december 23, 2020 resurfacing, bridge & safety ......wb on-ramp and 5b eb off-ramp) close 5b wb...
TRANSCRIPT
ADDENDUM NO. 2
DECEMBER 23, 2020
RESURFACING, BRIDGE & SAFETY IMPROVEMENTS ON ROUTE 2
FEDERAL AID PROJECT NO. 0032(203)
STATE PROJECT NO. 42-317
CITY OF HARTFORD & TOWNS OF EAST HARTFORD,
WETHERSFIELD & GLASTONBURY
ADDENDUM NO. 2
This Addendum addresses the following questions and answers contained on the “CT DOT
QUESTIONS AND ANSWERS WEBSITE FOR ADVERTISED CONSTRUCTION
PROJECTS”:
Question and Answer Nos. 1, 2, 3, 4, 5, 6, 7, 10, 11, 13, 17, 19, 21, 22, 23
SPECIAL PROVISIONS
NEW SPECIAL PROVISIONS
The following Special Provisions are hereby added to the Contract:
• NOTICE TO CONTRACTOR – ROUTE 2 EXISTING PAVEMENT CORE DATA
• ITEM NO. 0205004A – ROCK IN TRENCH EXCAVATION 0’-10’ DEEP
• ITEM NO. 0511211A – CONSTRUCT WEEP DRAINS
• ITEM NO. 0520032A – ELASTOMERIC CONCRETE HEADER
• ITEM NO. 1111471A – GPS COORDINATION UNIT
REVISED SPECIAL PROVISIONS
The following Special Provisions are hereby deleted in their entirety and replaced with the
attached like-named Special Provisions:
• SECTION 1.08 – PROSECUTION AND PROGRESS
• ITEM NO. 0651649A – CURED-IN-PLACE PIPE LINING
• ITEM NO. 1131016A – SMART WORK ZONE MOBILE VIDEO CAMERA/QUEUE
SENSOR TRAILER (SVQS)
ITEM NO. 1131017A – SMART WORK ZONE MOBILE VIDEO CAMERA/QUEUE
SENSOR TRAILER (SVQS) SERVICE
ITEM NO. 1131018A – SMART WORK ZONE VARIABLE MESSAGE SIGN/QUEUE
SENSOR TRAILER (SVMQ)
ITEM NO. 1131019A – SMART WORK ZONE VARIABLE MESSAGE SIGN/QUEUE
SENSOR TRAILER (SVMQ) SERVICE
ITEM NO. 1131020A – SMART WORK ZONE DEPLOYMENT
ITEM NO. 1131021A – SMART WORK ZONE OPERATIONS
ITEM NO. 1131022A – SMART WORK ZONE TRAILER RELOCATION
42-317 1
ADDENDUM NO. 2
CONTRACT ITEMS
NEW CONTRACT ITEM
ITEM NO. DESCRIPTION UNIT QUANTITY
0202483 REMOVAL OF BITUMINOUS CONCRETE
PARK CURBING
L.F. 23,500 L.F.
REVISED CONTRACT ITEMS
ITEM NO. DESCRIPTION ORIGINAL
QUANTITY
REVISED
QUANTITY
0815200
0822001
0822002
0822042A
0822043A
0977001
BITUMINOUS CONCRETE PARK CURBING
TEMPORARY PRECAST CONCRETE
BARRIER CURB
RELOCATED TEMPORARY PRECAST
CONCRETE BARRIER CURB
TEMPORARY GLARE SCREEN MODULAR
UNITS
RELOCATED TEMPORARY GLARE SCREEN
MODULAR UNITS
TRAFFIC CONE
23,500 LF
4,165 LF
19,000 LF
2,000 LF
10,000 LF
100 EA
36,800 LF
6,000 LF
18,000 LF
3,000 LF
9,000 LF
175 EA
PLANS
REVISED PLANS
The following Plan Sheets are hereby deleted and replaced with the like-numbered Plan Sheets:
• 02.01 - REVISIONS
• 03.034 through 03.040 - TYPICAL SECTIONS
• 04.61 - MISCELLANEOUS DETAILS
• 05.34 - DECK DETAILS
• 06.21 - SIGN NO. 21151 PLAN AND CROSS SECTION
• 06.26 - SIGN NO. 22080 PLAN AND CROSS SECTION
• 06.27 - SIGN NO. 22081 PLAN AND CROSS SECTION
• 06.30 - SIGN NO. 22084 PLAN AND CROSS SECTION
• 07.02 - RETAINING WALL GENERAL NOTES
• 08.020 through 08.023 - MPT TYPICAL SECTIONS
• 08.054 through 08.063 - CONSTRUCTION PLAN STAGE 3
• 09.24 - LIGHT STANDARDS AND FOUNDATIONS
• 11.04 and 11.05 - IMS CONDUIT AND FIBER OPTIC CABLE PLAN
The Bid Proposal Form has been revised to reflect these changes.
The Detailed Estimate Sheets do not reflect these changes.
There will be no change in the number of calendar days due to this Addendum.
The foregoing is hereby made a part of the contract.
42-317 2
Rev. Date 12/17/20
NOTICE TO CONTRACTOR
ADDENDUM NO. 2
NOTICE TO CONTRACTOR - ROUTE 2 EXISTING PAVEMENT CORE
DATA
Pavement core data for the project area is as follows:
42-317 3
Rev. Date 12/17/20
NOTICE TO CONTRACTOR
ADDENDUM NO. 2
ATTACHMENT D
42-317 4
Rev. Date 12/17/20
NOTICE TO CONTRACTOR
ADDENDUM NO. 242-317 5
Rev. Date 12/17/20
NOTICE TO CONTRACTOR
ADDENDUM NO. 242-317 6
Rev. Date 12/17/20
NOTICE TO CONTRACTOR
ADDENDUM NO. 242-317 7
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
SECTION 1.08 - PROSECUTION AND PROGRESS
Article 1.08.03 - Prosecution of Work:
Add the following:
The contractor shall stake the limits of the concrete sidewalks and ramps in conjunction with
staking the locations of foundations to ensure that pedestrian push buttons will be located
appropriately and will be accessible from a landing area.
The Contractor will not be allowed to install traffic signal or pedestrian heads until the controllers
are on hand and ready for installation. Once installation of this equipment commences, the
Contractor shall complete this work in a most expeditious manner.
The Contractor shall notify the project engineer on construction projects, when all traffic signal
work is completed. This will include all work at signalized intersections including loop
replacements, adjusting existing traffic signals or any relocation work including handholes. The
project engineer will notify the Division of Traffic Engineering and contact person with the Town
to coordinate a field inspection of all work.
The Contractor shall notify the Traffic Signal Lab at Telephone (860) 258-0346 or (860) 258-
0349 FORTY FIVE (45) days prior to starting work on computer controlled signalized State
intersection #042-271. This notice will initiate work to be completed by others. The Contractor
shall be responsible for any timely updates that need to be reported to this Unit for the successful
coordination of work by others.
Prosecution and Progress
The Contractor shall adopt the following sequence of operations or submit to the Engineer for
approval an alternative phase plan, sequence, and schedule for approval. The Contractor shall
complete one stage or phase before moving to the next to minimize the number of traffic pattern
shifts, disruption of traffic, and disturbed area during construction.
Pre-Stage 1: Construct the WSA (Waste Stockpile Area)
Stage 1, Phase 1: Local Road Improvements and Gore Reconstruction (Night Work)
Construct improvements to Main Street & Broad Street (to be completed before closing 5B
WB On-Ramp and 5B EB Off-Ramp)
Construct improvements to Main Street at Ramp 5A (to be completed before closing 5B
WB On-Ramp and 5B EB Off-Ramp)
Close 5B WB On-Ramp and 5B EB Off-Ramp – Remove Sutton Ave. Exit signs at Station
432+40, 457+75 and 511+00. Reconstruct Cambridge Drive (Daytime Operations)
Reconstruct the following ramp gore areas (allows for traffic shift for the ramp traffic
before other outside shoulders are re-constructed):
o 5C EB Off-Ramp
42-317 8
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
o 5C WB On-Ramp
o 5A WB Off-Ramp
o 5A EB On-Ramp
o 5A WB On-Ramp
o 5A EB Off-Ramp
o 5 WB On-Ramp
Construct partial improvements for realignment of 5C WB On-Ramp (Maple Street) at
intersection
Construct embankments beyond existing curb line (no pavement) during daytime operation
behind temporary precast concrete barrier curb (TPCBC) and maintain existing striping for
the following:
o 5C WB On-Ramp – Maple Street
o 5A EB On-Ramp – High Street
o 5A WB Off-Ramp – Main Street
Install overhead sign support and signs at 410+40 +/- (Night operation)
Construct temporary access road at Goodwin College
Construct both drainage outlets at Connecticut River
Perform pipe jacking operations at Station 482+63
Stage 1, Phase 2: Outside Shoulder Reconstruction (Night Work)
Complete the 5C WB On-Ramp improvement at local road intersection (requires temporary
closure)
Install overhead sign support foundation and sign support 22082 to be constructed prior to
removal of existing overhead sign support at 432+40
Construct retaining wall (daytime operations)
o Existing sign structure at 432+40 to be removed prior to construction of retaining
wall.
Shift Route 2 EB and WB traffic to inside shoulder (one 12-foot lane, 2-foot shoulders.
Night operation)
Construct outside shoulders on EB and WB Route 2 (night operations)
o Construct drainage structures along right shoulders
o Retain existing guiderail where possible. In areas of widening replace guiderail as
shown on plans.
o Open to traffic in morning, place traffic drums at edge of work zone
o Install curbing in reconstructed areas
Construct the following ramps on previously constructed embankment:
o 5C WB On-Ramp – Maple Street
o 5A EB On-Ramp – High Street
o 5A WB Off-Ramp – Main Street
o Place TPBC at edge of pavement. Metal Bean Rail to be installed after final
paving
Stage 2: Median Reconstruction and Partial Deck Replacement (Day and Night Work)
Shift traffic on Route 2 EB & WB to outside shoulder (two 12-foot lanes, two 2-foot
shoulders)
42-317 9
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
o Place TPCBC as required where existing MBR has been removed
Widen to lengthen Exit 5 EB On-Ramp acceleration lane
Construct median, full depth left shoulders
o Sawcut along existing outside edge of travel lane
o Excavate down approximately 23 inches to remove existing shoulder.
Place 12 inches of subbase and 6 inches of S1.0
Top of 6 inches of S1.0 should match the top of existing concrete
in travel lane
Construct drainage structures along median and concrete median barrier except where
Willow St. and Sutton Ave. temporary roadways will be installed in Stage 3. Set top of
median structures 3” higher than top of 6” of S1.0
Construct bridge medians and deck repair/replacements (Ensign St., High St. and Main
St.)
Remove existing median portions of Sutton Ave. and Willow Street bridges, place/adjust
median girders and pour new cast-in place concrete deck; new concrete median deck is
designed to carry two lanes of traffic (two 11-foot lanes and two 1-foot shoulders) in
Stage 3
Stage 3: Concrete Subbase Repair and Partial Deck Replacement (Night Work)
Mill Route 2 EB and WB lanes and right shoulder, down to concrete base. Milling
limited to ½ mile sections or as directed by engineer. Contractor to mill in left travel lane
first and then move into the right travel lane and shoulder, removing curbing installed in
Stage 1 Phase 2 and installing new curbing to be retained during Stage 4.
o When shifting traffic, any drainage structures that could fall within vehicular
wheel paths shall be reset or have temporary bituminous wedges placed around
them. Bituminous wedges will be placed at a slope of 6 horizontal feet per vertical
inch around all sides of drainage structures.
