items Section 01210 Allowances Section 01330 Submittal Procedures Section 01400 Quality Control Section 01415 Standard and Regulations Section 01500 Temporary Facilities and Controls Section 01572 Erosion and Sediment Control Section 01770 Contract Closeout Division 02 – Site Constructionquipment

Section 02230 Site Clearing Section 02245 Water Control System

Page 34: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Invitation To Respond

Section 02925 Lawn and Grass Restoration

DIVISION 03 CONCRETE

Section 03301 Miscellaneous Cast-in Place Concrete Section 03930 Concrete Rehabilition

APPENDICES

A Town of Wethersfield Inland Wetlands and Watercourses Commission

Permit Approval Letter

LIST OF DRAWINGS

SHEET NUMBER TITLE G-001 Cover Sheet C-101 Section Index Plan C-102 Erosion & Sedimentation Control Plan S-101 General Notes and Conduit Sections S-102 Sections 1 and 3 Plan S-103 Section 4 Plan S-104 Conduit Repair Details S-105 Invert Repair Details

GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Revision 050809 3.1 How To Respond: 3.2 Transaction Fee 3.3 Bidder’s Tax Status 3.4 Bid Bond 3.5 Prevailing Wages 3.6 Withdrawal Or Modification Of Bid 3.7 Examination Of Site And Documents 3.8 Questions & Addenda 3.9 Oral Statements Not Binding 3.10 Basis For Award 3.11 Criteria For Award 3.12 Evaluation Of Bidders 3.13 Notice Of Award 3.14 Performance Bond And Labor & Material Bond 3.15 Insurance 3.16 Failure To Execute Contract 3.17 Performance Evaluation 3.18 Contract Documents 3.19 Subcontractors 3.20 Equal Employment Opportunity/Affirmative Action 3.21 EEO/Affirmative Action Report 3.22 Compliance With Law 3.23 Governing Law

Page 35: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Invitation To Respond

LABOR COMPLIANCE WAGE RATES 26 SAMPLE FORMS - included in this document by reference, are

available at http://www.hartford.gov/purchasing/Documents.htm Document titled: Standard Construction Sample Forms:

Certificate of Non-segregated Facilities 1 Notification of Job Openings During Project 1 About Compliance Reports 1 Monthly Workforce Utilization Report 1 Monthly M/WBE Payment Status Report 1 Final M/WBE Payment Status Report 1 Payroll Form WH-347 2

Page 36: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Invitation To Respond

CONSTRUCTION PROJECT SUMMARY SHEET

RFR NUMBER: 4454

CONTRACT NUMBER F09-12

BID TITLE : FOLLY BROOK CONDUIT REPAIRS ESTIMATED CONSTRUCTION COST: $1,500,000 CONTRACT TYPE: (X) OPEN COMPETITIVE WITH W/MBE % GOAL ( ) SMALL MINORITY BUSINESS ENTERPRISE SET ASIDE ( ) SMALL CONTRACTOR SET ASIDE STATE OF CONNECTICUT PREQUALIFICATION REQUIRED: ( ) YES (X) NO PERCENTAGE OF MBE/WBE PARTICIPATION REQUIRED: 15% FEDERAL WAGE RATE REQUIREMENTS: ( ) YES (X) NO STATE WAGE RATE REQUIREMENTS: (X) YES ( ) NO HARTFORD BASED BIDDER ADVANTAGE: (X) APPLICABLE ( ) NON-APPLICABLE PLANS AVAILABLE AS PART OF BID DOCUMENTS: (X) YES ( ) NO SPECIAL INSURANCE REQUIREMENTS: ( ) YES (X) NO ____________________________________________________________________________ ____________________________________________________________________________ CALENDAR DAYS ALLOWED FOR CONTRACT WORK: See Spec Section 01010 LIQUIDATED DAMAGES FOR LATE COMPLETION: $1,000 PER DAY DISCLAIMER: THIS SHEET IS PROVIDED FOR GENERAL INFORMATION ONLY AND IS SOLELY INTENDED TO ASSIST BIDDERS IN UNDERSTANDING THE GENERAL SCOPE OF WORK. BIDDERS MUST REFER TO SPECIFIC CONTRACT SECTIONS FOR DETAILS. IN THE EVENT OF A CONFLICT, THE PROJECT AND CONTRACT SPECIFICATIONS SHALL TAKE PRECEDENCE OVER THIS CONTRACT SUMMARY SHEET.

Page 37: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …
Page 38: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 1, Response Forms

SECTION 1.0

RESPONSE FORMS Responses are to be delivered to:

Hartford City Hall, Procurement Services, 550 Main Street, Suite 100 Hartford, Ct. 06103.

no later than the deadline date and time. Be sure to indicate the request number, name, and opening time in the spaces provided. Mark the original response package as "ORIGINAL" on the front cover. See Section 3.1 for more information. Response Check List (NOTE: This Check List may not contain every response item for every solicitation. It is the Responder’s responsibility to ensure submittal of all required response information.)

Response Signature form completed (Section 1.1) Response pricing completed (Section 1.2) Statement of Qualifications completed (Section 1.3) Certified by the City as an Equal Employment Opportunity Employer

(http://www.hartford.gov/human_relations/ohr2.0/MWBE Certification.htm) Current in taxes and other fees owed to the City? Acknowledged Addenda (Section 1.1) Satisfy Living Wage requirements for service contracts where local labor pool is used

(http://www.hartford.gov/purchasing/Documents.htm) Bid bond (if required in the Invitation To Respond) Current with State’s Pre-Qualification Requirements?

(http://www.das.state.ct.us/Purchase/redir_Prequal.asp) Satisfy the Minority Utilization requirement (indicated on the Summary page, usually

page 2 of the bid documents) and completed the forms (found at the end of Section 1) The electronic files, from which you printed your hard copy proposal, are to be emailed

to the buyer within one hour AFTER the deadline for submitting hard copy responses. See section 3.1 E

Electronic Bid Bonds * If a bid bond is required and you choose to submit an electronic bid bond, please be advised that upon signing your bid with the digital signature you are also signing the Bid Bond. All legal obligations associated with the bid bond will be validated upon signing of the bid with the digital signature.

Page 39: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 4, Section 1, Response Forms

1.2 RESPONSE PRICING Base or Lump Sum Bid and, if called for in the documents Alternates and Unit Pricing BASE BID

BASE BID ITEM No. QTY. UNIT

UNIT PRICE AMOUNT

1 1 LS Mobilization/Demobilization and Incidental Construction at the Lump Sum Price of Dollars and Cents ($ )

$

$

2 1 LS Temporary Water Control System at the Lump Sum Price of Dollars and Cents ($ )

$

$

3 50 CY Invert Repair – Section No. 1 at the Cubic Yard Price of Dollars and Cents ($ )

$

$

4 150 CY Invert Repair – Section No. 4 at the Cubic Yard Price of Dollars and Cents ($ )

$

$

5 710 SF Type "A" Concrete Repair at the Square Foot Price of Dollars and Cents ($ )

$

$

6 475 SF Type "B" Concrete Repair at the Square Foot Price of Dollars and Cents ($ )

$

$

Page 40: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 5, Section 1, Response Forms

BASE BID ITEM No. QTY. UNIT

UNIT PRICE AMOUNT

7 330 SF Type "C" Concrete Repair at the Square Foot Price of Dollars and Cents ($ )

$

$

8 290 SF Type "D" Concrete Repair at the Square Foot Price of Dollars and Cents ($ )

$

$

9 1 LS Police - Traffic Control at the Lump Sum Price of Eight thousand Dollars and Zero Cents ($ 8,000.00 )

$ 8,000.00

$ 8,000.00

10 1 AL Contingency Allowance at the Lump Sum Allowance Price of One Hundred Twenty-seven Thousand Dollars and Zero Cents ($ 127,000.00)

$ 127,000.00

$ 127,000.00

Page 41: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 6, Section 1, Response Forms

1.3 STATEMENT OF QUALIFICATIONS Please answer the following questions regarding your company's past performance. Attach a financial statement or other supportive documentation. Failure to reply to this instruction may be regarded as justification for rejecting a bid. 1. Number of years in business - DUNS Number: 2. Number of personnel employed Part time - , Full time - , 3. List six contracts of this type/size your firm has completed within the last three years: Project Date Contact Person Phone No.

. . . .

. . . .

. . . .

. . . .

. . . .

. . . . 4. DAS CONTRACTOR PREQUALIFICATION

You certify that there has been no substantial change in your financial position or corporate structure since your most recent prequalification certificate was issued or renewed, other than those changes noted in the update statement (attached).

YES

NO

general partnership

limited partnership

limited liability corporation

limited liability partnership,

corporation doing business under a trade name

individual doing business under a trade name

5. ORGANIZATIONAL STRUCTURE OF BIDDER (check which applies)

other (specify)

Connecticut corporations - Will the Secretary of State be able to issue a Certificate of Good Standing within 30 days of the bid opening?

Yes

No

6. STATUS OF THE BUSINESS AND ITS CURRENT STANDING WITH THE SECRETARY OF STATE'S OFFICE; e.g., are all required filings current andin good standing or has the entity been withdrawn or canceled SEE SECTION 3.17

Out-of -State corporations - Do you have a valid license to do business in the State of Connecticut? If a license is not required for the services being provided have you filed with the Connecticut Secretary of State?

Yes

No

7. Is your local organization an affiliate of a parent company? If so, Indicate the principal place of business of your company and the name of the agent for service if different from what has

Page 42: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 7, Section 1, Response Forms

been indicated on the response form:

Business Name .

Address .

City . State . Zip .

Name of Agent . NOTE: In the case of a Limited Liability Corporation or a Limited Liability Partnership a certified copy of the Articles of Organization certified as valid and in effect as of the date of the bid opening will be required within 30 days of the bid opening. A listing of the corporate officers, in the case of a corporation; the general or managing partners, in the case of a partnership; or the managers and members in the case of either a limited liability partnership or company will be required within 30 days of the bid opening. 8. Your company may be asked to submit the following information relative to your company's financial statements prior to receiving an award. This information will not be part of the public bidding record and will remain confidential if it is submitted via an email that requests confidentiality or it hand delivered, in a separate sealed envelop marked “Confidential.” All information should be supported with appropriate audited financials. a. Book Value (Total Assets (-) Total Liabilities) b. Working Capital (Current Assets (-) Current Liabilities c. Current Ratio (Current Assets/Current Liabilities) d. Debt to Equity Ratio (Long Term Debt/Shareholder's Equity) e. Return on Assets (Net Income/Total Assets) f. Return on Equity (Net Income/Shareholder's Equity) g. Return on Invested Capital (Net Income/Long Term Debt = Shareholders' Equity) 9. Taxpayer's Identification Number: Respondents must provide their Taxpayer Identification Number on the response form (Fed ID#). Award recipients, whether an individual, proprietor, partnership or a non-profit corporation or organization must file the Internal Revenue Service Form W-9, Request for Taxpayer Identification Number and Certification with the City. Copies of this form are available at: http://www.hartford.gov/purchasing/documents.htm Additional information may be requested subsequent to your responding to this solicitation. 1.4 SUBCONTRACTOR INFORMATION Forms labeled Section 1.4 are provided below to accommodate the Base Bid (or Lump Sum) and alternates (if called for) in this Request for Response (RFR).

Page 43: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 8, Section 1, Response Forms

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified W/MBE business. Bidder agrees to subcontract the portion of the work stipulated below to W/MBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address W/MBE √

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 44: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 9, Section 1, Response Forms

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified W/MBE business. Bidder agrees to subcontract the portion of the work stipulated below to W/MBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address W/MBE √

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 45: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 10, Section 1, Response Forms

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified W/MBE business. Bidder agrees to subcontract the portion of the work stipulated below to W/MBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address W/MBE √

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 46: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 11, Section 1, Response Forms

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified W/MBE business. Bidder agrees to subcontract the portion of the work stipulated below to W/MBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address W/MBE √

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Page 47: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Page 12, Section 1, Response Forms

1.5. Bidder’s EEO Status and Report As a condition of doing business with the City the selected respondent must be certified by the City as an Equal Employment Opportunity Employer. Certifications must be renewed annually. If your firm is not currently certified you may obtain the required forms on-line at: http://www.hartford.gov/purchasing/documents.htm and submit completed forms with your response. To check the current status of your EEO certification contact the Office of Human Relations, 860.543.8595, fax 860.722.6486 or email: [email protected].

Page 48: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

TECHNICAL SPECIFICATIONS

Page 49: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 1

SECTION 01100 - SUMMARY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 WORK COVERED BY CONTRACT DOCUMENTS

A. Project Identification: Folly Brook Conduit Repairs

1. Project Location: Victoria Avenue and Wethersfield Avenue, Hartford, CT; andHartford Avenue, Wethersfield, CT.

2. Owner: City of Hartford.

B. Engineer Identification: The Contract Documents, dated May 2009, were prepared for theProject by Fuss & O'Neill, Inc. 146 Hartford Road, Manchester, CT 06040.

C. Project Directory

1. The Owner’s representative is:

John H. McGrane, P.E.Assistant Director/City EngineerCity of HartfordDepartment of Public Works525 Main Street-4th FloorHartford, CT 06103(860) 757-9963

2. The Engineer is:

Stuart H. Harris, P.E.Fuss & O’Neill, Inc.146 Hartford RoadManchester, CT 06040(860) 646-2469, ext. 5232

3. The Connecticut Department of Transportation (ConnDOT) representative is:

Mr. Joseph PaternosterConnecticut Department of Transportation – District OneBureau of Engineering and Highway Operations1107 Cromwell AvenueRocky Hill, CT 06067-3400(860) 258-4508

Page 50: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 2

4. The Connecticut Department of Environmental Protection (CTDEP) representativeis:

Mr. Ted RybakConnecticut Department of Environmental Protection79 Elm StreetHartford, CT 06106-5127(860) 424-3883(860) 573-9438

D. The Project requires structural repairs to the existing conduit invert in Sections 1 and 4 andwalls in Sections 3 and 4. No repair work is required in Section 2. The work includes thefollowing:

1. Temporary access route and staging area ;

2. Temporary water control systems including cofferdams, by-pass settling basin, andby-pass piping;

3. Miscellaneous clearing as required for access to site;

4. Miscellaneous cleaning and removal of debris, sediment, silt and other deleteriousmaterials from the site and conduit;

5. Concrete removal as required to accommodate repairs to existing conduit walls andinvert;

6. Preparing and cleaning existing surfaces for repair;

7. Drilling and grouting of rebar into bedrock and anchor bolts into solid concrete;

8. Removal of temporary water control systems, patching conduit upon removal oftemporary measures, and restoring site to existing condition or better.

E. The Work includes temporary erosion and sedimentation control; protecting existingunderground utilities and structures to remain; transporting and disposing of cleared andexcavated material off the site; restoring disturbed surfaces; and leaving the site in a cleanand neat appearance.

F. Summary Reference: The work can be summarized by reference to the requirements of thevarious contract documents, which in turn make reference to the requirements of otherapplicable provisions which control or influence the work; and these references can besummarized but not necessarily limited to:

1. Executed Owner-Contractor Agreement not bound herewith.

2. General and Supplementary General Conditions which are bound herewith.

3. Drawings which are listed on a "List of Drawings" and bound herewith.

4. Specification Sections which are bound herewith.

5. Addenda and Modifications to the Contract Documents which have been eitherbound herewith or distributed by transmittal subsequent to the binding hereof.

Page 51: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 3

6. Governing Regulations which have a bearing on the performance of the work; copiescan be obtained from or reviewed at the local, State or Federal Agency responsiblefor the regulation in each case.

7. Submittals, copies of which are retained by the Contractor at the site.

8. Miscellaneous elements of information having a bearing on the performance of thework, such as weather forecasts and reports of general trade union negotiations;copies must be obtained by the Contractor through normal channels of information.

1.3 DEFINITIONS

A. Specific definitions related to terminology of this Section include, but are not limited to,the following:

1. Work: refers to the General Conditions.

2. Project: Refers to the General Conditions; the “Work” of the contract documents isonly a portion of the overall “Project” work, as further described in this section andelsewhere in the contract documents.

3. Indicated: Shown on drawings by notes, graphics or schedules, or written into otherportions of contract documents. Terms such as “shown”, “noted”, “scheduled” and“specified” have the same meaning as “indicated” and are used to assist the reader inlocating particular information.

4. Directed, Requested, Approved, Accepted, etc.: These terms imply “by theArchitect/Engineer” unless otherwise indicated.

5. Approved by Architect/Engineer: In no case releases the Contractor fromresponsibility to fulfill requirements of the contract documents.

6. Project Site: Space available to Contractor at location of project, either exclusively orto be shared with separate contractors, for performance of the work.

7. Furnish: Supply and deliver to project site, ready for unloading, unpacking,assembly, installation and similar subsequent requirements.

8. Install: Operations at project site, including unloading, unpacking, assembly,erection, placing, anchoring, applying, working to dimensions, finishing, curing,protecting, cleaning and similar requirements.

9. Provide: Furnish and install, complete and ready for intended use.

10. Installer Entity (firm or person) engaged to install work by Contractor orsubcontractor. Installers are required to be skilled in the work they are engaged toinstall.

11. Overlapping/Conflicting Requirements: Most stringent applies and will be enforced,unless more detailed language written directly into the contract documents clearlyindicates that a less stringent requirement is accept able. Refer uncertainties toArchitect/Engineer for decision before proceeding.

Page 52: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 4

12. Minimum Requirements: Indicated requirements are for a specific minimumacceptable level of quality as recognized in the industry. Actual work must comply(within specified tolerances), or may exceed minimum within reasonable limits.

13. Abbreviations, Plural Words: Abbreviations, where not defined in contractdocuments, will be interpreted to mean the normal construction industryterminology, determined by recognized grammatical rules, by theArchitect/Engineer. Plural words will be interpreted as singular and singular wordswill be interpreted as plural where applicable for context of contract documents.

1.4 SEQUENCING

A. Proposed Sequence of Work

1. Provide submittals including

a. Proposed sequence of work

b. Environmental Health and Safety plan for work within confined space

1) List and provide equipment and accessories needed by Engineer asrequired for inspection of Folly Brook Conduit existing conditions,conditions during construction and final inspection.

2. Provide temporary water control systems for the protection and safety ofconstruction and personnel. Maintain Folly Brook flow during constructionoperations; provide temporary bypass pipe for active construction areas.

3. Discharge all pumped water into temporary settling basin (or other temporaryfiltering system) before allowing pumped water to enter the water course.

4. Washdown existing walls and invert. Remove remaining sediment and debris fromconduit invert and properly dispose of off-site.

5. Locate and identify limits of areas to be repaired. Document quantities and locationsand submit to Engineer. Obtain Engineer's written approval of locations beforeproceeding with repair work.

6. Repair concrete at locations approved by the Engineer.

a. Assist and support Engineer's final inspection of completed repair work.

7. Remove water control systems, and restore surfaces.

1.5 WAGE RATES

A. State wage rates shall apply to this project.

1.6 INTENT

A. It is the intent of the specifications and drawings to call for finished work, ready foruse. Except where otherwise stated in these specifications or on the plans, all materials,equipment, and apparatus shall be new and of first-class quality.

Page 53: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 5

B. Any apparatus, material, or work not shown on drawings, but mentioned in thespecifications, or vise versa, or any incidental accessories, or minor details not shown, butnecessary to make the work complete in all respects, even if not particularly specified, shallbe provided by the Contractor without additional expense to the Owner.

C. The locations of all items shown on the drawings or called for in the specifications that arenot definitely fixed by dimensions are approximate only. The exact locations necessary tosecure the best conditions and results must be determined at the project and shall have theapproval of the Engineer before being installed. Do not scale drawings.

D. Contractor must examine conditions at the project site and be thoroughly familiar with thescope of the work and the circumstances under which renovation will occur. No extracompensation will be permitted because of differences between actual measurements andthe conditions and information indicated on the drawings.

