charter oak park improvements - addendum no. 1generalservices.townofmanchester.org/bidupload/charter...

78
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CHARTER OAK PARK IMPROVEMENTS BID NO. 16/17-13 ADDENDUM NO. 1 1. Minor changes have been made to proposed water and sanitary sewer facilities. Changes are depicted on enclosed revised plan sheets 14 through 18. 2. Changes to grading and surface restoration limits have been made to the southwest corner of the park entrance on property of #114 Charter Oak Street (part of Alternate Bid No. 1). The removal of an existing stone retaining wall (paid under the item “Remove Miscellaneous Concrete”) has been added. Changes are depicted on enclosed revised plan sheets 9 and 10. 3. The background for plan sheets 8, 11 and 12 has been updated to reflect the above changes and revised plan sheets are enclosed for conformity. 4. The following changes have been made to the Bid Proposal: a) Quantity changes have been made on Item Nos. 7, 12, 13, 14, 32, 41, 75, 79, 80 & 83. b) Item No. 62A – 6” Gate Valve has been added to the Contract. c) Item No. 74 – Hydrant Assembly with Tapping Sleeve and Valve has been deleted from the Contract. d) Item 81 has been changed from 48” Inside Drop Sanitary Manhole (0’-10’ Deep) to 48” Sanitary Manhole (10’-15’ Deep). e) Item 82 has been changed from 48” Inside Drop Manhole (10’-15’ Deep) to 48” Outside Drop Sanitary Manhole. Revised Bid Proposal Sheets are enclosed. 5. Add the following special provisions to Item No. 100 “Modify Traffic Signal”: a) Section 1.05 Control of Work b) Section 1.06 Control of Materials c) Section 1.07 Legal Responsibilities d) Section 1.08 Prosecution and Progress e) Section 10.00 General Clauses for Highway Illumination and Traffic Signal Projects\ f) Notice to Contractor – Recent Revisions Replace the pedestrian signal special provision within Item No. 100 “Modify Traffic Signal”. Revised “Modify Traffic Signal” specification is enclosed.

Upload: ngokhuong

Post on 06-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

TOWN OF MANCHESTER

GENERAL SERVICES DEPARTMENT

494 MAIN STREET

P.O. BOX 191

MANCHESTER, CONNECTICUT 06045-0191

CHARTER OAK PARK IMPROVEMENTS

BID NO. 16/17-13

ADDENDUM NO. 1

1. Minor changes have been made to proposed water and sanitary sewer facilities. Changes are

depicted on enclosed revised plan sheets 14 through 18.

2. Changes to grading and surface restoration limits have been made to the southwest corner of

the park entrance on property of #114 Charter Oak Street (part of Alternate Bid No. 1). The

removal of an existing stone retaining wall (paid under the item “Remove Miscellaneous

Concrete”) has been added. Changes are depicted on enclosed revised plan sheets 9 and 10.

3. The background for plan sheets 8, 11 and 12 has been updated to reflect the above changes

and revised plan sheets are enclosed for conformity.

4. The following changes have been made to the Bid Proposal:

a) Quantity changes have been made on Item Nos. 7, 12, 13, 14, 32, 41, 75, 79, 80 & 83.

b) Item No. 62A – 6” Gate Valve has been added to the Contract.

c) Item No. 74 – Hydrant Assembly with Tapping Sleeve and Valve has been deleted

from the Contract.

d) Item 81 has been changed from 48” Inside Drop Sanitary Manhole (0’-10’ Deep) to

48” Sanitary Manhole (10’-15’ Deep).

e) Item 82 has been changed from 48” Inside Drop Manhole (10’-15’ Deep) to 48”

Outside Drop Sanitary Manhole.

Revised Bid Proposal Sheets are enclosed.

5. Add the following special provisions to Item No. 100 “Modify Traffic Signal”:

a) Section 1.05 Control of Work

b) Section 1.06 Control of Materials

c) Section 1.07 Legal Responsibilities

d) Section 1.08 Prosecution and Progress

e) Section 10.00 General Clauses for Highway Illumination and Traffic Signal Projects\

f) Notice to Contractor – Recent Revisions

Replace the pedestrian signal special provision within Item No. 100 “Modify Traffic Signal”.

Revised “Modify Traffic Signal” specification is enclosed.

6. Replace the Water Main specification with the enclosed Water Main specification

(information on exposed ductile iron pipe, valves and fittings for Item No. 72 Pump Station

Retrofit added to Materials Section).

7. Replace the Hydrant Assembly specification with the enclosed Hydrant Assemble

specification (information on Item No. 73 Post Hydrant Assembly added to Materials

Section).

8. Add the enclosed CTDOT Standard Drawing “Trench Detail for State Roads” to the

Contract.

9. Add the enclosed Detail Sheet 23A to the Contract, which includes details for “Post Hydrant

Assembly”, “Pump Station Retrofit”, “Outside Drop Sanitary Manhole” and “Doghouse

Manhole”.

Enclosures: Revised “Water Main” specification

Revised “Hydrant Assembly” specification

Revised “Modify Traffic Signal” specification

Revised Bid Proposal

Revised Plan Sheets 1,8,9,10,11,12,14,15,16,17 and 18

New Plan Sheet 23A – Details

New CTDOT Standard Drawing “Trench Detail for State Roads”

August 1, 2016

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-136

DESCRIPTION

“Water Main” of the size and type specified shall consist of the furnishing and installation water

pipe; and disinfection, flushing and testing of all ductile iron water pipe, fittings, valves, joint

restraint and other appurtenances as indicated on the Plans or directed by the Engineer.

Placement and compaction of backfill, filter fabric, bedding material, trench support systems,

abandonment of existing water mains, valves, blow-offs, and salvage of indicated items shall

also be included as part of this item. Existing water mains located within the excavation limits of

new main will not be measured separately for payment, but shall be considered as included in the

unit price bid for the new water main.

Fittings, valves and joint restraints of the size and type specified shall consist of furnishing and

installing these appurtenances where shown on the plans or as directed by the Engineer.

“Cut and Cap Water Main” shall include excavation; cutting and capping of existing pipe to

remain in service; and backfilling where shown on the plans or as directed by the Engineer.

“Pump Station Retrofit” includes the connection of proposed 8” water main and 1” copper

sampling line to existing piping within an existing building where shown on the Plans.

Refer to the General Conditions elsewhere in these specifications for licensing requirements for

any person involved in the installation of a water main and/or appurtenances.

MATERIALS

Unless otherwise specified by the Engineer, the pipe, fittings, valves and appurtenances to be

utilized in this work shall be new and unused, shall be of the types and materials specified herein

and shall meet the requirements specified herein. All material found during the progress of the

work to have cracks, flaws or other defects will be rejected by the Engineer. All defective

materials shall be promptly removed from the work site and replaced at no additional expense to

the Town.

Ductile Iron Pipe: Ductile iron pipe shall meet the requirements of the latest revision of

AWWA C151 (ANSI A21.51). Joints shall be “Tyton Joint” or “Fastite

Joint” design, rubber gasket push-on type manufactured in accordance

with the latest revision of AWWA C111 (ANSI A21.11). Pipe shall be

supplied with the standard exterior bituminous coating of either coal tar or

asphalt base approximately one mil thick. The interior shall be double

cement lined in accordance with the latest revision of AWWA C104

(ANSI A21.4), and pipe shall be of thickness Class 52 unless otherwise

indicated. Pipe shall be manufactured by Griffin, U.S. Pipe, McWane

Ductile, American or approved equal.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-137

Exposed DIP: Ductile iron pipe for exposed piping shall be thickness Class 53 flanged

pipe with ductile iron flanges meeting the requirements of AWWA/ANSI

C115/A21.15. The interior shall be cement lined in accordance with the

latest revisions of AWWA/ANSI C104/A21.4. Exterior of all exposed

piping shall be prime-coated and finish painted in accordance with the

requirements of these Specifications. Joints shall be flanged joints

conforming to AWWA C110 with a rated pressure of 250 PSI. Gaskets for

all flanged joints shall be of the ring type, 1/8-inch thick, full face, made

of natural or synthetic rubber, meeting the pipe manufacturer’s

requirements and AWWA C111. All bolts and nuts for flanged joints shall

conform to ANSI B.18.2.1 and ANSI B18.2.2 respectively, made of low

carbon steel conforming to ASTM A-307, Grade B. Pipe shall be

manufactured by Clow, Griffin, U.S. Pipe, Atlantic States, or approved

equal.

Joint Restraint: Restrained bell and spigot push on joints for ductile iron pipe shall meet

the requirements of the latest revision of AWWA C151 (ANSI A21.51).

Each restrained bell and spigot joint shall be achieved using a single

rubber FIELD LOK 350 gasket, a Series 1700 Megalug push on pipe bell

restraint harness as manufactured by Ebaa Iron, Inc., Eastland, Texas, a

Fast-Grip Gasket, or approved equal, manufactured in accordance with the

latest revision of AWWA C111 (ANSI A21.11). The bell and spigot push

on joint restraint provided shall be sufficient to restrain working pressures

of 350 psi.

Mechanical joint thrust restraining glands, for valves and fittings, shall be

the Megalug Series 1100, manufactured by Ebaa Iron, Eastland, Texas,

Ford series 1400, or approved equal.

Tiebolts, tiebolt nuts, rod couplings, threaded rods and rod nuts, retainer

clamps, and round flat washers may be used for restrained joints and shall

be steel meeting the requirements of ASTM A 36-77a. These components

shall be similar or equal to the following figure numbers manufactured by

Star National Products.

ITEM STAR FIGURE

Tiebolt 7, 7-5, or SST 7

Tiebolt and Rod Nut 8

Rod Coupling 10

Retainer Clamp 11

Threaded Rod 12

Round Flat Washer 17

Gate Valves: All gate valves shall be resilient wedge gate valves and shall meet the

requirements of AWWA C509 of latest revision. Valves shall have non-

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-138

rising stems, mechanical joint ends meeting the requirements of AWWA

C111 of latest revision and have O-ring stem seals. Each valve shall be

supplied with two (2) sets of mechanical joint retainer glands. Valves shall

be wrench-operated and rated at a minimum working pressure of 200 psi.

Valves shall be right opening (clockwise) or left opening

(counterclockwise) as indicated on the plans or as directed by the

Engineer, which is dependent on where they are located in Town.

Wedge shall be encapsulated in molded rubber. Valve shall be coated

with a fusion bonded epoxy-resin both inside and outside. Coating shall be

a minimum of 10 mils thick and be in full compliance with (i.e. meet or

exceed) all requirements of the latest revision of AWWA C550.

Resilient wedge gate valves shall be only those models and manufacturers

listed below.

Manufacturer Model

American Flow Control Series 2500

AVK Series 25

Clow F-6100

M & H Style 4067

Mueller A-2362 (Ductile Iron Body)

U.S. Pipe A-USPO-23

Exposed Gate Valves: Gate valves shall be resilient seated wedge style, iron body, bronze

mounted, and shall meet the requirements of AWWA C509 of latest

revision. Valves shall have rising stems, flanged ends conforming to

B16.1, Class 125. Valves shall be equipped with hand wheels. Valves

shall be left-opening (clockwise) and shall indicate the direction of

operation. Valves shall be rated for 250 PSI working pressure. Valve sizes

shall be as shown on the drawings. Valves shall have a fusion bonded

epoxy coating inside and outside meeting the requirements of AWWA

C550.

Wedge shall be encapsulated in molded rubber.

Valves shall have manufacturer’s name and working pressure cast in

raised letters on valve body.

Each valve to be supplied shall have a stainless steel identification

nameplate stamped with the approved designation. Nameplate shall be

permanently fastened to valve body at the factory.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-139

Exposed Gate valves shall be UL listed, FM approved, NSF61 certified,

manufactured in North America and be from one of the following

manufacturers.

1. Mueller

2. AVK

3. American Flow Control

4. U.S. Pipe

5. M&H

6. Clow

Butterfly Valves: Valves shall be wrench operated, non-rising stem with O-ring stem seals

and have mechanical joints on both ends. Each valve shall be supplied

with two (2) sets of mechanical joint retainer glands. Valves shall meet or

exceed the requirements of the latest revision of AWWA C504. Valves

shall have epoxy coated cast iron bodies with mechanical joint ends

complying with the latest revisions of ANSI A21.11 (AWWA C111).