Install temporary pavement markings; match existing
Perform partial depth/full depth patch/full slab replacement. Concrete unsuitable for
carrying traffic or that which will require full depth repair, that cannot be addressed prior
to opening the roadway to traffic, will require a temporary concrete patch for stabilization
until a permanent repair can be made. Concrete pavement repair markouts shall be
performed by the District. Remove and replace all existing Duracal concrete patches in
concrete subbase.
Construct temporary roadways at Sutton and Willow St. Bridges. See drawings MPT-46
through MPT-80
o Shift traffic to temporary roadways. Perform bridge deck replacements at Sutton
and Willow St. Bridges
o Remove temporary roadways. Perform concrete repairs and install concrete median
barrier on areas previously covered by temporary roadways
The contractor will pave at the completion of repairs for each ½ mile section, unless
directed otherwise by CTDOT Construction staff.
42-317 10
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
o Place 1” S0.25, 0.50” to 1.25” wedge course of S0.25 and 2” of S0.50, curb to
curb.
o Open to traffic in the morning
Stage 4: Final Operations and Finalize Deck Replacement
Perform final closure pour on bridge decks
Reset all drainage structures to final grade
Perform final paving, 2” of S0.50. Install all remaining curbing, striping and guiderail
Retain curbing installed in Stage 3
Milling and Overlay of Flexible Pavement:
The milling and overlay of flexible pavement can be performed independently of the full depth
reconstruction / concrete repair area. The Contractor must ensure there is no conflict with lane
arrangements used in the stages listed above. The Contractor must adhere to the Limitations of
Operations Tables listed below.
Hockanum River Bridge Parapet Construction:
The construction of the Hockanum River Bridge Parapet can be completed independently of the
Stages previously described. Refer to MPT plans for lane shifts / closures.
Article 1.08.04 - Limitation of Operations - Add the following:
In order to provide for traffic operations as outlined in the Special Provision "Maintenance and
Protection of Traffic," the Contractor will not be permitted to perform any work which will interfere
with the described traffic operations on all project roadways as follows:
Route 2 and Route 3
The Contractor shall not perform any work that will interfere with traffic operations during the
below State observed Legal Holidays and Legal Holiday Periods.
A. On the following State observed Legal Holidays:
New Year’s Day Labor Day
Good Friday Thanksgiving Day
Memorial Day Columbus Day
Independence Day Christmas Day
B. During the following Legal Holiday Periods:
i. When an above Legal Holiday is celebrated on a Sunday or Monday: From 6:00 a.m.
the immediately preceding Friday to 6:00 a.m. the immediately following Tuesday.
ii. When an above Legal Holiday is celebrated on a Tuesday, Wednesday, or Thursday:
From 6:00 a.m. the day before to 6:00 a.m. the day after, except Thanksgiving (see
below for Thanksgiving specific restrictions).
iii. When an above Legal Holiday is celebrated on a Friday or Saturday: From 6:00 a.m.
the immediately preceding Thursday to 6:00 a.m. the immediately following Monday.
iv. Thanksgiving: From 6:00 a.m. the Wednesday before to 6:00 a.m. the Monday after.
42-317 11
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
During all other times:
A. The Contractor shall maintain and protect traffic as shown on the accompanying "Limitation
of Operations" charts, which dictate the maximum number of lanes allowed to be closed and
the allowable hours for implementing a rolling roadblock operation for each day of the week.
The Contractor shall refer to the Notice to Contractor - Special Events and coordinate with
the Engineer in advance of all events to ensure disruptions to the traveling public are mitigated
or eliminated.
B. The Contractor will be allowed to halt traffic for a period not to exceed 10 minutes to
actively perform the erection and setting of structural steel, and for the removal of the existing
bridge superstructure, as approved by the Engineer, between 12:01 a.m. and 5:00 a.m.
during all non-Legal Holiday Periods.
C. The Contractor will not be allowed to interfere with traffic on Route 2 Eastbound from April
1, 2021 to May 31, 2021. This time period is the anticipated duration of the detour under
Project 0063-0654.
42-317 12
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
Limitation of Operations Chart – Maximum Number of Lanes Allowed to be Closed and
Hours Allowed for a Rolling Roadblock (RRB)
Route: 2 Eastbound
2 Lane Section
I-84 EB On Ramp to I-84 WB On Ramp
MP 0.71 – MP 0.93
Route: 2 Eastbound
3 Lane Section
I-84 WB On Ramp to Lane Drop E/O Charter
Oak Bridge
MP 0.93 – MP 1.49
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Mid 1* 1* 1* 1* 1* 1* 1* Mid 2* 2* 2* 2* 2* 1* 1*
1 AM 1* 1* 1* 1* 1* 1* 1* 1 AM 2* 2* 2* 2* 2* 1* 1*
2 AM 1* 1* 1* 1* 1* 1* 1* 2 AM 2* 2* 2* 2* 2* 1* 1*
3 AM 1* 1* 1* 1* 1* 1* 1* 3 AM 2* 2* 2* 2* 2* 1* 1*
4 AM 1* 1* 1* 1* 1* 1* 1* 4 AM 2* 2* 2* 2* 2* 1* 1*
5 AM 1* 1* 1* 1* 1* 1* 1* 5 AM 2* 2* 2* 2* 2* 1* 1*
6 AM 1 1 1 1 1 1* 1* 6 AM 1 1 1 1 1 1* 1*
7 AM S S S S S 1* 1* 7 AM 1 1 1 1 1 1* 1*
8 AM S S S S S 1* 1* 8 AM 1 1 1 1 1 1 1*
9 AM 1 1 S S S 1 1 9 AM 1 1 1 1 1 1 1
10 AM 1 1 1 S S S 1 10 AM 1 1 1 1 1 S 1
11 AM 1 1 1 S S S S 11 AM 1 1 1 1 1 S 1
Noon 1 1 1 S S S S Noon 1 1 1 1 1 S S
1 PM 1 1 S S S S S 1 PM 1 1 1 1 1 S S
2 PM S S S S S S S 2 PM S S S S S S S
3 PM S S S S S S S 3 PM S S S S S S S
4 PM S S S S S S S 4 PM S S S S 0 S S
5 PM S S S S S S S 5 PM S S S S 0 S S
6 PM 1 S S S S S S 6 PM 1 1 1 S S 1 1
7 PM 1 1 1 1 S S 1 7 PM 1 1 1 1 S 1 1
8 PM 1* 1* 1* 1* 1 1 1 8 PM 2 2 2 1 1 1 1
9 PM 1* 1* 1* 1* 1* 1* 1* 9 PM 2* 2* 2* 2* 1 1 2
10 PM 1* 1* 1* 1* 1* 1* 1* 10 PM 2* 2* 2* 2* 1 1 2
11 PM 1* 1* 1* 1* 1* 1* 1* 11 PM 2* 2* 2* 2* 2* 2 2*
On Legal Holidays and within Legal Holiday Periods, all hours shall be ‘0.’
“0” = No closures allowed = all available travel lanes, including exit only lanes, climbing lanes, gore
areas, and all available shoulder widths shall be open to traffic during this time period.
“S” = Shoulders are allowed to be closed = all available travel lanes, including exit only lanes, climbing
lanes, and gore areas shall be open to traffic during this time period.
“1” = One lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“2” = Two lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“*” = The hours that a rolling roadblock may be implemented with the approval of the Engineer.
42-317 13
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
Limitation of Operations Chart – Maximum Number of Lanes Allowed to be Closed and
Hours Allowed for a Rolling Roadblock (RRB)
Route: 2 Eastbound
2 Lane Section
Lane Drop E/O Charter Oak Bridge to Exit 7
Off Ramp
MP 1.49 – MP 5.03
Route: 2 Westbound
3 Lane Section
I-84 On Ramps to Willow St. On Ramp MP
0.92 – MP 1.85
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Mid 1* 1* 1* 1* 1* 1* 1* Mid 2* 2* 2* 2* 2* 2* 2*
1 AM 1* 1* 1* 1* 1* 1* 1* 1 AM 2* 2* 2* 2* 2* 2* 2*
2 AM 1* 1* 1* 1* 1* 1* 1* 2 AM 2* 2* 2* 2* 2* 2* 2*
3 AM 1* 1* 1* 1* 1* 1* 1* 3 AM 2* 2* 2* 2* 2* 2* 2*
4 AM 1* 1* 1* 1* 1* 1* 1* 4 AM 2* 2* 2* 2* 2* 2* 2*
5 AM 1* 1* 1* 1* 1* 1* 1* 5 AM 2 2* 2* 2* 2* 2* 2*
6 AM 0 0 0 0 0 1* 1* 6 AM S S S S S 2* 2*
7 AM 0 0 0 0 0 S 1* 7 AM S S S S S 1 2*
8 AM 0 0 0 0 0 S S 8 AM S S S S S 1 1
9 AM 0 0 0 0 0 S S 9 AM 1 1 1 1 1 1 1
10 AM 0 0 0 0 0 S S 10 AM 1 1 1 1 1 1 1
11 AM 0 0 0 0 0 0 S 11 AM 1 1 1 1 1 S S
Noon 0 0 0 0 0 0 0 Noon 1 1 1 1 1 S S
1 PM 0 0 0 0 0 0 0 1 PM 1 1 1 1 1 S S
2 PM 0 0 0 0 0 0 0 2 PM 1 1 1 1 S S S
3 PM 0 0 0 0 0 0 0 3 PM S S S S S S S
4 PM 0 0 0 0 0 0 0 4 PM S S S S S S S
5 PM 0 0 0 0 0 0 0 5 PM S S S S S S S
6 PM 0 0 0 0 0 0 0 6 PM 1 1 1 1 S 1 1
7 PM S S S S S S S 7 PM 1 1 1 1 1 1 1
8 PM 1 1 1 S S S S 8 PM 2 2 2 2 1 1 1
9 PM 1* 1* 1* 1 S S 1 9 PM 2* 2* 2 2 2 1 2
10 PM 1* 1* 1* 1* S S 1* 10 PM 2* 2* 2* 2* 2 1 2*
11 PM 1* 1* 1* 1* 1* 1* 1* 11 PM 2* 2* 2* 2* 2* 2 2*
On Legal Holidays and within Legal Holiday Periods, all hours shall be ‘0.’
“0” = No closures allowed = all available travel lanes, including exit only lanes, climbing lanes, gore
areas, and all available shoulder widths shall be open to traffic during this time period.
“S” = Shoulders are allowed to be closed = all available travel lanes, including exit only lanes, climbing
lanes, and gore areas shall be open to traffic during this time period.
“1” = One lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“2” = Two lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“*” = The hours that a rolling roadblock may be implemented with the approval of the Engineer.
42-317 14
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
Limitation of Operations Chart – Maximum Number of Lanes Allowed to be Closed and
Hours Allowed for a Rolling Roadblock (RRB)Route: 2 Westbound
2 Lane Section
Willow St. On Ramp to Exit 7 (Rte 17) On
Ramp
MP 1.85 – MP 5.33
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Mid 1* 1* 1* 1* 1* 1* 1*
1 AM 1* 1* 1* 1* 1* 1* 1*
2 AM 1* 1* 1* 1* 1* 1* 1*
3 AM 1* 1* 1* 1* 1* 1* 1*
4 AM 1* 1* 1* 1* 1* 1* 1*
5 AM 1* 1* 1* 1* 1* 1* 1*
6 AM 0 0 0 0 0 1* 1*
7 AM 0 0 0 0 0 S 1*
8 AM 0 0 0 0 0 S S
9 AM 0 0 0 0 0 S S
10 AM 0 0 0 0 0 S S
11 AM 0 0 0 0 0 0 0
Noon 0 0 0 0 0 0 0
1 PM 0 0 0 0 0 0 0
2 PM 0 0 0 0 0 0 S
3 PM 0 0 0 0 0 0 S
4 PM 0 0 0 0 0 0 S
5 PM 0 0 0 0 0 S S
6 PM 0 0 0 0 0 S S
7 PM S S S S S S S
8 PM 1 1 1 1 S S S
9 PM 1* 1* 1* 1* 1 S 1
10 PM 1* 1* 1* 1* 1 1 1*
11 PM 1* 1* 1* 1* 1* 1 1*
On Legal Holidays and within Legal Holiday Periods, all hours shall be ‘0.’