1.7 LAWS, ORDINANCES, PERMITS AND FEES

A. Fees for all permits which are issued by the City of Hartford Public Works and/or Licensesand Inspections are waived.

B. The Contractor shall give all necessary notices, obtain all permits, file all necessary plans,prepare all documents and obtain all required Certificates of Inspection for his work anddeliver same to Engineer before request for acceptance and final payment for work.

C. The Contractor shall include in the work, without extra cost to the Owner, any labor,materials, services, apparatus, drawings, (in addition to contract drawings and documents)in order to comply with all applicable laws, ordinances, rules and regulations whether ornot shown on drawings and/or specified.

D. All materials furnished and all work installed shall comply with the rules andrecommendations of the National Board of Fire Underwriters, with all requirements ofLocal Utility companies, with the recommendations of Fire Insurance Rating organizationhaving jurisdiction, and with requirements of all governmental departments havingjurisdiction.

1.8 SCHEDULE

A. The work indicated on the Contract Documents is to be completed within 180 calendardays.

1.9 COORDINATION WITH CONNECTICUT DOT

A. Invite the ConnDOT Representative to the preconstruction meeting. Coordinateconstruction activities as needed.

1. Do not proceed with construction without written approval of the ConnDOTRepresentative

Page 54: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 6

B. Encroachment Permit: Prepare forms, submit applications, provide bonds and certificateof insurance, and provide other items as required by the State.

1. Complete Form No. PMT-1 and submit it to the Connecticut DOT.

2. Obtain a CT DOT issued Encroachment Permit (Form PMT.2B) for Work withinState roads and right-of-ways and pay all fees as required.

3. A permit bond shall be obtained by the Contractor in the amount required byConnecticut DOT.

4. The Contractor shall provide a completed “Certificate of Insurance” Form CON-32as required by the Connecticut DOT.

5. Forms can be found at http://www.ct.gov/dot/cwp/view.asp?A=1394&Q=259544

6. Contact Information.

a. See latest State DOT contact information including office and telephonenumber at http://www.ct.gov/dot/cwp/view.asp?A=1394&Q=259544

C. Forms for filing an application for an Encroachment Permit from the ConnecticutDepartment of Transportation (CDOT) shall be adhered to by the Contractor for the workrequired in the State roadways and right-of-way.

1.10 WORK RESTRICTIONS

A. Access sections of Folly Brook conduit from the conduit outlet (east end), located withinthe Town of Wethersfield, or via conduit inlet and manhole structures.

1. Do not perform site clearing at locations other than at conduit outlet unless priorwritten permission from property owner has been obtained.

B. Keep temporary access route away from outlet pipe.

1. Do not impose additional dead or live loads onto corrugated outlet pipe.

C. Perform work in accordance with the Contract Documents and comply with theconditions of the Town of Wethersfield Inland Wetlands Commission permit approvalletter attached as Appendix A.

D. Folly Brook conduit includes an overflow valve that is subject to discharge from aCombined Sewer Overflow system during flooding.

1. Develop, submit for information, maintain and implement procedures duringconstruction as required to protect the work and personnel during periods of heavyprecipitation.

1.11 ACCESS TO SITE

A. Minimize damage to access routes, and restore damaged areas to their original condition orbetter.

Page 55: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 7

1. The City of Hartford has obtained written permission from the Marshall RealtyCorporation to utilize their property adjacent to the outlet for staging and access.Coordinate with the Marshall Realty Corporation to develop mutually acceptablestaging areas and methods of operations.

B. Remove and restore to original condition walls, fences, structures, and other improvementsrequired to be relocated for construction of the Work. Costs for such activity shall beborne by the Contractor unless otherwise indicated. Notify the Engineer, the Owner, andutilities of intended modification or disruption to their property prior to the start ofconstruction and cooperate with them in the scheduling and performance of operations.

C. If the Contractor, by direct negotiation and bargain with any land owner, lessee or tenant,has secured any right to use more space or greater privileges in the space provided by theOwner for purposes incidental to the performance of the Contract, upon request of theEngineer, furnish to the Engineer proper evidence that such additional rights have beenproperly secured and assurance that no damage to or claim upon the Owner or Engineerwill arise therefrom. Neither the Owner nor the Engineer shall be liable in any way for anyexpense incurred by the Contractor in securing any such right to use additional property.

D. The Contractor shall be responsible for and reimburse the Owner and others for any andall losses, damage or expense which the Owner or those others may suffer, either directlyor indirectly or through any claims of any person or party, for any trespass outside thespaces and rights of way provided by the Owner to the Contractor or any violation ordisregard of the terms and conditions established for the use or occupancy of those rightsor for negligence in the exercise of those rights. The Owner may retain or deduct from anysum or sums due or to become due to the Contractor such amount or amounts as may beproper to insure the Owner against loss or expense by reason of the failure of theContractor to observe the limits and conditions of the rights-of-way, rights-of-access,easements, etc., provided by the Owner.

1.12 TRAFFIC CONTROLS

A. Provide materials, equipment and labor necessary to maintain vehicular and pedestriantraffic flow on public and private access ways and roads and sidewalks.

1. Traffic controls include, but are not limited to, police, barricades, signs, andtemporary lighting to inform the general public of hazards during construction of theWork.

B. Coordinate with local authorities for closing of sections of streets within the work area.Do not barricade streets without prior approval of local authorities. Keep closings to asbrief a period as possible. Provide a minimum 24-hour notice of street closings to localpolice and fire departments.

C. Provide uniformed police as required for the proper directing and control of traffic duringthe Work, when traffic is sufficiently congested, public safety is endangered, traffic isdetoured or bypassed, and when directed by the Engineer or authorities having jurisdiction.

Page 56: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 8

D. Keep warning lights lit.

E. Do not perform activities that disrupt traffic flow between 7 AM and 9 AM, and between3 PM and 6 PM on weekdays without written approval from the Owner.

F. Furnish, erect, maintain, move and dismantle barricades, warning signs, lights, and trafficcontrol items as necessary, to protect the Work, to provide for public safety, and asrequired by the Owner or Engineer.

1.13 SITE CONDITIONS

A. The underground utilities and structures at the site have been located primarily frominformation published by the Metropolitan District Commission. The locations as depictedon the Drawings are considered approximate as to size and location. There may beadditional underground utilities and structures that are not shown on the Drawings.Locate all existing utilities and structures and protect same from damage or harm. Restoreutilities interfered with or damaged, at the expense of the Contractor, and to thesatisfaction of its Owner.

B. Ensure that construction activities do not impact the activities or properties of the Ownerand its agents without prior coordination and consent of these entities.

1.14 CALL BEFORE YOU DIG

A. Contact "Call-Before-You-Dig" at 1-800-922-4455 at least 2 working days prior to the startof construction (excluding weekends and holidays), to mark out the utility locations.

1. Comply with applicable Call-Before-You-Dig rules, regulations and procedures.

1.15 SPECIFICATION FORMATS AND CONVENTIONS

A. Specification Format: The Specifications are organized into Divisions and Sections usingthe 16-division format and CSI/CSC's "MasterFormat" numbering system.

1. Section Identification: The Specifications use section numbers and titles to helpcross-referencing in the Contract Documents. Sections in the Project Manual are innumeric sequence; however, the sequence is incomplete. Consult the table ofcontents at the beginning of the Project Manual to determine numbers and names ofsections in the Contract Documents.

B. Specification Content: The Specifications use certain conventions for the style of languageand the intended meaning of certain terms, words, and phrases when used in particularsituations. These conventions are as follows:

1. Abbreviated Language: Language used in the Specifications and other ContractDocuments is abbreviated. Words and meanings shall be interpreted as appropriate.Words implied, but not stated, shall be inferred as the sense requires. Singular wordsshall be interpreted as plural, and plural words shall be interpreted as singular whereapplicable as the context of the Contract Documents indicates.

Page 57: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 9

2. Imperative mood and streamlined language are generally used in the Specifications.Requirements expressed in the imperative mood are to be performed by Contractor.Occasionally, the indicative or subjunctive mood may be used in the Section Text forclarity to describe responsibilities that must be fulfilled indirectly by Contractor or byothers when so noted.

a. The words "shall," "shall be," or "shall comply with," depending on thecontext, are implied where a colon (:) is used within a sentence or phrase.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 58: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUMMARY 01100 - 10

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 59: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 1

SECTION 01205 – PAYMENT ITEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes measurement and payment paragraphs for

1. Base Bid payment items.

B. Related Sections include the following:

1. Division 1 through 16 Sections for detailed procedural, material, and installationrequirements associated with the Work of each payment item.

1.3 DEFINITIONS

A. Payment Item: The Owner's distribution of the Contract Sum through listed work items.

1. Each item is specified to include a defined scope of services. However, not allmaterials, labor, equipment, or services of a payment item are guaranteed to be listedor specified.

2. Include costs associated with items of work required to complete the defined scopeof services within the appropriately specified payment item.

3. Payment items include all necessary material, plus cost for delivery, installation,applicable taxes, overhead, and profit.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 LIST OF PAYMENT ITEMS

A. Payment Item No. 1 – Mobilization/Demobilization and Incidental Construction:

1. The Work of this item shall be measured by the Contract lump sum price.

2. Work associated with this item will be paid for at the Contract lump sum price forequipment mobilization and demobilization, site security, traffic controls, temporarylighting and ventilation systems during conduit construction activities, safetymeasures, field office and facilities, temporary erosion and sediment control

Page 60: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 2

measures, temporary access path, dust control including sweeping of streets asneeded, site clearing and cleaning, regrading, seeding and restoring disturbed areas toexisting condition or better, insurance, bonds, administrative and generalrequirements, and incidentals not covered by other bid items including materials,equipment, tools and labor as required to complete the Work.

B. Payment Item No. 2 – Temporary Water Control System

1. The Work of this item shall be measured by the Contract lump sum price.

2. Work associated with this item will be paid for at the Contract lump sum priceincluding:

a. Temporary cofferdams

b. Temporary by-pass pipe

c. Temporary by-pass settling basin

d. Temporary support and anchoring devices

e. Temporary power and emergency backup power for dewatering systemoperations

f. Relocating temporary measures as required to keep work areas dry

g. Removing and reinstalling temporary measures for significant rain/flow events

h. Daily conduit clearing of construction debris and equipment

i. Removing all temporary measures at the completion of construction

j. Repairing the conduit upon removal of temporary measures and restoring alldisturbed areas to existing condition or better

k. Incidental materials, equipment, tools and labor required to complete theWork.

C. Payment Item No. 3 – Invert Repair – Section No. 1:

1. The Work of this item shall be measured by the actual cubic yards of concrete invertplaced in the existing corrugated metal pipe (CMP) as directed by the Engineer.

a. Area measurements shall be taken along the top finished surface of theconcrete invert.

b. Depth measurements shall be taken to the midpoint of the corrugations of theCMP or to the surface of the soil below the CMP in areas where the CMP isundermined.

2. Work associated with this item will be paid for at the cubic yard unit price includingthe following:

a. Visual inspection of the CMP surfaces and field marking of deterioratedportions to be removed

b. Removal of deteriorated portions of the CMP as directed by the Engineer

Page 61: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 3

c. Removal of the existing protective coating from the CMP in areas where thenew concrete invert will be in contact with the CMP

d. Cleaning the CMP in areas where the new concrete invert will be in contactwith the CMP

e. Removal of all debris and deleterious material from the invert and underminedareas of the CMP for off-site disposal

f. Furnishing and placing welded wire mesh reinforcement, including weldingtabs to the existing bolt heads

g. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

h. Furnishing and placing concrete in the invert in accordance with the contractplans

i. Furnishing and applying dampproofing where indicated on the plans

j. Incidental materials, equipment, tools and labor required to complete theWork.

D. Payment Item No. 4 – Invert Repair – Section No. 4:

1. The Work of this item shall be measured by the actual cubic yards of concrete invertplaced in the existing concrete conduit as directed by the Engineer.

a. Area measurements shall be taken along the top finished surface of theconcrete invert.

b. Depth measurements shall be taken to the surface of the bedrock below theinvert

2. Work associated with this item will be paid for at the cubic yard unit price includingthe following:

a. Visual and sounding inspection of the concrete surfaces and field marking ofdeteriorated portions to be removed

b. Removal of deteriorated portions of the concrete invert, including saw cuttingthe perimeter, as directed by the Engineer

c. Furnishing and installing anchors into bedrock

d. Cleaning the bedrock and existing concrete surfaces against which newconcrete will be cast

e. Removal of debris and deleterious material from the invert for off-site disposal

f. Furnishing and placing welded wire mesh reinforcement

g. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

h. Furnishing and placing concrete in the invert in accordance with the contractplans

Page 62: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 4

i. Incidental materials, equipment, tools and labor required to complete theWork.

E. Payment Item No. 5 – Type "A" Concrete Repair:

1. The Work of this item is required in Conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete surface cleaned, patched, sealed and accepted atindicated locations and as directed by the Engineer up to a maximum depth of 1-1/2inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces against which new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

f. Furnishing and placing concrete repair material in accordance with the "Type'A' Concrete Repair Detail".

g. Incidental materials, equipment, tools and labor required to complete theWork.

F. Payment Item No. 6 – Type "B" Concrete Wall Repair:

1. The Work of this item is required in conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete cleaned, patched and accepted as directed by theEngineer up to a maximum depth of 4 inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

Page 63: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 5

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces against which new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and placing welded wire mesh reinforcement

f. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

g. Furnishing and placing concrete repair material in accordance with the "Type'B' Concrete Repair Detail".

h. Incidental materials, equipment, tools and labor required to complete theWork.

G. Payment Item No. 7 – Type "C" Concrete Repair:

1. The Work of this item is required in conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete surface cleaned, patched, sealed and accepted atindicated locations and as directed by the Engineer up to a maximum depth of 1-1/2inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces and exposed reinforcement againstwhich new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

f. Furnishing and placing concrete repair material in accordance with the "Type'C' Concrete Repair Detail".

g. Incidental materials, equipment, tools and labor required to complete theWork.

H. Payment Item No. 8 – Type "D" Concrete Wall Repair:

Page 64: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F26 CONTRACT NO. F09-12

PAYMENT ITEMS 01205 - 6

1. The Work of this item is required in conduit Sections 3 and 4 and shall be measuredby the actual square feet of concrete cleaned, patched and accepted as directed by theEngineer up to a maximum depth of 4 inches.

a. Measurements shall be taken along the finished surface (exposed face) of theconcrete structure.

b. Separate measurement and payment will not be made for each lift, whenmultiple lifts of patch material are required to achieve the total patch thickness.

2. Work associated with this item will be paid for at the square foot unit price includingthe following:

a. Visual and sounding inspection of concrete surfaces and field marking ofdeteriorated areas to be removed

b. Removal of deteriorated portions of concrete to sound concrete, including sawcutting the perimeter, as directed by the Engineer

c. Cleaning the existing concrete surfaces and exposed reinforcement againstwhich new concrete will be cast

d. Removal of debris and deleterious material from the invert for off-site disposal

e. Furnishing and applying bonding agent to all surfaces against which newconcrete will be cast

f. Furnishing and placing concrete repair material in accordance with the "Type'D' Concrete Repair Detail".

g. Incidental materials, equipment, tools and labor required to complete theWork.

I. Payment Item No. 9 – Police – Traffic Controls:

1. The Work of this item shall be measured by the lump sum for uniformed policeofficers and shall include compensation, insurance benefits, and other cost or liabilityincidental to the furnishing of the officers.

2. Work associated with this item will be paid for at the lump sum price.

J. Payment Item No. 10 – Contingency Allowance

1. See Section 01210 Allowances.

END OF SECTION

Page 65: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

ALLOWANCES 01210 - 1

SECTION 01210 - ALLOWANCES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements governing allowances.

1. Certain items are specified in the Contract Documents by allowances. Allowanceshave been established in lieu of additional requirements and to defer selection ofactual materials and equipment to a later date when direction will be provided toContractor. If necessary, additional requirements will be issued by Change Order.

B. Types of allowances include the following:

1. Contingency allowances.

1.3 INFORMATIONAL SUBMITTALS

A. Coordinate and process submittals for allowance items in same manner as for otherportions of the Work.

1.4 CONTINGENCY ALLOWANCES

A. Use the contingency allowance only as directed by Engineer for Owner's purposes andonly by Change Orders that indicate amounts to be charged to the allowance.

B. Change Orders authorizing use of funds from the contingency allowance will includeContractor's related costs and reasonable overhead and profit margins.

C. At Project closeout, credit unused amounts remaining in the contingency allowance toOwner by Change Order.

PART 2 - PRODUCTS (Not Used)

Page 66: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

ALLOWANCES 01210 - 2

PART 3 - EXECUTION

3.1 SCHEDULE OF ALLOWANCES

A. Allowance No. 6: Contingency Allowance: Include a contingency allowance of$127,000.00 for use according to Owner's written instructions.

END OF SECTION

Page 67: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 1

SECTION 01330 - SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for submitting ShopDrawings, Product Data, Samples, and other miscellaneous submittals.

1. The requirements of this Section are general in nature and apply to all Sections.Additional submissions and requirements are contained in each Section. In eachindividual Section, no attempt was made to cover or repeat the submissionscontained in this Section and, therefore, the total number of submissions requiredare the combination of those described in this Section plus those specified in thevarious other Sections.

2. Additional submissions are required by the General and Supplementary Conditionsincluding: Applications for Payment; requests for Change Orders; guarantees;permits; certifications; documents required by Federal, State and Local authorities;and submissions required by utility companies and other persons, firms ororganizations.

B. Related Sections include the following:

1. Division 1 Section "Closeout Procedures" for submitting warranties and ProjectRecord Documents.

1.3 DEFINITIONS

A. Action Submittals: Written and graphic information that requires Engineer's responsiveaction.

B. Informational Submittals: Written information that does not require Engineer's approval.Submittals may be rejected for not complying with requirements.

C. In addition to categories of shop drawings, product data, and samples as defined in theGeneral Conditions, a category of miscellaneous submittals is required, includingwarranties, workmanship bonds, photographs, surveys, field records, inspection/testreports and closeout submittals.

Page 68: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 2

1.4 SUBMITTAL PROCEDURES

A. General: Electronic copies of CAD Drawings of the Contract Drawings will not beprovided by Engineer for Contractor's use in preparing submittals.

B. Method of Transmitting Submittals: Electronic transmission of submittals, includingfacsimile and e-mail, will not be allowed.

C. Clarity: Provide neat, clean, and legible printed materials that can be easily reproduced bynormal photocopying or blueprinting. Illegible submittals will be returned unreviewed.

D. Coordination: Coordinate preparation and processing of submittals with performance ofconstruction activities.

1. Coordinate each submittal with fabrication, purchasing, testing, delivery, othersubmittals, and related activities that require sequential activity.

2. Coordinate transmittal of different types of submittals for related parts of the Workso processing will not be delayed because of need to review submittals concurrentlyfor coordination.

a. Engineer reserves the right to withhold action on a submittal requiringcoordination with other submittals until related submittals are received.

E. Processing Time: Allow enough time for submittal review, including time for resubmittals,as follows. Time for review shall commence on Engineer's receipt of submittal.

1. Initial Review: Allow 14 days for initial review of each submittal. Allow additionaltime if processing must be delayed to permit coordination with subsequentsubmittals. Engineer will advise Contractor when a submittal being processed mustbe delayed for coordination.

2. If intermediate submittal is necessary, process it in same manner as initial submittal.

3. Allow 10 days for processing each resubmittal.

4. No extension of the Contract Time or claims for delay will be authorized because offailure to transmit submittals enough in advance of the Work to permit processing.

F. Identification: Place a permanent label or title block on each submittal for identification.

G. Deviations: Highlight, encircle, or otherwise identify deviations from the ContractDocuments on submittals. Provide list or narrative of deviations on Submittal Transmittalform.

H. Transmittal: Package each submittal individually and appropriately for transmittal andhandling. Transmit each submittal using a transmittal form. Engineer will returnsubmittals, without review received from sources other than Contractor.