Valves shall be a minimum Class 150B and suitable for a maximum

nonshock shutoff pressure of 140 psi. The valves shall provide bubble-

tight shutoff at 150 psi when tested in accordance with AWWA C504.

Valve discs shall seat at an angle of 90 degrees to the axis of the pipe.

Valve seats shall be molded natural rubber. Rubber seats may be attached

to the body or the disc. If the rubber seat is attached to the disc, the seat

ring on the body shall be of stainless steel. The valve disc shall be of either

case Ni-Resist of cast iron Class 40 conforming to ASTM A48. Rubber

seats mounted on the disc shall be securely clamped to the disc. All

clamps, retaining rings, and their fasteners shall be Series 300 stainless

steel.

The valve shaft shall be Type 300 stainless steel or carbon steel with

stainless steel joints. The valve disc and shaft connection shall be by

means of mechanically secured taper pins extending through the disc and

shaft. Taper pins, lockwashers and nuts shall be 18-8 stainless steel. The

shaft seals shall be designed for the use of standard "O" -ring seals.

The manual operating mechanism shall be firmly fixed to the valve body

and shall be rated at 450 lb. The operator shall be permanently lubricated,

shall be totally enclosed with a cast iron case. The operator shall be

suitable for submersion. The operator shall have adjustable threaded

collars at each end of stroke. Valves shall be right opening (clockwise)

or left opening (counterclockwise) as indicated on the plans or as

directed by the Engineer, which is dependent on where they are

located in Town.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-140

Valves shall be only those models and manufacturers listed below.

Manufacturer Model

Mueller Lineseal III

M & H Style 450

Tapping Sleeve and Tapping sleeves shall consist of a full body two-piece ductile iron or cast

Valve TYPE I (CIP): iron sleeve/tee with mechanical joint ends on the run and a flanged end on

the branch. Each sleeve shall be supplied with two (2) sets of mechanical

joint retainer glands. Tapping valves shall be resilient wedge gate valves

meeting the requirements described below. The tapping valve shall have

one flanged end and one mechanical joint end.

Valves shall be wrench operated, non-rising stem with O-ring stem seals.

Each valve shall be supplied with one (1) set of type I-Mechanical Joint

Retainer Glands. Valves shall be right opening (clockwise) or left

opening (counterclockwise) as indicated on the plans or as directed by

the Engineer, which is dependent on where they are located in Town.

Wedge shall be encapsulated in molded rubber.

Valve shall be coated with a fusion bonded epoxy-resin both inside and

outside. Coating shall be a minimum of 10 mils thick and be in full

compliance with (i.e. meet or exceed) all requirements of the latest

revision of AWWA C550.

Valves and joints shall be in full compliance with (i.e. meet or exceed) all

requirements of the latest revision of AWWA C509 and AWWA C111

respectively.

Valves shall be only those models and manufacturers listed below.

Manufacturer Model

American Flow Control Series 2500

AVK Series 25

Clow F-6114

M & H Style 4067

Mueller A-2362 (Ductile Iron Body)

U.S. Pipe A-USPO-23

Tapping sleeves shall be manufactured by U.S. Pipe, Mueller, American

Flow Control or approved equal.

Tapping Sleeve and Tapping sleeve shall consist of a stainless steel body with either a stainless

Valve TYPE II (DIP): steel or carbon steel integral mechanical joint outlet flange. Gasket shall

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-141

be full circumference. Tapping valves shall be resilient wedge gate valves

meeting the requirements described below. The tapping valve shall have

mechanical joint ends.

Valves shall be wrench operated, non-rising stem with O-ring stem steals.

Each valve shall be supplied with two (2) sets of mechanical joint retainer

glands. Valves shall be right opening (clockwise) or left opening

(counterclockwise) as indicated on the plans or as directed by the

Engineer, which is dependent on where they are located in Town.

Wedge shall be encapsulated in molded rubber.

Valve shall be coated with a fusion bonded epoxy-resin both inside and

outside. Coating shall be a minimum of 10 mils thick and be in full

compliance with (i.e. meet or exceed) all requirements of the latest

revision of AWWA C550.

Valves and joints shall be in full compliance with (i.e. meet or exceed) all

requirements of the latest revision of AWWA C509 and AWWA C111

respectively.

Valves shall be only those models and manufacturers listed below.

Manufacturer Model

American Flow Control Series 2500

AVK Series 25

Clow F-6114

M & H Style 4067

Mueller A-2362 (Ductile Iron Body)

U.S. Pipe A-USPO-23

Tapping sleeves shall be only those models and manufacturers listed

below.

Manufacturer

Model

Ford FAST-MJ

JCM 439 or 469

Smith-Blair 662-MJ or 663-MJ

Blow offs: Blow offs shall be 2” in diameter with a 30” pipe length, as manufactured

by Wedge Manufacturing, Ansonia, CT., or approved equal.

Valve Boxes: Valve boxes shall be 5-1/4”, consisting of a base and adjustable slide type

top section with top flange and cover that is adjustable from 4' to 5'.

Valve boxes shall be made of centrifugally spun iron with ¼” uniform

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-142

wall thickness. Box cover shall have the word "WATER" cast on top.

Valve boxes shall be coated with heavy bituminous coating and be

manufactured in the United States or Canada by Water Quality Products,

Bibby Ste. Croix, Charlotte, Tyler, Bingham and Taylor, or approved

equal.

Fittings: Fittings, including mechanical joint plugs and caps, shall be ductile iron

meeting the requirements of AWWA C110 (ANSI A21.10) with

mechanical joints in conformance with AWWA C111 (ANSI A21.11).

Fittings shall have a minimum pressure rating of 350 psi and shall have an

inside lining of cement-mortar in accordance with AWWA C104 (ANSI

A21.4). Compact fittings meeting the requirements of AWWA C153

(ANSI A21.53) of latest revision may be used. Fittings shall have an

asphalt coating both inside and outside, and be manufactured in the United

States or Canada by Griffin, Tyler, U.S. Pipe, Sigma, Clow, Union or

approved equal.

Exposed Fittings: All exposed fittings shall be flanged joint ductile iron conforming to

AWWA C110 (ANSI A21.10). Gaskets for all fittings shall be natural or

synthetic rubber, 1/8-inch thick, full face. Bolts and nuts shall conform to

ANSI B18.2.1 and ANSI B18.2.2, respectively. Exposed bolts and buts

shall be ASTM A307, Grade B. Fittings shall have cement lined and seal

coated interior in accordance with AWWA C104 and a primed exterior.

Fittings shall be manufactured in North America by Griffin, Tyler, U.S.

Pipe, Sigma, Clow, Union or approved equal.

Flange adaptors shall be made of ASTM A536 Grade 65-45-12 ductile

iron. Drilling shall be done in accordance with ANSI B16.1, Class 125 for

ductile iron flanges. Flanges shall meet all test requirements of AWWA

C110/A21.10. A MJ type gasket shall be provided with the flange adaptors

for installation.

Pipe and fittings to be installed above ground shall receive a minimum of

one (1) coat of Koppers 654 Epoxy Primer, Tnemec 66-1211 Epoxoline

Primer, or equal, to a minimum four (4) mil DFT on the exterior surfaces.

Finish painting for all pipe and fittings shall be one coat of high build

polyamide epoxy, Tnemec Series 66 Epoxoline @ 3.0 mils dry or

approved equal. Finish color shall be light blue.

Sleeves: Sleeves for connecting new mains to existing mains shall be mechanical

joint solid sleeves with the mechanical joint ends restrained by the means

of retainer glands. Solid sleeves shall meet the requirements of the latest

revision of AWWA C110 (ANSI A21.10) and shall be Model F-1014 as

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-143

manufactured by the Clow Corporation, Oak Brook, Illinois, or approved

equal.

Connecting sleeves for connecting new water mains to existing metal lined

cement mains (stovepipe) shall be Model 227 as manufactured by

Rockwell, Pittsburgh, PA or approved equal.

Pipe Markers: For exposed pipe, provide self-adhesive pipe markers to indicate direction

of flow as shown on the drawings and as specified herein. Markers shall

contain black arrows in a safety yellow background.

Pipe Supports: Pipe supports shall be provided for exposed ductile iron pipe. Provide

adequate pipe supports to prevent sag, vertical and lateral movement in a

manner which will prevent undue strain on any valve, fitting, pipe or piece

of equipment. Supports shall be of the saddle type with an adjustable

collar and an oversized base, suitable for ductile iron pipe and fittings.

Supports shall be factory fabricated units, complete with necessary bolts,

nuts, washers, plates etc., Contractor fabricated supports are not allowed.

Supports shall be made of ASTM A36 Steel and have a corrosion resistant

galvanized finish.

Supports shall be Standon Model S92 as manufactured by Material

Resources Inc., Hillsboro, OR. or approved equal.

Couplings: Couplings for connecting new main to oversized cast iron pipe shall be

Rockwell Model 441 Cast Transition Couplings, or approved equal.

These couplings shall be used only when oversized cast iron pipe is

encountered which does not allow the use of solid sleeves.

Concrete: Concrete for thrust blocks, pipe cradles, sealing abandoned pipe, etc., shall

conform to the requirements of the pertinent section of these

Specifications.

Polyethylene Wrap: Polyethylene wrap for fittings with poured concrete thrust blocks shall

meet the requirements for the latest revision of AWWA C105.

Pipe Insulation: Insulation boards for water main pipe shall be closed cell, extruded

polystyrene foam meeting ASTM C578, manufactured by Thermal Foams

Inc., Buffalo, NY., or 2” thick Cellular Glass Insulation meeting the

requirements of the latest revision of ASTM C552 with an aluminum

jacket. Insulation shall be Foamglas Cellular Glass manufactured by

Pittsburgh Corning, Pittsburgh, PA., or approved equal.

Bedding Material: Bedding material shall be as indicated on the Plans and shall meet the

requirements of Article M.08.01-21 for sand, Article M.02.01-1 for

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-144

crushed stone, and Article M.02.01-2 (Grading “C”) of Form 816 for bank

run gravel.

Backfill: Backfill material above bedding material shall be suitable material from

the excavation which is free from large or frozen lumps of soil, wood or

other extraneous material or, if directed by the Engineer, shall be approved

backfill material meeting the requirements of Article M.02.06 (Grading

“B”) of Form 816.

Filter Fabric: Filter fabric shall be a non-woven fabric similar or equal to Mirafi 140 as

manufactured by Celanese Fibers Marketing Company, Bidim C22 as

manufactured by Monsanto Textiles Company or approved equal.

Warning Tape: Underground pipe warning (marking) tape shall be plastic and metallic-

coated to permit detection by a magnetic sensing device. The tape shall be

blue in color, not less than 3 inches in width, and shall have the words

"CAUTION - BURIED WATER MAIN BELOW" repeated along the

full length of the tape in letters not less than 1" high permanently fused

into the tape. Pipe marking tape shall be "Terra-Tape" detectable pipe

marking tape as manufactured by Reef Industries, Inc., Houston, Texas or

approved equal.

Steel Sheeting: Steel sheeting for trench stabilization, if required, shall conform to the

requirements of ASTM A328, ASTM A572 or ASTM A690 as

appropriate.

Pavement Markings: Pavement markings installed to replace disturbed markings shall be

painted, match the size and color of existing markings, and meet the

requirements of “Painted Pavement Markings” as defined in the pertinent

sections of these Specifications.

CONSTRUCTION DETAILS

General

Trench excavation and surface restoration shall conform to the requirements of the pertinent

section of these Specifications. Water mains shall only be installed in trench conditions;

embankment conditions will not be permitted.

Ductile iron pipe, fittings and valves shall be installed as detailed and directed, and in full

accordance with the latest revision of AWWA C600, manufacturer's recommendations, and

accepted best practice, with the below listed qualifications and clarifications. The methods

employed in performing the work, and all equipment, tools and machinery used in handling

material and executing any part of the work shall be subject to the approval of the Engineer

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-145

before the work is started and, whenever found unsatisfactory, shall be changed and improved as

required by the Engineer. All equipment, tools and machinery used shall be maintained in a

satisfactory working condition.