“0” = No closures allowed = all available travel lanes, including exit only lanes, climbing lanes, gore
areas, and all available shoulder widths shall be open to traffic during this time period.
“S” = Shoulders are allowed to be closed = all available travel lanes, including exit only lanes, climbing
lanes, and gore areas shall be open to traffic during this time period.
“1” = One lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“2” = Two lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“*” = The hours that a rolling roadblock may be implemented with the approval of the Engineer.
42-317 15
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
Limitation of Operations Chart – Maximum Number of Lanes Allowed to be Closed and
Hours Allowed for a Rolling Roadblock (RRB)Route: 3 Southbound
2 LanesRoute: 3 Northbound
2 Lanes
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Hour
Beginn-
ing Mon Tue Wed Thu Fri Sat Sun
Mid 1* 1* 1* 1* 1* 1* 1* Mid 1* 1* 1* 1* 1* 1* 1*
1 AM 1* 1* 1* 1* 1* 1* 1* 1 AM 1* 1* 1* 1* 1* 1* 1*
2 AM 1* 1* 1* 1* 1* 1* 1* 2 AM 1* 1* 1* 1* 1* 1* 1*
3 AM 1* 1* 1* 1* 1* 1* 1* 3 AM 1* 1* 1* 1* 1* 1* 1*
4 AM 1* 1* 1* 1* 1* 1* 1* 4 AM 1* 1* 1* 1* 1* 1* 1*
5 AM 1* 1* 1* 1* 1* 1* 1* 5 AM 1* 1* 1* 1* 1* 1* 1*
6 AM 1 1 1 1 1 1* 1* 6 AM 1 1 1 1 1 1* 1*
7 AM 0 0 0 0 0 1* 1* 7 AM 0 0 0 0 0 0 1
8 AM 0 0 0 0 0 1 1* 8 AM 0 0 0 0 0 0 1
9 AM 1 1 1 1 1 1 1* 9 AM 0 0 0 0 0 0 0
10 AM 1 1 1 1 1 1 1* 10 AM 0 0 0 0 0 0 0
11 AM 1 1 1 1 1 0 0 11 AM 0 0 0 0 0 0 0
Noon 1 1 1 1 1 0 0 Noon 0 0 0 0 0 0 0
1 PM 1 1 1 1 1 1 1 1 PM 0 0 0 0 0 0 0
2 PM 1 1 1 1 0 1 1 2 PM 0 0 0 0 0 0 0
3 PM 0 0 0 0 0 0 0 3 PM 0 0 0 0 0 0 0
4 PM 0 0 0 0 0 0 0 4 PM S S S S S 0 0
5 PM 0 0 0 0 0 0 0 5 PM S S S S S S 0
6 PM 1 1 1 0 0 0 0 6 PM 0 0 0 0 0 0 0
7 PM 1* 1* 1* 1* 1 1 1* 7 PM 1* 1 1 1 0 0 0
8 PM 1* 1* 1* 1* 1* 1* 1* 8 PM 1* 1* 1* 1* 1 1 1
9 PM 1* 1* 1* 1* 1* 1* 1* 9 PM 1* 1* 1* 1* 1* 1* 1*
10 PM 1* 1* 1* 1* 1* 1* 1* 10 PM 1* 1* 1* 1* 1* 1* 1*
11 PM 1* 1* 1* 1* 1* 1* 1* 11 PM 1* 1* 1* 1* 1* 1* 1*
On Legal Holidays and within Legal Holiday Periods, all hours shall be ‘0.’
“0” = No closures allowed = all available travel lanes, including exit only lanes, climbing lanes, gore
areas, and all available shoulder widths shall be open to traffic during this time period.
“S” = Shoulders are allowed to be closed = all available travel lanes, including exit only lanes, climbing
lanes, and gore areas shall be open to traffic during this time period.
“1” = One lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“2” = Two lane closure is allowed. Adjacent shoulder(s) and/or gore areas may also be closed.
“*” = The hours that a rolling roadblock may be implemented with the approval of the Engineer.
42-317 16
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
Route 2 Westbound Exit 5C On-Ramp
The ramp may be closed during the allowable periods, when one lane closure or more is allowed on
the mainline. Detour Changeable Message Signs shall be placed two weeks in advance of the closure.
All Other Limited-Access Highway Ramps
The Contractor shall maintain and protect existing traffic operations. Excepted therefrom will be those
periods, during the allowable periods, when the Contractor is actively working, at which time the
Contractor shall be allowed to maintain and protect a minimum of one lane of traffic, on a paved
travel path not less than 12 feet in width.
Riverside Drive/Intersections
Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 6:00 p.m.
Saturday and Sunday between 10:00 a.m. and 6:00 p.m.
Additional Restrictions:
A. During the culvert replacement, the Contractor shall be allowed to maintain an alternating
one-way traffic operation controlled by Temporary Signalization for a duration not to
exceed 60 consecutive days.
B. The Contractor shall be allowed to close Secondary Road and detour traffic for a duration that
shall not exceed 3 consecutive days, and shall not take place during a Legal Holiday or Legal
Holiday Period.
C. The Contractor shall notify the Engineer at least 14 days in advance of the start of the
Secondary Road closure.
All Other Roadways
The Contractor shall maintain and protect a minimum of one lane of traffic in each direction, each
lane on a paved travel path not less than 11 feet in width.
Where turn lanes exist, the Contractor shall provide an additional 10 feet of paved travel path to be
used for turning vehicles only. This additional 10 feet of travel path shall be a minimum length of
150 feet. It shall be implemented so that sufficient storage, taper length, and turning radius are
provided.
Excepted therefrom will be those periods, as allowed by CTDOT Traffic, when the Contractor is
actively working, at which time the Contractor shall maintain and protect at least an alternating one-
way traffic operation, on a paved travel path not less than 11 feet in width. The length of the
alternating one-way traffic operation shall not exceed 300 feet and there shall be no more than one
alternating one-way traffic operation within the project limits without prior approval of the Engineer.
42-317 17
Rev. Date 12/22/20
GENERAL
ADDENDUM NO. 2
Additional Lane Closure Restrictions
It is anticipated that work on adjacent projects will be ongoing simultaneously with this project. The
Contractor shall be aware of those projects and anticipate that coordination will be required to
maintain proper traffic flow at all times on all project roadways, in a manner consistent with these
specifications and acceptable to the Engineer.
The Contractor will not be allowed to perform any work that will interfere with traffic operations on
a roadway when traffic operations are being restricted on that same roadway, unless there is at least a
one mile clear area length where the entire roadway is open to traffic or the closures have been
coordinated and are acceptable to the Engineer. The one mile clear area length shall be measured
from the end of the first work area to the beginning of the signing pattern for the next work area.
Incident Management System
The Contractor will not be allowed to perform any work that will disrupt the normal operation of the
Incident Management System (IMS) as follows:
On Monday through Friday from 5:00 AM to 9:00 PM and on Saturday and Sunday.
On any of the days identified above under the “Route 2 and Route 3” section.
In order to maintain continuous operation of the Incident Management System, the Contractor shall
adhere to the requirements in the special provision and “Notice to Contractor – Installation
Qualifications” and “Notice to Contractor – Incident Management System Equipment Installations”.
42-317 18
Rev. 12/20
Page 1 of 2
ITEM #0205004A
ADDENDUM NO. 2
ITEM #0205004A - ROCK IN TRENCH EXCAVATION 0’ – 10’ DEEP
The work under the item Rock In Trench Excavation 0’-10’ Deep shall conform to Section 2.86
of the Standard Specifications amended as follows:
Rock in Trench Excavation, insofar as it applies to trench excavation for installation of conduit,
shall be defined as ½ cubic yard or more in volume of the following obstructions removed from
the limits of the trench:
(a) rock in definite ledge formation
(b) boulders, or portions of boulders
(c) cement masonry structures
(d) concrete or reinforced concrete structures
(e) reinforced concrete pipe
(f) subsurface concrete pavement or concrete base
The removal shall be as indicated or directed from within the trench excavation limits defined on
the plans, or as directed by the Engineer.
Construction Methods:
When rock in definite ledge form is encountered, the Contractor shall excavate a minimum of 12
inches below the bottom of the proposed conduit; and this depth shall be filled with bedding
material as specified under 10.01.02.
When boulders are encountered, the Contractor shall remove them from the trench and if backfill
is required, the void shall be filled with bedding material as specified under 10.01.02.
When cement masonry, concrete or reinforced concrete structures are encountered within the
drainage trench limits, the Contractor shall remove the structure in its entirety or as directed by
the Engineer, and if backfill is required, the void shall be filled with bedding material as
specified under 10.01.02 which shall be thoroughly compacted in lifts not to exceed 6 inches.
Method of Measurement:
If any material meeting the definition of Rock in Drainage Trench Excavation is encountered, the
Contractor shall strip it of sufficient overlying material to allow for proper measurement and
shall then notify the Engineer that the rock surface is ready for measurement. If the Contractor
fails to give such notice, the Engineer will presume that the measurements taken at the time the
Engineer first saw the material in question will give the true quantity of excavation.
Rock in Trench Excavation will be measured for payment based on the actual volume of rock
removed (1/2 cubic yard or more) within the trench excavation limits as approved by the
Engineer.
42-317 19
Rev. 12/20
Page 2 of 2
ITEM #0205004A
ADDENDUM NO. 2
Bedding Material or other suitable fill used to fill voids after rock is excavated will not be
measured for payment.
Basis of Payment:
When rock is encountered within the limits of trench excavation, its removal will be classified
and paid for at the Contract unit price per cubic yard for Rock in Trench Excavation 0' – 10'
Deep. Those portions of trench excavation classified and paid for as "Rock in Trench
Excavation" will be the actual volumes of rock excavated within the limits for trench excavation.
Such work shall include all materials, tools, equipment and labor necessary to complete the work
in conformity with the plans and specifications.
Bedding material or any other suitable material used to fill voids vacated by excavated rock will
not be included under "Rock in Trench Excavation"; this work will be paid separately under Item
#1001001A – Trenching and Backfilling.
Pay Item Pay Unit
Rock In Trench Excavation 0’-10’ c.y.
42-317 20
Rev. 12/18/20
ITEM NO. 0511211A
ADDENDUM NO. 2
ITEM #0511211A - CONSTRUCT WEEP DRAINS
Description: Work under this item shall consist of furnishing and installing new deck weep
drains at the locations identified on the plans.
Materials:
Steel Angles:
Steel angles for the hardware and girder web connections shall conform to the requirements of
Article M.06.02-Structural Steel and Other Structural Materials as Grade A36.
Bolts & Hardware
1. U-bolt connectors shall be ½-inch diameter, with lock nuts and washers
conforming to ASTM A563, Grade DH and shall be galvanized in accordance
with ASTM A153
2. Connection bolts shall be ⅞-inch diameter, bolts and nuts shall conform to ASTM
A563, Grade DH and shall be galvanized in accordance with ASTM A153.
3. Washers shall conform to ASTM F436, Type 1 and shall be quenched, tempered
and galvanized in accordance with ASTM A153.