1. Transmittal Form: Use sample form at end of Section.

Page 69: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 3

2. Include Contractor's certification stating that information submitted complies withrequirements of the Contract Documents.

3. On an attached separate sheet, prepared on Contractor's letterhead, record relevantinformation, requests for data, revisions other than those requested by Engineer onprevious submittals, and deviations from requirements of the Contract Documents,including minor variations and limitations. Include the same label information as therelated submittal.

I. Destination: Send six copies of each submission to the Engineer at:

Fuss & O'Neill, Inc.146 Hartford RoadManchester, CT 06040-5921Attn: Mr. Stuart H. Harris, P.E.

Folly Brook Conduit RepairHartford Levee and Flood Control System

J. Use for Construction: Use only final submittals with mark indicating action taken byEngineer in connection with construction.

PART 2 - PRODUCTS

2.1 ACTION SUBMITTALS

A. Submittal Schedule:

1. Within 10 days after the effective date of the Agreement, submit a schedule listingdates for submission and review of shop drawings, project data, and samples neededfor each item of Work. Submit in conjunction with Construction Schedule.

B. Subcontractor List: Prepare a written summary identifying individuals or firms proposedfor each portion of the Work. Include the following information in tabular form:

1. Name, address, and telephone number of entity performing subcontract or supplyingproducts.

2. Number and title of related Specification Section(s) covered by subcontract.

3. Drawing number and detail references, as appropriate, covered by subcontract.

C. Construction Schedule:

1. Within 10 days after the effective date of the Agreement, submit for Engineer's andOwner's information, a construction schedule showing in detail, the proposedsequence of the Work and the estimated start and end date for each stage of theWork. Prepare the schedule so that the actual progress of the Work can be recordedand compared with the expected progress. Coordinate the construction schedule

Page 70: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 4

with the proposed schedules of other contractors, if any, engaged in work at, oradjacent to, the Project site.

2. Prepare a bar chart construction schedule identifying major tasks and the associatedtime frame within which the task shall be completed. Tasks include:

a. Project start date.

b. Vegetation clearing.

c. Drainage ditch and structures reestablishment

d. Existing Storm piping removal.

e. Drainage System installation.

f. Site restoration.

g. Substantial and final completion dates.

3. Coordinate the Work and make every effort to maintain the construction schedule.In the event actual progress begins to lag the schedule, promptly employ additionalmeans or methods of construction to make up lost time.

4. Keep construction schedule current and revise or confirm the schedule to accuratelyreflect the conditions of the Work, past progress, and anticipated future progress.

D. Schedule of Values:

1. Within 10 days after the effective date of the Agreement, submit a Schedule ofValues of the various portions of the Work, including quantities aggregating the totalContract Price, and supported by such data to substantiate its correctness asEngineer may require. Use the Schedule of Values only as a basis for Contractor'sPeriodic Estimate. No payments will be made until such Schedule has beensubmitted and accepted by Engineer.

2. On "unit price" items, the schedule of values shall contain unit prices for variousstages of work, such as restoration of surfaces broken down into paved, unpaved,and other types of areas to be restored.

3. On "per each" or "lump sum" items, break prices down sufficiently to provide aconvenient and realistic means for determining the amount of work done duringvarious stages of progress.

4. Where prices are not broken down sufficiently to accurately determine the value ofWork completed, Engineer will estimate the value of the Work completed and willdeduct an amount so as to arrive at a conservative value which will allow Owner toeasily complete the Work with the unpaid balance. When the required detail in theSchedule of Values is not provided, the Engineer will make the final determination.

E. Certified Test Reports:

1. Material Test Reports: Prepare reports written by a qualified testing agency, ontesting agency's standard form, indicating and interpreting test results of material forcompliance with requirements.

Page 71: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 5

2. Product Test Reports: Prepare written reports indicating current product producedby manufacturer complies with requirements. Base reports on evaluation of testsperformed by manufacturer and witnessed by a qualified testing agency, or oncomprehensive tests performed by a qualified testing agency.

F. Material or Product Certificates: Prepare written statements certifying that materials orproducts comply with the requirements.

1. Project to which material is consigned.

2. Name of contractor receiving material.

3. Item number and description of material.

4. Quantity of material represented by the certificate.

5. Means of identifying consignment including label, marking, or lot number.

6. Date and method of shipment.

7. Signature of Supplier’s authorized agent.

8. Notarization of certificate.

G. Product Data: Collect information into a single submittal for each element of constructionand type of product or equipment.

1. If information must be specially prepared for submittal because standard printeddata are not suitable for use, submit as Shop Drawings, not as Product Data.

2. Mark each copy of each submittal to show which products and options areapplicable.

3. Include the following information, as applicable:

a. Manufacturer's written recommendations.

b. Manufacturer's product specifications.

c. Manufacturer's installation instructions.

d. Manufacturer's catalog cuts.

e. Compliance with recognized trade association standards.

f. Compliance with recognized testing agency standards.

g. Notation of coordination requirements.

H. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do notbase Shop Drawings on reproductions of the Contract Documents or standard printeddata.

1. Preparation: Include the following information, as applicable:

a. Dimensions.

b. Identification of products.

Page 72: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 6

c. Fabrication and installation drawings.

d. Shopwork manufacturing instructions.

e. Templates and patterns.

f. Schedules.

g. Design calculations.

h. Compliance with specified standards.

i. Notation of coordination requirements.

j. Notation of dimensions established by field measurement.

2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submitShop Drawings on sheets at least 8-1/2 by 11 inches.

I. Samples: Prepare physical units of materials or products, including the following:

1. Submit full-size units or Samples of size indicated, prepared from the same materialto be used for the Work, cured and finished in manner specified, and physicallyidentical with the product proposed for use, and that show full range of color andtexture variations expected. Samples include, but are not limited to, the following:partial sections of manufactured or fabricated components; small cuts or containersof materials; complete units of repetitively used materials; swatches showing color,texture, and pattern; color range sets; and components used for independent testingand inspection.

a. If variation in color, pattern, texture, or other characteristic is inherent in theproduct represented by a Sample, submit paired units that show approximatelimits of the variations.

2. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample setsmay be used to determine final acceptance of construction associated with each set.

2.2 INFORMATIONAL SUBMITTALS

A. Qualification Data: Prepare written information that demonstrates capabilities andexperience of firm or person. Include lists of completed projects with project names andaddresses, names and addresses of engineers and owners, and other information specified.Submit applicable certificates as follows:

1. Installer Certificates: Prepare written statements on manufacturer's letterheadcertifying that Installer complies with requirements and, where required, isauthorized for this specific Project.

2. Manufacturer Certificates: Prepare written statements on manufacturer's letterheadcertifying that manufacturer complies with requirements. Include evidence ofmanufacturing experience where required.

Page 73: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 7

B. Field Test Reports: Prepare reports written by a qualified testing agency, on testingagency's standard form, indicating and interpreting results of field tests performed eitherduring installation of product or after product is installed in its final location, forcompliance with requirements.

C. Manufacturer's Instructions: Prepare written or published information that documentsmanufacturer's recommendations, guidelines, and procedures for installing or operating aproduct or equipment. Include name of product and name, address, and telephonenumber of manufacturer. Include the following, as applicable:

1. Preparation of substrates.

2. Required substrate tolerances.

3. Sequence of installation or erection.

4. Required installation tolerances.

5. Required adjustments.

6. Recommendations for cleaning and protection.

D. Test Results: Whenever tests are required on materials and equipment, such tests shall beperformed and two copies of the test results submitted to Engineer. Do not deliver to theProject or incorporate into the Work any materials or equipment for which Engineer hasnot issued a written acceptance of the required tests and test results.

E. Construction Photographs: Make available for the Engineer’s use during construction.Submit one set to the Engineer at the end of construction.

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW

A. Review each submittal and check for compliance with the Contract Documents. Notecorrections and field dimensions. Mark each copy of each submittal with approval stampbefore submitting to Engineer.

B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Projectname and location, submittal number, Specification Section title and number, name ofreviewer, date of Contractor's approval, and statement certifying that submittal has beenreviewed, checked, and approved for compliance with the Contract Documents. Seeattached Submittal Transmittal for sample of statement.

3.2 ENGINEER'S ACTION

A. General: Engineer will not review submittals that do not bear Contractor's approval stampand will return them without action.

Page 74: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SUBMITTAL PROCEDURES 01330 - 8

1. Engineer may elect not to review partial or incomplete submittals and will returnsuch submittals with no action taken.

B. Action Submittals: Engineer will review each submittal, make marks to indicatecorrections or modifications required, and return it. Engineer will stamp each submittalwith an action stamp and will mark stamp appropriately to indicate action taken, as follows:

1. Furnish as Submitted: Submittal appears to conform to Contract Documents andContractor may proceed with ordering and installation.

2. Furnish as Noted: Same as “Furnish as Submitted” except that the Contractor mustcomply with modifications or notes added to the submittal by the Engineer.

3. Rejected: Submittal must be revised and resubmitted.

C. Informational Submittals: Engineer will review each submittal and will not return it, or willreject and return it if it does not comply with requirements. Engineer will forward eachsubmittal to appropriate party.

D. Submittals not required by the Contract Documents will not be reviewed and may bediscarded.

END OF SECTION

Page 75: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

SUBMITTAL TRANSMITTAL Date:

SUBMITTAL PROCEDURES 01330 - 9

To: Fuss & O'Neill, Inc. From:146 Hartford RoadManchester, CT 06040ATTN: Mr. Stuart H. Harris, P.E.

Folly Brook Conduit RepairHartford Levee and Flood Control System

PROJECT: SUBMITTAL NO.:(List Section No., Article No., Paragraph)

(Revision: 1st, 2nd, 3rd, etc.)

Transmitted herewith for review and comment are the following:

Copies Dwg. No. Description

MANUFACTURER / SUPPLIER

Name:

Address:

Telephone No.: Facsimile No.:

For Additional Information, Contact

E-mail Address:

I hereby certify that I have carefully examined the enclosedsubmittal and have determined and verified all fieldmeasurements, construction criteria, materials, catalognumbers and similar data, coordinated the submittal withother submissions and the work of other trades andcontractors, and that to the best of my knowledge andbelief, the enclosed submittal is in full compliance with theContract Documents, except for the following deviations:

BY:Signature:

Title:

FOR ENGINEER’S USE

Page 76: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

SUBMITTAL TRANSMITTAL Date:

SUBMITTAL PROCEDURES 01330 - 10

(Submit on Contractor’s letterhead)- - SAMPLE - - MATERIALS CERTIFICATE - - SAMPLE - -

(Submit on Manufacturer’s letterhead)Date:

WE HEREBY CERTIFY THAT

(Description, Kind of Material, Product Name, Model No.)

FURNISHED TO

(Name of Contractor) (Prime or Subcontractor)

FOR USE ON

(Project Name)

OWNER

(Project Owner)

IDENTIFIED BY:

(Label, Marking, Seal No., Consignment, or Waybill No.)

SHIPPED VIA:

(Method of Shipment, Car No., Truck No.)

SHIPPED ON: DELIVERED ON:

MEETS THE REQUIREMENTS OF THE CONTRACT DOCUMENTS FOR THE SUBJECTPROJECT IN ALL RESPECTS. PROCESSING, PRODUCT TESTING AND INSPECTIONCONTROL OF RAW MATERIALS ARE IN CONFORMANCE WITH APPLICABLESPECIFICATIONS, DRAWINGS AND STANDARDS OF ARTICLES FURNISHED.ARTICLES FURNISHED COMPLY WITH THE FOLLOWING STANDARDSPECIFICATIONS:

All records and documents pertinent to this certificate and not submitted herewith will bemaintained available by the undersigned for a period of not less than 3 years from the date of thiscertificate.

(Name of Manufacturer)

(Authorized Representative’s Signature)

(Title)

Page 77: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

QUALTY CONTROL 01400 - 1

SECTION 01400 – QUALITY CONTROL

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 ADMINISTRATION AND SUPERVISION

A. Provide full-time project superintendent to control and oversee all aspects of the work.

B. Coordinate various elements of the work and entities engaged to perform work; andcoordinate the work with existing facilities/conditions, and with work by separatecontractors (if any) and Owner.

C. Project Meetings - Attend general progress and coordination meetings as required byArchitect and Owner but at least once each month, attended by a representative of eachprimary entity engaged for performance of work. Schedule meetings to coordinate withpreparation of payment request.

1.3 PROGRESS SCHEDULE AND REPORTS

A. Within seven days of date established for start of work, submit a bar-chart type progressschedule indicating a time bar for each significant category or unit of work to be performedat the site. Arrange schedule to indicate required sequencing of units, and to show timeallowances for inspections and similar time margins.

B. Follow initial revision of schedule after Architect/Engineer's review, print and distributeschedule to entities involved, including three copies to Architect/Engineer. Post intemporary office space, revise at intervals matching payment requests, and redistribute/-repost.

1.4 DELIVERY, STORAGE AND HANDLING

A. Receive, store and handle products, materials and equipment in a manner which willprevent loss, deterioration and damage. Schedule deliveries to minimize long-term storageat project site.

1.5 WARRANTIES (GUARANTEES)

A. Categories of warranties required for the work include:

1. Special project warranty(guarantee), issued by Contractor and, where required,counter-signed by Installer or other recognized entity involved in performance of thework.

Page 78: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

QUALTY CONTROL 01400 - 2

2. Specified product warranty, issued by a manufacturer or fabricator, for compliancewith requirements in contract documents.

3. Coincidental product warranty, available on a product incorporated into the work, byvirtue of manufacturer's publication of warranty without regard for applicationrequirements (non-specified warranty). Refer to sections of Division 2 through 16for requirements of specified warranties.

B. Warranty Obligations: Restore or remove and replace warranted work to its originallyspecified condition, at such time during warranty as it does not comply with or fulfill termsof warranty. Restore or remove and replace other work which has been damaged by failureof warranted work, or which must be removed and replaced to gain access to warrantedwork. Except as otherwise indicated or required by governing regulations, warranties donot cover consequential damages to property other than work of the Contract, (e.g.,building contents). Cost of restoration or removal and replacement is Contractor'sobligation, without regard to whether Owner has already benefited from use of failingwork.

1. Reinstatement of Warranty: Upon restoration or removal and replacement ofwarranted work which has failed, reinstate the warranty by issuing newly executedform, for at least the remaining period of time of the original warranty, but for notless than half of the original warranty period.

C. Owner's Recourse: Warranties and warranty periods do not diminish implied warranties,and do not deprive Owner of actions, rights and remedies otherwise available forContractor's failure to fulfill requirements of the contract documents. Owner reservesright to reject coincidental product warranties considered to be conflicting with ordetracting from requirements of the contract documents.

1.6 INSPECTION AND TESTING

A. Provide required inspection and testing services specified to be by independent agencies,where not indicated specifically as Owner's responsibility (this provision supplementsGeneral Conditions). Neither inspection-and-test results nor failure thereof to disclosedeficiencies relieves Contractor of responsibility to comply with requirements of contractdocuments. Provide services to inspection and testing agencies including taking anddelivery of samples, patching work etc. Submit reports promptly, and report significantobservations to the Architect/Engineer as soon as possible.

B. Installer Inspections: Require Installer of each major unit of work to inspect substrate andconditions for installation and to report, in writing, any unsatisfactory conditions. Correctunsatisfactory conditions before proceeding. Inspect each product immediately beforeinstallation, and do not install damaged or defective products, materials or equipment.

Page 79: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

QUALTY CONTROL 01400 - 3

1.7 PREPARATION FOR INSTALLATION

A. Pre-Installation Conference: Prior to starting installation of each major component of thework, hold a pre- installation conference, attended by each entity involved or affected byplanned installation. Include technical representatives of product manufacturers andothers recognized as expert or otherwise capable of influencing success of the installation.Review significant aspects of requirements for the work. Record discussions and distributeas plan of action.

1.8 INSTALLATION, GENERAL

A. Comply with manufacturer's instructions and recommendations to extent printedinformation is more detailed or stringent than requirements contained directly in contractdocuments.

B. Timing: Install work during time and under conditions which will ensure best possibleresults, coordinated with required inspection and testing.

C. Anchor work securely in place, properly located by measured line and level, organized forbest possible uniformity, visual effect durability and similar benefit to the Owner's use.Isolate non-compatible materials from contact sufficiently to prevent deterioration.

D. Mount individual units of work at industrial-recognized mounting heights, or Stateprovisions for the handicapped.

E. The contractor shall ensure that portions of the building under construction are secured atall times against weather and intruders.

1.9 CLEANING AND PROTECTION

A. Clean each element of work at time of installation. Provide sufficient maintenance andprotection during construction to ensure freedom from damage and deterioration at timeof substantial completion.

END OF SECTION

Page 80: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

QUALTY CONTROL 01400 - 4

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 81: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

STANDARDS AND REGULATIONS 01415 - 1

SECTION 01415 – STANDARDS AND REGULATIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 STANDARDS AND REGULATIONS

A. Industry Standards: Applicable standards of construction industry have same force andeffect on performance of the work as if copied directly into contract document or boundtherewith. Standards referenced in contract documents or in governing regulations haveprecedence over non-referenced standards, insofar as different standards may containoverlapping or conflicting requirements. Comply with standards in effect as of the date ofcontract documents, unless otherwise indicated.

B. Trade Union Jurisdiction: Maintain current information of jurisdictional matters,regulations, actions and pending actions; and administer/supervise performance of work ina manner which will minimize possibility of disputes, conflicts, delays, claims or losses.

1.3 PRODUCTS MATERIALS AND EQUIPMENT

A. General Limitations: Where possible, provide entire required quantity of each genericproduct, material or equipment from a single source; and where not possible to do so,match separate procurements as closely as possible. In selection process providecompatible products, materials and equipment. In complying with requirements providestandard products which have been used previously and successfully in similar applications,and which are recommended by the manufacturer for the application indicated.

1.4 SUBSTITUTIONS

A. Conditions: Requests by Contractor will be considered when reasonable, timely, fullydocumented and qualifying under one or more of the following circumstances:

1. Required product cannot be supplied in time for compliance with Contract timerequirements.

2. Required product is not acceptable to governing authority, or determined to be non-compatible, or cannot be property coordinated, warranted or insured, or has otherrecognized disability as certified by Contractor.

3. Substantial advantage is offered Owner after deducting offsetting disadvantagesincluding delays, additional compensation to Architect/Engineer for redesign,investigation, evaluation and other necessary services and similar considerations.

Page 82: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

STANDARDS AND REGULATIONS 01415 - 2

B. Submittals: Include full documentation, including product data, samples whereappropriate, detailed performance comparisons and evaluation, testing laboratoryreports where applicable, coordination information for effect on other work and timeschedule, cost information for proposed change order, Contractor’s general certificationof recommended substitution, and similar information germane to circumstance.

C. Change Order: Approval of substitution is possible only by change order procedure.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 83: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 1

SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes requirements for temporary facilities and controls, includingtemporary utilities, support facilities, and security and protection facilities.

1. This section specifies minimum requirements for temporary facilities, to ensureadequate construction processes including fabrication and installation of work atproject site. The providing of adequate temporary facilities is Contractor'sresponsibility, and is not limited to minimums established by these require-ments. Use of alternative temporary facilities equivalent to those specified isContractor's option, subject to Architect's acceptance. Temporary constructionfacilities exclude tools and self-contained construction machines and equipment,which are recognized to be required but not specified in this section

B. Temporary utilities include, but are not limited to, the following:

1. Sanitary facilities, including toilets, wash facilities, and drinking-water facilities.

2. Electric power service.

3. Telephone service.

4. Internet service.

C. Support facilities include, but are not limited to, the following:

1. Temporary roads and paving.

2. Project identification and temporary signs.

3. Waste disposal facilities.

4. Contractor and Engineer field offices.

D. Security and protection facilities include, but are not limited to, the following:

1. Temporary construction fence.

2. Tree and plant protection.

3. Barricades, warning signs, and lights.

E. Related Sections include the following:

Page 84: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 2

1. Division 1 Section "Erosion and Sediment Control" for furnishing, placing, andmaintaining sedimentation control measures

1.3 USE CHARGES

A. General: Cost or use charges for temporary facilities are not chargeable to Owner orEngineer and shall be included in the Work. Allow other entities to use temporary servicesand facilities without cost, including, but not limited to, the following:

1. Owner.

2. Engineer.

3. Testing agencies.

4. Personnel of authorities having jurisdiction.

B. Sewage Disposal Service: Pay sewage disposal service use charges for sewage disposalfrom Project site.

C. Potable Water Service: Pay potable water service use charges, whether metered orotherwise, for water used in construction activities at Project site.