It shall be the responsibility of the Contractor to coordinate his work schedule, where required,

with that of the Manchester Water Department through the Engineer. The Contractor shall

provide a minimum seventy-two (72) hour notice for all water main shutdowns required to

complete the proposed work.

At all installations where connection is to be made by gating off sections of main which are

normally open, the excavation may be required to be made the day before work is to start on the

installation with all material on hand. The work shall be done as quickly as possible so that

normal operation of the system will be interrupted a minimum amount of time. Any required

operating of valves for this work will be performed by personnel of the Manchester Water

Department, and ample notice shall be given to the Engineer so that a minimum of two (2) full

working days notice may be given to any user whose service will be discontinued for any reason.

BECAUSE OF THE NATURE AND SCHEDULES OF CERTAIN CUSTOMERS, IT

MAY BE NECESSARY FOR WORK TO BE DONE OUTSIDE OF NORMAL

WORKING HOURS IF SERVICE INTERRUPTION IS REQUIRED. The Contractor shall

be responsible for coordinating his work with said customers and the Manchester Water

Department with the approval of the Engineer. If the work extends beyond normal working

hours of the Water and Sewer Department, the Contractor shall be responsible for paying

Department employees at their prevailing overtime wage rate, as well as prevailing usage rate for

vehicles and other equipment which are utilized.

Proper implements, tools and facilities shall be provided and used by the Contractor for the safe

and convenient performance of the work. All pipe, fittings and valves shall be lowered into the

trench with a suitable device that will not damage protective coatings and lining. Under no

circumstances shall water main material be dropped or dumped into the trench. Any damaged

lining, coating or wrapping shall be satisfactorily repaired or replaced.

Every precaution shall be taken to prevent foreign matter from entering the pipe while it is being

placed in the line. If the pipe laying crew cannot put the pipe into the trench and in place without

getting earth into it, the Engineer may require that before lowering the pipe into the trench, a

heavy, tightly woven canvas bag of suitable size be placed over each end and left there until the

connection is to be made to the adjacent pipe. If necessary, the line shall be swabbed or flushed

out to remove all foreign matter prior to testing.

Before joining lengths of push-on pipe, the inside of the bell and the outside of the spigot shall

be thoroughly cleaned to remove oil, grit, excess coating and other foreign matter.

Pipe shall be laid with bell ends being in the direction of laying unless otherwise directed by the

Engineer. When pipe is laid on a grade of 10 percent or greater, laying shall start at the bottom

and shall proceed upward with the bell ends of the pipe upgrade.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-146

The cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat manner

without damage to the pipe or cement lining and so as to leave a smooth end at right angles to the

axis of the pipe.

The deflection at pipe joints to accommodate changes in horizontal or vertical alignment shall be

in accordance with the recommendations of the manufacturer. Where bends are called for on the

plans, a standard bend may be used with any additional deflection required accomplished by

deflecting joints on adjacent pipes.

Bends shall be used only at the locations shown on the plans or at other locations approved by

the Engineer.

Underground valves shall rest on concrete masonry units. Valve boxes shall not transmit shock

or stress to the valve and shall be centered and plumb over the wrench nut of the valve. The

valve box cover shall be flush with the surface of the finished pavement or such other level as

may be directed.

Valves set with a depth to operating nut greater than 6 feet shall be equipped with extension

stems providing an operating nut depth of 4.5 feet. Extension stems shall be installed such as to

preclude accidental disconnection from the valve, shall stand plumb and shall be supported at the

upper end with a centering device attached to the stem or valve box.

Water main installed with less than 4.5 feet of cover must be insulated unless approved otherwise

by the Engineer. Insulated water main must have 2.5 feet of minimum cover.

Water main shall be installed with a minimum 2 feet of clearance from existing structures unless

indicated otherwise on the plans or directed by the Engineer.

Care shall be taken not to excavate below the depths required to perform the Work. The

Contractor shall furnish and employ such trench boxes, steel plates, shores, braces, sheeting,

pumps, etc., as may be necessary for the protection of property, proper completion of the Work

and the safety of the public and employees of the Contractor and the Town. All bracing,

sheeting, etc., shall be removed when no longer required for the construction or safety of the

Work.

All excavated materials not required or unsuitable for backfill, (i.e., clay, silt, sand, muck, gravel,

hardpan, loose shale, loose stone in masses and boulders greater than 5” in diameter) shall be

removed and properly disposed of by the Contractor. Unsuitable soils that exhibit obvious

evidence of heavy contamination or have been identified as containing elevated concentrations of

contamination should be removed and stockpiled for characterization and possible off-site

disposal. If contaminated soils are stockpiled best management practices must be employed to

reduce human and environmental exposure to the stockpiled materials. Granular fill shall be

used to replace all unsuitable material.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-147

The trench shall be excavated to the depth required and so as to provide a uniform and

continuous bearing and support for the pipe on solid and undisturbed ground except that bell

depressions shall be provided at each joint to permit the joint to be made properly. Further, it

will not be permissible to disturb and otherwise damage the finished surface over a maximum

length of eighteen (18) inches near the middle of each length of pipe by the withdrawal of pipe

slings or other lifting tackle. Any part of the bottom of the trench excavated below the specified

grade shall be corrected with approved material and thoroughly compacted as directed by the

Engineer. The finished trench bottom shall be prepared accurately by means of hand tools.

The Contractor shall furnish, put in place and maintain such trench support systems (i.e. trench

boxes, steel plates, steel sheeting, etc.) as may be necessary to support the sides of the excavation

and to prevent any movement of earth other than that intended to be accomplished by the

excavation. Trench support systems shall be designed to support earth pressures, hydrostatic

pressures, equipment and construction loads, and other surcharge loads, to allow safe and

expeditious construction with minimal movement or settlement of ground, to prevent damage to,

or movement or settlement of, adjacent buildings, structures, or utilities. Such systems shall be

installed as may be necessary for the protection of the Work and for the safety of personnel, and

shall comply with the safety precautions as outlined in the Associated General Contractors of

America, "Manual of Accident Prevention in Construction," the "Occupational Safety and Health

Act" of 1970 (OSHA) of latest revision and OSHA Reference: U.S. Dept. Of Labor O.S.H.A.

Safety and Health Standards (29 CFR 1926/1910) revised March 5, 1990, Subpart P-

Excavations, Trenching & Shoring Selection of Protective Systems, 1926-652 Appendix F.

To insure proper conditions at all times during construction, the Contractor shall provide and

maintain ample means and devices with which to intercept and/or remove promptly and dispose

properly of all water entering excavations. Excavations shall be kept dry until the structures,

pipes and appurtenances to be built therein have been completed to such extent that they will not

be floated or otherwise damaged. All water pumped or drained from the Work shall be disposed

of in a suitable manner without undue interference with other work or damage to pavements,

other surfaces or property. Prior to discharge, the Contractor shall be responsible for removing

all particulate matter which may be deposited in a stream or storm drainage system. The

Contractor shall submit his proposed methods or procedures to the Engineer for approval. The

Contractor shall be responsible for complying with all Federal, State and Town regulations

which may be associated with said discharges.

Bedding material installed in all trenches shall be backfilled by hand from the bottom of the

trench to the centerline of the pipe in layers of three (3) inches, compacted by tamping to at least

ninety-five percent (95%) of maximum dry density at optimum moisture content as determined

in accordance with the requirements of Method D of ASTM Test Method D-1557 (latest

revision). Bedding material shall be deposited in the trench for its full width on each side of the

pipe, fittings and appurtenances simultaneously. Care shall be taken that the fill is made

compact and tight under the rounded lower half of the pipe. Iron tools suitable for tamping

material under and on sides of pipe shall be used, and sufficient space for this tamping shall be

provided. In general, wooden sticks, shovel handles and similar make-shift devices will not be

considered as suitable tamping tools for use on sides of pipe.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-148

From the centerline of the pipe, fittings and appurtenances to a depth of one (1) foot above the

top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods.

Compaction shall not be less than ninety five percent (95%) of maximum dry density as

determined by ASTM Test Method D-1557 (latest revision). The Contractor shall use special

care in placing this portion of the backfill so as to avoid damaging or moving the pipe. This

layer of backfill shall be consolidated by means of hand held vibratory compactors.

From one (1) foot above the pipe, the remainder of the backfill shall be placed and compacted in

one (1) foot lifts. Each layer shall be compacted to not less than ninety five percent (95%) of

maximum dry density as determined by ASTM Test Method D-1557 (latest revision).

Compaction methods shall be submitted in writing to and approved by the Engineer prior to

commencement of any work.

There is no guarantee that all excavation can be done by use of machinery. In some cases, the

pipe location may preclude the use of machinery. In this event, the Contractor will be required

to perform this Work at the same unit price bid in his proposal.

Thrust Restraint

Poured concrete thrust blocks shall be provided at all horizontal bends, mechanical joint caps and

tees and all locations indicated on the plans. Joints at fittings where thrust blocks are poured

shall be wrapped with polyethylene. All mechanical joints (i.e., valves and fittings) shall be

restrained by means of ductile iron retainer glands except where rod type restraint is specifically

called for on the plans or ordered by the Engineer. Push-on joint restrainers shall be used on all

push-on pipe joints for a distance of 27 feet on each side of all retainer glands. No more than

one pipe joint shall be allowed within that 27 feet of pipe. Concrete shall be mixed and placed in

accordance with the pertinent section of these Specifications.

Restraint of push-on joints shall be accomplished by means of using FIELD LOK 350 gaskets or

approved equal push-on joint restrainers. The push-on pipe joint restrainers shall be installed in

accordance with the manufacturer’s recommendations.

Mechanical joint restrainer glands shall be installed by first tightening the tee head bolts and then

making the set screws finger-tight against the pipe. All set screws shall be torqued to

manufacturer's recommendations, proceeding alternately on opposite sides of the pipe.

At mechanical joints to be restrained by rods, the proper number of tee head bolts for the

particular pipe size shall be removed and replaced with tiebolts. Tiebolts with washers shall be

used on bell flange slots. The mechanical joint gland shall be restrained by nuts on the threaded

portion of the tiebolts. Joint restraint shall be accomplished by placing threaded rods through

corresponding tiebolts at glands on each end of the length to be restrained and by running nuts on

the rods until tension is obtained. Four-inch, six-inch and eight-inch joints shall be restrained by

two rods; 10-inch, 12-inch and 16-inch joints shall be restrained by four rods.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-149

The Contractor shall be responsible for providing any temporary thrust restraint which

may be required.

Connections to Existing Mains

Where connections are to be made between new water mains and existing water mains, any

unspecified materials required shall be utilized only after inspection and approval by the

Engineer. All connections between new mains and existing mains shall be made only at such

times as, and in a manner, approved by the Engineer. The approximate locations of connections

between new mains and existing mains are shown on the drawings; the exact locations will be

determined in the field by the Engineer.

The cutting of an existing water main where connection is to be made to a new water main shall

be done in a neat manner so as to leave a smooth end at right angles to the axis of the pipe. The

open end of the section of existing water main to be abandoned shall be sealed with concrete

before backfilling a minimum of 5' from the new facilities.

Abandonment of Existing Facilities

Abandonment of water facilities shall be as described on the plans. All open ends of abandoned

pipelines or conduits which are created or exposed by the Contractor and will not be removed

from the roadway, shall be sealed with concrete before backfilling. Valves to be abandoned shall

be closed (unless otherwise indicated on the Plans) and the valve box tops shall be removed and

properly disposed of. Where the plans call for salvaging existing water main and appurtenances,

materials shall be delivered to the Water Department at the former Line Street Water Treatment

Plant.

Leakage Testing

Leakage testing shall be performed on all cleaned and lined water mains as well as new

installations where it is not possible to perform a pressure test. Leakage testing shall consist of a

visual inspection of all new facilities and connections under system pressure. The Contractor

shall furnish any temporary thrust restraint required for testing and any other apparatus and

personnel necessary to conduct the test at no cost to the Town. All visual leaks shall be repaired

by the Contractor at his own expense regardless of the amount of leakage. Any defective pipe,

fitting, valve or hydrant discovered as a consequence of this test shall become the property of the

Contractor and shall be removed from the job site and replaced at the Contractor's expense with

sound material. When hydrants are in the test section, the test shall be made against the closed

hydrant valve with the auxiliary gate valve open.