Weep Drain Pipe:
Weep drain pipe shall be 1½-inches in diameter, schedule 80 PVC pipe. A flexible runner hose
with two stainless steel hose clamps may be used for bends less than 60-degrees in the drain
path.
Galvanized Mesh:
The mesh sheet overlapping the weep drain hole at the top of eth concrete deck shall be
galvanized in accordance with ASTM A153.
Construction Methods: PVC weep drain pipe shall be cast in the proposed deck concrete. After
the deck has cured the weep drain pipe may be cut to side and secured to the facia girder as noted
in the plans. 15/16 inch diameter holes shall be drilled through the fascia girder web at the web
Hight locations noted in the plans. Field welding to the girder webs will not be permitted.
A hole shall be cut in the waterproofing membrane over the weep drain pipe prior to the overlay
installation.
42-317 21
Rev. 12/18/20
ITEM NO. 0511211A
ADDENDUM NO. 2
Method of Measurement: This work will be measured for payment by the number of weep
drains complete and accepted in place, including all drilled hole in the girder webs per each
location.
Basis of Payment: This work will be paid for at the contract unit price each for “Construct
Weep Drains”, complete in place, which price shall include furnishing and installing new steel
connection angles, PVC pipe, all connection hardware, galvanized mesh sheet, drilling existing
girder webs, and installing U-bolt hardware assembly and the weep drain pipe to the existing
fascia beams and all equipment, tools and labor incidental thereto.
Pay Item Pay Unit
Construct Weep Drains ea.
42-317 22
Rev. 5/6/19
ITEM #0520032A
ADDENDUM NO. 2
ITEM #0520032A - ELASTOMERIC CONCRETE HEADER
Description: Work under this item consists of furnishing and installing elastomeric concrete
headers as shown on the plans. Work also includes saw-cutting and removal of bituminous
concrete; disposal of removed materials and all debris from the header cut-out; abrasive blast
cleaning; and, drilling, grouting, furnishing and installing reinforcing bars to anchor the headers
to the concrete below.
Materials:
1. Field-mixed bridge joint header elastomeric concrete material. The elastomeric
concrete material shall be field-mixed and shall consist of two-part polymer, kiln-dried pre-
graded aggregate, and bonding agent with the material being supplied as a unit by the
Manufacturer.
A Materials Certificate will be required in accordance with the requirements of Article
1.06.07 certifying the conformance of the elastomeric concrete for bridge expansion joint
header components to the requirements set forth in this specification.
Each container of product furnished shall be delivered to the Site in the Manufacturer’s
original sealed container. Each container shall be labeled to include the name of the
material, Manufacturer’s name and contact information, expiration date, mixing
instructions and the Manufacturer's lot/batch number. Material safety data sheets shall
accompany each shipment. All materials must be stored in accordance with the
Manufacturer’s written recommendations and as approved by the Engineer. Materials
whose shelf-life has expired shall not be used in the Project.
Provide material that complies with the following minimum requirements at either 14 days
or at the end of the specified curing time. In addition to the following requirements, the
bridge elastomeric concrete header shall be resistant to water absorption, chemical, UV,
ozone exposure and shall be capable of withstanding temperature extremes.
Elastomeric Concrete Properties
at 24 hr. Cured StageTest Method Requirement
Compressive Strength, Method B ASTM C579 Min. 2000 psi
Bond Shear Strength ASTM C882 Min. 700 psi
Abrasion Resistance Wear Index ASTM C501 Max. 1
Resilience ASTM D695 Min. 70%
Durometer Hardness ASTM D2240 Min. 50
Bond Strength to Concrete ASTM C882 Min. 450 psi
42-317 23
Rev. 5/6/19
ITEM #0520032A
ADDENDUM NO. 2
The following Elastomeric Concrete products are qualified for use under this item:
Manufacturer: Qualified Product
Silicone Specialties Inc.
430 S. Rockford
Tulsa, OK 74120
Phone: (918) 587-5567
Silspec 900 Polymer Nosing System
Watson Bowman Acme Corp.
95 Pineview Drive
Amherst, NY 14228
Phone: (800) 677-4922
Wabo Crete II
R. J. Watson Inc. Poly-Tron Elastomeric Concrete
11035 Walden Ave
Alden, NY 14004
Phone: (716) 901-7020
2. Reinforcing Bars: Reinforcing bars shall be glass fiber-reinforced polymer (GFRP)
meeting the requirements of ACI 440.6, “Specification for Carbon and Glass Fiber-
Reinforced Polymer Bar Materials for Concrete Reinforcement.” All GFRP reinforcement
shall be deformed or sand-coated. When hooks or bends are shown on the plans, bars shall
be fabricated as shown. Bending of bars in the field will not be allowed. A Materials
Certificate will be required for the reinforcing bars in accordance with the requirements of
Article 1.06.07.
3. Chemical Anchor Material: Chemical anchor material to secure the GRFP reinforcement
in drilled holes within the header cut-out shall meet the requirements of M.03.07 Chemical
Anchors.
Construction Methods:
Submittals:
The Contractor shall submit the following in accordance with the requirements of Article 1.05.02:
Product data for the elastomeric concrete header, reinforcing bars and chemical anchor
material
Written installation instructions for the elastomeric concrete headers, including surface
preparation, conditions that are unacceptable for installation of the headers, the materials
and methods for forming the headers while allowing thermal movement of the bridge,
finishing and curing requirements. The instructions shall also address, where applicable,
the proper preparation of stage construction joints in the headers.
Written installation instructions for the chemical anchor material. Include tools and
equipment required for the installation, hole diameter and depth, and preparation of the
hole before the chemical anchoring material is placed.
An experienced technical representative from the manufacturer, acceptable to the Engineer, shall
be present during initial installations of the elastomeric concrete headers to provide the Contractor
aid and independent instruction to obtain an installation satisfactory to the Engineer.
42-317 24
Rev. 5/6/19
ITEM #0520032A
ADDENDUM NO. 2
Block-outs shall be formed between elastomeric concrete headers as required to accept the
subsequent installation of the preformed joint seal.
Work under this item shall consist of installing the bridge elastomeric concrete header at the
locations shown on the plans and in stages in accordance with the traffic requirements in the special
provisions “Maintenance and Protection of Traffic” and “Prosecution and Progress.”
Elastomeric concrete is moisture-sensitive. Therefore, after properly curing new decks and deck
ends that have been reconstructed or patched, the Contractor shall measure and document the
moisture content of the concrete before installation of elastomeric concrete headers. The
Contractor shall not install the elastomeric concrete against the concrete deck if the moisture
content exceeds 6% (or lower, if required by the manufacturer’s technical representative).
Measurement of moisture content shall be conducted on the substrate by the Contractor using a
“Sovereign Portable Electronic Moisture Master Meter,” a “Tramex CMEXpertII Concrete
Moisture Meter” or approved equal. One measurement shall be taken at the gutterline below each
proposed header. The minimum frequency shall be one measurement every twelve feet along each
proposed header. Additional measurements may be ordered by the Engineer.
Tools, equipment, and techniques used to prepare the bridge elastomeric concrete header shall be
supplied by the Contractor and approved by the Engineer and the Manufacturer’s technical
representative prior to the start of construction.
The Contractor shall provide sufficient material in storage at the Site prior to beginning work on
this item, to complete the entire bridge elastomeric concrete header as detailed on the plans or as
directed by the Engineer.
The Contractor shall saw cut the overlay full depth in order to delineate the location of the
elastomeric concrete headers. At the time of installation of the bridge elastomeric concrete header,
all existing material shall be removed from the proposed bridge joint header, including all existing
joint systems in the deck, sidewalk, parapet and median.
All surfaces in the bridge headers shall be cleaned of all pavement, membrane, dust, dirt, debris,
and other loose materials as recommended by the Manufacturer and shall be free of frost or dew
that could affect the bond of the header material to the concrete. Additionally, the concrete to
which the header will be bonded shall be blast cleaned as recommended by the Manufacturer.
When blast cleaning is performed under this specification the Contractor shall take adequate
measures to ensure that the blast cleaning will not cause damage to adjacent traffic or other
facilities. Following blast cleaning, the surfaces shall again be cleaned to remove any remaining
dust.
Forms shall be used to keep the elastomeric concrete from entering the open joint between the
concrete deck slabs. The completed headers shall be parallel and straight within 1/8 inch in 10
feet of length. The joint gap between the headers may not be formed with polystyrene,
polyurethane, polyisocyanurate or any other similar material. The forms for each pair of
headers shall be secured so each can move independently of the other, to allow for thermal
movement of the deck. Forms shall be designed so that, upon completion of the headers, the forms
42-317 25
Rev. 5/6/19
ITEM #0520032A
ADDENDUM NO. 2
can be removed. Form, place and cast the elastomeric concrete headers to smoothly follow the
surface of the finished roadway at the depth below the surface detailed on the plans.
The Contractor shall drill holes in the concrete and secure with chemical adhesive the hooked
reinforcing bars as detailed on the plans. After cleaning any debris and dust from this operation,
additional bars shall be placed along the header and secured to the hooked dowels as detailed on
the plans.
No elastomeric concrete shall be installed below 45°F. The mixing and installation of the two-
part bridge elastomeric concrete header shall be done in strict conformance with the
Manufacturer’s written recommendations including the use of static mixing devices if so indicated.
The elastomeric concrete shall be placed to completely fill the forms, using a trowel to consolidate
the material and prevent honeycombing and voids. Finish the surface to a moderately rough texture
such as that produced by a wood float.
Traffic must not be allowed on the newly-placed bridge elastomeric concrete header until the
material cures properly in accordance with the Manufacturer’s specification. During curing time
the elastomeric concrete header shall be protected from damage. If recommended by the
manufacturer or technical representative, the elastomeric concrete shall be heat-cured with the use
of external heat sources. Curing may require that heat be applied for approximately 2 to 3 hours.
Traffic shall not be permitted over the joint until proper cooling of the material has occurred and
the elastomeric concrete has developed adequate strength in accordance with the manufacturer’s
recommendations.
Method of Measurement: This work will be measured for payment by the number of cubic feet
of elastomeric concrete header installed and accepted into the final work. The volume will be
calculated using measured width, length and depth of header. No calculation will be made to
deduct the block-out area above the shelf. The width of header will be measured perpendicular to
the joint, from the end of the bridge deck, approach slab or face of backwall to the specified
pavement sawcut. The length will be measured along the joint side of the header, from face of
curb to face of curb. Measurements of header depth shall be taken at sufficient frequency to
calculate the average depth of header over its entire length. Elastomeric concrete material in the
parapet curb will not be measured for payment.
Basis of Payment:
This work will be paid for at the Contract unit price per cubic foot for “Elastomeric Concrete
Header,” complete, which price shall include all equipment, tools, labor, and materials, incidental
thereto, including preparation of the surface and proper disposal of debris. The cost of the technical
representative shall also be included in the cost of this item.
Work associated with the preformed joint seal to be installed in the deck joint gap will be paid for
under a separate item.
Pay Item Pay Unit
Elastomeric Concrete Header c.f.
42-317 26
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
ITEM #0651649A - CURED-IN-PLACE PIPE LINING
Description: Work under this item shall consist of furnishing all plant, labor, transportation,
equipment, appliances and materials, and perform all operations in connection with the
installation of cured- in-place liner to rehabilitate existing corrugated metal pipes (CMP) up to
48” in diameter as specified herein and shown on the drawings. The work includes cleaning of
the storm sewer pipes after the construction of the cured-in- place pipe lining, the handling of
stormwater flows to divert these flows away from or around the pipe lining work site until the
completed cured-in- place pipe is complete and ready for service, and disposal of any curing,
flushing, or cleaning water. Also included is any work necessary to fill voids in the soil in the
vicinity of the pipe to be lined and any modifications to the existing drainage structures located
on either side of said pipe as may be necessary to facilitate installation of the cured-in-place
lining.