D. Electric Power Service: Pay electric power service use charges, whether metered orotherwise, for electricity used by in construction activities at Project site.

E. Telephone Service: Pay telephone service use charges, for office telephones at Project site.

F. Internet Service: Pay internet service use charges, for office at Project site.

G. Sanitary disposal

1.4 QUALITY ASSURANCE

A. Comply with governing regulations for installation and use of temporary constructionfacilities, including health and safety regulations; for use of water and energy, and forcontrol of dust, air pollution, noise and similar nuisances.

B. Comply with NFPA Code 241 "Building Construction and Demolition Operations", andwith ANSI-Series standards "Safety Requirements for Construction and Demolition".

C. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," andNFPA 241.

1. Electric Service: Comply with NECA, NEMA, and UL standards and regulationsfor temporary electric service. Install service to comply with NFPA 70.

D. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect eachtemporary utility before use. Obtain required certifications and permits.

Page 85: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 3

1.5 SUBMITTALS

A. Submit copies of whatever reports of inspections, tests, gage readings and similar dataand copies of permits and certificates for the operation of temporary constructionfacilities.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Provide new materials. Undamaged, previously used materials in serviceablecondition may be used if approved by Engineer. Provide materials suitable for useintended.

B. Chain-Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized steel, chain-link fabricfencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch-ODline posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top rails].

C. Tarpaulins: Waterproof and fire-retardant type, L labeled with flame spread rating of 15or less. Provide translucent type for temporary enclosure where work is being or will beperformed to admit maximum daylight.

D. Voltage Differences: Provide identification warning signs at power outlets which areother than 110-120 volt power. Provide polarized outlets for plug-in type outlets, toprevent insertion of 110-120 volt plugs into higher voltage outlets.

E. Electric Power Cords: Use only grounded extension cords; "hard-service" type. Keepaway from traffic areas.

F. Lamps and Light Fixtures: Provide general service type lamps required for adequateillumination. Protect lamps where exposed to breakage by construction opera-tions. Provide exterior type fixtures where exposed to weather or moisture.

G. Water: Potable.

2.2 EQUIPMENT

A. General: Provide equipment suitable for use intended.

1. Provide Project field office.

2. Provide separate room within Project field office for use by Engineer.

B. Field Offices: Prefabricated mobile units with lockable entrances, operable windows, andserviceable finishes; thermostatically controlled heat and air conditioning.

1. Heating: Maintain minimum temperature of 68 degrees F.

2. Cooling: Maintain maximum temperature of 72 degrees F.

Page 86: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 4

C. Fire Extinguishers: Hand carried, portable, UL rated. Provide class and extinguishingagent as indicated or a combination of extinguishers of NFPA-recommended classes forexposures.

1. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, andsize required by location and class of fire exposure.

D. Self-Contained Toilet Units: Single-occupant units of chemical, aerated recirculation, orcombustion type; vented; fully enclosed with a glass-fiber-reinforced polyester shell orsimilar nonabsorbent material for the exclusive use of the Engineer.

1. Provide separate facilities for workers and Engineer.

E. Drinking-Water Fixtures: Containerized, tap-dispenser, bottled-water drinking-water units,including paper cup supply.

1. Provide electric water coolers to maintain dispensed water temperature at 45 to 55deg F.

F. Provide high speed internet service access port, modem capable of providing DSL or cableservice.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Locate facilities where they will serve Project adequately and result in minimuminterference with performance of the Work. Relocate and modify facilities as required.

B. Maintain site, excavations and construction free of ice and water.

C. Weather Protection: Provide protection against the weather as to maintain all work,materials, apparatus, and fixtures free from injury or damages. At the end of the day'swork, all new work likely to be damaged shall be covered or otherwise protected asrequired. Wet work shall not be performed when temperature is below 40 degreesF. within the ensuing 48 hours, except when sufficient protective heat is provided andthe Architect's approval in writing, is obtained.

D. If low temperatures make it impossible to continue operations safely in spite of coldweather precautions, Contractor shall cease work and shall so notify the Engineer. Openfires are not permitted within the building enclosure or on the site for any reason.

E. Provide each facility ready for use when needed to avoid delay. Maintain and modify asrequired. Do not remove until facilities are no longer needed or are replaced by authorizeduse of completed permanent facilities.

Page 87: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 5

3.2 TEMPORARY UTILITY INSTALLATION

A. General: Engage appropriate local utility company to install temporary service or connectto existing service. Where utility company provides only part of the service, provide theremainder with matching, compatible materials and equipment. Comply with utilitycompany requirements.

1. Arrange with utility company, Owner, and existing users for time when service canbe interrupted, if necessary, to make connections for temporary services.

2. Provide adequate capacity at each stage of construction. Before temporary utility isavailable, provide trucked-in services.

3. Obtain easements to bring temporary utilities to Project site where Owner'seasements cannot be used for that purpose.

B. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking-water fixtures.Comply with regulations and health codes for type, number, location, operation, andmaintenance of fixtures and facilities.

1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similardisposable materials for each facility. Maintain adequate supply. Provide coveredwaste containers for disposal of used material.

2. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy.

C. Electric Power Service: Provide weatherproof, grounded electric power service anddistribution system of sufficient size, capacity, and power characteristics duringconstruction period. Include meters, transformers, overload-protected disconnectingmeans, automatic ground-fault interrupters, and main distribution switchgear.

1. Install power distribution wiring overhead and rise vertically where least exposed todamage.

D. Telephone Service: Provide temporary telephone service throughout construction period.Install separate telephone lines for telephone and fax service.

1. Provide voice-mail service for Engineer’s telephone service.

2. Provide a portable cellular telephone for Contractor's superintendent use in makingand receiving telephone calls when away from field office. Include voice mail withcellular service.

3. Provide fax machine with supply of paper for duration of project.

E. Internet Service: Provide DSL or cable access internet connection service for Engineer'sservice.

3.3 SUPPORT FACILITIES INSTALLATION

A. General: Comply with the following:

Page 88: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 6

1. Locate field offices, storage sheds, sanitary facilities, and other temporaryconstruction and support facilities for easy access. Obtain Town Planning andZoning Commission and Inland Wetlands Agency approval for location.

2. Maintain support facilities until near Substantial Completion. Remove beforeSubstantial Completion.

B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and pavedareas adequate to support loads and to withstand exposure to traffic during constructionperiod.

1. Provide a reasonably level, graded, well-drained subgrade of satisfactory soil material,compacted to not less than 95 percent of maximum dry density in the top 6 inches.

2. Provide gravel paving course of subbase material not less than 3 inches thick; rollercompacted to a level, smooth, dense surface.

3. Provide dust-control treatment that is nonpolluting and nontracking. Reapplytreatment as required to minimize dust.

C. Traffic Controls: Provide temporary traffic controls at junction of temporary roads withpublic roads. Include warning signs for public traffic and "STOP" signs for entrance ontopublic roads. Comply with requirements of authorities having jurisdiction.

D. Provide sedimentation control measures in accordance with Division 1 Section “Erosionand Sedimentation Control”

E. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2Sections for temporary drainage and dewatering facilities and operations not directlyassociated with construction activities included in individual Sections. Where feasible, usesame facilities. Maintain Project site, excavations, and construction free of water.

1. Dispose of rainwater in a lawful manner that will not result in flooding Project oradjoining property nor endanger permanent Work or temporary facilities.

2. Remove snow and ice as required to minimize accumulations.

F. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handlewaste from construction operations. Containerize and clearly label hazardous, dangerous,or unsanitary waste materials separately from other waste.

G. Janitorial Services: Provide janitorial services on a weekly basis for Project office, toilets,wash facilities, and similar areas.

H. Project Field Office: Provide an insulated, weathertight, air-conditioned field office;include a separate room for use by the Engineer. Keep office clean and orderly. Provideweekly janitorial services.

1. Size: Sufficient to accommodate listed furniture without crowding, but no lessthan 300 square feet.

Page 89: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 7

a. Windows: Three screened, operable windows with locks and curtains.

b. Door: Cylinder lock with keys in quantity requested by Engineer.

2. Lighting: Overhead fluorescent lights.

3. Furnish and equip offices as follows:

a. Office Desk with Drawers: 3 feet by 5 feet. Enclosed over desk shelving withsuitable clearance to stand 3-ring-binders vertically. Built-in desktops may besubstituted.

1) Quantity: Two.

b. Office Desk Chair: Upholstered, adjustable, executive swivel armchair withcasters.

1) Quantity: Two.

c. Desk Lighting: Fluorescent under-cabinet lighting for each unit.

d. Folding Chairs: Upholstered seats.

1) Quantity: Eight.

e. Folding table: 6 feet long

f. Broom and dust pan.

g. Photocopying machine with supply of toner and paper for duration ofconstruction. Provide repair service if needed.

h. Scanner/ printer that is compatible with the Engineer’s computer system.

3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. Environmental Protection: Provide protection, operate temporary facilities, and conductconstruction in ways and by methods that comply with environmental regulations and thatminimize possible air, waterway, and subsoil contamination or pollution or otherundesirable effects. Avoid using tools and equipment that produce harmful noise.

B. Stormwater Control: Provide earthen embankments and similar barriers in and aroundexcavations and subgrade construction, sufficient to prevent flooding by runoff ofstormwater from heavy rains.

C. Tree and Plant Protection: Install temporary fencing located as indicated or outside thedrip line of trees to protect vegetation from construction damage. Protect tree rootsystems from damage, flooding, and erosion.

D. Site Enclosure Fence: Before construction operations begin, install chain-link enclosurefence with lockable entrance gates. Locate where indicated, or enclose entire Project site orportion determined sufficient to accommodate construction operations. Install in amanner that will prevent people, dogs, and other animals from easily entering site except byentrance gates.

Page 90: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 8

1. Set fence posts in concrete bases.

2. Provide gates in sizes and at locations necessary to accommodate delivery vehiclesand other construction operations.

3. Maintain security by limiting number of keys and restricting distribution toauthorized personnel. Provide Owner with one set of keys.

E. Barricades, Warning Signs, and Lights: Comply with standards and code requirements forerecting structurally adequate barricades. Paint with appropriate colors, graphics, andwarning signs to inform personnel and public of possible hazard. Where appropriate andneeded, provide lighting, including flashing red or amber lights.

F. Construction Aids and Miscellaneous Facilities

1. This category of temporary construction facilities includes scaffolding, ramps,runways, staging, temporary stairs, ladders, sheeting, shoring, cross-lot bracing,bridges, guard rails, barriers, closures, demolition waste chutes, platforms, swingstages and temporary partitions and other similar apparatus.a. Design,construction and maintenance of these facilities is the responsibility of

Contractor. Provide facilities as needed to accommodate performance ofentire work of project.

3.5 OPERATION, TERMINATION, AND REMOVAL

A. Enforce strict discipline in use of temporary facilities. Limit availability of facilities toessential uses, so as to minimize waste and abuses.

B. Maintenance: Maintain facilities in good operating condition until removal. Protect fromdamage caused by freezing temperatures and similar elements.

1. Maintain Operation of temporary enclosures, heating, cooling, humidity control,ventilation and similar facilities on a 24-hour-per-day basis where required toachieve indicated results in the work and avoid possibility of damage to the workand temporary facilities.

C. Termination and Removal: Remove each temporary facility when need for its service hasended, when it has been replaced by authorized use of a permanent facility, or no later thanSubstantial Completion. Complete or, if necessary, restore permanent construction thatmay have been delayed because of interference with temporary facility. Repair damagedWork, clean exposed surfaces, and replace construction that cannot be satisfactorilyrepaired.

1. Materials and facilities that constitute temporary facilities are the property ofContractor.

2. Remove temporary gravel access roads and temporary paving not intended for oracceptable for integration into permanent paving. Where area is intended forlandscape development, remove soil and aggregate fill that do not comply withrequirements for fill or subsoil. Remove materials contaminated with road oil,

Page 91: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 9

asphalt and other petrochemical compounds, and other substances that might impairgrowth of plant materials or lawns. Repair or replace street paving, curbs, andsidewalks at temporary entrances, as required by authorities having jurisdiction.

3. Remove temporary gravel access roads.

4. At Substantial Completion, clean and renovate permanent facilities used duringconstruction period. Comply with final cleaning requirements in Division 1 Section"Contract Closeout."

END OF SECTION

Page 92: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

TEMPORARY FACILITIES AND CONTROLS 01500 - 10

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 93: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

EROSION AND SEDIMENTATION CONTROL 01572 - 1

SECTION 01572 – EROSION AND SEDIMENTATION CONTROL

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes furnishing, placing, and maintaining sedimentation control measuresas shown on the Drawings, as directed by the Engineer, and where necessary to reducesediment content of runoff. Control measures are to remain in place until after completionof construction. Measures include the following:

1. Construction entrances.

2. Silt fence.

3. Haybales.

4. Catch basin inserts.

5. Dust control.a. Conduct construction operations and activities to minimize the creation and

dispersion of dust. If the Engineer determines that water and/or calciumchloride is required for more effective dust control, provide such measures atno additional cost.

b. Sweeping of streets.

1.3 SUBMITTALS

A. Material Certificates:

1. Filter fabric/silt fence.

1.4 QUALITY ASSURANCE

A. Form 816: State of Connecticut Department of Transportation Standard Specifications forRoads, Bridges and Incidental Construction, and issued supplements.

PART 2 - PRODUCTS

2.1 FILTER FABRIC / SILT FENCE

A. Synthetic Filter Fabric: Woven geotextile, 36 inches maximum height, conforming to thefollowing:

Page 94: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

EROSION AND SEDIMENTATION CONTROL 01572 - 2

Properties Requirement UnitGrab Tensile Strength (ASTM D4632): 124 LbsGrab Tensile Elongation (ASTM D4632): 15 PercentPuncture Strength (ASTM D4833): 65 LbsFlow Rate (ASTM D4491): 20 Gal/Min/Sq. Ft.UV Resistance(at 500 hours) (Retained strength) (ASTM D4355):

80 Percent

B. Product and Manufacturer:

1. Harris Silt Fence by Amoco Fabrics and Filters.

2. Mutual MISF 1855 by Mutual Industries, Inc.

3. Or equal.

2.2 POSTS

A. Hardwood Stakes: 1-inch by 1-inch by 42-inch minimum.

2.3 SILT FENCE FASTENERS

A. Staples, tie wires or hog rings, as recommended by manufacturer.

1. Staples: Heavy-duty wire, 1-inch long minimum.

2.4 HAY BALES

A. Bales: Hay, weighing 40 to 120 pounds per bale.

B. Stakes: Wood, 1-inch by 1-inch by 36-inch minimum.

2.5 CATCH BASIN INSERTS

A. Regular Flow Catch Basin Inserts: Woven polypropylene that meets the following:

Properties Requirement Unit

Grab Tensile Strength (ASTM D4632): 300 Lbs

Grab Tensile Elongation (ASTM D4632): 20 Percent

Puncture Strength (ASTM D4833): 120 Lbs

Mullen Burst (ASTM D3786): 800 PSI

Trapezoid Tear (ASTM D4533): 120 Lbs

Flow Rate (ASTM D4491): 40 Gal/Min/Sq. Ft.

Permittivity (ASTM D4491) 0.55 Sec-1

Page 95: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

EROSION AND SEDIMENTATION CONTROL 01572 - 3

Properties Requirement Unit

UV Resistance(at 500 hours) (Retained strength) (ASTM D4355):

80 Percent

Apparent Opening Size (ASTM D4751): #40 US Sieve

1. Manufacturer: ACF Environmental, 1801-A Willis Road, Richmond, VA 23237(800-844-9223), or equal.

2.6 SEDIMENT SETTLING BASIN

A. Riprap

1. Modified: Form 816, Subsection M.12.02-3.

2.7 SEPARATION GEOTEXTILE

A. Access Route and Sediment Settling Basin:

Properties Requirement UnitGrab Tensile Strength (ASTM D4632): 205 LbsGrab Tensile Elongation (ASTM D4632): 15 PercentPuncture Strength (ASTM D4833): 80 LbsMin. Permittivity (ASTM D4491): 0.12 s-1

2.8 DUST CONTROL

A. Calcium Chloride: ASTM D98, Type 1 or Type 2.

B. Water: Potable.

PART 3 - EXECUTION

3.1 GENERAL

A. Minimize environmental damage during construction. Prevent discharge of fuel, oil,lubricants, and other fluids. Mitigate effects of discharge.

B. Install erosion and sediment control measures prior to clearing, demolition, orconstruction.

C. Construct erosion and sediment control measures in accordance with standards andspecifications of the “Guidelines for Soil Erosion and Sediment Control”, and City ofHartford requirements.

D. Install additional control measures, if deemed necessary by the Engineer, Owner, or State.

Page 96: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

EROSION AND SEDIMENTATION CONTROL 01572 - 4

E. Implement and maintain the Erosion and Sediment Controls shown on the Drawings.

F. Protect catch basins with inserts throughout construction until disturbed areas arestabilized.

1. Remove and dispose of sediment from control structures.

G. Remove catch basin grate, insert silt sack, and secure in place by replacing grate.

H. Control dust and wind erosion. Control dust to prevent a hazard to traffic on adjacentroadways. Dust control includes sprinkling of water and uniform application of calciumchloride on exposed soils and haul roads.

I. Do not discharge directly into wetlands or watercourses where dewatering is necessary.Utilize methods and devices as permitted by authorities having jurisdiction and appropriateregulations to minimize and retain suspended solids including pumping water into atemporary sedimentation bowl, providing surge protection at inlet and outlet of pumps,floating pump intake.

1. If pumping operation results in turbidity problems, stop pumping until means ofcontrolling turbidity are determined and implemented.

J. Cut Areas

1. Establish an erosion control line (silt fence) at toe of slope in cut areas and slopestabilization with mulch within 10 days of start of cut operations.

K. Stockpiles

1. Side Slopes: 2:1 maximum.

2. Surround stockpiles by a sediment barrier.

3. Stabilize stockpiles left bare for more than 15 days with temporary vegetation ormulch.

L. Final Grading

1. If final grading is delayed for more than 30 days after land disturbances cease,stabilize soils with temporary vegetation or mulch.

M. Planting Season for Temporary Vegetation

1. March 1 to June 15 and August 1 to October 1.

2. After September 15, stabilize areas with hay bale check, filter fabric, or woodchipmulch.

3.2 CONTROL SYSTEMS

A. Silt Fence

Page 97: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

EROSION AND SEDIMENTATION CONTROL 01572 - 5

1. Install fencing at location as shown on the Drawings or where directed by theEngineer. Maintain pitch of 2 to 20 degrees, with inclination toward potential siltsource.

2. Install bottom 6 inches of fabric by trenching and burying the fabric into thenotched ground.

3. Drive posts into ground a minimum of 12 inches.

4. Locate fabric splices at posts only. Provide 6-inch overlap and seal.

B. Catch Basin Inserts

1. Install at locations as shown on the Drawings or where directed by the Engineer.

3.3 DUST CONTROL

A. Apply water and calcium chloride uniformly over the surface to prevent dust frombecoming a nuisance or when directed by the Engineer. Provide shut-off valve inconvenient location on water truck, to allow for regulating water flow.

3.4 MAINTENANCE

A. Control System

1. Inspect control system at least once per week, immediately after each rainfall anddaily during prolonged rainfall. Make repairs immediately.

2. Remove and dispose of accumulated sediments when sediment reachesapproximately one-third the height of the control system, or when directed by theEngineer.