Any section failing the test shall be retested after the repairs have been made. The test shall be

repeated until satisfactory to the Engineer. The main shall be disinfected again if so directed by

the Engineer.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-150

Any required coordination between the Contractor and the Manchester Water Department shall

be coordinated through the Engineer and shall be the responsibility of the Contractor.

Disinfection

Disinfection shall be carried out in accordance with Method 2 under Methods of Disinfecting

Pipe in the Connecticut State Department of Health's Bulletin, "Protection and Disinfection of

Water Works Pipes and Structures”, as required by Section 19-13-B47 of the Connecticut State

Sanitary Code.

Coordination with the Manchester Water Department through the Engineer will be necessary and

shall be the responsibility of the Contractor.

Water mains less than 24-inches in diameter and up to 2,500 feet in length may be disinfected

using the Tablet Method instead of the Continuous Feed Method. Disinfection using the Tablet

Method shall be performed in accordance with the most current version of AWWA Standard

C651. Chemicals used in the Tablet Method shall meet the requirements of AWWA B300 of

latest revision and shall be certified to ANSI/NSF Standard 60. The Tablet Method shall not be

used if trench water or foreign material has entered the main.

When disinfecting using the Continuous Feed Method, mains shall be completely flushed after

the leakage test until all evidence of sediment is removed. A sodium hypochlorite solution or a

mixture of calcium hypochlorite and water shall be applied, with a proper regulating device at

the beginning of the pipe section to be disinfected, through a corporation stop in the newly lined

pipe. Hypochlorites utilized in this work shall meet the requirements of AWWA B300 of latest

revision.

Water from the existing distribution system entering the newly lined pipe shall be controlled to

flow slowly during the application of hypochlorite. The rate of sodium hypochlorite application

shall be in such proportion to the rate of water flowing through the pipe that the treated water

entering the newly lined pipe will have a concentration of chlorine residual of 50 parts per

million. There shall be a retention period of at least twenty-four (24) hours and preferably more.

The non-spore forming organisms shall be destroyed, and the chlorine residual after the retention

period at the extremity of the pipe shall be at least ten parts per million. When disinfecting

newly lined and/or installed water pipe involving more than one valved section, all valves shall

be operated while the pipeline is filled with the disinfecting agent. Hydrants and other

appurtenances shall also be operated for disinfection.

Final Flushing and Testing

After disinfecting for the minimum retention period, the pipe section shall be flushed until, upon

test, the quality of the water, both chemically and bacteriologically, is equal to the quality of the

water served to the public from the existing water supply. The procedure shall be repeated if

necessary until the water from the pipe section is satisfactory.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-151

Care must be exercised when disposing of water with high free chlorine residuals and shall be

performed in a manner that will not adversely impact the environment. Disposal of highly

chlorinated water to storm sewers shall be avoided without neutralization of the chlorine

residual. Neutralization of the chlorine residual remaining in the water can be accomplished by

application of a neutralization chemical. Chlorine neutralization methods and equipment shall be

submitted to the Engineer for approval. Discharge of highly chlorinated water directly to the

sanitary sewer maybe permitted in cases where surface discharge will pose a safety risk to the

general public.

Tests to determine the chlorine residual and the quality of the water in the new pipeline will be

performed by the Manchester Water Department. It shall be the responsibility of the Contractor

to coordinate with the Water Department to arrange for the testing at the proper time. No less

than twenty-four (24) hour notice shall be given when tests are to be performed.

Where connections are to be made between new water mains and existing water mains after

disinfection and flushing are completed, new materials shall be swabbed with a suitable

hypochlorite solution.

Pressure Testing

Newly installed water mains shall be pressure tested as directed by the Engineer. Pressure

testing and leakage testing shall be carried out in accordance with the appropriate paragraphs of

Section 4 of the latest revision of ANSI/AWWA C600 with the following clarifications and

qualifications.

All testing shall be performed after backfilling the completed pipeline. Before testing, the

Contractor shall submit in writing to the Engineer, his proposed method of testing the completed

pipeline. Testing shall begin only after approval by the Engineer of the proposed methods. Any

required coordination with the Water Department shall be conducted through the Engineer and

shall be the responsibility of the Contractor.

All new sections of water main shall be hydrostatically tested at a pressure of 150 pounds per

square inch for a period of at least two hours. "Pressurization" and "air removal" shall be

accomplished as specified in Sections 4.1.2 and 4.1.3 of the latest revision of ANSI/AWWA

C600. After the test pressure is applied, any defective pipe, fitting, valve or hydrant discovered

as a consequence of this pressure test shall become the property of the Contractor and shall be

removed from the job site and replaced at the Contractor's expense with sound material. The test

shall be repeated until satisfactory to the Engineer.

A leakage test shall be conducted concurrently with the pressure test. The Contractor shall

furnish all material, equipment, tools, labor and incidentals necessary to conduct the test.

Leakage will be defined as the quantity of water that must be supplied into the newly laid pipe,

or any valved section thereof, to maintain pressure within 5 psi of the specified test pressure after

the air in the pipeline has been expelled and the pipe has been filled with water. No pipe

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-152

installation will be accepted if the leakage is greater than that determined by the following

formula:

L= SD(P)1/2

133,200

L= Allowable leakage in gallons per hour

S= Length of the pipe tested, in feet

D= The nominal diameter of the pipe in inches

P= The average test pressure during the leakage test in pounds

per square inch, gage (use 150 pounds per square inch)

When testing against closed metal-seated valves, an additional leakage per closed valve of

0.0078 gallons per hour per inch of nominal valve size will be allowed.

When hydrants are in the test section, the test shall be made against the closed hydrant valve

(with the auxiliary gate valve open).

If any test of pipe laid discloses leakage greater than that specified above, the Contractor shall, at

his own expense, locate and repair the defective materials until the leakage is within the specified

allowance. All visible leaks shall be repaired regardless of the amount of leakage.

Any temporary thrust restraint required for testing sections of completed water main installation

and later removed as directed by the Engineer shall be provided by the Contractor at no

additional cost to the Town.

Pump station retrofit includes the installation of 1” copper sampling line and 8” CLDIP water

main between the valves shown on the Plan and existing piping within the existing pump station

building. It shall include all incidental work necessary to construct this piping in accordance

with the Plan and in accordance with these Specifications.

MEASUREMENT

“Water Main” of the size and type specified will be measured by the linear foot of pipe installed

complete in place and accepted. Measurement will be along the centerline of pipe and fittings.

Water main used to replace hydrant tees will not be measured for separate payment.

Ductile iron bends, tees, offsets, plugs and other such fittings of the size and type specified will

be measured by the unit of the particular type and size complete and accepted.

Gate valves of the size and type specified will be measured by the unit of the particular size

complete in place and accepted, including connecting sleeves, valve box and extension stem, if

required.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-153

Butterfly valves of the size and type specified will be measured by the unit of the particular size

complete in place and accepted, including connecting sleeves, valve box and extension stem, if

required.

Tapping sleeves and valves of the size and type specified will be measured by the unit of the

particular size complete in place and accepted, as described in the pertinent section of these

Specifications.

Cutting and capping of existing water mains that are to remain in service shall be measured by

the unit and shall be the actual number of water mains excavated, cut, capped, backfilled and

accepted.

Concrete thrust blocks will be measured by the actual cubic yards of concrete placed in

accordance with the plans and these Specifications. Thrust blocks to be measured for payment

include only those placed at bends, tees and capped/plugged ends of live mains. Thrust blocks

for temporary joint restraint, fire hydrants and abandonment of existing mains will not be

measured separately for payment; the cost shall be considered as included in the contract unit

price bid for “Water Main” of the size and type specified.

Permanent and temporary pavement repair will be measured for payment as described in the

pertinent section of these Specifications.

Retainer glands, push-on joint restrainers and rod-type joint restraint will not be measured

separately for payment; the cost shall be considered as included in the contract unit price bid for

“Water Main” of the size and type specified..

Sleeves for connecting new water main to existing water main will not be measured separately

for payment; the cost shall be considered as included in the contract unit price bid for “Water

Main” of the size and type specified.

Disinfection, flushing and testing of water mains and appurtenances and providing temporary

thrust restraint associated with testing will not be measured separately for payment; the cost shall

be considered as included in the contract unit price bid for “Water Main” of the size and type

specified.

Abandonment of valves will not be measured separately for payment; the cost shall be

considered as included in the contract unit price bid for “Water Main” of the size and type

specified.

Abandonment of blow-offs will not be measured separately for payment; the cost shall be

considered as included in the contract unit price bid for “Water Main” of the size and type

specified.

Removal from the job site, salvage and disposal of existing materials, as indicated on the plans or

as directed by the Engineer, will not be measured for payment; the cost shall be considered as

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-154

included in the contract unit price bid for “Water Main” of the size and type specified.

Open ends of abandoned pipelines or conduits that will not be removed from the roadway, shall

be sealed with concrete before backfilling and will not be measured for payment; the cost shall

be considered as included in the contract unit price bid for “Water Main” of the size and type

specified.

Cutting and capping of existing water mains to remain in service will be paid for at the contract

unit price each for "Cut and Cap Water Main", which price shall include excavation, cutting

existing pipe, cap, backfill, including all materials, equipment, tools, labor, and incidentals

necessary to complete the Work.

Trench excavation, backfill, filter fabric, bedding material and trench support systems will not be

measured separately for payment; the cost shall be considered as included in the contract unit

price bid for “Water Main” of the size and type specified.

Granular fill for replacement of unsuitable material within the trench excavation will be

measured for payment as described in the pertinent section of these Specifications.

Rock in trench excavation will be measured as described in the “Excavation” section of these

Technical Specifications.

Removal of existing mains, valves and valve boxes, and salvage and disposal of existing

materials as indicated on the plans, within the limits of trench excavation or where directed by

the Engineer will not be measured for payment; the cost shall be considered as included in the

contract unit price bid for “Water Main” of the size and type specified.

Pavement markings installed to replace disturbed markings will not be measured separately for

payment; the cost shall be considered as included in the contract unit price bid for “Water Main”

of the size and type specified.

“Pump Station Retrofit” shall be measured for payment by the lump sum.

PAYMENT

Furnishing and installation of water main will be paid for at the contract unit price per linear foot

for "Water Main" of the size and type specified complete in place and accepted, which price shall

include trench excavation, backfill, filter fabric, bedding material, pipe, retainer glands, push-on

joint restrainers, rod restraint, solid sleeves, temporary restraint, disinfection, flushing and

testing, and all materials, equipment, tools, labor and work incidental thereto.

Ductile iron bends, tees, offsets, and other such fittings will be paid for at the contract unit price

each for the type and size of fitting complete in place, shall include trench excavation, backfill,

filter fabric, bedding material, pipe, retainer glands, push-on joint restrainers, rod restraint, solid

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-155

sleeves, temporary restraint, testing and disinfection, and all materials, equipment, tools, labor

and work incidental thereto.

Gate valves, including connecting sleeves, extension stems and valve boxes, will be paid for at

the contract unit price each for "Gate Valve" of the particular size complete in place, shall

include trench excavation, backfill, filter fabric, bedding material, pipe, retainer glands, push-on

joint restrainers, rod restraint, solid sleeves, temporary restraint, disinfection, flushing and

testing, and all materials, equipment, tools, labor and work incidental thereto.

Butterfly valves, including connecting sleeves, extension stems and valve boxes, will be paid for

at the contract unit price each for "Butterfly Valve" of the particular size complete in place, shall

include trench excavation, backfill, filter fabric, bedding material, pipe, retainer glands, push-on

joint restrainers, rod restraint, solid sleeves, temporary restraint, disinfection, flushing and

testing, and all materials, equipment, tools, labor and work incidental thereto.

Tapping sleeves and valves will be paid for at the contract unit price each for "Tapping Sleeve

and Valve " of the particular size complete in place, and shall include trench excavation, backfill,

filter fabric, bedding material, temporary restraint, disinfection, flushing and testing, and all

materials, equipment, tools, labor and work incidental thereto.