Materials:
Work Cured In-Place Pipe (CIPP) Lining:
A. Quality Assurance: The cured-in-place pipe lining and installation used on the project
may be a patented operation and must be installed by a Contractor licensed by the
patent holder. The Contractor shall indemnify the State from claims of patent
infringement and any loss that may result therefrom.
B. Materials and installation shall be in accordance with ASTM Designation F 1216-93
“Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the
Inversion and Curing of a Resin-Impregnated Tube”.
C. Properties of the liner components shall meet or exceed the requirements of the latest
edition of ASTM F 1216 and those listed below.
D. Liner Component Properties:
a. Tubing: Fiber fabric of at least five denier to retain resin, with sufficient
needling and cross-lapping to yield a minimum burst strength of 1,000 PSI in
transverse direction (hoop stress), free from tears, holes, cuts, foreign material
and other defects, meeting the requirements of ASTM F1216 or ASTM F1743.
b. Liner Coating: Polyurethane, polyethylene, polyvinyl chloride, or nylon bonded
to the layer of fiber fabric at 0.08 1b/ 2 forming a nominal (0.01 in) pinhole-
free coating layer.
c. Resin: Either polyester or epoxy, depending on application, defects, meeting
the requirements of ASTM F1216 or ASTM F1743, with sufficient thixotropic
42-317 27
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
properties to obtain no-draining characteristics when impregnated into the fiber
fabric tubing that is compatible with the installation process.
d. Catalyst: Compatible with the resin and other materials used in the manufacture
of the liner. The non-promoted resin shall be catalyzed by the addition of
sufficient catalyst to produce the required physical properties of the cured pipe.
E. Finished and Cured Liner Properties:
a. The finished lining shall fit tightly and neatly against the existing inside pipe
wall. The liner shall be fabricated from materials which, when cured, will be
chemically resistant and show no signs of wicking when exposed to quantities
of hydrogen sulfide, carbon monoxide, methane, petroleum hydrocarbons,
moisture saturation, and diluted sulfuric acid.
b. The physical properties of the cured liner shall have the following minimum
strength requirements:
i. Tensile Strength at Yield — minimum 3,000 PSI per ASTM D 638.
ii. Modulus of Elasticity — 300,000 PSI per ASTM D 638.
iii. Flexural Strength — minimum 4,500 PSI per ASTM D 790.
iv. Flexural Modulus — minimum 250,000 PSI per ASTM D 790.
v. Impact Strength — Izod — minimum 0.16 ft-lb per ASTM D 256.
vi. Shear Strength — minimum 5,550 PSI per ASTM D 732.
F. Samples:
a. Samples of material identical to the raw material to be used in the project shall
be provided. In addition, specimens shall be prepared utilizing identical
materials, curing, and technique that will be accepted as representative of the
actual installed liner.
b. Following the curing of the installed liner, samples of the cured liner removed
during the trimming shall be made available and certified test reports and
materials certificates will be provided to the State in accordance with Section
1.06.07 of the Standard Specifications as ordered by the Engineer. Samples
shall be prepared and physical properties tested in accordance with the
requirements of ASTM F1216 or ASTM F1743.
G. Liner Design and Selection:
a. It is the intent of this pipe liner installation to improve the structural integrity in
the existing culverts through a reduction in the internal pipe diameter.
b. The liner shall be designed by the manufacturer to be structurally self-
supporting and shall not rely on the structural strength of the existing culverts.
42-317 28
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
The liner shall be designed to support all dead and live loadings and any
external hydrostatic pressure transferred to the new liner. HS-20 live loads shall
be used for culverts under roadways.
c. The Contractor shall carefully inspect the condition of the existing pipe prior to
manufacture of the pipe liner to verify the size, length, thickness, and material
composition of the line, and to warrant its suitability for the particular
application and existing conditions found. Shop drawings and calculations for
design of the pipe and pipe thic1‹ness shall be submitted to the Engineer for
review.
H. Controlled Low Strength Material (Flowable Fill) utilized to fill soil voids in the
vicinity of the existing pipe shall conform to Item #0216012A — “Controlled Low
Strength Material.”
Construction Method:
A. Submittals:
a. Submit documentation of the Contractor’s experience. The prime Contractor
must submit a minimum of three references proving the satisfactory completion
of cured- in-place pipe lining work performed by the pipe lining contractor
within seven calendar days of the award of the contract for Engineer approval.
The submittal shall include the names, addresses, and phone numbers of the
personnel responsible for the administrating the contracts, and the location of
the prior work. If the Engineer determines that the contractor proposed has
insufficient experience, or has performed unsatisfactory work on other
contracts, the prime Contractor will be required to resubmit documentation for
an alternate contractor for the approval of the Engineer.
b. Furnish samples and Independent Testing Laboratory Certification that the liner
material(s) are in compliance with the requirements contained herein.
c. Submit shop drawings which include details of all component materials and
construction including complete manufacturer’s recommendations for storage
procedures and temperature control, handling and inserting the liner, curing
details (i.e., written curing schedule based upon the selected resin system and
curing environment conditions), water handling and disposal plan, service
reconnection methods, and trimming and finishing. The submittal shall also
include liner size and wall thic1‹ness, shop drawings and calculations for the
design of the liner, insertion locations, set-up requirements at each insertion
location including all equipment trucks, and material layouts, maintenance and
protection of traffic requirements, and proposed channel flow controls.
d. Installation shall be in accordance with manufacturer’s procedures and
42-317 29
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
recommendations also meeting the requirements of ASTM F1216 or ASTM
F1743.
B. Delivery, Storage and Handling:
a. Packing and Shipping: Exercise extreme care during transportation, handling,
storing, and installation to ensure that liner material is not torn, cut, or
otherwise damaged.
b. Acceptance at Site: If any part or parts of the liner material becomes torn, cut or
otherwise damaged before or during installation, it shall be repaired or replaced
before proceeding further, at no additional cost to the State.
c. Storage and Protection: Store and protect materials in accordance with
manufacturer’s recommendations.
C. Examination: The existing culverts to be lined shall be inspected immediately before
installation of the liner to verify that conditions are acceptable for the liner installation
to proceed and to confirm the design conditions of the liner. In the event of a
discrepancy, the Engineer should be immediately notified. The inspection shall be done
by video equipment.
D. Preparation:
a. Storm Flow Bypass: Bypass storm flows around the culvert sections to be lined.
b. Culvert Cleaning: The existing culvert shall be satisfactorily cleaned in
accordance with Section 6.53 of the Standard Specifications and in compliance
with manufacturer’s specifications. Collect cleaning water and discharge at an
off-site location approved by the inspecting engineer; do not discharge muddy
cleaning wash water to wetlands. Cleaning will be measured for payment per
contract unit price per linear foot for “Clean Exiting Culvert — 12” to 42”
Diameter”.
c. Line Obstructions: If inspection reveals an obstruction that cannot be removed
by conventional cleaning equipment, in accordance with Section 6.53 of the
Standard Specifications, or that grouting may be required prior to installation of
the liner to completely stop infiltration through joints and defects in lieu of
progressive rounding, the Engineer shall be immediately notified.
E. Liner Storage, Handling and Preparation: The location where the resins and liner
material will be stored shall be designated by the Contractor subject to approval by the
Engineer. The Engineer will inspect and reject any materials found defective or
otherwise unsatisfactory. The “wet out” procedure shall utilize the resin and catalyst in
sufficient quantities to ensure complete impregnation of the liner and provide the
42-317 30
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
properties specified in the Finished and Cured Liner Properties Section.
F. Liner Installation:
a. The Contractor’s operations to furnish and install the lining shall be in strict
conformance with the component material and liner manufacturer’s
recommendations. Install a plastic sheet or other methods to contain excess
resin at the downhill outlet near wetlands.
b. The Contractor shall insert the liner into the pipe in accordance with the shop
drawings. Precautions shall be taken not to damage the liner during installation.
Trucks and equipment shall be staged on the road shoulder rather than building
haul roads to the drainage outlets to minimize disturbance near wetlands.
c. Insertion of Uncured Lining: Insertion shall be through an existing storm sewer
structure. The liner shall be positioned in the pipe using an inversion or a pull-
in method. The internal pressure shall be sufficient to overcome external
pressures exerted on the liner at service connections, joints, and open sections,
and to hold the tube tightly to pipe wall, producing concave "dimples" at side
connections. The Contractor shall ensure that the internal pressure will not
damage the existing pipe.
d. Curing the Inserted Liner: After insertion is completed, the Contractor shall
cure the liner using a steam pressure source. The equipment shall be capable of
delivering steam throughout the liner per the manufacturer’s recommendations,
and shall uniformly raise and hold the temperature as required to completely
cure the resin.
Temperature gauges shall be placed between the liner and the host pipe’s invert
position to monitor the temperatures during the cure cycle.
A small hole shall be cut at the end of the liner (top of the liner) so steam can
circulate continuously into the liner throughout the curing period. Cure shall be
completed when the exposed portions of the liner are hard and sound and the
remote temperature sensor indicates that an exotherm has occurred. Particular
care shall be exercised during the curing operation to ensure that the liner is not
overstressed.
e. Cool-Down of the Cured Lining: The hardened liner shall be cooled to the
recommended temperature before relieving the static head pressure. Care shall
be taken in the release of the static head so that surges will not develop and
damage the newly installed liner.
f. The Contractor is responsible to obtain any necessary permits or permissions for
the work, including the disposal of condensed water. Condensate water shall be
42-317 31
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
pumped out and disposed of offsite; do not discharge condensate or flushing
water to wetlands. Submit a disposal ticket from the appropriate wastewater
treatment plant or disposal site identified in the water handling plan to the inspecting
engineer.
g. Trim the end of the liner from the pipe outlet or headwall, clean any
disturbance, and remove the plastic sheet when cleaning the outlet headwall.
G. Acceptance Testing: The Contractor shall complete a post-installation television
inspection immediately following completion of the work and provide the State with a
video tape showing the completed work.
H. Sealing at Storm Sewer Structures: If the liner fails to make a tight seal at structures,
the Contractor shall apply a seal at that point. The seal shall be of a resin mixture
compatible with the liner.
I. Prior to the installation of the liner, the Contractor shall conduct an inspection and
gather information to determine where voids in the soil around the pipe may exist. This
determination shall include but may not be limited to visual inspection, sound
transmission, mechanical testing, observation of areas of settlement in the pavement
above, and other methods specified by the Engineer.
J. All voids in soil areas in the vicinity of the pipe will be filled using “Controlled Low
Strength Material.” Access to void areas will be gained by excavation, vacuuming or
other methods approved by the Engineer.
K. Manufacturer’s Field Service: Manufacturer’s qualified personnel shall provide full-
time supervision of the entire lining process.
L. Warranty: The Contractor shall warrant and shall obtain from the manufacturer and
installer its warranty that the cured-in-place liner will be free from defects in materials
and workmanship for a period of one (1) year from the date of substantial completion.
Said manufacturer’s warranty shall be in a form acceptable to and for the benefit of the
State and shall be submitted as a condition of final payment. Any work found to be
defective within the said warranty period shall be repaired, or replaced at the sole
option of and at no cost to the State. Such repair or replacement shall include the cost
of removal and reinstallation.
M. Supplemental Procedures:
a. The Contractor shall ensure that properly-trained/certified Supervisor oversees
the preparation, installation, curing and final inspection of the CIPP project.
b. CIPP installation procedures must promote complete polymerization/curing,
prevent resin migration and loss, and prevent uncured resin residues on the
42-317 32
Rev. Date 12/18/20
ITEM #0651649A
ADDENDUM NO. 2
interior of the final product. In no case may any uncured resin be allowed to
discharge to the environment (i.e., soil, sediment or surface water).
c. Following completion of resin curing, the finished liner must be rinsed
thoroughly to remove solid debris and resin residues. All cure water/condensate
and rinse water must be captured for reuse or disposed at an appropriate off-site
facility.