3. Replace control system promptly if fabric decomposes or system becomes ineffectiveprior to the expected usable life.

4. Maintain or replace system until no longer necessary for the intended purpose.

3.5 REMOVAL

A. Remove and dispose of control system after area stabilizes with new growth or as directedby the Engineer.

END OF SECTION

Page 98: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

EROSION AND SEDIMENTATION CONTROL 01572 - 6

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 99: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONTRACT CLOSEOUT 01700 - 1

SECTION 01700 – CONTRACT CLOSEOUT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 1 Specification Sections, apply to this Section.

1.2 DEFINITIONS

A. The provisions of this section apply primarily to closeout of actual physical work, not toadministrative matters such as final payment and changeover insurances. Specific require-ments in other sections have precedence over general requirements of this section.

1.3 RECORD DOCUMENTATION

A. Record Drawings: maintain a complete set of blue/black line prints of contract drawingsand shop drawings for record mark-up purposes throughout the contract time. Mark-updrawings during the course of the work to show actual changes and actual installationconditions, sufficient to form a complete record for Owner's purposes. Give particularattention to work which will be concealed and difficult to measure and record at a laterdate, particularly work which may require servicing or replacement during the life of thebuilding. Require entities marking the prints to sign and date each mark-up. Bind printsinto manageable sets, with durable paper covers, appropriately labeled.

B. Maintenance Manuals: Provide 3-ring vinyl-covered binders containing requiredmaintenance manuals, properly identified and indexed. Include operating and maintenanceinstructions, extended to cover emergencies, spare parts, warranties, inspection procedures,diagrams, safety, security and similar appropriate data for each system or equipment item.

1.4 CLOSEOUT REQUIREMENTS

A. Final Cleaning: At closeout time, clean or reclean entire work to normal level for"first-class" maintenance/cleaning of building projects of a similar nature. Removenon-permanent protection and labels, polish glass inside and out, clean exposed finishes,touch-up minor finish damage, remove debris and broom-clean non-occupied spaces,sweep and wash paved areas, police grounds and perform similar clean-up operationsneeded to produce a "clean" condition as judged by Architect/Engineer.

1.5 PROCEDURES FOR SUBSTANTIAL COMPLETION

A. Prerequisites: Comply with General Conditions and complete the following beforerequesting Architect/Engineer's inspection of the work, or designated portion thereof,for substantial completion:

Page 100: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONTRACT CLOSEOUT 01700 - 2

1. Submit executed warranties, workmanship bonds, maintenance agreements,inspection certificates and similar required documentation for specific units of work,enabling Owner's restricted occupancy and use.

2. Submit record documentation, maintenance manuals, tools, spare parts, keys andsimilar operational items.

3. Complete instruction of Owner's operating personnel and start-up systems.

4. Complete final cleaning and remove temporary facilities and tools.

B. Inspection Procedures: Upon receipt of Contractor's request, Architect/Engineer willeither proceed with inspection or advise Contractor of prerequisites not fulfilled. Followinginitial inspection, Architect/Engineer will either prepare certificate of substantialcompletion, or advise Contractor of work which must be performed prior to issuance ofcertificate, and repeat inspection when requested and assured that work has beensubstantially completed. Results of complete inspection will form initial "punch-list" forfinal acceptance.

1.6 PROCEDURES AT FINAL ACCEPTANCE

A. Reinspection procedure: Upon receipt of Contractor's notice that work has beencompleted, including punch list items resulting from earlier inspections, and exceptingincomplete items delayed because of acceptable circumstances, Architect/Engineer willreinspect work. Upon completion of reinspection Architect/Engineer will eitherrecommend final acceptance and final payment, or advise Contractor of work notcompleted or obligations not fulfilled as required for final acceptance. If necessary,procedure will be repeated.

1.7 CONTINUING INSPECTIONS

A. Except as otherwise required by specific warranties, agreements to maintain,workmanship/maintenance bonds, and similar continuing commitments, comply withOwner's requests to participate in inspections at end of each time period of suchcontinuing commitments. Participate in general inspection of the work approximately oneyear beyond date of substantial completion.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 101: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SITE CLEARING 02230 - 1

SECTION 02230 - SITE CLEARING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Removing vegetation.

2. Clearing and grubbing.

3. Removing, relocating, or resetting of above-grade site improvements.

B. Limits of Work: Minimize disturbance within clearing limits. Perform only as muchclearing as required to complete and gain access to the Work.

C. Related Sections include the following:

1. Division 1 Section “Erosion and Sedimentation Control” for hay bales and siltfences.

2. Division 2 Section "Lawns and Grass Renovation" for restoring vegetation todisturbed areas.

1.3 DEFINITIONS

A. Clearing Limits: As needed to gain access to Folly Brook, and as indicated by Engineer.

1.4 MATERIALS OWNERSHIP

A. Except for materials indicated to be stockpiled or to remain Owner's property, clearedmaterials shall become Contractor's property and shall be removed from the site.

1.5 SUBMITTALS

A. Existing Conditions: Documentation of adjoining construction, and site improvementsthat establishes preconstruction conditions that might be misconstrued as damage causedby construction operations.

1. Use sufficiently detailed photographs or video.

Page 102: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SITE CLEARING 02230 - 2

1.6 PROJECT CONDITIONS

A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacentoccupied or used facilities during site-clearing operations.

1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilitieswithout permission from Owner and authorities having jurisdiction.

2. Provide alternate routes around closed or obstructed traffic ways if required byauthorities having jurisdiction.

B. Contact “Call Before You Dig” at 1-800-922-4455 a minimum of two business days beforebeginning site clearing.

C. Do not commence site clearing operations until temporary erosion- and sedimentation-control measures are in place.

D. Equipment Operations

1. On paved surfaces, do not operate equipment with tracks, treads, or wheels that cutor otherwise damage paved surfaces.

2. Operate equipment with care to prevent injury to trees and overhanging branchesand limbs.

E. Restore surfaces that have been damaged by Contractor’s operations to a condition at leastequal to condition before work began.

1.7 PROTECTING EXISTING STRUCTURES

A. Support and protect in place existing site improvements designated by the Engineer to bepreserved in place. Existing site improvements include fences, curbing, and otherstructures.

1. Restore items damaged by the Contractor, at a minimum, to the condition in whichthe item was found immediately before beginning the Work. Restore itemspromptly; do not leave until end of construction.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect existing site improvements to remain from damage during construction.

1. Restore damaged improvements to their original condition, as acceptable to Owner.

Page 103: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SITE CLEARING 02230 - 3

3.2 UTILITIES

A. Existing Utilities: Do not interrupt utilities unless permitted under the followingconditions and then only after arranging to provide temporary utility services according torequirements indicated:

1. Notify Utility Owner and Engineer not less than two days in advance of proposedutility interruptions.

2. Do not proceed with utility interruptions without Utility Owner and Engineer'swritten permission.

B. Excavate for and remove underground utilities indicated to be removed.

3.3 CLEARING AND GRUBBING

A. Remove obstructions, trees, and shrubs flush with finished grade to permit installation oftemporary access route to construction area. Removal does NOT include digging outstumps and obstructions and grubbing roots.

1. Promptly dispose of cleared material off-site.

3.4 SITE IMPROVEMENTS

A. Restore items damaged by the Contractor, at a minimum, to the condition in which theitem was found immediately before beginning the Work.

1. Restore items promptly; do not leave until end of construction.

3.5 DISPOSAL

A. Remove surplus soil material, obstructions, demolished materials, and waste materialsincluding trash and debris, and legally dispose of them off the Project site.

END OF SECTION

Page 104: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

SITE CLEARING 02230 - 4

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 105: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

WATER CONTROL SYSTEM 02245 - 1

SECTION 02245 – WATER CONTROL SYSTEM

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Temporary water control measures for primary system including design andsequencing, construction, installation, maintenance, and removal of temporaryprotective facilities and appurtenances required to exclude water from the work area.Temporary measures and appurtenances may include:

a. surface and subsurface dams;

b. flow diversions;

c. pipes;

d. barriers; and

e. watertight seals.

2. Dewatering of areas for construction of structures, or permanent repairs tostructures.

3. Safe conveyance of water and flood flows.

4. Protection of existing structures, constructed improvements, work in progress, anddownstream areas during significant rainfall and high water.

1.3 PERFORMANCE REQUIREMENTS

A. Design, furnish, install, monitor, and maintain water control system capable of supportingand resisting hydrostatic pressure and flood flow.

1. Provide professional engineering services needed to assume engineeringresponsibility, including preparation of Shop Drawings and a comprehensiveengineering analysis by a qualified professional engineer.

B. Install water control system without damaging existing structures, and other adjacentimprovements.

1. Do not remove water control system without written approval of Engineer.

Page 106: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

WATER CONTROL SYSTEM 02245 - 2

C. Alternative water control methods will be considered, providing proposed methodsconform to applicable local, state and federal codes; will not require an extension ofcontract time; and will not result in increase of construction costs.

1. The Engineer is not obligated to accept alternative methods and may imposeadditional requirements as condition of acceptance.

1.4 SUBMITTALS

A. Water Control System Plan: Include the following.

1. Materials, including supports for temporary by-pass pipe.

2. Schedule of operations.

3. Method for controlling water.

4. Emergency plan.

5. Flood alert system.

6. List of emergency contact personnel and 24-hour contact number(s).

7. Submit field-required modifications to approved water control plan to Engineer,prior to actual construction of modification.

B. Shop Drawings for Information: Prepared by or under the supervision of a qualifiedprofessional engineer. Include plans, sections, and details of water control system andaccessory items, locations of discharge lines; and means of discharge and disposal of water.

1. Include Shop Drawings signed and sealed by the qualified professional engineerresponsible for their preparation.

1.5 PROJECT CONDITIONS

A. Emergency Notification. Immediately notify the following when significant flood flowsendanger the water control system or when water elevations threaten to overtop thecontrol system.

1. City Engineer.

2. Engineer: Fuss & O'Neill

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Provide materials that are either new or in serviceable condition. Utilizemanufactured items for their intended use.

Page 107: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

WATER CONTROL SYSTEM 02245 - 3

PART 3 - EXECUTION

3.1 PREPARATION

A. Evaluate type of protective facility, appurtenances, and measures required. Develop andsubmit Water Control System Plan.

3.2 PROTECTION

A. Maintain personnel and equipment on-site during flood watches, flashflood watches andflood warnings to mitigate potential damage during flood events.

B. Remove equipment, tools and temporary facilities when Flood Alert System indicatespotential for overtopping water control systems.

3.3 WATER CONTROL

A. Construct water control system of cofferdams or other methods accepted by the Engineer,to allow construction of permanent structures and repairs.

1. Design devices for intended use and anticipated water pressures. Provide watertightseals with devices where required, to prevent damage, water seepage, or collapse.

2. Perform pumping and related work.

3. Provide dewatering siphons or pumps for structures located below drawdownelevation.

3.4 MAINTENANCE

A. Monitor water control system daily. Promptly correct seepage, breakage, or other evidenceof movement to ensure that water control system remains stable.

B. Provide additional materials, equipment and manpower, as required, to resist damage to orfailure of temporary water control measures.

1. During predicted periods of significant rainfall or flooding events, provide 24-hour,on-site coverage to assure timely response.

3.5 REMOVAL AND REPAIRS

A. Correct movements or failures of temporary protection facilities and appurtenances, whichprevents proper completion of permanent work, or damages existing structures anddownstream areas.

Page 108: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

WATER CONTROL SYSTEM 02245 - 4

B. Remove water control systems when permanent construction has progressed sufficiently toaccommodate hydrostatic pressures. Remove in stages to avoid damage to structures.

1. Repair or replace adjacent work damaged or displaced by construction operations atno additional cost.

END OF SECTION

Page 109: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

LAWN AND GRASS RENOVATION 02925 - 1

SECTION 02925 - LAWN AND GRASS RENOVATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Providing and grading topsoil.

2. Seeding, or hydroseeding.

3. Mulching.

4. Lawn and grass renovation.

B. Related Sections include the following:

1. Division 2 Section "Site Clearing" for vegetation removal.

1.3 DEFINITIONS

A. Finish Grade: Elevation of finished surface of topsoil.

B. Lawn: Established turf or grass area to be reseeded, or newly graded area to be seeded.

C. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or topsurface of a fill or backfill immediately beneath topsoil.

1.4 SUBMITTALS

A. Submit certificate of compliance with specification for topsoil, fertilizer, and seed.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Seed, Lime, and Fertilizer: Deliver in original sealed, labeled, and undamaged containers.

1.6 SCHEDULING

A. Planting Restrictions: Plant during one of the following periods.

1. Spring Planting: April 1 to June 1.

2. Fall Planting: August 15 to October 15.

Page 110: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

LAWN AND GRASS RENOVATION 02925 - 2

B. Weather Limitations: Proceed with planting only when existing and forecasted weatherconditions permit.

1.7 LAWN MAINTENANCE

A. Begin maintenance immediately after each area is planted and continue until a satisfactorylawn is established.

B. Maintain and establish lawn by watering, fertilizing, weeding, replanting, and otheroperations. Roll, regrade, rake out stones as topsoil settles, and replant bare or erodedareas and remulch to produce a uniformly smooth lawn.

1. In areas where mulch has been disturbed by wind or maintenance operations, addnew mulch. Anchor as required to prevent displacement.

2. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed ormulch.

PART 2 - PRODUCTS

2.1 SEED

A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of SeedTechnology; Rules for Testing Seeds" for purity and germination tolerances.

B. Seed Mixture:

Proportion byWeight (Percent)

Minimum Purity(Percent)

MinimumGermination (Percent)

Kentucky Bluegrass 35 95 75

Creeping RedFescue 30 98 85

K.31 Tall Fescue 30 98 85

Domestic Ryegrass 5 98 90

2.2 TOPSOIL

A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 6 percent and a maximum of20 percent organic material content; free of stones 1 inch or larger in any dimension andother extraneous materials harmful to plant growth.

1. Topsoil Source: Reuse surface soil stockpiled on-site. Clean surface soil of roots,plants, sod, stones, clay lumps, and other extraneous materials harmful to plantgrowth.

Page 111: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

LAWN AND GRASS RENOVATION 02925 - 3

a. Supplement with imported topsoil from off-site sources when quantities areinsufficient. Obtain topsoil displaced from naturally well-drained constructionor mining sites where topsoil occurs at least 4 inches deep; do not obtain fromagricultural land, bogs or marshes.

2.3 INORGANIC SOIL AMENDMENTS

A. Lime: ASTM C 602, agricultural limestone containing a minimum 80 percent calciumcarbonate equivalent and as follows:

1. Provide lime in form of dolomitic limestone, with a minimum of 95 percent passinga No. 100 sieve.

2.4 FERTILIZER

A. Commercial Fertilizer: Commercial-grade granular 10-10-10 fertilizer, consisting of fast-and slow-release nitrogen, 50 percent derived from natural organic sources of ureaformaldehyde, phosphorous, and potassium.

2.5 MULCHES

A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, hay or threshed straw ofwheat, rye, oats, or barley; free of weeds, reeds, and twigs; maximum moisture content of15 percent. Do not use salt hay.

B. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber-mulch manufacturer forslurry application; nontoxic and free of plant-growth or germination inhibitors.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas to receive lawns and grass for compliance with requirements and otherconditions affecting performance. Proceed with installation only after unsatisfactoryconditions have been corrected.

B. Soil testing will preformed by the Contractor to determine the amount of Fertilizer that willbe required for successful grass establishment.

3.2 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, andplantings from damage caused by planting operations.

1. Protect adjacent and adjoining areas from hydroseeding overspray.

Page 112: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

LAWN AND GRASS RENOVATION 02925 - 4

B. Provide erosion-control measures to prevent erosion or displacement of soils anddischarge of soil-bearing water runoff or airborne dust to adjacent properties andwalkways.

3.3 PREPARATION

A. Limit lawn subgrade preparation to areas to be restored or newly planted.

B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Removestones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneousmatter and legally dispose of them off Owner's property.

C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed byexcavating, grading, or surface soil stripping operations, prepare surface soil in accordancewith Article “Lawn Renovation”.

D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose,uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Rolland rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading toareas that can be planted in the immediate future.

E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allowsurface to dry before planting. Do not create muddy soil.

F. Restore areas if eroded or otherwise disturbed after finish grading and before planting.

3.4 SEEDING

A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when windvelocity exceeds 5 mph. Evenly distribute seed by sowing equal quantities in twodirections at right angles to each other.

1. Do not use wet seed or seed that is moldy or otherwise damaged.

B. Sow seed at the rate of 2 lb/1000 sq. ft.

C. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray.

D. Protect seeded areas with slopes exceeding 1:2.5 with erosion-control blankets installed andstapled according to manufacturer's written instructions as outlined in Section 02370.

E. Protect seeded areas with slopes not exceeding 1:3 by spreading straw mulch. Spreaduniformly at a minimum rate of 2 tons/acre to form a continuous blanket 1-1/2 inches inloose depth over seeded areas. Spread by hand, blower, or other suitable equipment.

1. Bond straw mulch by spraying with emulsion at the rate of 10 to 13 gal./1000 sq. ft.Take precautions to prevent damage or staining of structures or other plantingsadjacent to mulched areas. Immediately clean damaged or stained areas.

Page 113: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

LAWN AND GRASS RENOVATION 02925 - 5

3.5 HYDROSEEDING

A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipmentspecifically designed for hydroseed application. Continue mixing until uniformly blendedinto homogeneous slurry suitable for hydraulic application.

1. Mix slurry with nonasphaltic tackifier.

2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulchat a minimum rate of 1500-lb/acre dry weight but not less than the rate required toobtain specified seed-sowing rate.

3.6 LAWN RENOVATION

A. Renovate existing lawn.

B. Renovate existing lawn damaged by Contractor's operations, such as storage of materials orequipment and movement of vehicles.

1. Reestablish lawn where settlement or washouts occur or where minor regrading isrequired.

C. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil.

D. Remove topsoil containing foreign materials resulting from Contractor's operations,including oil drippings, fuel spills, stone, gravel, and other construction materials, andreplace with new topsoil.

E. Mow, dethatch, and rake existing lawn.

F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides asrequired. Do not use pre-emergence herbicides.

G. Remove waste and foreign materials, including weeds, grass, vegetation, and turf, andlegally dispose of them off Owner's property.

H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches.

I. Apply soil amendments and initial fertilizers required for establishing new lawns and mixthoroughly into top 4 inches of existing soil. Provide new topsoil to fill low spots andmeet finish grades, and at designated locations.

J. Apply seed and protect with straw mulch as required for new lawns.

K. Water newly planted areas and keep moist until new lawn is established.

Page 114: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

LAWN AND GRASS RENOVATION 02925 - 6

3.7 SATISFACTORY LAWNS

A. Satisfactory Seeded Lawn: A healthy, uniform, close stand of grass has been established,free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq.ft. and bare spots not exceeding 3 by 3 inches.

B. Reestablish lawns that do not comply with requirements and continue maintenance untillawns are satisfactory.

3.8 CLEANUP AND PROTECTION

A. Promptly remove soil and debris created by lawn work from paved areas. Clean wheels ofvehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas.

B. Erect barricades and warning signs as required to protect newly planted areas from traffic.Maintain barricades throughout maintenance period and remove after lawn is established.

C. Remove erosion-control measures after grass establishment period.

END OF SECTION

Page 115: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 1

SECTION 03301 – MISCELLANEOUS CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section specifies cast-in-place concrete, including reinforcement, concrete materials,mix design, placement procedures, and finishes for the following:

1. Conduit Invert Repair.

B. Related Sections

1. Division 3 Section "Concrete Rehabilitation" for drilling holes and chemical anchors.

1.3 SUBMITTALS

A. Material Certificates: Signed by manufacturers certifying that each of the following itemscomplies with requirements:

1. Cementitious materials and aggregates.

2. Steel reinforcement and reinforcement accessories.

B. Product Certificate: Signed by producer or supplier certifying that each of the followingitems complies with requirements:

1. Design mix.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: An experienced installer who has completed concrete work similarin material, design, and extent to that indicated for this Project and whose work hasresulted in construction with a record of successful in-service performance.