Cutting and capping of existing water mains to remain in service will be paid for at the contract

unit price each for "Cut and Cap Water Main", which price shall include excavation, cutting

existing pipe, cap, backfill, including all materials, equipment, tools, labor, and incidentals

necessary to complete the Work.

Blow offs, including connecting sleeves, valve boxes, and MJ caps will be paid for at the

contract unit price each for "Blow Off Assembly" of the particular size complete in place, which

price shall include trench excavation, backfill, bedding material, pipe, retainer glands, rod

restraint, solid sleeves, and all materials, equipment, tools, labor and work incidental thereto.

Granular fill for replacement of unsuitable material within the trench excavation will be paid for

as described in the pertinent section of these Specifications.

Concrete for thrust blocks will be paid for as described in the pertinent section of these

Specifications.

Permanent and temporary pavement repair will be paid for as described in the pertinent section

of these Specifications.

Retainer glands, push-on joint restrainers and rod type joint restraint will be considered as

included in the contract unit price bid for “Water Main” of the size and type specified.

Connecting sleeves will be considered as included in the contract unit price bid for “Water

Main” of the size and type specified.

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-155A

Abandonment of valves will be considered as included in the contract unit price bid for “Water

Main” of the size and type specified.

Disinfection, flushing and testing of water mains and providing thrust restraint associated with

testing will be considered as included in the contract unit price bid for “Water Main” of the size

and type specified.

Removal from the job site, salvage and disposal of existing materials will be considered as

included in the contract unit price bid for “Water Main” of the size and type specified.

Trench excavation, backfill, filter fabric, bedding material and trench support systems, will be

considered as included in the contract unit price bid for “Water Main” of the size and type

specified.

Rock in trench excavation will be paid for as described in the “Excavation” section of these

Technical Specifications.

Removal of existing mains, valves and valve boxes, and salvage and disposal of existing

materials as indicated on the plans, within the limits of trench excavation or where directed by

the Engineer will be considered as included in the contract unit price bid for “Water Main” of the

size and type specified.

Open ends of abandoned pipelines or conduits that will not be removed from the roadway, shall

be sealed with concrete before backfilling and will be considered as included in the contract unit

price bid for “Water Main” of the size and type specified.

Abandonment of blow offs will be considered as included in the contract unit price bid for

“Water Main” of the size and type specified.

Pavement markings installed to replace disturbed markings will be considered as included in the

contract unit price bid for “Water Main” of the size and type specified.

Pump Station Retrofit will be paid for by the lump sum and shall include all materials,

equipment, tools, labor and incidentals to provide a complete installation.

Item No. Pay Item Pay Unit

60. 8” CLDIP Water Main Linear Foot

61. 12” CLDIP Water Main Linear Foot

62. 16” CLDIP Water Main Linear Foot

62A. 6” Gate Valve Each

63. 8” Gate Valve Each

64. 12” Gate Valve Each

65. 8” – 1/8 Ductile Iron Bend Each

WATER MAIN

TECHNICAL SPECIFICATIONS

WATER MAIN

TS-155B

66. 8” – 1/32 Ductile Iron Bend Each

67. 12” – 1/8 Ductile Iron Bend Each

68. 16” – 1/8 Ductile Iron Bend Each

69. 12” x 6” Ductile Iron Tee Each

70. 12” x 8” Ductile Iron Tee Each

71. 16” x 8” Ductile Iron Reducer Each

72. Pump Station Retrofit Each

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-156

DESCRIPTION

“Hydrant Assembly” of the type required includes the furnishing and installation of new fire

hydrant assemblies off a new water main where shown on the plans or directed by the Engineer.

It shall include, but not be limited to, trench excavation and backfill, furnishing and installation

of the hydrant lead complete with hydrant tee, thrust block, pipe, fittings, auxiliary gate valve,

mechanical joint retainer glands, push-on joint restrainers and furnishing and installation of the

hydrant with concrete masonry units, drainage stone and painting after installation.

“Hydrant Assembly with Anchor Tee and Valve” of the size and type required includes the

furnishing and installation of new fire hydrant assemblies off an existing water main by means of

installing an anchor tee and valve where shown on the plans or as directed by the Engineer. It

shall include, but not be limited to, trench excavation and backfill, furnishing and installation of

the hydrant lead complete with anchor tee and auxiliary gate valve, thrust block, pipe, fittings,

mechanical joint retainer glands, push-on joint restrainers, cutting, removal anddisposal of

existing water main, and furnishing and installation of the hydrant with concrete masonry units,

drainage stone and painting after installation.

“Hydrant Assembly with Tapping Sleeve and Valve” of the size and type required includes the

furnishing and installation of new fire hydrant assemblies off an existing water main by means of

tapping sleeve and valve where shown on the plans or as directed by the Engineer. It shall

include, but not be limited to, trench excavation and backfill, furnishing and installation of the

hydrant lead complete with tapping sleeve and auxiliary gate valve, thrust block, pipe, fittings,

mechanical joint retainer glands, push-on joint restrainers, cutting, removal and disposal of

existing water main, and furnishing and installation of the hydrant with concrete masonry units,

drainage stone and painting after installation.

“Remove Hydrant Assembly” includes the removal of existing hydrant assemblies where shown

on the plans or as directed by the Engineer. It shall include, but not be limited to, salvaging the

existing hydrant; removing the existing hydrant tee from the main and replacing with new

cement-lined ductile iron pipe connected via solid sleeves; removing the valve box from the road

and sealing the open ends of the existing hydrant lead with concrete.

“Replace Hydrant Assembly” includes the furnishing and installation of new fire hydrant

assemblies to replace existing where shown on the plans or as directed by the Engineer. It shall

include, but not be limited to, trench excavation and backfill, furnishing and installation of the

hydrant lead complete with hydrant tee, thrust block, pipe, fittings, auxiliary gate valve,

mechanical joint retainer glands, push-on joint restrainers, furnishing and installation of the

hydrant with concrete masonry unit, drainage stone and painting after installation; removing the

existing hydrant assembly and salvaging the existing hydrant.

“Relocate Hydrant Assembly” includes the removal, storage, protection, reinstallation of existing

fire hydrant assemblies on the water distribution system, drainage stone and painting after

installation.

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-157

MATERIALS

Hydrants: Hydrants shall be dry-barrel, post-type hydrants, with compression shut-

offs which open with the pressure. Hydrants shall meet the requirements

of AWWA C502. They shall have a main valve opening of 5-1/4 inches

and have a 6-inch mechanical joint inlet. Bury length shall be 5-1/2 feet.

Two 2-1/2 inch hose and one 4-1/2 inch pumper nozzles shall be provided

in standard nozzle arrangement. Outlet nozzle threads shall meet the

requirements of ANSI B26, "National Standard Fire-Hose Coupling Screw

Threads." Hydrants shall be of break flange construction, shall have 0-

ring seals and shall be right opening (clockwise) or left opening

(counter clockwise) as indicated on the plans or as directed by the

Engineer, which is dependent on where they are located in Town.

Interior and exterior coatings shall meet the requirements of the latest

revision of AWWA C502, and the color for that portion of the hydrant

above the ground line shall be as directed by the Manchester Water

Department.

In addition, that portion of each hydrant below finished grade shall be

given a coating of hot bitumastic material, equal to that used for exterior

coating of pipe and fittings, prior to installation. A drain outlet is required.

Hydrants shall be Eddy Model F-2640 manufactured by Clow

Corporation, Bensenville, Illinois, the Pacer Model WB-67 with 16”

traffic section manufactured by Waterous, South St. Paul, Minnesota, the

Metropolitan 250-Model 94 manufactured by U.S.Pipe and Foundry Co.,

Birmingham, AL., or Super Centurion 250 by Mueller Co., Decatur, IL.

Hydrants shall be installed so as to maintain an 18-inch nozzle height

above finished grade without use of extension sections.

The type of hydrant to be installed shall be determined in the field by the

Engineer.

Post Hydrant: Post hydrants shall be self-draining, non-freezing, compression type with

2-1/8" main opening. Inlet shall be 2" FNPT. Outlet nozzle shall be 2"

MNPT. Hydrants shall have a ductile iron exterior casing pipe, a

galvanized interior non-turning operating rod with a heavy wall cast iron

top stock and a bolted breakaway flange. Principal interior operating parts

shall be brass, bronze and aluminum and shall be removable for servicing

without excavating the hydrant. Bury depth shall be 5’-6”. Hydrant shall

be set in 4 cubic feet of crushed stone to allow for proper drainage of the

hydrant. Hydrant shall be equipped with cross connection prevention and a

locking feature. Hydrants shall be #2 Eclipse Post Hydrant as

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-158

manufactured by John C. Kupferle Company, St. Louis, MO or approved

equal.

Ductile Iron Pipe: Ductile iron push-on joint pipe shall meet the requirements specified in the

pertinent section of these Technical Specifications.

Fittings: Mechanical joint fittings, exterior and interior coatings, and valve boxes

shall meet the requirements specified in the pertinent section of these

Technical Specifications.

Anchor Tee: Mechanical joint anchor tees shall be used to connect the hydrant lead to

the water main.

Auxiliary Gate All auxiliary gate valves shall be resilient wedge gate valves and shall

Valves: meet the requirements specified in the pertinent section of these Technical

Specifications. Auxiliary gate valves shall be right opening (clockwise)

or left opening (counterclockwise) as indicated on the plans or as

directed by the Engineer, which is dependent on where they are

located in Town.

Tapping Sleeves All tapping sleeve and valve configurations and installations shall meet the

and Valves: requirements specified in the pertinent section of these Technical

Specifications.

Hydrant Paint: Paint for hydrants shall be high performance industrial coating alkyd

enamel. Paint shall have a high gloss finish. Paint colors shall be Fire

Hydrant Red (245385) for left-opening (counter clockwise) hydrants or

Yellow (245488) for right-opening (clockwise) hydrants as manufactured

by Rust-Oleum Corporation or approved equal. Surface preparation and

paint application after hydrant installation shall be in accordance with the

manufacturer’s recommendations.

Concrete: Concrete shall meet the requirements of Section M.03.01 of Form 816 for

Class "A." Precast concrete masonry units shall meet the requirements of

ASTM C139.

Bedding Material: Three-quarter inch crushed stone shall meet the gradation requirements

specified for stone and gravel in Section M.01.01 of Form 816.

Joint Restraint: Mechanical joint retainer glands and push-on joint restrainers shall meet

the requirements specified in the pertinent section of these Technical

Specifications.

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-159

Connecting Sleeves: Sleeves for connecting new water mains to existing water mains shall be

as described in the pertinent section of these Technical Specifications.

CONSTRUCTION DETAILS

Trench excavation and backfill, installation of water main and appurtenances, testing,

disinfection, pavement repair and surface restoration will be carried out as defined in the

pertinent sections of these Technical Specifications.

Fire hydrants shall be provided and located as shown on the plans or as directed by the Engineer.

Installation shall be as detailed on the plans and as defined in these Technical Specifications.

Hydrants shall stand plumb with the center a minimum of 2’-6” from the face of curb or edge of

road. Hydrant nozzles shall be parallel with, or at right angles to the road, with the pumper

nozzle facing the road. Hydrants shall be set to the established grade with a 5-1/2 foot bury and

with nozzles 18 inches above the ground or as directed by the Engineer without the use of

extension sections. It is the Contractor’s responsibility to ensure final nozzle height is based on

the finished grades shown on the plans and shall request clarification from the Engineer if

proposed grades are unclear.

A mechanical joint offset or two 1/8 bends shall be utilized in the hydrant lead to achieve the

proper grade of the fire hydrant when the depth of the water main does not permit these

requirements to be met using only straight pipe. Offset or bends shall be located as close to the

auxiliary gate valve as field conditions permit.

Auxiliary gate valves shall be set in accordance with the requirements of the pertinent section of

these Technical Specifications. Depth of bury shall be as shown on the plans.

Tapping sleeve and auxiliary gate valves shall be installed in accordance with requirements of

the pertinent section of these Technical Specifications.

All mechanical joints in hydrant leads shall have ductile iron retainer glands.

All push-on joints in hydrant leads shall have push-on joint restrainers.