Method of Measurement: This work will be measured for payment by the number of linear
feet of storm sewer or culvert pipe up to 48” in diameter installed with cured-in-place lining,
completed and accepted in place, measured along the center of the pipe. Pipes cleaned prior to
this work is measured separately for payment. Cleaning of the pipes after placement of the cured-
in-place lining is included in this work.
Determination of locations of soil voids and methods used to gain access to voids in the
vicinity of the pipe, and repair or reconstruction of storm drainage structures modified or
damaged by liner installation shall not be measured for payment, but shall be included in the cost
of the work.
Basis of Payment: This work will be paid for at the contract unit price per linear feet for
“Cured-in-Place Pipe Lining”, complete in place, which price shall include all submittals, pipe
cleaning, installation of lining, inspection/video taping, handling of storm flow bypass, disposal
of excess cured lining, water supply, curing the liner, disposal of condensed water or flushing
water, repairing or reconstructing end structures, sealing structures, and all material, equipment,
tools, labor and work incidental thereto.
Work to locate and unplug pipes will be performed in accordance with 1.04.05 Extra
Work.
Delivery and placement of Controlled Low Strength Material shall be paid at the contract
unit price per cubic yard for “Controlled Low Strength Material.”
Storm sewer cleaning prior to cured-in-place pipe lining shall be paid for at the contract
unit price per linear foot for “Clean Existing Culvert — 12” to 42” Diameter” in accordance with
Section 6.53 of the Standard Specifications.
Pay Item Pay Unit
Cured-In-Place Pipe Lining l.f.
42-317 33
Rev. Date 12/1/18
ITEM #1111471A
ADDENDUM NO. 2
ITEM #1111471A - GPS COORDINATION UNIT
Description:
Furnish and install a GPS Coordination Unit in the Controller Cabinet at locations
specified on the plans.
Materials:
All hardware shall be new, corrosion-resistant. All equipment shall be current
production.
Physical:
Operating temperature range: -40 to +80°C
Operates in 120 VAC or 10-30 VDC mode depending on the cabinet’s supply voltage
Operating humidity: 10-90% non-condensing.
Functional:
Compatible with TS2 Type 2 Controller.
Transmission capacity of time AND date (day, month, year) through a serial link
Configurable system through Windows software or unit display
Selection of the time change date (summer/winter)
Selection of the type of controller
Multiple choices of controller time update frequencies: from once a minute to once a
day (at midnight)
Immediate update following a power outage even if the controller’s battery is
discharged (enables the controller to reboot with the correct time)
Serial communication: RS-232 and USB
Possibility for the client to update the firmware
Display of the number of satellites
Warranties and Guarantees:
Provide warranties and guarantees to the Department of Transportation Office of
Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties
for all equipment furnished as part of this Contract are to cover a period of 24 months
following successful completion of the entire intersection acceptance test.
Method of Measurement:
The GPS Coordination Unit will be measured for payment as the number of units furnished,
installed, operational and accepted.
42-317 34
Rev. Date 12/1/18
ITEM #1111471A
ADDENDUM NO. 2
Basis of Payment:
The unit bid price for GPS Coordination Unit includes the unit, documentation, warrantee,
labor, tools and equipment necessary to sync coordination between locations as specified on
the plans.
Pay Item Pay Unit
GPS Coordination Unit EA.
42-317 35
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
ITEM #1131016A - SMART WORK ZONE MOBILE VIDEO
CAMERA/QUEUE SENSOR TRAILER (SVQS)
ITEM #1131017A - SMART WORK ZONE MOBILE VIDEO
CAMERA/QUEUE SENSOR TRAILER (SVQS) SERVICE
ITEM #1131018A - SMART WORK ZONE VARIABLE MESSAGE
SIGN/QUEUE SENSOR TRAILER (SVMQ)
ITEM #1131019A - SMART WORK ZONE VARIABLE MESSAGE
SIGN/QUEUE SENSOR TRAILER (SVMQ) SERVICE
ITEM #1131020A - SMART WORK ZONE DEPLOYMENT
ITEM #1131021A - SMART WORK ZONE OPERATIONS
ITEM #1131022A - SMART WORK ZONE TRAILER RELOCATION
DESCRIPTION:
This work shall consist of furnishing, installing, operating, servicing, maintaining, relocating and removing an automated Smart Work Zone (SWZ) of the complete system for the duration of the Project.
MATERIALS:
These items shall include vehicle trailers, sensors, cameras, variable message signs, cloud hosted third party traffic speed data, processed rock for leveling trailers, site clearance and preparation, website, communications equipment, relocation, service and maintenance. Included in the operational responsibilities is the assumption of all trailer license plates, communication costs such as FCC licensing, cellular telephone, wireless data networks, satellite and internet subscription charges, solar system support, battery charging and maintenance. In addition to these requirements, the Contractor shall assume all responsibility for any damaged equipment included in the system due to crashes, vandalism, adverse weather, etc. that may occur during system deployment and operation.
The equipment needed for each item is listed below:
Item Camera Variable Message Sign (VMS)
Traffic Flow Monitor (TFM)
Vehicle Trailer
Smart Work Zone Mobile Video Camera/ Queue Sensor Trailer (SVQS)
X X X
Smart Work Zone Variable Message Sign/ Queue Sensor Trailer (SVMQ)
X X X
Smart Work Zone Queue Trailer/ Sensor (SQT)
X X
42-317 36
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
1. CameraThe camera system shall operate to the manufacturer’s requirements on a contractor hosted website. The camera response time to web commands for PTZ shall be reviewed and approved by the Highway Operations Engineer.
a) Camera Requirements:i. Dome camera shall be capable to pan-tilt-zoom (PTZ)
ii. Dome camera shall be day/night adjustable pan/tilt/zoom IP addressableiii. Mobile camera system shall provide camera operating software to use camera
manufacturer’s operating system.iv. Minimum thirty (30) ft extendable mast with 360 degree lockable rotationv. Capable of providing streaming or snapshot video
2. Variable Message Sign
a) Variable Message Sign requirements:i. Sign panel of welded aluminum alloy construction, assembled to prevent
dissimilar metal action from occurringii. Length of sign panel 128 inches or less
iii. Front face of sign covered with clear UV-inhibited polycarbonate to prevent fading
iv. Message center:1) Three (3) separate lines, center justified2) Each line up to eight (8) characters, equally spaced a minimum of three (3)
inches apart3) Each character eighteen (18) inches high by twelve (12) inches wide4) Each character configured with thirty-five (35) LED lamp pixels in a five (5)
x seven (7) element arrangement5) Message color 590 nanometers (yellow-orange)
i. Remote sign operation via central computerii. Messages to be displayed shall have capability to be timed to changes at various
times of day and days of weekiii. Trailer-mounted variable message board consisting of optically enhanced LED
lamp matrix panels powered by a bank of batteries in order to convey bright, distinctive messages to the traveling public
iv. Sign capable of displaying up to eight (8) pages in a multiple page message, with variable timing in one-tenth (1/10) second increments under computer control
v. Sign shall completely change all lines of message copy in not more than one hundred (100) milliseconds
vi. Sign clearly visible and legible from a distance of eight-hundred (800) feet under both day and night conditions
vii. Sign shall have a photocell automatically adjusting its light source for variable light level conditions
viii. Sign panel supported on a telescoping upright member with hydraulic lift to permit raising the sign for operation and lowering the sign for transport
42-317 37
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
ix. Telescoping upright able to rotate 360 degrees and shall lock into positionx. Telescoping distance of nominally five (5) feet to allow bottom of sign to be at
least seven (7) feet above the groundxi. Sign panel shall pivot to the longitudinal axis of the trailer for transport, to reduce
aerodynamic dragxii. Variable message sign shall operate using a cellular telephone service (trailer
must be located within cellular telephone coverage), allowing operator remote control of the on-board computer.
xiii. The message sign shall provide for remote sign operation via contractor central computer or Website.
b) Variable Message Sign on-board dedicated controller requirements:i. Solid state design, removable, including a keyboard through which user
originated messages may be entered for display or storageii. LCD display screen upon which messages can be reviewed before display on the
message signiii. Storage of a minimum of one hundred (100) preprogrammed messages for display
when called upon by an operator through the keyboard and a minimum of one hundred (100) users originated multiple page messages.
iv. Password coding or key entry.v. Control programming to present sequenced messages under operator control
through keyboard entry.vi. Control for moving arrow displays.
vii. Calendar program to automatically start and stop the display of sequences at predetermined times.
viii. Character board and battery diagnostics.ix. Computer housing: weather resistant, shock resistant lockable control box with
a light for night operation.x. Power control unit housed in a lockable, weatherproof battery box containing two
(2) current meters (to show amperage generated with battery charger and amperage from solar panels to battery bank).
xi. Power control unit to incorporate a voltage regulator with thermal compensation for variances in ambient temperature, to regulate the charge rate to the battery bank.
xii. Control circuitry connected to variable message sign’s photocell that detects ambient light conditions and reduces lamp intensity at night to reduce glare.
3. Traffic Flow Monitor
a) TFM requirements:i. Microwave detection with Dual Radar that reliably detects up to twenty-two (22)
lanes of traffic, auto configurationii. Provide Data including speed, volume and occupancy
iii. Available as a mobile unit or permanent mountiv. Digital cellular communications
42-317 38
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
v. The SWZ traffic sensors shall be such that the accuracy is not degraded by inclement weather and visibility conditions including precipitation, fog, darkness, excessive dust and road debris.
vi. Available as a mobile unit or independent pole mount
4. Trailer
a) Trailer and SWZ infrastructure power requirements:i. 2-wheeled industrial grade trailer with stabilizer legs structurally adequate to
serve as both a carrier and an operating platformii. Meets Federal Regulations for safety and travel
iii. Color of trailer and housings shall be painted safety orangeiv. Removable trailer tonguev. Bank of batteries capable of being recharged automatically by a group of solar
panels vi. Bank of batteries shall be designed with sufficient energy backup to operate SWZ
infrastructure for a period of thirty (30) days (minimum) autonomy at 75°F.vii. Solar panel generator array shall recharge the battery bank at a rate of 2 1/2 hours
peak sun per twenty-four (24) hour period of usageviii. Solar panel array sized to replace the power used in typical daily operation with
less than four (4) hours of sunix. Adjustable solar array for maximum exposure to sunx. Bank of batteries shall be housed in a lockable weatherproof battery box
xi. Built-in battery charger with current meter
5. Website
a) SWZ Website shall have the following:i. The dedicated website shall provide a full color map using Google Maps or
equivalent depicting the Project area with locations of SWZ infrastructure.
ii. Placement of all SWZ infrastructure shall be shown on the dedicated website
using latitude/longitude coordinates.
iii. The SWZ Website shall provide a map with current traffic conditions by way of a
colored layer over the road. The layer on the map shall display a different color
for the different traffic speeds by use of colored bars over the existing road, with a
legend explaining the meaning of each color. The color descriptions are as
follows:
less than 10 mph = black
less than 30 mph = red
less than 40 mph = orange
less than 50 mph = yellow
50 mph and over = green
42-317 39
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
iv. The Contractor shall use the third party traffic speed data to “fill” in the speed
data display on the website between sensors. The contractor shall use the sensors
for maximum distance of one-half (1/2) mile on the map.
v. The map shall be automatically refreshed a minimum of once every minute to
display any changes to traffic sensor(s) and/or SVMQ’s.
vi. A legend of all icons and a short description of each shall be placed on the
website.
vii. The website and the SVMQ shall display current traffic conditions and real time speed at upstream locations to the nearest minute.
viii. The website shall provide a password protected link for approved personnel to
access the operational characteristics of the system, allowing manual override of
errant messages.
ix. The website shall allow the scheduling of messages by the authorized user on a
sign or group of signs, to turn on and to turn off messages at times set in the
future.
x. The website shall allow authorized users to manually override the automated messaging in order to display a message at any time. The authorized user shall be able to cancel this override and initiate the systems automated messaging feature.
xi. All cameras shall be hosted on a content delivery network (CDN).a. The website shall display camera images at least five (5) frames per second.