B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concreteproducts complying with ASTM C 94 requirements for production facilities andequipment.

C. Source Limitations: Obtain each type of cement of the same brand from the sameCTDOT approved batch plant, each aggregate from one source, and each admixture fromthe same manufacturer.

Page 116: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 2

D. Comply with ACI 301, "Specification for Structural Concrete," including the following,unless modified by the requirements of the Contract Documents.

1. General requirements, including submittals, quality assurance, acceptance ofstructure, and protection of in-place concrete.

2. Formwork and form accessories.

3. Steel reinforcement and supports.

4. Concrete mixtures.

5. Handling, placing, and constructing concrete.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle steel reinforcement to prevent bending and damage.

PART 2 - PRODUCTS

2.1 FORMWORK

A. Furnish formwork and form accessories according to ACI 301.

2.2 STEEL REINFORCEMENT

A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.

B. Plain-Steel Welded Wire Fabric: ASTM A496/497, fabricated from as-drawn steel wireinto flat sheets. 75ksi

1. Galvanized: ASTM A461.

C. Stainless-Steel Bars and Shapes: ASTM A 276, Type 304

2.3 CONCRETE MATERIALS

A. Portland Cement: ASTM C 150, Types I or II or Type I/II.

B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1-1/2-inchnominal size.

C. Water: Potable and complying with ASTM C 94.

2.4 ADMIXTURES

A. General: Admixtures certified by manufacturer to contain not more than 0.1 percentwater-soluble chloride ions by mass of cement and to be compatible with other admixtures.Do not use admixtures containing calcium chloride.

Page 117: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 3

B. Air-Entraining Admixture: ASTM C 260.

C. Water-Reducing Admixture: ASTM C 494, Type A.

2.5 CURING MATERIALS

A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf,weighing approximately 9 oz./sq. yd. dry.

B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylenesheet.

C. Water: Potable.

2.6 CONCRETE MIXES

A. Comply with ACI 301 requirements for concrete mixtures.

B. Prepare design mixes, proportioned according to ACI 301, for normal-weight concretedetermined by either laboratory trial mix or field test data bases, as follows:

1. Compressive Strength (28 Days):

a. Culvert Invert Slabs: 4000 psi.

2. Slump: 4 inches.

2.7 CONCRETE MIXING

A. Ready-Mixed Concrete: Comply with ASTM C 94.

1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery timefrom 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reducemixing and delivery time to 60 minutes.

PART 3 - EXECUTION

3.1 FORMWORK

A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to supportvertical, lateral, static, and dynamic loads, and construction loads that might be applied,until concrete structure can support such loads.

B. Construct formwork so concrete members and structures are of size, shape, alignment,elevation, and position indicated, within tolerance limits of ACI 117.

C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, asfollows:

1. Class A, 1/8 inch.

Page 118: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 4

D. Construct forms tight enough to prevent loss of concrete mortar.

E. Chamfer exterior corners and edges of permanently exposed concrete.

F. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheadsrequired in the Work. Determine sizes and locations from trades providing such items.

G. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt,and other debris just before placing concrete.

H. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaksand maintain proper alignment.

I. Coat contact surfaces of forms with form-release agent, according to manufacturer'swritten instructions, before placing reinforcement.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining workthat is attached to or supported by cast-in-place concrete. Use Setting Drawings,templates, diagrams, instructions, and directions furnished with items to be embedded.

1. Install anchor bolts, accurately located, to elevations required.

3.3 REMOVING AND REUSING FORMS

A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work,that does not support weight of concrete may be removed after cumulatively curing at notless than 50 deg F for 24 hours after placing concrete provided concrete is hard enough tonot be damaged by form-removal operations and provided curing and protectionoperations are maintained.

B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, orotherwise damaged form-facing material will not be acceptable for exposed surfaces.Apply new form-release agent.

C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to closejoints. Align and secure joints to avoid offsets. Do not use patched forms for exposedconcrete surfaces unless approved by Engineer.

3.4 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.

Page 119: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 5

C. Accurately position, support, and secure reinforcement against displacement. Locate andsupport reinforcement with bar supports to maintain minimum concrete cover. Do nottack weld crossing reinforcing bars.

1. Shop- or field-weld reinforcement according to AWS D1.4, where indicated.

D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.

E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimizesagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps ofadjoining sheet widths to prevent continuous laps in either direction. Lace overlaps withwire.

3.5 JOINTS

A. General: Construct joints true to line with faces perpendicular to surface plane ofconcrete.

B. Construction Joints: Locate and install so as not to impair strength or appearance ofconcrete, at locations indicated or as approved by Engineer.

C. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and verticalsurfaces, such as column pedestals, foundation walls, grade beams, and other locations, asindicated.

1. Extend joint fillers full width and depth of joint, terminating flush with finishedconcrete surface, unless otherwise indicated.

3.6 CONCRETE PLACEMENT

A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, andplacing concrete.

B. Do not add water to concrete during delivery, at Project site, or during placement.

C. Consolidate concrete with mechanical vibrating equipment.

D. Deposit concrete continuously or in layers of such thickness that no new concrete will beplaced on concrete that has hardened enough to cause seams or planes of weakness. If asection cannot be placed continuously, provide construction joints as specified. Depositconcrete to avoid segregation.

E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner toavoid inclined construction joints. Place each layer while preceding layer is still plastic, toavoid cold joints.

1. Consolidate placed concrete with mechanical vibrating equipment. Use equipmentand procedures for consolidating concrete recommended by ACI 309R.

Page 120: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 6

2. Do not use vibrators to transport concrete inside forms. Insert and withdrawvibrators vertically at uniformly spaced locations no farther than the visibleeffectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and atleast 6 inches into preceding layer. Do not insert vibrators into lower layers ofconcrete that have begun to lose plasticity. At each insertion, limit duration ofvibration to time necessary to consolidate concrete and complete embedment ofreinforcement and other embedded items without causing mix constituents tosegregate.

F. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete workfrom physical damage or reduced strength that could be caused by frost, freezing actions,or low temperatures.

1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformlyheat water and aggregates before mixing to obtain a concrete mixture temperature ofnot less than 50 deg F and not more than 80 deg F at point of placement.

2. Do not use frozen materials or materials containing ice or snow. Do not placeconcrete on frozen subgrade or on subgrade containing frozen materials.

3. Do not use calcium chloride, salt, or other materials containing antifreeze agents orchemical accelerators, unless otherwise specified and approved in mix designs.

G. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R andas follows, when hot-weather conditions exist:

1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F attime of placement. Chilled mixing water or chopped ice may be used to controltemperature, provided water equivalent of ice is calculated to total amount of mixingwater. Using liquid nitrogen to cool concrete is Contractor's option.

2. Cover steel reinforcement with water-soaked burlap so steel temperature will notexceed ambient air temperature immediately before embedding in concrete.

3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete.Keep subgrade moisture uniform without standing water, soft spots, or dry areas.

3.7 FINISHING FORMED SURFACES

A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tieholes and defective areas repaired and patched, and fins and other projections exceeding1/4 inch in height rubbed down or chipped off.

1. Apply to concrete surfaces not exposed to public view.

B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material,arranged in an orderly and symmetrical manner with a minimum of seams. Repair andpatch tie holes and defective areas. Completely remove fins and other projections.

Page 121: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 7

1. Apply to concrete surfaces exposed to public view or to be covered with a coating orcovering material applied directly to concrete, such as waterproofing, dampproofing,veneer plaster, or painting.

2. Apply the following rubbed finish, defined in ACI 301, to smooth-formed finishedconcrete.

a. Smooth-rubbed finish.

C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformedsurfaces adjacent to formed surfaces, strike off smooth and finish with a texture matchingadjacent formed surfaces. Continue final surface treatment of formed surfaces uniformlyacross adjacent unformed surfaces, unless otherwise indicated.

3.8 FINISHING UNFORMED SURFACES

A. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operationsfor concrete surfaces. Do not wet concrete surfaces.

B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats ordarbies to form a uniform and open-textured surface plane before excess moisture orbleedwater appears on the surface.

1. Do not further disturb surfaces before starting finishing operations.

C. Float Finish: Apply float finish to conduit invert surfaces.

D. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after secondtroweling. Immediately after second troweling, and when concrete is still plastic, slightlyscarify surface with a fine broom.

3.9 TOLERANCES

A. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction andMaterials."

3.10 CONCRETE PROTECTION AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hottemperatures. Comply with ACI 306.1 for cold-weather protection, and followrecommendations in ACI 305R for hot-weather protection during curing.

B. Begin curing after finishing concrete, but not before free water has disappeared fromconcrete surface.

C. Curing Methods: Cure formed and unformed concrete for at least seven days by moisturecuring, moisture-retaining-cover curing, or a combination of these as follows:

1. Moisture Curing: Keep surfaces continuously moist for not less than seven dayswith the following materials:

Page 122: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

MISCELLANEOUS CAST-IN-PLACE CONCRETE 03301 - 8

a. Water.

b. Absorptive cover, water saturated and kept continuously wet. Cover concretesurfaces and edges with 12-inch lap over adjacent absorptive covers.

2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retainingcover for curing concrete, placed in widest practicable width, with sides and endslapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediatelyrepair any holes or tears during curing period using cover material and waterprooftape.

3.11 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified independent testing and inspecting agencyto sample materials, perform tests, and submit test reports during concrete placement.Tests will be performed according to ACI 301.

1. Testing Frequency: Obtain at least one composite sample for each 50 cu. yd. orfraction thereof of each concrete mix placed each day.

3.12 REPAIRS

A. Remove and replace concrete that does not comply with requirements in this Section.

END OF SECTION

Page 123: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 1

SECTION 03930 - CONCRETE REHABILITATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Removal of deteriorated concrete and reinforcement and subsequent replacementand patching.

a. Type "A" Concrete Wall Repair

b. Type "B" Concrete Wall Repair

c. Type "C" Concrete Wall Repair

d. Type "D" Concrete Wall Repair

2. Replacing deteriorated steel structural reinforcement.

B. Related Sections

1. Division 3 Section "Miscellaneous Cast-in-Place Concrete" for conduit invert repair.

1.3 SUBMITTALS

A. Qualification Data: For installers.

B. Material Certificates: For each type of product indicated, signed by manufacturers.

C. Rehabilitation Program: For each phase of rehabilitation process, including protection ofsurrounding materials and Project site during operations. Describe in detail materials,methods, equipment, and sequence of operations to be used for each phase of the Work.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: Installer that employs workers trained and approved bymanufacturer to apply concrete patching and rebuilding materials, and epoxy crackinjection materials.

B. Manufacturer Qualifications: Manufacturer that employs factory-trained representativeswho are available for consultation and Project-site inspection.

Page 124: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 2

C. Source Limitations: Obtain concrete patching and rebuilding materials and epoxy crackinjection materials, each, through one source from a single manufacturer.

D. Mockups: Build mockups for concrete removal and patching, and epoxy crack injection todemonstrate aesthetic effects and set quality standards for materials and execution.

1. Approved mockups may become part of the completed Work if undisturbed at timeof Substantial Completion.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in manufacturer's original and unopened containers,labeled with type and name of products and manufacturers.

B. Comply with manufacturer's written instructions for minimum and maximum temperaturerequirements and other conditions for storage.

C. Store cementitious materials off the ground, under cover, and in a dry location.

D. Store aggregates, covered and in a dry location, where grading and other requiredcharacteristics can be maintained and contamination avoided.

1.6 PROJECT CONDITIONS

A. Environmental Limitations for Epoxies: Do not apply when air and substratetemperatures are outside limits permitted by manufacturer. During hot weather, coolepoxy components before mixing, store mixed products in shade, and cool unused mixedproducts to retard setting. Do not apply to wet substrates unless approved bymanufacturer.

B. Cold-Weather Requirements for Cementitious Materials: Comply with the followingprocedures:

1. When air temperature is below 40 deg F, heat patching material ingredients andexisting concrete to produce temperatures between 40 and 90 deg F.

2. When mean daily air temperature is between 25 and 40 deg F, cover completedWork with weather-resistant insulating blankets for 48 hours after repair or provideenclosure and heat to maintain temperatures above 32 deg F within the enclosure for48 hours after repair.

3. When mean daily air temperature is below 25 deg F, provide enclosure and heat tomaintain temperatures above 32 deg F within the enclosure for 48 hours after repair.

C. Hot-Weather Requirements for Cementitious Materials: Protect repair work whentemperature and humidity conditions produce excessive evaporation of water frompatching materials. Provide artificial shade and wind breaks, and use cooled materials asrequired. Do not apply to substrates with temperatures of 90 deg F and above.

Page 125: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 3

PART 2 - PRODUCTS

2.1 BONDING AGENTS

A. Epoxy-Modified, Cementitious Bonding and Anticorrosion Agent: Product that consistsof water-insensitive epoxy adhesive, Portland Cement, and water-based solution ofcorrosion-inhibiting chemicals that forms a protective film on steel reinforcement.

1. Available Products: Subject to compliance with requirements, products that may beincorporated into the Work include, but are not limited to, the following:

a. Sika Corporation; Armatec 110 EpoCem.

b. Euclid Chemical Company.

c. Sonneborn, Div. of ChemRex.

d. Or equal.

2.2 PATCHING MORTAR FOR TYPE "A" AND TYPE "C" CONCRETE REPAIR

A. Polymer-Modified, Cementitious Patching Mortar: Packaged, dry mix complying withASTM C 928, that contains a latex additive as either a dry powder or a separate liquid thatis added during mixing.

1. Available Products: Subject to compliance with requirements, products that may beincorporated into the Work include, but are not limited to, the following:

a. Sika Corporation; SikaTop 123 Plus.

b. Euclid Chemical Company.

c. Fox Industries, Inc.

d. Meadows, W. R., Inc.

e. Sonneborn, Div. of ChemRex.

f. Or equal.

2.3 CONCRETE FOR TYPE "B" AND TYPE "D" CONCRETE REPAIR

A. Repair Materials:

1. Sika Corporation; SikaRepair SHB.

2. Or approved equal.

B. Steel Reinforcement and Reinforcement Accessories: Comply with Division 3 Section"Miscellaneous Cast-in-Place Concrete."

C. Form-Facing Materials: Comply with Division 3 Section "Miscellaneous Cast-in-PlaceConcrete."

Page 126: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 4

2.4 CHEMICAL ANCHORS

A. Epoxy Anchors: ASTM C881, high-strength, two-part adhesive epoxy system, conformingto the following:

1. Type: IV.

2. Grade: 3.

3. Class: A, B or C.

4. Compressive Strength: 10,000 psi.

5. Tensile Strength: 7,000 psi.

2.5 MIXES

A. Mix products, in clean containers, according to manufacturer's written instructions.

1. Do not modify patch material in any way in order to reduce the number of liftsrequired to achieve the total patch thickness.

2. Do not add water, thinners, or additives unless recommended by manufacturer.

3. When practical, use manufacturer's premeasured packages to ensure that materialsare mixed in proper proportions. When premeasured packages are not used,measure ingredients using graduated measuring containers; do not estimate quantitiesor use shovel or trowel as unit of measure.

4. Do not mix more materials than can be used within recommended open time.Discard materials that have begun to set.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Notify Engineer seven days in advance of dates when areas of deteriorated or delaminatedconcrete and deteriorated reinforcing bars will be located.

B. Visually locate areas of deteriorated or delaminated concrete. Use hammer to soundconcrete and determine limits of deterioration. Mark areas for removal by simplifying andsquaring off boundaries. At walls make boundaries level and plumb, unless otherwiseindicated.

1. Before proceeding with concrete removal and repair, obtain written approval ofrepair limits from Engineer.

3.2 PREPARATION

A. Protect people, motor vehicles, equipment, surrounding construction, Project site, plants,and surrounding buildings from injury resulting from concrete rehabilitation work.

Page 127: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 5

B. Concrete Removal:

1. Saw-cut perimeter of areas indicated for removal to a depth of at least 1 inch. Makecuts perpendicular to concrete surfaces and no deeper than cover on reinforcement.

a. Provide a 5 degree undercut towards sound concrete.

2. Remove deteriorated and delaminated concrete by breaking up and dislodging fromreinforcement.

3. Remove additional concrete, if necessary, to provide a depth of removal as follows:

a. Type A: 1-1/2 inch maximum.

b. Type B: 3-1/4 inch minimum, 4-inch maximum.

c. Type C: 1-1/2 inch maximum.

d. Type D: 1 inch minimum behind existing reinforcement, 4-inchmaximum.

4. Where half or more of the perimeter of reinforcing bar is exposed, bond betweenreinforcing bar and surrounding concrete is broken, or reinforcing bar is corroded,remove concrete from entire perimeter of bar and to provide at least a 1-inchclearance around bar.

5. Test areas where concrete has been removed by tapping with hammer, and removeadditional concrete until unsound and disbonded concrete is completely removed.Notify the Engineer of any areas where the depth to sound concrete exceeds4 inches.

6. Thoroughly clean removal areas of loose concrete, dust, and debris.

C. Reinforcing Bar Preparation: Remove loose and flaking rust from reinforcing bars untilonly tightly bonded light rust remains or as required by the manufacturer of patchingmaterial.

1. Where section loss of reinforcing bar is more than 25 percent, or 20 percent in 2 ormore adjacent bars, cut bars and remove and replace as directed by Engineer.Remove additional concrete as necessary to provide at least 1-inch clearance atexisting and replacement bars. Splice replacement bars to existing bars according toACI 318, by lapping, welding, or using mechanical couplings.

D. Surface Preparation for Spall Repair: Remove spalled and deteriorated concrete surfacematerial. Roughen surface of concrete to produce roughened surface profile sufficient forbonding of spall repair material.

3.3 DRILLING HOLES

A. Drill hole to indicated depth and diameter.

1. Immediately inform the Engineer if reinforcement or other obstructions areencountered during drilling of dowel hole in concrete.

Page 128: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 6

B. Clean hole of drillings, debris and freestanding water.

3.4 CHEMICAL ANCHORS

A. Install anchors in accordance with manufacturer’s written procedure.

3.5 APPLICATION

A. General: Comply with manufacturer's written instructions and recommendations forapplication of products, including surface preparation.

B. Do not exceed the maximum patch material thickness specified by the manufacturer.

C. Patching Mortar (Type "A" and Type "C" Repair): Unless otherwise recommended bymanufacturer, apply as follows:

1. Place patching mortar by troweling toward edges of patch to force intimate contactwith edge surfaces. For large patches, fill edges first and then work toward center,always troweling toward edges of patch. At fully exposed reinforcing bars, forcepatching mortar to fill space behind bars by compacting with trowel from sides ofbars.

2. For vertical patching, place material in lifts of not more than 1-1/2 inches nor lessthan 1/4 inch. Do not feather edge.

3. After each lift is placed, consolidate material and screed surface.

4. Where multiple lifts are used, score surface of lifts to provide a rough surface forapplication of subsequent lifts. Allow each lift to reach final set before placingsubsequent lifts.

5. Allow surfaces of lifts that are to remain exposed to become firm and then finish tomatch adjacent surface. For a smooth finish, surface with a wood or sponge float;for a rough surface, finish with a broom or burlap drag.

6. Wet-cure cementitious patching materials, including polymer-modified, cementitiouspatching materials, for not less than seven days by water-fog spray or water-saturatedabsorptive cover.

D. Concrete (Type "B" and Type "D" Repair):

1. Install in accordance with manufacturer's recommendations.

3.6 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to sample materials andperform tests as follows:

1. Patching Mortar, Packaged Mixes: 1 sample for each 50 square feet tested accordingto ASTM C 928.

Page 129: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 7

2. Concrete: As specified in Division 3 Section "Miscellaneous Cast-in-PlaceConcrete."

B. Manufacturer's Representative: Arrange for a patch material manufacturer's representativeto be on site for one day during the initial patch placement operations for each differenttype of patch material used.