A poured concrete thrust block shall be provided behind the hydrant. The thrust block shall rest

against undisturbed earth and shall not obstruct the hydrant drain.

A concrete collar shall be poured around the hydrant barrel as indicated on the plans.

The Contractor shall place and secure a burlap bag or plastic bag over each new hydrant

indicating the hydrant is “out-of service” and shall be responsible for maintaining this

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-160

identification until the hydrant is put into service, at which time the cover shall be removed and

disposed of.

All existing hydrants that are removed or replaced shall be salvaged. The hydrants shall be

delivered to the Water Department facilities on Line Street, Manchester. The Contractor shall be

responsible for properly unloading all salvaged materials.

Where the plans call for existing hydrants to be removed (but not replaced), the existing hydrant

shall be salvaged and the existing hydrant tee shall be removed from the main and replaced with

new cement-lined ductile iron pipe connected to the existing main using solid sleeves. The valve

box shall be removed from the road and the open ends of the existing hydrant lead shall be sealed

with concrete.

Where the plans call for existing hydrants to be replaced, the existing hydrant shall be salvaged

and the existing hydrant tee shall be removed from the main. The existing hydrant assembly shall

be replaced with a new hydrant assembly in accordance with the provisions of this section.

Where excavations are to be made in grass covered areas, loam and topsoil shall be carefully

removed and separately stored to be used again. If the Contractor prefers not to separate surface

materials he shall furnish, as directed by the Engineer, loam and topsoil at least equal in quality

to that excavated.

Hydrants shall be painted after installation entirely red or yellow based on the opening direction

as specified herein.

MEASUREMENT

“Hydrant Assembly”, “Hydrant Assembly with Tapping Sleeve and Valve” and “Hydrant

Assembly with Anchor Tee and Valve” will be measured as units, of the particular type,

complete and accepted. Measurement shall be from and inclusive of the tee (or tapping sleeve

and valve) at the water main to back of the hydrant. Units measured under this item shall include

the installation of new hydrant assemblies only.

“Remove Hydrant Assembly” will be measured as units, complete and accepted. Units shall be

measured under this item only when a new hydrant assembly is not being installed at the location

of the existing hydrant assembly. When an existing hydrant to be removed is located within the

trench excavation limits of a new hydrant assembly, the removal of the existing hydrant

assembly will not be measured for payment, but its costs shall be considered as included in the

bid price for “Replace Hydrant Assembly”.

“Replace Hydrant Assembly” as indicated on the Plan will be measured as units, complete and

accepted. This shall include both the removal of existing hydrant assembly and the installation of

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-161

a new hydrant assembly. Measurement shall be from and inclusive of the tee (or tapping sleeve

and valve) at the water main to the back of the hydrant.

“Relocate Hydrant Assembly” as indicated on the Plan will be measured as units, complete and

accepted. This shall include both the removal of existing hydrant, storage, protection and

reinstallation of the existing hydrant assembly. Measurement shall be from and inclusive of the

nearest fitting on the water main to the back of the hydrant.

Excavation, backfill, storage, protection, salvage and delivery of existing hydrants,

removal/disposal of existing materials (i.e. pipes, tees, valve boxes, hydrant leads etc.),

abandonment of existing hydrant leads, thrust blocks, connecting sleeves, nipple pieces, retainer

glands, push-on pipe joint restrainers, rod type joint restraint, hydrant tees, bends, offsets,

hydrant leads, hydrant gate valves, concrete collars and other appurtenances will not be

measured separately for payment but the cost shall be considered as included in the price bid for

the Work.

Surface restoration will be measured for payment as described in the pertinent section of these

Technical Specifications.

PAYMENT

“Hydrant Assembly” will be paid for at the contract unit price each for "Hydrant Assembly”

installed off a new water main, of the particular type completed and accepted, which price shall

include trench excavation, backfill, removal, furnishing, installation of hydrant tee, hydrant gate

valve and valve box, the hydrant lead and hydrant, offset (Type B Hydrant Assembly), 1/8 bends

(Type C Hydrant Assembly), mechanical joint retainer glands, push-on pipe joint restrainers,

drainage stone, thrust block, concrete collar, as well as testing and disinfection, including all

materials, equipment, tools, labor and incidentals necessary to complete the Work.

“Hydrant Assembly with Anchor and Valve” will be paid for at the contract unit price each for

"Hydrant Assembly with Anchor Tee and Valve” of the size and type required installed off an

existing water main, completed and accepted, which price shall include trench excavation,

backfill, removal, furnishing, installation of anchor tee and valve, valve box, the hydrant lead

and hydrant, offset (Type B Hydrant Assembly), 1/8 bends (Type C Hydrant Assembly),

mechanical joint retainer glands, push-on pipe joint restrainers, drainage stone, thrust block,

concrete collar, as well as testing and disinfection, including all materials, equipment, tools,

labor and incidentals necessary to complete the Work.

“Hydrant Assembly with Tapping Sleeve and Valve” will be paid for at the contract unit price

each for "Hydrant Assembly with Tapping Sleeve and Valve” of the size and type required

installed off an existing water main, completed and accepted, which price shall include trench

excavation, backfill, removal, furnishing, installation of tapping sleeve and valve, valve box, the

hydrant lead and hydrant, offset (Type B Hydrant Assembly), 1/8 bends (Type C Hydrant

HYDRANT ASSEMBLY Rev. Addendum No. 1 7-29-16

TECHNICAL SPECIFICATIONS

HYDRANT ASSEMBLY

TS-162

Assembly), mechanical joint retainer glands, push-on pipe joint restrainers, drainage stone, thrust

block, concrete collar, as well as testing and disinfection, including all materials, equipment,

tools, labor and incidentals necessary to complete the Work.

“Remove Hydrant Assembly” will be paid for at the contract unit price each for "Remove

Hydrant Assembly" complete and accepted, which price shall include trench excavation, backfill,

removal, salvage and delivery of existing hydrant, removal/disposal of existing materials (i.e.

tees, valve boxes, hydrant leads, etc.), furnishing and installation of replacement pipe, solid

sleeves, retainer glands, thrust restraint, testing and disinfection, including all materials,

equipment, tools, labor and work incidental. When an existing hydrant to be removed is located

within the trench excavation limits of a new hydrant assembly, the removal of the existing

hydrant assembly will not be paid for separately; the cost shall be considered as included in the

bid price for “Replace Hydrant Assembly”.

“Replace Hydrant Assembly” will be paid for at the contract unit price each for “Replace

Hydrant Assembly” complete and accepted, which price shall include trench excavation, backfill,

removal, salvage and delivery of existing hydrants, removal/disposal of existing materials (i.e.

tees, valve boxes, hydrant leads, etc.), furnishing and installation of new hydrant tee, hydrant

gate valve and valve box, the hydrant lead and hydrant, offset (Type B Hydrant Assembly), 1/8

bends (Type C Hydrant Assembly), mechanical joint retainer glands, push-on pipe joint

restrainers, drainage stone, thrust block, concrete collar, as well as testing and disinfection,

including all materials, equipment, tools, labor and incidentals necessary to complete the Work.

“Relocate Hydrant Assembly” will be paid for at the contract unit price each for “Relocate

Hydrant Assembly” complete and accepted, which price shall include trench excavation, backfill,

removal, storage, protection and reinstallation of existing hydrants, removal/disposal of existing

materials (i.e. tees, valve boxes, hydrant leads, etc.), replacing or adjusting the nearest existing

fitting, furnishing and installing mechanical joint retainer glands, push-on pipe joint restrainers,

drainage stone, thrust block and concrete collar as required, as well as testing and disinfection,

including all materials, equipment, tools, labor and incidentals necessary to complete the Work.

Item No. Pay Item Pay Unit

73. Post Hydrant Assembly Each

74. Hydrant Assembly with Tapping Sleeve and Valve Each

MODIFY TRAFFIC SIGNAL

TECHNICAL SPECIFICATIONS

MODIFY TRAFFIC SIGNAL

TS-285

DESCRIPTION

“Modify Traffic Signal” shall consist of the modification of the existing traffic control signal at

Charter Oak Street as shown on the Plan and as specified herein.

MATERIALS

All work shall conform with Form 816 and attached Special Provisions.

CONSTRUCTION DETAILS

All work shall conform with Form 816 and attached Special Provisions.

MEASUREMENT AND PAYMENT

“Modify Traffic Signal” will be measured for payment by the lump sum. The Contractor shall

submit a schedule of values to the Engineer for approval based upon the different items

associated with this work for partial payment purposes. The lump sum unit price shall include

all materials, labor, equipment, tools and incidentals required for the work shown and necessary

to install a complete system as shown on the Plans. It includes all work shown on the Plan

associated with the signal modification.

Item No. Pay Item Pay Unit

100. Modify Traffic Signal Lump Sum

Rev. Date 2/00 Page 1 of 1

ITEM #1008908A

ITEM# 1008908A - CLEAN EXISTING CONDUIT

Description: Clean existing conduit as required, as shown on the plans or as directed by the Engineer to

remove dirt and debris to facilitate the installation of new cable.

Construction Methods: Where cable is to be installed in existing conduit the conduit may have to be cleared prior to the

installation. Cleaning will only be necessary if the new cable cannot be easily installed in the existing

conduit. By field inspection, and with the concurrence of the Engineer, determine the sections of conduit

that require cleaning.

Remove all existing cable from conduit. Install temporary cable elsewhere, as necessary, to

maintain normal signalization complete with vehicle & pedestrian detection, EVPS, and coordination.

Clean the conduit by one of the following methods:

1) Rodding.

2) A high pressure jet spray, or air pressure.

3) By pulling a mandrel or ball through the conduit.

Submit in writing the anticipated method of cleaning the conduit to the Engineer for approval

prior to cleaning any conduit.

If the conduit is found damaged to any extent that the cleaning process will not clear the

obstruction, it will be the judgment of the Engineer whether to replace the entire conduit run or excavate

and replace only the damaged section.

If the existing conduit is found to be missing hardware such as bonding bushings and bond wire,

the missing material shall be provided and installed under this item prior to installation of the cable.

TS-286

Rev. Date 2-14 1 of 1

ITEM #1010060A

ITEM #1010060A – CLEAN EXISTING CONCRETE HANDHOLE

DESCRIPTION:

Clean all debris from an existing concrete handhole where shown on the plans or as

directed.

MATERIAL:

Insulated Bonding Bushings:

Specification Grade

Threaded

Malleable Iron or Steel

Galvanized

UL listed

Bonding Wire:

M.15.13

Grout:

M.03.05

CONSTRUCTION METHODS:

Remove to a level even with the bottom of the handhole all sand, silt and other debris.

Remove any material that is accessible from the ends of conduit. Additional conduit cleaning

will be paid for under Item 1008908A-Clean Existing Conduit. Place approximately 4” (100) of

¾” (19) crushed stone in bottom of handhole using care not to allow crushed stone to enter

conduits. Grout around conduits to prevent future entrance of dirt and silt. Properly dispose all

removed debris. Inspect bonding bushings. Tighten loose bushings. Secure loose bond

connections. Install new bonding bushings on spare conduits and bond to other conduits.

TS-287

Rev. Date 6-15 1 of 1

ITEM #1002291A

ITEM #1002291A - MODIFICATION OF TRAFFIC CONTROL

FOUNDATION

Description: This item shall consist of modifying existing traffic control foundation of the type specified at the locations shown on the plans or as directed by the Engineer and in conformity with these special provisions. Materials: Concrete replacement shall be Class "A" concrete conforming to Section M.03 and for Rigid Metal Conduit, Article M.15.09. Concrete bonding compound shall be of an approved type as directed by the Engineer. Construction Methods: All work shall be in accordance with the following procedure or as directed by the Engineer. a) Remove concrete foundation by cutting, chiseling or any other method approved by the

Engineer as required to install new conduit sweeps. b) Position new conduit sweeps, and apply an approved concrete bonding compound on

the exposed concrete surfaces as recommended by the manufacturer. c) Forms shall be positioned so that all existing exposed foundation at grade level or above

will be matched. All work shall be in accordance with Section 6.01. d) Allow concrete to cure and backfill as indicated on the details. When all conduits, existing and new, are used, one additional 50mm (2”) rigid metal conduit sweep shall be installed as a spare. Existing conduits that will be abandoned shall be cut and capped approximately two feet from the foundation. Surfaces, new and existing, of a foundation which is modified, shall be "Grout

Clean-Down Finish" as described in Section 6.01.