Cameras images shall be displayed by a user selectable menu. b. Users shall be able to operate the camera’s PTZ functions. The PTZ
function shall be displayed on the website within one (1) second or less after the user commands the PTZ functions.
c. “Motion” video feeds updated once per one (1) second shall be available for the CTDOT to display on the Contractor-provided website.
d. The amount of users shall not affect camera speed.xii. Cameras can be selected one (1) at a time or all cameras images simultaneously
using another page or “video wall.” xiii. Camera images can be displayed by “hovering” over and selecting the camera icon.xiv. The website shall have the capability to notify the construction field office,
Contractor or others of travel times and when the speed through the work zone decreases below thirty (30) mph via email or text message.
xv. The website shall be capable of transferring real-time data in a file format compatible with Oracle®.
xvi. The SWZ website shall be capable of providing and displaying the travel delay cost data (monetary values) in a graph and/or chart format and allow users to run reports against the data by hour, day and month intervals through the browser. This feature shall not be accessible by the public. The SWZ website shall have report output formats that include at minimum PDF, rich text format, and Microsoft Excel formats.
42-317 40
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
CONSTRUCTION METHODS:
Qualifications
1. The Contractor shall submit for review and approval evidence that the proposed supplier has successfully completed at least five (5) SWZ projects similar in concept and scope to the proposed system in the past five (5) years. The proposed supplier shall also provide the credentials of a qualified technician who shall install and operate the system. Include names, addresses, and telephone numbers of the similar project’s owner’s representatives for verification. The submittal for the SWZ Qualifications shall be submitted for approval within ten (10) days of the Notice to Proceed.
2. Once the SWZ Qualifications have been approved, the Contractor shall submit brochures and cut sheets on all units of the SWZ, with details of how and which communications systems shall be used, and the technical specifications for the website. The Contractor shall also include in the submittal the actual SWZ device layout on a map.
3. Prior to public viewing, the website map showing device locations and other interactive elements shall be submitted for the Highway Operations Engineer’s review and approval.
Submittals
The following shall be provided for each piece of SWZ infrastructure:a) Catalog Cuts of SWZ infrastructure.b) Approximate locations of SWZ infrastructure. c) Approximate locations of clean stone or processed rock to provide a level area for trailers
and provide for sufficient height for sensors to operate correctly.d) Approximate locations of site clearance (selective clearing and thinning).e) Sample of operating website with similar project scope/ requirements
The system shall be completely operational fourteen (14) days prior to the start of roadwork to allow for traffic data accumulation by the system. If not fully operational within said fourteen (14) days, a payment reduction of five percent (5%) for each day the entire system is not operating will apply.
Contact information will be furnished by the Engineer at the start of the SMZ deployment and as requested by the Contractor.
Equipment Overview
The SVQS, SQT, and SVMQ shall collect and process traffic data as programmed within the software provided with the sensors. This data shall be transmitted over a digital cellular network to access and store the respective data remotely. The remote monitoring and data collection shall be placed in areas where wireless communication is available. The SVQS, SQT, and SVMQ shall use both solar power and batteries to provide a self-contained completely autonomous system.
42-317 41
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
This system shall monitor the areas in advance of the project work zone and project’s work zone area. The SWZ shall provide Connecticut Department of Transportation (CTDOT) operators control of the cameras to disseminate real-time information to the traveling public and other stakeholders. The SWZ shall consist of an automated system using trailer-mounted microwave sensors that transmit vehicle speed and related data through cellular communications to a Contractor-hosted central computer system. The camera shall be used to verify traffic conditions within the viewable area of the camera. The central computer system shall send automated and operator manual commands to variable message signs through cellular communications to display travel time, delay and stopped traffic information. The speed data, video images, and variable message sign content shall be hosted on a Contractor-supplied website.
The SWZ shall be capable of detecting the presence of queued traffic in the segments identified on the plans and reporting via the queue warning Smart Work Zone Variable Message Sign/Queue Sensor Trailer (SVMQ). The distance from the detected back of queue shall be reported within one-half (1/2) mile accuracy on the SVMQ system. This “real-time” queue location information shall be calculated and displayed on the applicable SVMQ to the nearest minute.
Deployment:
The decision to deploy or remove individual devices or the entire SWZ will be made by the approved Highway Operations Engineer. Once the decision is made to deploy the system, the Engineer will coordinate with the Contractor for the duration of system deployment.
1. The SWZ shall be installed as shown in the approved layout. Prior to the deployment of the SWZ infrastructure, the Contractor shall stake the proposed locations in the field. The Contractor shall organize a field meeting with District Constructions and Highway Operations to receive approval for the SWZ locations. The locations may require repositioning to accommodate construction activity.
2. The Contractor shall prepare the locations to receive the equipment in accordance with the equipment manufacturer’s requirements. Each location shall include clean stone or processed rock provided and installed by the Contractor to level the surface area. Some location may require the trailers to be lifted over the safety barrier and placed on the level processed rock. The Contractor may be required to clear trees, trim trees, or remove brush for sightlines to be visible a minimum of 800 ft from the middle lane in the roadway.
3. System Calibration and Configuration: The SWZ shall provide the following:a) Software shall be configured for notification to appropriate personnel at the Highway
Operations Center, the Construction Field Office and the Contractor by email each time a malfunction has occurred in the system. A malfunction can include communications disruption between any device in the system configuration, variable message board malfunctioning, speed sensor malfunction, loss of power, low battery, etc. A malfunction record shall also be made in the software database. The software shall be configured so that any number of approved personnel can be notified. The email shall display an error message for the device or devices affected.
42-317 42
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
b) Software shall be configured to provide current operational and location status (such as current traffic data and messages, communications system, signs, and sensors as well as latitude/longitude of all deployed devices) via the Internet to a dedicated Website established for the purpose of monitoring the corridor and the SWZ equipment.
c) To support incident management, the SWZ software shall be configured to allow Project staff to manually override motorist information messages for a user-specified duration; after which, automatic operation will resume with display of messages appropriate to the prevailing traffic conditions. All overriding messages shall have the message content and the username logged into the database.
Smart Work Zone Operations
1. System Communications shall meet the following requirements:i. Communications between the server and any individual SWZ infrastructure shall
be independent through the full range of deployed locations and shall not rely upon communications with any other SWZ infrastructure.
ii. The SWZ communications system shall incorporate an error detection/ correction mechanism to insure the integrity of all traffic conditions data and motorist information messages.
2. In addition to meeting manufacturer’s specifications, the Contractor shall program the SWZ to ensure that the following General Operational requirements are met:
i. The traffic flow monitor sensor shall detect all lanes of travel for the selected highway.
ii. The SWZ shall operate continuously (24 hours, 7 days a week), collecting and storing data, when deployed on the Project.
iii. All traffic data and motorist information messages displayed by the SWZ shall be archived in the database with time and date stamps.
iv. The SWZ shall be capable of acquiring traffic volume and speed data, developing travel times, and selecting motorist information messages automatically without operator intervention after system initialization.
v. The SWZ shall automatically select default and advisory messages based on traffic conditions at a single traffic sensor point or at multiple traffic sensor points in combination.
vi. Authorized users shall be able to create and save a library of messages with up to twenty (20) different default or automatic advisory messages for each SVMQ.
vii. Authorized system user control functions shall be password protected.viii. To support incident management, the SWZ shall allow the Engineer and Project
staff with password privileges to manually override motorist information messages for a user-specified duration, after which automatic operation shall resume with display of messages appropriate to the prevailing traffic conditions.
ix. The SWZ shall be capable of providing current operational status (such as current traffic data and messages, communications system, signs and sensors, video feeds) via the dedicated Project website.
42-317 43
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
x. For remote sign operation, the website shall allow password-protected access for Project staff to manually override automated messaging in order to display a message at any time. The staff shall be able to send a pre-programmed or custom message to a selected sign or group of signs. The staff shall be able to cancel this manual override and initiate any and all of the system’s automated messaging features at any time.
xi. The default and advisory message content shall be programmable from the website as well as the field laptops.
xii. The dedicated Project website shall provide a full color map depicting the Project area with locations of SVQS sensors and SVMQ’s. The graphical representation of each device location is based on latitude/longitude coordinates. The map shall show the current traffic conditions at each SQT and display the entire SVMQ message at each location.
xiii. The SWZ website shall be capable of linking to the CTDOT’s website.xiv. The system shall autonomously restart in case of power failure in any part of the
system. xv. The wireless cellular communications system(s) used for the Project must be
reliable, dependable, and capable of functioning at all times regardless of weather, locations and cell phone usage. The Contractor shall be responsible for all communications costs, utilities, and satellite or cellular phone services needed to provide the dependable functioning SWZ.
xvi. Should the visibility of the traffic cameras be degraded by inclement weather including snow, precipitation, excessive dust or road debris, the Contractor shall clean the camera housing to restore proper viewing.
Training
a) The Contractor shall provide a one (1) day in person training class on the SWZ physical field hardware, software and website.
b) The Contractor shall supply training and documentation to enable the Engineer to add additional signs or traffic sensors to the system. The Contractor shall provide the communications for any of these additional signs or traffic sensors.
System Operational Performance
a) The Contractor shall provide continuous support of the SWZ system and software
throughout the duration of the project.
b) To ensure a prompt response to incidents involving the integrity of the SWZ devices, the Contractor shall be required to make all necessary corrections to the components of the system within twenty-four (24) hours of notification by the CTDOT.
c) If all corrections are made within this twenty-four (24) hour period and the system is brought back on-line, no pay reduction (as outlined in the Method of Measurement section) will occur.
d) If the twenty-four (24) timeframe expires and the components of the system are not fully restored to proper working order, no payment will be made from the time of initial
42-317 44
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
notification until the system is brought back on-line. If the system is restored within ten (10) days, a pro-rated monthly payment reduction will be determined as outlined in the Method of Measurement section.
e) If the components of the SWZ are down for more than ten (10) total days in a month, whether they are consecutive or cumulative, and then NO payment will be made for that month. Components are the SWZ variable message signs, SWZ Mobile Camera with PTZ, Communications Equipment, and SWZ Queue Sensors, computer hardware and software required to place the real time information on the signs, and the project’s Website. The CTDOT reserves the right to remove the SWZ components if it determines the system is not performing in accordance with this specification, and no additional payment shall be made.
f) The system shall be maintained and operated for the duration of the Project or as directed by the Engineer. The Contractor shall service the SWZ on a six (6) month regular interval for the duration of the Project or as directed by the Engineer. Additionally, the Contractor shall clean the Camera dome bubbles at least once per month during the winter months between December and March for the duration of the project as directed by the Engineer. The service shall include cleaning the sign panel, removing snow/ice and debris from the solar panels as needed or as directed by the Engineer. The Contractor shall follow the manufacturer’s requirements for cleaning the SVQS. The cost of the service shall be included in the items (Item Nos. 1131017A, 1131019A, and 1131024A) for each unit.