END OF SECTION

Page 130: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

FUSS & O’NEILL CITY OF HARTFORDPROJECT NO. 1997.279.F24 CONTRACT NO. F09-12

CONCRETE REHABILITATION 03930 - 8

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 131: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

APPENDIX A

Page 132: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

THIS PAGE

IS

INTENTIONALLY

LEFT BLANK

Page 133: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

SECTION 3

GENERAL INFORMATION FOR PREPARATION AND DELIVERY OF A RESPONSE

Rev. 050809

Definitions:

Bid or Proposal refers to any form of solicitation the City may use such as a Request for Bids(RFB), Request for Proposals (RFP) or request for Response (RFR).

Candidate or Respondent refers to an individual or company who is considering or hassubmitted a response to a solicitation. This is also commonly referred to as “bidder.”

City refers to the City of Hartford, the Hartford Public Schools and any other governmental entityparticipating in the RFR process and/or resulting award(s).

Provider refers to the Candidate or Candidates who receive an award and who enter into acontract with the City.

Page 134: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 2

3.1 HOW TO RESPOND: Supply the required information on and along with the responseform. An explicit agent of your organization must sign the response form and anysupplementary proposal document and submit it to the address indicated in Section 1.0 –Response Checklist.

Mark the original response package as "ORIGINAL" on the front cover. We will open theresponse upon receipt if this information is not provided on the face of the envelope. In thiscase the City cannot be held responsible for the confidentiality of the response.

A. Do not wait until the due day to begin to prepare your response. Preparing yourresponse early helps avoid issues related to computer equipment or Internet accessmalfunction. It is the Candidate’s responsibility to ensure that responses are received intheir entirety, on time and at the required location.

B. Reserve

C. A certified check or bid bond, when required, will be specified in the Invitation toRespond and must accompany your response in the amount indicated. Certified checks willbe returned to all unsuccessful Candidates upon the awarding of the contract. Thesuccessful Candidate’s surety shall be held pending receipt of payment and performancebonds and execution of contract.

Bonds may be delivered via an electronic bid bond service such as Surety 2000,(www.surety2000.com) scanned and attached to your on-line submission*, mailed or handdelivered. *If you elect to scan and attach your bond to an on-line submission, the originalsurety documents must be delivered to the address in (F) below within one working day ofthe response deadline.

If your response is not accompanied by a bond, certified check or proof that a valid bondhas been obtained at the RFR opening it may be rejected.

If you manage a small business and have difficulty obtaining bonds (or just haven’t done itbefore) help is available from the Small Business Administration (SBA) through “The SuretyBond Guarantee Program.” One of the bonding companies working with this program isSuggs & Associates in Windsor, CT. For more information go to www.sba.gov, choose“Services.” Then select “Financial Assistance” and click on “Surety Bond.”

D. The successful Candidate may be required to furnish a performance bond and paymentbonds, each for the full contract amount, prior to execution of a contract and/or performanceunder Purchase Orders. Indicate the cost for these bonds, to be added to the contract sumon the response form. For 3.1, C & D:

Surety Companies must be listed on the current Federal Register, licensed in the Stateof Connecticut and have an underwriting limitation exceeding the value of the projectwith no more than 5% of capitol in surplus tied to any one risk.

Banks must have a branch office in Connecticut with insurance provided by the FDIC.

E. The electronic files, from which you printed your hard copy proposal, are to be emailed tothe buyer identified at the bottom of the Invitation to Respond within one hour AFTER thedeadline for submitting hard copy responses. Email transmission of these documents is notencrypted and locked so if you transmit this information before the hard copy response

Page 135: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 3

deadline it may be viewed prematurely. The City is not responsible for the confidentiality ofinformation transmitted via fax, email or other electronic means.

You may convert Word documents to pdf files (in fact we would prefer this). Excelworksheets however may not be submitted as pdf files.

The purpose of submitting these files is to reduce duplicate data entry and shorten the timeneeded for City staff to create the response summary. These electronic files will not serveas a substitute for the hard copy response that must be submitted by the RFR deadline.

Failure to follow these guidelines may be just cause for rejection of the response.

3.2 CORRECTION OR WITHDRAWAL OF BIDS; CANCELLATION OF AWARDS. Correctionor withdrawal of inadvertently erroneous bids, including corrections to pricing if the accurateprice can be derived from the bid response submitted prior to the bid deadline, before or afteraward, or cancellation of awards of Contracts or Purchase Orders based on such mistakes,shall be permitted with the approval, in writing, of the Procurement Manager.

3.3 QUANTITIES AND/OR USAGES: Quantities and/or usages are estimates only and in noway represent a commitment and/or intent to purchase the estimated amount. Actual quantitiesand delivery points may vary. The City reserves the right to order all quantities that may beneeded, at the contract price, during the contract term regardless of the estimates provided inthis RFR.

3.4 QUESTIONS & ADDENDA: Supplementary information, if issued, will be placed on theState of Connecticut, DAS websitehttp://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp. Candidates are responsible forobtaining all addenda related to this RFR. Candidates are advised to check for any addenda aminimum of twenty-four hours in advance of the response deadline.

Questions related to this project must be received in writing 72 hours in advance of theresponse submittal deadline. We strongly recommend that prospective Candidates reviewspecifications early in the solicitation process and submit all questions at one time. Writtenquestions are to be sent to the buyer whose name appears on the invitation to bid via email.

Responses shall be in writing, posted, in the form of an addendum on the State of Connecticut,DAS website http://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp.

All communications related to this project are to be directed through the Department managingthe RFR. This is the Department listed for receipt of responses in Section 1.0. In most casesthis will be the Procurement Services Department. Candidates found to be communicating withCity or School staff outside of Procurement Services (or the Department indicated in Section1.0) will have their response rejected. The City of Hartford, the Public Schools, or its agentsshall not be responsible for any oral instructions or interpretations given to a Candidate.

3.5 CRITERIA FOR AWARD: This Request for Response (RFR) does not necessarilycontemplate an award based solely on price. Rather, the City reserves its rights to accept orreject any or all responses or any portion thereof that it may determine to be in its own bestinterests, for whatever reason.

3.6 QUALIFICATIONS OF CANDIDATES OFFERING A RESPONSE: The City may makesuch investigations as deemed necessary to determine the ability of the Candidate to performthe work and the degree to which any Candidate meets the criteria for award listed herein.

Page 136: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 4

Each Candidate agrees to furnish the City any additional information requested.

If this RFR is set-aside for award to a small, minority or women owned business enterprise youmust receive certification prior to award. This program is described in Sec. 2-660 of theHartford Municipal Code and can be found at:http://www.hartford.gov/purchasing/Documents.htm. Qualified business, not currently certified,may obtain application forms from:http://www.hartford.gov/human_relations/ohr2.0/MWBE%20Certification.htm.

3.7 THE REQUEST FOR RESPONSE (RFR) PROCESS: Solicitations are advertised asrequired by law. The City may also send invitations to businesses as it deems appropriate.Placement on a vendor mailing list or a history of having received invitations in the past orhaving received prior contract awards in no way obligates the City to continue any form of directnotification. At the discretion of the Procurement Manager the City may remove vendors fromthe mailing list for whatever reason including a poor performance history or failure to respond toprevious invitations.

3.8 CONTRACTING: The City reserves the right to require the successful Candidate toexecute a contract in a format supplied by the City. The terms and conditions of the contract tobe signed upon the award of the RFR will supersede any inconsistent provision of the RFRdocuments. If the Candidate receiving a full or partial award fails to execute a contract asrequired, they shall be liable for, and agree to pay, on demand, the difference between the pricebid and the price for which such contract is subsequently re-awarded, including theadministrative cost of reissuing the contract. These costs will be recovered through the bidbond, if submitted, and any remaining sums due will be paid by the Candidate.

The award of any contract is subject to the following conditions and contingencies:

(a) The approval of such governmental agencies as may be required by law.(b) The appropriation of adequate funds by the proper agencies.(c) Compliance with all applicable laws, regulation, ordinances and codes of the United

States, the State of Connecticut and the City of Hartford. Sections of Hartford’s Codewhich are most often applicable such as Living Wage for services and Set-asideprogram for Small and Minority business enterprises are posted at:http://www.hartford.gov/purchasing/documents.htm. The entire City Code is available atoff the City’s Home page: http://www.hartford.gov.

(d) The selected Candidate must be current in all tax or any other monetary obligation owedto the City of Hartford.

(e) The selected Candidate must have a current EEO certification (see section 3.10) on filewith the City.

(f) If the Candidate is a corporation or other legal business entity, it must have a currentlicense to do business in the State of Connecticut that is on file with the ConnecticutSecretary of State's office, or it must be organized under the laws of the State ofConnecticut and current in terms of its required filings.

In the event the intention of this bid is to create a term contract for on-call construction servicesand unless otherwise indicated, the duration of the Contract will be one (1) year. Further,Contract terms may be negotiated on award anniversaries. City Ordinance Sec 2-558 (C)allows for a maximum of three Contract extensions provided that the funds are available,approved by the City for this purpose and that the Contractor has established a satisfactoryperformance record.

Page 137: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 5

Notwithstanding the failure of City to exercise any option to renew this contract for an additionalyear, the Managing Authority reserves the right to unilaterally extend this contract on a month tomonth basis for a period not to exceed three (3) months under the same terms and conditionsapplicable to the preceding contract period.

3.9 CONTRACT DOCUMENTS The Contract documents consist of the Agreement betweenOwner and Contractor (hereinafter the Agreement), this Request for Response (RFR) and itsreferenced documents, General and Supplementary Conditions, drawings, any Addenda issued,the Contractor’s response to the RFR, other documents listed in the Agreement andModifications issued after execution of the Contract. A Modification is (1) a written amendmentto the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directiveor (4) a written order for a Minor change in the Work issued by the Design Professional onbehalf of the City; the Contract Documents do include other documents such as biddingrequirements.

3.10 OBLIGATIONS OF THE CANDIDATE: At the time of the opening of proposals, eachCandidate will be presumed to be thoroughly familiar with the City's requirements, and theobjectives for each element of the project, item or service. A plea of mistake in the acceptedresponse shall not be available to the Candidate for the recovery of the bid surety or as adefense to any action based upon an accepted response.

3.11 REQUIRED FORMS:

a) Candidate’s EEO Report: As a condition of doing business with the City the selectedrespondent must be certified by the City as an Equal Employment Opportunity Employer.Certifications must be renewed annually. If your firm is not currently certified you maydown load and complete the required forms from:http://www.hartford.gov/purchasing/documents.htm. Submit completed forms with yourresponse. To check the current status of your EEO certification contact the Office of HumanRelations, 860.757.9785, fax 860.722.6486 or email: [email protected].

If your company employs four (4) or more people, please submit your EEO Policy Statementwith your Response.

b) Taxpayer's Identification Number: Every respondent must provide their TaxpayerIdentification Number on the response form. Award recipients, whether an individual,proprietor, partnership or a non-profit corporation or organization must file the InternalRevenue Service Form W-9, Request for Taxpayer Identification Number and Certificationwith the City.

3.12 SITE INSPECTION: Information contained in these documents is provided in good faithonly that all Candidates may have access to the same information utilized by the City, and is notintended as a substitute for personal investigations, interpretations and judgment of theCandidate. As information may be approximated or incomplete, Candidates should conduct athorough inspection or study of existing conditions/equipment. Any discrepancy, or need forclarification must be brought to the attention of the Architect/Engineer prior to the bid opening.

Submission of a bid shall be evidence that the Candidate has examined the site, compared itwith the drawings and specifications and satisfied itself of the conditions existing at the site, thestorage and handling of materials, and all other matters incidental to the work under thiscontract.

Page 138: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 6

No additional compensation will be allowed for difficulties which the Candidate could havediscovered or reasonably anticipated prior to bidding.

3.13 PREVAILING WAGES: Pursuant to Section 2-559 (B), Required Provisions. EachAgreement for the construction, remodeling or repair of any Infrastructure Facilities shall containboth of the following provisions:

(1) "The wages paid to any mechanic, laborer or workman employed upon the workherein contracted to be done shall be at a rate equal to the prevailing wage rate in the State ofConnecticut and or federal government, whichever is applicable, for the same work in the sametrade or occupation."

(2) "Each contractor and subcontractor, or an authorized officer or employee,responsible for supervision of the payment of wages shall submit, on a weekly basis withinseven (7) days after the regular payment date of the payroll period, to the Director of the Officeof Human Relations of the City, a "Weekly Certified Statement of Compliance." Due and timelycompliance with this provision shall be a condition precedent to the approval and transmittal ofthe next and succeeding payments by the city or its authorized officers or agents to thecontractor under the terms of this agreement."

3.14 RETAINAGE: When progress payments are being made for items being built ordesigned, the City may retain 5% of the total project cost until such time as a satisfactoryguarantee bond, if required, is posted with the City, or other terms for retainage, as may bespecified in the contract for this project, are met.

3.15 ACCEPTABLE BRANDS: The RFR specifications are not intended to limit considerationto the particular service organization or manufacturer from which they were developed.References to brand names or numbers are to be interpreted as establishing a standard ofquality and is not to be construed as limiting competition. Brand names used within thesespecifications shall be presumed to be followed by the words "or approved equal".

Burden of proving a product and/or material as equal to a specific product and/or material bybrand name is the responsibility of the Provider.

Final determination as to what is an "or equal" product will be made by the ProcurementManager in conjunction with other City staff. The City will award on the basis of the criteriastated herein, and reserves the right to waive or require compliance with any element of thespecifications.

3.16 SAMPLES: Samples are furnished free of charge and may be held for comparison withdeliveries. Candidate must arrange for their return if desired.

Samples are assumed to meet, at a minimum, City specifications for quality. All deliveries shallhave at least the same quality as the accepted proposal sample. Latent deficiencies will beremedied by the contractor at no additional cost, or loss of service, to the City.

3.17 RESPONSE DEVELOPMENT: Candidates are responsible for all costs and expensesincurred in the preparation of a response and for any subsequent work on the response that isrequired by the City of Hartford. Any submittal is the property of the City of Hartford and will notbe returned.

3.18 REGISTERING WITH THE SECRETARY OF STATE: Generally a foreign (meaning out

Page 139: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 7

of State) corporation or LLC must file with the Secretary of State Office to do business in thestate. Foreign Corporations should review Sect. 33-920 of the Connecticut General Statutes. Ifthey do not find that the exemptions apply to them they must file a "Certificate of Authority."

Foreign LLC's are covered under Sections 34-222 to 34-236. If the exemptions (in 34-235) donot apply to them they must file a "Certification of Registration."

Companies may obtain forms and more information from the Secretary of the State web sitelocated at: http://www.sots.ct.gov/CommercialRecording/Crdindex.html. Their number is860.509.6002.

The State of Connecticut General Statutes can be found at:http://search.cga.state.ct.us/dtsearch_pub_statutes.html. Enter the section number with hyphenand in the "In Database(s)" window select "Statutes - Section text."

3.19 TIME PROVISIONS: The content of any response submitted is to remain valid andavailable to the City for ninety (90) days from the day proposals are due.

3.20. PERFORMANCE BOND AND LABOR & MATERIAL BONDThe successful contractor will be required to submit a Performance Bond and Payment Bond inthe amount of 100% of contract award within 10 days of award. Said bonds shall be issued byan Insurance Company and said surety companies must be listed on the current FederalRegister, licensed in the State of Connecticut with an underwriting limitation exceeding the valueof the project with no more than 5% of capital in surplus tied to any one risk.

3.21. INSURANCEList the name and address of the bidder’s insurance agent as part of the bid. The successfulContractor shall be required to furnish insurance coverage, acceptable to the City, within ten(10) days from notice of award and must name the City as an additional insured on the face ofthe document. The City's standard insurance requirements are available athttp://www.hartford.gov/purchasing/Documents.htm. Download document #1007_ConstructionInsurance Requirements.

3.22 PERFORMANCE EVALUATIONThe Contractor understands that during the course of and at the conclusion of the project thatthe City will evaluate his/her overall performance. Based on information gathered from theCity’s project management team, the Procurement Manager will assess factors including, butnot limited to, quality of work or service, completion record, job supervision, working relationshipwith other providers, bills for extras, organization, cooperation, worksite cleanliness andcompliance with City MBE requirements. The contractor further understands and agrees thatthis record will be available for public scrutiny both in the project file and on the City’s websitefor a minimum of two years. The contractor will not contest the Procurement Manager’s scoringwhich will be final.

3.23 SUBCONTRACTORSThe Bidder shall not subcontract any portion of the project to be performed unless the priorconsent of the City is given for both the work to be subcontracted and the subcontractor toperform the same. The terms and conditions of the underlying contract between the City andContractor will become part and parcel of the terms and conditions of each subcontract. Theidentities of subcontractors will be submitted after the bid opening.For the Lump Sum Bid:

Bidders are required to indicate in the space provided on the response form:

Page 140: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 8

a. The nature of work to be performed by each subcontractor;b. The subcontractor’s business namec. The dollar amount of the individual subcontract included in the base bid;d. The percentage of the value of the subcontract to the base bid;e. If the subcontractor is a woman / minority business enterprise currently certified by

the City of Hartford.For the Alternates:Identify the information outlined in 3.23 a-e for any alternate bid item(s) separately.

3.24. MINORITY BUSINESS UTILIZATION (MBE)Bidders are required to set-aside for Minority Businesses the portion of work specified in the“Construction Contract Summary” sheet located behind the cover sheet for this bid. Bidders areencouraged to exceed the set-aside requirement specified. The City's Minority Business listingas further described in section 3.6 shall be used by Bidders in selecting minority businesscontractors.

The sum of all minority business subcontracts shall be equal to or greater than the percentagespecified in the “Construction Contract Summary Sheet” regardless of how the bid is awarded(base only or base plus one or more alternates). Failure to comply with the required percentageof minority business utilization will be cause for rejection of bid.When alternate bid items are included in the proposal, the “Subcontractor UtilizationCommitment” form should be completed separately for each alternate bid item.

3.24.1 City Certification RequiredBidders shall utilize Minority subcontractors who hold a current certification by the City ofHartford. Certifications by any other government entity shall not be sufficient to qualify thesubcontractor to participate in the City of Hartford's minority business utilization preferenceprogram. In selecting its minority subcontractors, Bidder is cautioned to seek documented proofthat its subcontractors hold valid certification by the City. Failure to identify City certifiedMinority Business subcontractors will be cause for rejection of bid.

3.24.2 Percentage of Work to be PerformedDesignated MBE’s shall perform at least 70% of the work with their own forces and as part oftheir own operations excluding the manufacture or purchase of proprietary products.

3.24.3. Minority Business ListingA listing of Minority Businesses holding certification by the City of Hartford is available athttp://www.hartford.gov/human_relations/regreportreformat.pdf or in the Office of HumanRelations, 550 Main Street, Hartford, CT 06103. The City’s listing of minority businesses iscomprised of companies whereby at least 51% of the company is owned and operated by oneor more of the following group persons: Black Americans, Hispanic Americans, Women, AsianPacific Americans, Pacific Islanders, American Indians and descendants from the IberianPeninsula. It should be understood that such listings are made available to assist Bidders insatisfying bid requirements; however, Bidder's selection of a subcontractor is its soleresponsibility and all work performed under the contract shall be Bidder's sole responsibility.The City does not sponsor or recommend the selection of any one vendor. Certification by theCity of Hartford as a minority business does not imply that the business is qualified to performthe work specified in this bid. The City reserves the right to request alternate minoritysubcontractors for whatever reason.

3.24.4. Proof of Minority Business Utilization RequiredPrior to award of contract, the successful Bidder shall be required to file with the City Engineer

Page 141: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 9

the actual form of subcontract with subcontractor(s) named in at least the minimum dollar valueas stated in the "Subcontractor Utilization Commitment" form. The subcontract shall state thepercentage of work which will be performed by the MBE with its own forces and as part of itsoperation. Failure to comply with proof of subcontract within 10 days of notification may result inthe rejection of bid and may be cause for forfeiture of Bidders' bid surety. Further, the Cityreserves the right to monitor the performance and payment of such subcontracts; therefore,upon request by the City, the successful Bidder shall be required to furnish proof of payment toits subcontractors. Failure to comply with such monitoring requirements within ten days ofwritten request will result in the withholding of payment to Bidder

3.24.5 Changes in Subcontractors after AwardThe successful Bidder may not change subcontractor(s) after the contract has been let unlessand until it has received written approval from the City of Hartford. Any such approval shall bebased upon a written request by the Contractor or City, which details performance and/or otherissues related to the subcontractor(s).