Where a foundation is modified within or adjacent to a concrete sidewalk, unless

otherwise directed by the Engineer, the entire section of sidewalk shall be replaced in accordance

with Section 9.21.

TS-288

Rev. Date 12-14

1 of 4

ITEM #1105301A

ITEM #1105301A - 1 WAY, 3 SECTION PEDESTAL MOUNTED

TRAFFIC SIGNAL

Article 11.05.03 – Construction Methods:

Add the following paragraph:

Circular indications that have an identification mark (such as an arrow) on the top of the lens shall be installed with that mark at the 12 o-clock position.

Article M.16.06 - Traffic Signals

Sub Article 3 - Housing:

In the last sentence, between the words “housing” and “shall” add “and all internal

hardware”.

Add the following after the last paragraph.

Each section of the housing shall be provided with a removable visor. The visor shall be

the cap type, unless otherwise noted on the plan. The visor shall be a minimum .05 inch (.13

mm) thick. The visor shall be the twist on type and secured to the signal by four equidistant flat

tabs screwed to the signal head.

Sub Article 4 - Brackets:

Add the following at the end of the last paragraph:

Install a 2” wide yellow retroreflective strip (Type IV sheeting) along the perimeter of the

face of the backplate.

Delete Sub Article 5 - Optical Unit and Sub Article 6 – Lamp Socket and replace with the

following:

Optical Unit, Light Emitting Diode:

(a) General:

Only Optical Units that meet the requirements contained herein supplied by the below

manufacturers that have been tested by the Department’s Signal Lab will be accepted. Final

approval for model numbers will be done at the time of the catalog cut submittals.

Duralight GE Lighting Solutions

TS-289

Rev. Date 12-14

2 of 4

ITEM #1105301A

Trastar, Inc. Corporate Headquarters

860 N. Dorothy Dr., Suite 600 1975 Noble Road Building 338E

Richardson, TX 75081 East Cleveland, OH 44112-6300

Dialight Leotek

1501 Route 34 South 726 South Hillview Drive

Farmingdale, NJ 07727 Milpitas, CA 95035

The materials for Light Emitting Diode (LED), Optical Unit, circular and arrow, shall conform to

the following:

• The ITE Performance Specification for Vehicle Traffic Control Signal Heads – Light

Emitting Diode (LED) Circular Signal Supplement for circular indications dated June 27,

2005.

• The ITE Performance Specification for Vehicle Traffic Control Signal Heads – Light

Emitting Diode (LED) Vehicle Arrow Traffic Signal Supplement for arrow indications

dated July 1, 2007.

Section 4, Adjustable Traffic Signals and General Housing sections of the Department of

Transportation Functional Specifications for Traffic Control Equipment, current edition

governs. Where the Department of Transportation Functional Specifications conflict with this

Special Provision or the 2005/2007 ITE Performance Specifications, this Special Provision and

the 2005/2007 ITE Performance Specifications shall govern.

The Optical Unit shall have an Incandescent look and be made up of a smooth surfaced outer shell, multiple LED light sources, a filtered power supply and a back cover, assembled into a sealed unit. The Optical Unit shall be certified as meeting the 2005/2007 ITE Specifications by Intertek Testing Services, Inc. (ITSNA, formerly ETL) or another organization currently recognized by the Occupational Safety and Health Administration (OSHA) as a Nationally Recognized Testing Laboratory (NRTL.) The Optical Unit shall perform to the requirements of the ITE Specification for a minimum of 60 months.

A “Swing Test” will be performed by the Department to ensure no significant dimming or blanking occurs, until the lamp is obscured by the visor. All L.E.D Lamps will be subjected to further field testing for reliable operation.

The Arrow Optical Unit shall be “Omni-Directional” so that it may be oriented in a right, left or

straight configuration without degradation of performance.

(b) Electrical Requirement: Operating voltage: 80 to 135 Volts AC with cutoff voltage (no visible indication) below 35Volts AC.

TS-290

Rev. Date 12-14

3 of 4

ITEM #1105301A

Power requirements:

Circular Indications: 12”, (300 mm) – no more than 16 Watts

Circular Indications: 8”, (200mm) - no more than 16 Watts

Arrows Indications: 12”, (300mm) - no more than 16 Watts

Power Supply: Fused and filtered to provide excess current protection and over voltage protection from electrical surges and transient voltages. (c) Photometric Requirement: Beam Color: Meet 2005/2007 ITE Specifications (d) Mechanical Requirements: Diameter: The Circular Optical Unit shall fit into standard 12” (300mm) or 8” (200mm) housing. The Arrow Optical Unit shall fit 12” (300mm) housings only. Enclosure: UV (Ultraviolet) stabilized polycarbonate back cover. Clear lens cover for all Red, Yellow and Green Circular Optical Units. For Arrow Optical Units the arrow indication segment of the lens shall be clear. Enclosure sealed and waterproofed to eliminate dirt contamination and be suitable for installation in all weather conditions. Clearly mark on the housing the following information:

• Manufacturer & model number

• Date of manufacture (must be within one year of installation)

The model number shall end with the number of LEDs used to comprise the unit as the last digits of the model number. Example, if the unit comprised of 3 LEDs and the model is x12y, then the new model number shall read x12y3. Operating temperature: Meet 2005/2007 ITE Specification Wiring: L.E.D. lamps shall have color coded 16 AWG wires for identification of heads as follows:

RED L.E.D. Lamps RED with WHITE neutral

YELLOW L.E.D. Lamps YELLOW with WHITE neutral

GREEN L.E.D. Lamps GREEN or Brown with WHITE neutral

RED L.E.D. ARROWS RED/WHITE with WHITE neutral

YELLOW L.E.D. ARROWS YELLOW/WHITE with WHITE neutral

TS-291

Rev. Date 12-14

4 of 4

ITEM #1105301A

GREEN L.E.D. ARROWS GREEN/WHITE or BROWN/WHITE with WHITE neutral

GREEN/YELLOW LE.D ARROWS GREEN/WHITE or BROWN/WHITE, YELLOW/WHITE, with WHITE

neutral

Wires shall be terminated with a Block Spade, 6-8 stud/ 16-14 wire size.

All Circular Optical Units shall be supplied with a minimum 40” pigtail and all Arrow

Optical Units Supplied with a minimum 60” pigtail.

Sub Article 9 - Painting: Third coat: Replace the first two sentences with the following: All brackets and hardware shall be painted yellow by the manufacturer. The color shall be No. 13538, Federal Standard No. 595. At intersections at Merritt Parkway interchanges, all brackets and hardware shall be painted dark green by the manufacturer. The color shall be No. 14056, Federal Standard No. 595.

TS-292

Rev. Date 3-131 of 2

ITEM #1106001A, #1106003A

ITEM#1106001A- 1 WAY PEDESTRIAN SIGNAL POLE MOUNTED

ITEM#1106003A- 1 WAY PEDESTRIAN SIGNAL PEDESTAL MOUNTED

Section 11.06.02 Pedestrian Signal, Materials

Section M.16.07 C. Optical Unit

Delete 2. LED: and replace with the following:

General Meet requirements of current MUTCD Section 4E. Meet current ITE specifications for Pedestrian Traffic Control Signal Indications -

(PTCSI) Part 2: Light Emitting Diode (LED). Meet CT DOT, 2008 - 2010 Functional Specifications for Traffic Control Equipment;

Section 5D, LED Pedestrian Signal with Countdown Timer. Meet EPA Energy Star® requirements for LED Pedestrian Signal Modules.

Operational Countdown display only during the flashing Pedestrian Clearance (Ped Clr) Interval.

Timer goes blank at end of flashing ped clr even if countdown has not reached zero.

Physical Sealed optical module to prevent entrance of moisture and dust. Self-contained optical module, including necessary power supplies. Designed to securely fit into standard housing without the use of special tools or

modifications to the housing. Identification information on module: manufacturer’s name, model number, serial

number, and date code.

Optical Multiple LED sources; capable of partial loss of LED’s without loss of symbol or

countdown message. Two complete self contained optical systems. One to display the walking person

symbol (walk) and the hand symbol (don’t walk). One to display the countdown timer digits.

Visual Image similar to incandescent display; smooth, non-pixilated. Symbol and countdown digit size as shown on the plan. Solid hand/person symbol; outline display not allowed. Overlaid hand/person symbols and countdown digits arranged side by side. Countdown digit display color: Portland Orange in accordance with ITE requirements. Countdown digits comprised of two seven segments, each in a figure 8 pattern. Photometric Requirements: Luminance, Uniformity, and Distribution in accordance

with ITE requirements. Color Uniformity in accordance with ITE requirements. Blank–Out design; symbols and digits illegible even in direct sunlight when not

illuminated.

TS-293

Rev. Date 3-132 of 2

ITEM #1106001A, #1106003A

Electrical Operating voltage: 89 VAC to 135 VAC. Low Voltage Turn-Off: 35 VAC. Turn-On and Turn-Off times in accordance with ITE specifications. Combined Hand – Countdown Digits wattage: > 20 Watts. Input impedance at 60 Hertz sufficient to satisfy Malfunction Management Unit

(MMU) requirements. Two separate power supplies. One to power the walking person symbol. One to power

the hand symbol and the countdown digits. Meet Federal Communication Commission (FCC) regulations concerning electronic

noise. Filtered and protected against electrical transients and surges.

Warrantee Five years from date ownership is accepted.

Section M.16.07 F. Painting:

Third coat: Replace the first two sentences with the following:

All brackets and hardware shall be painted yellow by the manufacturer. The color shall be No. 13538, Federal Standard No. 595.

At intersections at Merritt Parkway interchanges, all brackets and hardware shall be painted dark green by the manufacturer. The color shall be No. 14056, Federal Standard No. 595.

TS-294

Rev. Date 1-11 1 of 4

ITEM #1111401A, 1111451A

ITEM #1111401A - LOOP VEHICLE DETECTOR

ITEM #1111451A - LOOP DETECTOR SAWCUT

Replace Section 11.11, LOOP VEHICLE DETECTOR AND SAWCUT, with the following:

11.11.01 – Description:

1. Furnish and install a loop vehicle detector amplifier. 2. Sawcut pavement. Furnish and install loop detector wire in sawcut. 11.11.02 – Materials:

Article M.16.12

M.16.12 - LOOP VEHICLE DETECTOR AND SAWCUT 1. Loop Vehicle Detector:

• Comply with National Electrical Manufacturers Association (NEMA) standards, Section

6.5, Inductive Loop Detectors.

• Comply with the current CT DOT Functional Specifications for Traffic Control Equipment,

Section 3 B, Loop Vehicle Detector with Delay/Extend Option.

2. Sawcut: (a) Wire in sawcut:

• International Municipal Signal Association (IMSA) Specification 51-7, single conductor cross-linked polyethylene insulation inside polyethylene tube.

• # 14 AWG (b) Sealant:

(1) Polyester Resin Compound • Two part polyester which to cure, requires a liquid hardener. • Use of a respirator not necessary when applied in an open air environment. • Cure time dependent on amount of hardener mixed. • Flow characteristics to guarantee encapsulation of loop wires. • Viscosity: 4000 CPS to 7000 CPS at 77 degrees Fahrenheit (25

o C).

• Form a tack-free skin within 25 minutes and full-cure within 60 minutes at 77 degrees Fahrenheit (25

o C).

• When cured, resist effects of weather, vehicular abrasion, motor oil, gasoline, antifreeze, brake fluid, de-icing chemicals, salt, acid, hydrocarbons, and normal roadway encounters.

• When cured, maintain physical characteristics throughout the ambient temperature ranges experienced within the State of Connecticut.