Data Acquisition
a) Each SVQS sensor shall communicate with the field computers and the website to activate the appropriate SVMQ whenever the prevailing traffic speed slows to below fifteen (15) mph (or other designated speed as determined by the Engineer). Once activated, pre-programmed messages shall be automatically displayed on the SVMQ. The message content shall be as directed by the Engineer.
b) The SWZ shall be capable of calculating and having “real time” delay information displayed on the SVMQ’s. This “real time” delay shall be calculated and displayed on the SVMQ’s to the nearest minute.
c) The website delay information shall be updated simultaneously with the traffic speed information displayed on the Variable Message Signs.
d) The SWZ shall acquire traffic flow data and use an accurate speed calculation technique
that includes the capability of detecting stopped traffic, counting traffic volume and lane
occupancy.
e) To allow for motorist information messages of high specificity, the SWZ shall acquire quantitative traffic data using an accurate speed measurement technique that includes the capability of detecting stopped traffic and counting traffic volume.
f) The Contractor shall provide redundancy for data archiving and exchange. g) The website shall be capable of allowing the Project staff to start and stop public feeds
from the SWZ website while not interfering with the private feeds being displayed on the website.
h) All traffic data acquired by the SWZ including, but not limited to, calculated data fields shall be archived in a log file with time and date stamps for the duration of the Project.
42-317 45
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
During the Project, requests for archived data may be made through the Engineer to the SWZ contractor. The Contractor shall provide this data to the Engineer within five (5) days upon receipt of the original request.
i) At the end of the Project, the SWZ Contractor shall provide the CTDOT comprehensive Project archive data with the exception of video. This logged information shall be in a format compatible with CTDOT requirements. The Contractor shall coordinate with the Engineer for requirements.
j) The SWZ shall provide device outage alerts via email to the Engineer for outages greater than fifteen (15) minutes. The alerts shall be used to generate a monthly summary spreadsheet displaying outages greater than twenty-four (24) hours, submitted to the Engineer. The email addresses for recipients of outage alerts shall be provided by the Engineer. Any pay reductions as per the pro-rated schedule will be calculated from the monthly outage summaries, as described in the Method of Measurement section.
k) The system shall be capable of transferring for each camera device a video data format acceptable to the CTDOT.
l) The Contractor shall provide notification of data format changes to the CTDOT before they take place.
m) Unique device identifiers shall be coordinated at the beginning of the Project and shall not change once the SWZ contractor has initially defined them, unless otherwise approved by the Engineer.
n) The SWZ shall be capable of calculating travel delay cost (monetary value) information
for passenger cars and trucks from the beginning of the Project to the end of the Project.
The SWZ system shall maintain a database of current and historical travel delay cost data.
The SWZ travel delay cost information shall be provided in dollars per hours ($/hr.) of
travel time. The SWZ travel time delay cost information shall follow the Chapter 2
(Sections 2.2.1 – 2.2.2.3) of the Work Zone Road Users Costs Manual (FHWA-HOP-12-
005). The Contractor shall provide the calculations and formulas for the travel delay costs
to the Engineer for review and approval prior to the SWZ system implementation. The
Contractor shall provide examples of the charts and tables for the travel delay costs to the
Engineer for review and approval prior to the SWZ system implementation. The scale of
the travel delay costs charts and tables shall be consistent with the data accumulated by the
SWZ throughout the Project period.
SWZ Motorist Information Message Requirements
a) The SVMQ shall be capable of providing speed, delay, length of traffic queue, travel time, stopped vehicles, and lane closure message advisories to motorists.
b) Records of all motorist information messages and travel times displayed by the SWZ shall be submitted to the Engineer in a format compatible with CTDOT requirements.
c) The SWZ must have capacity to preset up to twenty (20) different default or automatic advisory messages for each SVMQ.
42-317 46
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
d) Message Sets:i. The upstream SVMQs within 1 1/2 miles of the work zone shall display the
following message or an alternate message approved by the Highway Operations Engineer:
ROAD WORK AHEADXX MIN THRU WORKZONE
ii. SVMQs located within the work zone will display different messages as per their location. The following sample message or an alternate message approved by the Highway Operations Engineer will be displayed:
TO EXIT XXX MILESX - X MIN
iii. Queue warning SVMQ’s located prior to any construction activity that negatively impacts traffic flows shall display the following message or an alternate message approved by the Highway Operations Engineer:
STOPPED TRAFFIC XX MILESBE PREPARED TO STOP
- or -SLOW TRAFFIC XX MILES
USE CAUTION
Approximate Location of SWZ
Figures 1-6 and Tables 1 are provided as a guide.
42-317 47
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
FIGURE 1: Overall SWZ Diagram
42-317 48
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
FIGURE 2: Route 2/ I-84 Intersection
42-317 49
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
FIGURE 3: Route 2/ Route 15 Intersection
42-317 50
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
FIGURE 4: Route 2/ Main St (Rt 517) Intersection
42-317 51
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
FIGURE 5: Route 2/ Route 3 Intersection
42-317 52
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
FIGURE 6: Route 2/ Route 17 Intersection
42-317 53
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
Tables 1: Approximate Location of SWZ Implementation for the Project Site.
Table 1 – I-84 Western Section
Route Direction Town Location Type of
Equipment
I-84 Eastbound East Hartford After Exit 53 SVMQ
I-84 Westbound East Hartford Off Left shoulder, Prior to Exit 55
SVMQ
2 Eastbound East Hartford At Route 2/ I-84 Intersection
SVQS
2 Eastbound East Hartford After Exit 3 SVMQ
2 Eastbound East Hartford Prior to East River Dr SVMQ
2 Westbound East Hartford In median, Prior to Exit 4
SVQS
2 Westbound East Hartford By Route 15 NB On-Ramp
SVQS
2 Westbound East Hartford By Willow St On- Ramp
SVQS
2 Eastbound East Hartford Prior to Exit 5A SVQS
2 Westbound East Hartford At Exit 5A Off-Ramp SVQS
2 Eastbound East Hartford Prior to Exit 5C SVQS
2 Westbound East Hartford By Route 3 NB On-Ramp
SVMQ
3 Northbound Glastonbury By Glastonbury Blvd On-Ramp
SVMQ
17 Northbound Glastonbury After New London Turnpike On-Ramp
SVMQ
2 Westbound Glastonbury By Exit 8 Off Ramp SVMQ/ SVQS
Trailer Relocation Operations
1. The Contractor shall relocate the SWZ trailers as agreed between the Contractor and the Engineer. 2. The Contractor shall reconfigure the SWZ equipment including the SVQS sensor and the camera with PTZ shall to monitor travel lanes at the relocation site. The Contractor shall confirm the reconfigured settings with the Engineer. 3. The Contractor shall update the website with the relocation sites of the SWZ. The Website shall show the new location of the SWZs upon completion of the update. The update shall occur within two (2) weekdays of the relocation.
42-317 54
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
Method of Measurement:
1. The SWZ Deployment will be measured as a Contract lump sum item. These items shall include processed rock for leveling trailers, site clearance and preparation, website, and cloud hosted third party traffic speed data.
2. The SVMQ, SVQS, and SQT items will be measured based on uninterrupted operation of all trailer, sensors, cameras with pan-tilt-zoom, variable message signs, solar panels, batteries. SVMQ, SVQS, and SQT will be measured for payment on a per unit basis for each month that the piece of equipment is in use, and as follows:
a) Measurement will begin from the date each unit is fully operational, as determined by the Engineer, to the date it is released back to the Contractor.
b) The Engineer will compute periods of less than one (1) month at the rate of 1/30 of a month for each day of use.
3. The SVMQ, SVQS, and SQT service items will be measured for payment by the month or fraction of a month as follows:
a) Includes monthly operations, monthly cellular service communications, maintenance, charging batteries, cleaning solar panels, camera dome bubble, repair, programming, and integration.
b) The following pro-rated reduction of the monthly payment will be computed if the monthly summary spreadsheet of outages greater than twenty-four (24) hours indicates interruption of service has occurred:
1 day = 5% pay reduction 6 days = 30% pay reduction2 days = 7% pay reduction 7 days = 35% pay reduction3 days = 10% pay reduction 8 days = 40% pay reduction4 days = 20% pay reduction 9 days = 50% pay reduction 5 days = 25% pay reduction 10 days = 75% pay reduction
c) If the components of the SWZ are down for more than ten (10) total days in a month, whether they are consecutive or cumulative, and then NO payment will be made for that month.
4. The SWZ Operations item will be measure items will be measured for payment by the month for web site operations.
4. The SWZ Trailer Relocation item will be measured for payment each time a SQT, SVQS, or SVMQ is relocated from an existing location to another location, as approved or directed by the Engineer.
Basis of Payment:
1. Payment for accepted SWZ installation will be at the Contract lump sum price for “Smart Work Zone Deployment” which shall include submittals, component delivery, and system set up, processed rock for leveling trailers, site clearance and preparation, website, cloud hosted third party traffic speed data, all materials, equipment, tools, travel and labor
42-317 55
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
incidental thereto. The Contractor shall comply with the requirements stated in the System Performance section herein.
2. Payment for accepted trailer-mounted components will be at the Contract unit price per month or a fraction of the month for each “Smart Work Zone Queue Trailer/Sensor (SQT),” “Smart Work Zone Mobile Video Camera/Queue Sensor Trailer (SVQS)” and “Smart Work Zone Variable Message Sign/Queue Sensor Trailer (SVMQ)” which price shall include queue trailer and sensor, camera/queue sensors and trailers, variable message signs, sensors and trailers, temporary license plates, solar panels, batteries, removal, travel, and all materials, equipment, tools and labor incidental thereto.
3. Payment for accepted SQT Service, SVMQ Service, and SVQS Service items shall include all operational and service costs directly related to the furnishing and installing individual trailers and trailer-mounted equipment including, but not limited to, cellular communications, programming, service, maintenance, cleaning, repair, and all materials, equipment, tools, and labor incidental thereto.
4. Payment for uninterrupted SWZ operations as specified will be at the Contract unit price per month for “Smart Work Zone Operations” which price shall include all operations and maintenance costs not directly related to the individual trailers and trailer mounted equipment including, but not limited to, website operations, data collection and travel delay costs calculations, programming, system integration, maintenance, repair, and all materials, equipment, tools and labor Cost for hosting a web site incidental thereto.
5. Payment for approved relocation of SQT, SVQS and SVMQ units will be at the Contract unit price for each “Smart Work Zone Trailer Relocation” which price shall include processed rock, website revisions, and all materials, equipment, tools and labor incidental thereto.
The pay unit is each that will be paid on a monthly basis for each of the Smart Work Zone Variable Message Sign/Queue Sensor Trailer (SVMQ) and the Smart Work Zone Video Camera/Queue Sensor Trailer (SVQS). The Engineer may remove or add SWZ items by unit at the Engineer’s discretion. The contractor will be notified thirty (30) days in advance by the Engineer. The payment shall be adjusted based on the actual number of SWZ units installed or removed including corresponding operations items.
Pay Item Pay Unit
Smart Work Zone Deployment l.s.Smart Work Zone Operations mo.Smart Work Zone Trailer Relocation ea.Smart Work Zone Variable Message Sign/Queue Sensor
Trailer (SVMQ) ea.
42-317 56
Rev. 12-22-20
ITEM # 1131016A, 1131017A, 1131018A, 1131019A, 1131020A, 1131021A, 1131022A,
ADDENDUM NO. 2
Pay Item (cont.) Pay Unit
Smart Work Zone Variable Message Sign/Queue Sensor Trailer (SVMQ) Service mo.
Smart Work Zone Video Camera/Queue Sensor Trailer (SVQS) ea.Smart Work Zone Video Camera/Queue Sensor Trailer (SVQS)
Service mo.
42-317 57