3.25 EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION REQUIREMENTS

General Information3.25.1 The successful Bidder, as a condition of being awarded this contract shall agree tocomply with all contractual Equal Employment Opportunity/Affirmative Action performancerequirements as outlined herein. All contractors, sub-contractors, vendors, and labor referralorganizations must, as a condition of their participation upon city of Hartford capital constructionprojects, comply with the provisions of “Chapter 2, Article XII” of the Municipal Code and the“Greater Hartford Affirmative Action Plan” established pursuant thereto. All Bidders are directedto the Proposal section wherein special bid submittal items related to this section are outlined.3.25.2 The successful Bidder, as requirement of final contract execution will additionallyagree to comply with the following provisions:

a. Sign and submit the document entitled “Equal Employment Opportunity Agreementand Certificate Pursuant To The Execution of a Contract With the City of Hartford,Connecticut”.b. Sign and submit the document entitled “Affidavit For Becoming Signatory to theGreater Hartford Affirmative Action Plan”.c. Submit a report of current company employment statistics on the included form. (SeeBidding Requirements/Bid Proposald. Submit a copy of company “Equal Employment Opportunity Policy Statement”properly signed by Company official on company letterhead.e. Submit an agreement to notify the Hartford Commission on Human Relations as toall employment openings occurring with the company during the pendency of this contractunless otherwise expressly prohibited by collective bargaining agreement (such agreementsmust be so identified where they exist).These forms are available on-line at http://www.hartford.gov/purchasing/Documents.htm ifnot included in the Sample Form section.

3.25.3 The successful Bidder further agrees that the requirements as noted in paragraphs3.25.2, a-e shall likewise apply to all on site construction sub-contractors.

3.25.4 Prior to contract award, the City of Hartford reserves the right to review a Biddersqualifications and ability to comply with the equal employment opportunity/affirmative actionprogram requirements as contained in this bid document.3.25.5 During the Performance of this contract, the contractor will agree to permitauthorized City of Hartford staff to perform on-site project monitoring related to the contractual

Page 142: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Section 3, Page 10

equal employment opportunity/affirmative action performance requirements. The primecontractor, additionally agrees on behalf of his/her company and all subcontractors to submit thefollowing reports during while performing under this contract:

a. Payroll Certification Form within 10 working days of end of reporting month.b. Minority/Women Business Enterprise (M/WBE) Payment Status Reports (whereapplicable) upon request by the Commission on Human Relations.c. Status reports as to special training and/or employment residency requirements(where applicable) upon prescribed forms.

3.25.6 The successful Bidder shall agree that neither he/she nor any subcontractors willdischarge, expel or otherwise discriminate against any person because he/she has opposedany unfair employment practice or because he/she has filed a complaint or testified or assistedin any proceeding under Section 31-127 of the Connecticut State Statutes. The advertisementof employment opportunities shall be carried out in such manner as not to restrict suchemployment so as to discriminate against individuals because of their race, creed, color, age,sex, national origin, physical or mental handicap, religion, or sexual orientation except in thecase of a bona fide occupational qualification or need.

3.26. EEO/AFFIRMATIVE ACTION REPORTAs a condition of doing business with the City the selected Bidder must be certified by the Cityas an Equal Employment Opportunity Employer. Certifications must be renewed annually. Ifyour firm is not currently certified you may obtain the required forms on-line at:http://www.hartford.gov/purchasing/documents.htm and submit completed forms with yourresponse.Note that the EEO form contains the Hartford Affirmative Action Plan. The terms and conditionsof the Plan are an integral part of the Standard Contract between the City and successfulBidder. A sample report form is included in the “Sample Forms” section of this document. Tocheck the current status of your EEO certification contact the Office of Human Relations,860.757.9785, fax 860.722.6486 or email: [email protected].

3.26.1 Monthly Employment Utilization ReportThe successful Bidder shall be required to submit a "Monthly Employment Utilization Report,"(the form is provided in this Request for Bid). Bidder agrees to the following goals:· a minimum of 15% of the total project hours by trade shall be allocated to minority workers.· a goal of 50% of the total project hours by trade allocated to minority workers.· a Hartford resident employment goal of 30% by trade.

The EEO Report (available at: http://www.hartford.gov/purchasing/Documents.htm), togetherwith the Monthly Employment Utilization report submitted by Contractor will be used todetermine compliance with this Affirmative Action Plan. Contractor understands and agrees thatits failure to achieve and maintain the minimum minority participation stated herein will beconsidered a breach of contract.

Specific instructions for completing this form are provided directly on the back of the form. Theform shall be submitted to the Human Relations Director, Municipal Building, 550 Main Street,Hartford, CT 06103. Extra copies of the form or assistance in completing the form may be hadbe calling or visiting the office of the Human Relations Director. It is imperative that this form besubmitted on time; failure to do so will be grounds for the City's withholding of all furtherpayments until the forms are received.

END OF SECTION

Page 143: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

SECTION 4 - GENERAL REQUIREMENTS OF THE CONTRACT

SAMPLE TABLE OF CONTENTS FOR THE CONTRACT(Contents and organization subject to change)

1 –GENERAL INFORMATION

Title Page (Front Cover) 1Table of Contents (this document) 2Invitation to Respond 2Construction Contract Summary Sheet 1Project Site Location(s) 1

2 – ADDENDA

3 – CONTRACTOR’S BID (Section 1 of the Bid Document)

1.0 Cover and Response Check List 22.1 Response Signature Form 12.2 Response Pricing 12.3 Statement of Qualifications 22.4 Subcontractor Utilization Commitment 32.5 Bidder’s EEO Status and Report 12.6 Contractor’s Bid Bond 1

Affidavit – Signatory to Greater Hartford Affirmative Action Plan 1Contractor’s Wage Certification form 1

4 - THE CONTRACT (Section 4 of the Bid Document)

Sample Form of Contract For Public Works Projects 11

State and Federal RequirementsState of Connecticut General Provisions 48State of Connecticut Required Contract Provisions 100

5 - THE GENERAL CONDITIONS

General Conditions 20

Performance and Payment Bond, AIA 312 – 1984 Performance Bond andPayment Bond

Wage & Payroll RequirementsState of Connecticut Prevailing Wages 30 30Federal Wage Rates 20

Page 144: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Davis-Bacon Apprenticeship Certification 2

SECTION 6 – SAMPLE FORMS

Contractor’s Wage Certification form 1Certificate of Non-segregated Facilities 1Notification of Job Openings During Project 1About Compliance Reports 1Monthly Workforce Utilization Report 2Payroll Certification Form 1DBE as Subcontractors for Federal funded projects 1

7 - SPECIAL PROVISIONS, SUPPLEMENTAL TECHNICAL SPECIFICATIONS ANDSTANDARD TECHNICAL SPECIFICATIONS (Section 2 of the Bid document)

2.1 - City of Hartford Special Provisions 282.1.1 Description of the Work2.1.2 Hours of Work2.1.3 Scheduling the Work2.1.4 Construction Survey for Layout Purposes2.1.5 As-Built Drawings2.1.6 Contract Documents2.1.7 Additional Insurance Requirements2.1.8 Supplementary Conditions2.1.9 Supplementary General Conditions for Mechanical2.1.10 Section 16010 – General Conditions for Electrical Trades2.1.11 DBE Requirements

2.2 - Supplemental Technical Specifications 287

2.3 - Standard Technical Specifications 1Standard Specifications (English Only) are in the form of a compact diskavailable from the Department of Public Works. If you do not alreadyhave a copy of the Standard Specifications copies will be available alongwith the bid documents.

8 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE (Section 3 ofthe Bid Document)

3.0 General Information For Preparation of a Response3.1 How To Respond:3.2 Notification of the Request for Response (RFR)3.3 Correction Or Withdrawal Of Bids; Cancellation Of Awards3.4 Quantities And/Or Usages:3.5 Questions & Addenda3.6 Examination Of Site And Documents

Page 145: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

3.7 Criteria For Award3.8 Notice Of Award3.9 Qualifications Of Candidates Offering A Response3.10 Contracting3.11 Contract Documents3.12 Obligations of the Candidate3.13 Required Forms3.14 Prevailing Wages3.15 Retainage3.16 Acceptable Brands3.17 Samples3.18 Response Development3.19 Registering with the Secretary Of State3.20 Time Provisions3.21 Performance Bond And Labor & Material Bond3.22 Insurance3.23 Performance Evaluation3.24 Subcontractors3.25 DBE Requirements

9 - APPENDIXAppendix

Appendix 1 Condition Inspection Report

10 - DRAWINGS

SHEET NUMBER TITLE

End of Sample Table of Contents for the Contract

Page 146: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Sample Form of Contract

Sample Form of Contract, included in this document by reference is available at:http://www.hartford.gov/purchasing/Documents.htmDocument titled: Sample Form of Contract - DPW

Page 147: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

General Conditions

Document 1003, General Conditions For Construction – included in thisdocument by reference is available at:http://www.hartford.gov/purchasing/Documents.htmDocument titled: General Conditions For Construction - DPW Engineering

Page 148: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

State and Federal Requirements

State of Connecticut General Provisions 48State of Connecticut Required Contract Provisions 100

Page 149: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

WAGE & PAYROLL REQUIREMENTS

If State of Connecticut Prevailing Wage Rates apply to this bid the associated

Connecticut Department of Labor Footnotes andPayroll Certification Forms for Public Works Projects

are included by reference and can be downloaded by clicking on the linksabove or going to http://www.hartford.gov/purchasing/Documents.htm.The forms are located under the State Documents and Forms section.

Page 150: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

SAMPLE FORMS

NOTE: contain important information on the requirements of contract. You areresponsible for obtaining a copy prior to responding. You may obtain copies overthe Internet at the links provided below. Adobe Acrobat Reader may be requiredto view this document. If you do not have this software you may down load it forfree from Adobe. A link to the Adobe site is provided.

Sample Performance Bond, included in this document by reference isavailable at: http://www.hartford.gov/purchasing/Documents.htmDocument titled: Sample Performance Bond_AIA A312

Sample Forms, included in this document by reference, areavailable at http://www.hartford.gov/purchasing/Documents.htmDocument titled: Standard Construction Sample Forms:

Bid Bond 1Subcontractor Utilization Commitment 2Certificate of Non-segregated Facilities 1Affidavit – Signatory to Greater Hartford Affirmative Action Plan 1Notification of Job Openings During Project 1About Compliance Reports 1Monthly Workforce Utilization Report 1Monthly DBE Payment Status Report 1Final DBE Payment Status Report 1Payroll Certification Form 2

END OF SECTION

Page 151: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

Minimum Rates and Classifications for Heavy/Highway Construction H 12695 Connecticut Department of Labor Wage and Workplace Standards Division By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages. Project Number: Project Town: Hartford FAP Number: State Number: Project: Folly Brook Conduit Repair

CLASSIFICATION Hourly Rate Benefits 01) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters. **See Laborers Group 7**

1) Boilermaker $33.79 34% + 8.96

1a) Bricklayer, Cement Masons, Cement Finishers, Plasterers, Stone Masons $32.10 18.83

2) Carpenters, Piledrivermen $29.00 17.80

As of: 8/19/2009

Page 152: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

2a) Diver Tenders $29.00 17.80

3) Divers $37.46 17.80

4) Painters: (Bridge Construction) Brush, Roller, Blasting (Sand, Water, $37.65 14.20 etc.), Spray

4a) Painters: Brush and Roller $28.17 14.55

4b) Painters: Spray Only $31.17 14.55

4c) Painters: Steel Only $30.17 14.55

4d) Painters: Blast and Spray $31.17 14.55

4e) Painters: Tanks, Tower and Swing $30.17 14.55

As of: 8/19/2009

Page 153: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

5) Electrician (Trade License required: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 $35.40 19.51 V-1,2,7,8,9)

6) Ironworkers: (Ornamental, Reinforcing, Structural, and Precast Concrete $32.75 25.08 + a Erection

7) Plumbers (Trade License required: (P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) and $36.32 21.26 Pipefitters (Including HVAC Work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4 G-1, G-2, G-8, G-9)

----LABORERS----

8) Group 1: Laborer (Unskilled); Common or General $24.25 14.45

9) Group 2: Chain saw operators, fence and guard rail erectors, pneumatic $24.50 14.45 tool operators, powdermen, air tool operator

10) Group 3: Pipelayers (Installation of water, storm drainage or sewage lines $24.75 14.45 outside of the building line with P6, P7 license)- Last updated 4/8/09

11) Group 4: Jackhammer/Pavement breaker (handheld); mason tenders $24.75 14.45 (cement/concrete), catch basin builders, asphalt rakers, air track operators, block pavers and curb setters

As of: 8/19/2009

Page 154: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

12) Group 5: Toxic waste workers (non-mechanical systems) - Last updated $26.25 14.45 4/8/09

13) Group 6: Blasters $26.00 14.45

Group 7: Asbestos Removal, non-mechanical systems (does not include $25.25 14.45 leaded joint pipe) - Last updated 4/8/09

Group 8: Traffic control signalmen $16.00 14.45

----LABORERS (TUNNEL CONSTRUCTION, FREE AIR). Shield Drive and Liner Plate Tunnels in Free Air.---- Last updated 4/5/09----

13a) Miners, Motormen, Mucking Machine Operators, Nozzle Men, Grout $28.58 14.45 + a Men, Shaft & Tunnel Steel & Rodmen, Shield & Erector, Arm Operator, Cable Tenders

13b) Brakemen, Trackmen $27.75 14.45 + a

14) Concrete Workers, Form Movers, and Strippers $27.75 14.45 + a

As of: 8/19/2009

Page 155: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

15) Form Erectors $28.03 14.45 + a

----ROCK SHAFT LINING, CONCRETE, LINING OF SAME AND TUNNEL IN FREE AIR:----Last updated 4/5/09----

16) Brakemen, Trackmen, Tunnel Laborers, Shaft Laborers $27.75 14.45 + a

17) Laborers Topside, Cage Tenders, Bellman $27.65 14.45 + a

18) Miners $28.58 14.45 + a

----TUNNELS, CAISSON AND CYLINDER WORK IN COMPRESSED AIR: ----Last updated 4/5/09----

18a) Blaster $34.19 14.45 + a

19) Brakemen, Trackmen, Groutman, Laborers, Outside Lock Tender, Gauge $34.02 14.45 + a Tenders

As of: 8/19/2009

Page 156: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

20) Change House Attendants, Powder Watchmen, Top on Iron Bolts $32.30 14.45 + a

21) Mucking Machine Operator $34.70 14.45 + a

----TRUCK DRIVERS----(*see note below)

Two axle trucks $26.98 13.48 + a

Three axle trucks; two axle ready mix $27.08 13.48 + a

Three axle ready mix $27.13 13.48 + a

Four axle trucks, heavy duty trailer (up to 40 tons) $27.18 13.48 + a

Four axle ready-mix $27.23 13.48 + a

As of: 8/19/2009

Page 157: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

Heavy duty trailer (40 tons and over) $27.43 13.48 + a

Specialized earth moving equipment other than conventional type on-the road $27.23 13.48 + a trucks and semi-trailer (including Euclids)

----POWER EQUIPMENT OPERATORS----

Group 1: Crane handling or erecting structural steel or stone, hoisting $34.05 17.75 + a engineer (2 drums or over), front end loader (7 cubic yards or over), Work Boat 26 ft. & Over. (Trade License Required)

Group 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic $33.73 17.75 + a yards; Piledriver ($3.00 premium when operator controls hammer). (Trade License Required)

Group 3: Excavator; Cranes (under 100 ton rated capacity), Gradall; Master $32.99 17.75 + a Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott-1085 or similar);Grader Operator; Bulldozer Fine Grade (slopes, shaping, laser or GPS, etc.). (Trade License Required)

Group 4: Trenching Machines; Lighter Derrick; CMI Machine or Similar; $32.60 17.75 + a Koehring Loader (Skooper)

Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Spreader; $32.01 17.75 + a Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell)

As of: 8/19/2009

Page 158: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

Group 5 continued: Side Boom; Combination Hoe and Loader; Directional $32.01 17.75 + a Driller.

Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade $31.70 17.75 + a dozer).

Group 7: Asphalt Roller; Concrete Saws and Cutters (ride on types); Vermeer $31.36 17.75 + a Concrete Cutter; Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and Under Mandrel).

Group 8: Mechanic, Grease Truck Operator, Hydroblaster, Barrier Mover, $30.96 17.75 + a Power Stone Spreader; Welder; Work Boat under 26 ft.; Transfer Machine.

Group 9: Front End Loader (under 3 cubic yards), Skid Steer Loader $30.53 17.75 + a regardless of attachments (Bobcat or Similar); Fork Lift, Power Chipper; Landscape Equipment (including hydroseeder).

Group 10: Vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc. $28.49 17.75 + a

Group 11: Conveyor, Earth Roller; Power Pavement Breaker (whiphammer), $28.49 17.75 + a Robot Demolition Equipment.

Group 12: Wellpoint Operator. $28.43 17.75 + a

As of: 8/19/2009

Page 159: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

Group 13: Compressor Battery Operator. $27.85 17.75 + a

Group 14: Elevator Operator; Tow Motor Operator (Solid Tire No Rough $26.71 17.75 + a Terrain).

Group 15: Generator Operator; Compressor Operator; Pump Operator; $26.30 17.75 + a Welding Machine Operator; Heater Operator.

Group 16: Maintenance Engineer/Oiler $25.65 17.75 + a

Group 17: Portable asphalt plant operator; portable crusher plant operator; $29.96 17.75 + a portable concrete plant operator.

Group 18: Power Safety Boat; Vacuum Truck; Zim Mixer; Sweeper; $27.54 17.75 + a (minimum for any job requiring CDL license).

**NOTE: SEE BELOW

----LINE CONSTRUCTION----(Railroad Construction and Maintenance)----Last updated 4/17/09----

As of: 8/19/2009

Page 160: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

20) Lineman, Cable Splicer, Dynamite Man $35.65 10.70 + 6.25%

21) Heavy Equipment Operator $22.09 10.70 + 6.25%

22) Equipment Operator, Tractor Trailer Driver, Material Men $30.30 10.70 + 6.25%

23) Driver Groundmen $26.74 10.70 + 6.25%

----LINE CONSTRUCTION----Last updated 4/17/09----

24) Driver Groundmen $30.92 6.5% + 9.70

25) Groundmen $22.67 6.5% + 6.20

26) Heavy Equipment Operators $37.10 6.5% + 10.70

As of: 8/19/2009

Page 161: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

27) Linemen, Cable Splicers, Dynamite Men $41.22 6.5% + 12.20

28) Material Men, Tractor Trailer Drivers, Equipment Operators $35.04 6.5% + 10.45

As of: 8/19/2009

Page 162: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

Welders: Rate for craft to which welding is incidental. *Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers. **Note: Hazardous waste premium $3.00 per hour over classified rate Crane with 150 ft. boom (including jib) - $1.50 extra Crane with 200 ft. boom (including jib) - $2.50 extra Crane with 250 ft. boom (including jib) - $5.00 extra Crane with 300 ft. boom (including jib) - $7.00 extra Crane with 400 ft. boom (including jib) - $10.00 extra

All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate".

Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade.

~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~ The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project. Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor's responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page: www.ct.gov/dol. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access.

As of: 8/19/2009

Page 163: PROCUREMENT SERVICES ADDENDA REQUEST FOR PROPOSALS …

Project: Folly Brook Conduit Repair

Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage

All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification. All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al) Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person.

~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)).

Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790.

As of: 8/19/2009