• When cured, bonds (adheres) to all types of road surfaces. • Weight per Gallon (3.8 l): 11 lbs ±1 lb (5kg ± .45kg)

TS-295

Rev. Date 1-11 2 of 4

ITEM #1111401A, 1111451A

• Show no visible signs of shrinkage after curing. • 12 month shelf life of unopened containers when stored under manufacturers

specified conditions. • Cured testing requirements:

• Gel time at 77 degrees F (25° C): 15 - 20 minutes, ASTM C881, D-2471 • Shore D Hardness at 24 hours: 55-78, ASTM D-2240 • Tensile Strength: > 1000 psi (6895 kPa), ASTM D-638 • Elongation: 18 - 20 %, ASTM D-638 • Adhesion to steel: 700 - 900 psi (4826 - 6205 kPa), ASTM D-3163 • Absorption of water, sodium chloride, oil, and gasoline: < 0.2%, ASTM D-570

• Include in the Certificate of Compliance: • Manufacturer’s confirmation of the uncured and cured physical properties

stated above. • Material Safety Data Sheet (MSDS) stating sealant may be applied without a

respirator in an open air environment. • Designed to allow clean-up without the use of solvent that is harmful to the workers

and the environment.

(2) Elasotmeric Urethane Compound: • One part urethane which to cure, does not require a reactor initiator, or a source of

thermal energy prior to or during its installation. • Use of a respirator not necessary when applied in an open air environment. • Cure only in the presence of moisture. • Flow characteristics to guarantee encapsulation of loop wires. • Viscosity such that it does not run out of the sawcut in sloped pavement during

installation; 5000 CPS to 85,000 CPS. • Form a tack-free skin within 24 hours and 0.125 inch (0.33mm) cure within 30 hours at

75 degrees Fahrenheit (24o C).

• When cured, resist effects of weather, vehicular abrasion, motor oil, gasoline, antifreeze, brake fluid, de-icing chemicals, salt, acid, hydrocarbons, and normal roadway encounters.

• When cured, maintain physical characteristics throughout the ambient temperature ranges experienced within the State of Connecticut.

• Show no visible signs of shrinkage after curing. • Shelf life when stored under manufacturers specified conditions:

• Caulk type cartridges: minimum 9 months • Five gallon containers: minimum 12 months

• Designed for application when the pavement surface temperature is between 40 and 100 degrees Fahrenheit (4

o and 38

o C).

• Uncured testing requirements: • Weight/Gallon: ASTM D-1875 • Determination of Non-volatile Content: ASTM D-2834 • Viscosity: ASTM D-1048B • Tack-free Time: ASTM D-1640

• Cured testing requirements: • Hardness: ASTM D-2240 • Tensile Strength & Elongation: ASTM D-412A

• Include in the Certificate of Compliance: • Manufacturer’s confirmation of the uncured and cured physical properties

stated above. • Material Safety Data Sheet (MSDS) stating sealant may be applied without a

respirator in an open air environment.

TS-296

Rev. Date 1-11 3 of 4

ITEM #1111401A, 1111451A

• Designed to allow clean-up without the use of solvent that is harmful to the workers and the environment.

3. Miscellaneous:

(a) Liquidtight Flexible Nonmetallic Conduit • UL listed for direct burial • UL 1660 • Smooth polyvinyl chloride inner surface

(b) Water Resistant Pressure Type Wire Connector

• Ul listed for direct burial and wet locations • UL 486D

11.11.03 - Construction methods:

1. Loop Vehicle Detector

• Shelf-mount the detector amplifier in the controller cabinet. • Terminate the harness conductors with crimped spade connectors. Connect conductors to

appropriate terminals, eg, black wire to 110vac, white wire to 110vac neutral. • Tie loop harness and conductors to controller cabinet wiring harness. Leave enough slack in

loop harness so that amplifier may be moved around on cabinet shelf; ± 2 feet (0.6 meter) slack.

• Attach a loop identification tag to the harness. Record pertinent detector information on the tag with indelible ink. See example below.

o Loop No.: D4 o Phase Call: Phase 4 o Field Location: Rt. 411(West St.) o Eastbound, Left Lane o Detector No.: 4 o Cabinet Terminals: 234, 235

2. Loop Detector Sawcut

• Loop size, number of turns, and location is shown on the intersection plan. • Do not cut through a patched trench, damaged or poor quality pavement without the approval

of the Engineer. • Wet-cut pavement with a power saw using a diamond blade ⅜ inch (9.5mm) wide. Dry-cut is

not allowed. • Ensure slot depth is between 1 ¾ inch to 2.0 inch (45mm to 50mm). • Overlap corners to ensure full depth of cut. • To prevent wire kinking and insulation damage, chamfer inside of corners that are ≤ 120

degrees. • Clean all cutting residue and moisture from slot with oil-free compressed air. Ensure slot is

dry before inserting wire and sealing sawcut. • Cut home-run, from loop to curb or edge-of-road, as shown on the typical installation sheet. • To prevent cross-talk and minimize electrical interference, twist home-run wires, from edge

of road to handhole, with at least 5 turns per foot (16 turns per meter). Tape together twisted home-run wires at 2 foot (0.6 meter) ± intervals.

• In new or resurfaced pavement, install loops in the wearing course. If the wearing course is not scheduled for immediate placement (within 24 hours) after the base course, provide temporary detection when directed by the Engineer. Temporary detection may be sawcut

TS-297

Rev. Date 1-11 4 of 4

ITEM #1111401A, 1111451A

loops, preformed loops, microwave sensor, video, or other method approved by the Engineer.

• Splice(s) not allowed anywhere in loop wire either in loop or in home-run. • Ensure wires are held in place at bottom of slot by inserting at 2 foot (0.6 m) intervals, 1 inch

sections of foam backer rod or wedges formed from 1 inch (25mm) sections of the polyethylene tubing. Loop detectors with wires that have floated to the top of the sealant will not be accepted.

• To create a uniform magnetic field in the detection zone, wind adjacent loops in opposite directions.

• Use polyester compound as the sealant unless another type is allowed by the Engineer. • Mix hardening agent into polyester resin with a power mixer or in an application machine

designed for this type of sealant in accordance with the manufacturer’s instructions. • Apply the loop sealant in accordance with the manufacturer’s instructions and the typical

installation sheet. Do not apply sealant when pavement temperature is outside the manufacturers recommended application range.

• Solder splice the loop wires to the lead-in cable and install water resistant connector as shown on the typical installation sheet.

• Test the loop circuit resistance, inductance, and amplifier power-interruption as shown on the typical installation sheet. Document all test results.

3. Damaged, Patched, or Excessively Worn Pavement

• Where the existing pavement is damaged, patched or excessively worn and is found to be not suitable for reliable loop detection, notify the Engineer.

• When directed by the Engineer, remove and replace an area of pavement to allow the proper installation of the loop.

• Remove a minimum of 3 inches (75mm) depth. • Comply with the applicable construction methods of Section 2.02 Roadway Excavation,

Formation Of Embankment and Disposal of Surplus Material, and Section 4.06 Bituminous Concrete, such as:

o Cut Bituminous Concrete o Material for Tack Coat o Bituminous Concrete Class 1

4. Re-surface/Overlay Project

• Prior to disconnecting the existing loop confirm that the amplifier is operating properly and is programmed according to plan. Document loop operation. Report any discrepancies and malfunctions to Engineer.

• Remove all abandoned sawcut home-run wire from handhole. • Sawcut new loop according to plan. • Solder splice new loop wires to the existing lead-in cable and install new water resistant

twist connectors as shown on the typical installation sheet. Do not re-use the removed connectors.

• Test the loop circuit resistance and inductance. Document results. • Ensure the existing loop amplifier has re-tuned to the new loop and is operating according to

plan.

TS-298

Rev. Date 5-15 1 of 1

ITEM #1107007A

ITEM #1107007A - PEDESTRIAN PUSHBUTTON AND SIGN (PIEZO)

Article 11.07.05: Basis of Payment: Insert the following after the word saddle: “Extension Brackets,” Article M16.08 - Pedestrian Push Button: Delete the entire section and replace with the following: A. General

• Size and force compliant with ADA, Section 14.2.5, Crossing Controls. • Tamper-proof, and Vandal-proof, Weatherproof, Freeze-proof, Impact-resistant design and

construction. • Completely insulated to preclude electrical shock under any weather conditions. • Wire entrance through the rear. • Stainless steel mounting hardware.

B. Actuation

1. Mechanical: • Single momentary contact switch with tactile feedback. • Rated at 10 amps, 125 volts. • Normally open, closed when actuated.

2. Piezo: • Either non-movable or minimal movement (< 1/16” (1.6)) pressure activation. • Audible confirmation beep to correspond with circuit closure. • Minimum 100,000,000 actuations.

C. Housing • Die cast aluminum meeting requirements of ASTM B85. • Designed to attach 9" x 12" (230 x 300) four-hole advisory sign. • Flat back to facilitate surface mount. • Available hardware to either pedestal top-mount or pole side-mount on diameter range of

3½" (89) to 15" (380). • Available extension bracket of a size indicated on the plan – 18” maximum.

D. Finish

• Method: Either 1. Painted with 3 coats of infrared oven-baked paint before assembly.

• Primer: Baked iron oxide which meets or exceeds FS TT-P-636. • Second coat: Exterior-baking enamel, light gray, which meets or exceeds FS TT-E-

527. • Third coat: Exterior-baking enamel, which meets or exceeds FS TT-E-489.

2. Electrostatic powder coated after chemically cleaned. Article M.16.08 Painting: Third coat: Replace with the following: All brackets and hardware shall be painted yellow by the manufacturer. The color shall be No. 13538, Federal Standard No. 595. At intersections at Merritt Parkway interchanges, all brackets and hardware shall be painted dark green by the manufacturer. The color shall be No. 14056, Federal Standard No. 595.

TS-299

Rev. Date 6-15 1 of 1

ITEM #1108163A

ITEM # 1108163A - MODIFY EXISTING CONTROLLER

This item shall consist of modifying the existing traffic controller assembly to provide the revised operation as shown on the plans or as directed by the Engineer. The modification shall include, but not be limited to, revisions to the timing and sequence, cabinet wiring, coordination, pre-emption, field wiring and cabinet wiring diagrams.

MATERIAL

The material for this work shall conform to the requirements of the current edition of the Connecticut Department of Transportation Functional Specifications for Traffic Control Equipment. The material shall be compatible with the existing equipment. Any material in question shall be approved prior to installation by the Engineer or the Department of Transportation Signal Lab, 280 West Street, Rocky Hill. Contact Mr. Don Assard at (860) 258-0346 or Mr. Mark Zampini at (860) 258-0349 for approval.

CONSTRUCTION METHODS

All revisions to the cabinet wiring shall be neat and orderly. All additional wiring shall be from terminal to terminal. Splices will not be allowed. All changes, additions and deletions shall be documented, dated and drawn on the reproducible original or a reproducible copy of the original cabinet wiring diagram. Four paper copies shall be furnished to the Engineer upon completion of the revision.

TS-300

Rev. Date 4-12 1 of 3

ITEM #1118012A

ITEM#1118012A REMOVAL AND/OR RELOCATION OF TRAFFIC

SIGNAL EQUIPMENT

Section 11.18: Replace the entire section with the following: 11.18.01 – Description:

Remove all abandon traffic signal equipment. Restore the affected area. Where indicated

on the plans remove and reinstall existing traffic signal equipment to the location(s) shown. 11.18.02 – Materials:

The related sections of the following specifications apply to all incidental and additional material required for the proper relocation of existing equipment and the restoration of any area affected by this work.

• Division III, “Materials Section” of the Standard Specifications.

• Current Supplemental Specifications to the Standard Specifications.

• Applicable Special Provisions to the Standard Specifications.

• Current Department of Transportation, Functional Specifications for Traffic Control Equipment.

Article 11.18.03 - Construction Methods:

Schedule/coordinate the removal and/or relocation of existing traffic signal equipment with the installation of new equipment to maintain uninterrupted traffic signal control. This includes but is not limited to vehicle signals and detectors, pedestrian signals and pushbuttons, co-ordination, and pre-emption.

Abandoned Equipment

The contract traffic signal plan usually does not show existing equipment that will be abandoned. Consult the existing traffic signal plan for the location of abandoned material especially messenger strand, conduit risers, and handholes that are a distance from the intersection. A copy of the existing plan is usually in the existing controller cabinet. If not, a plan is available from the Division of Traffic Engineering upon request.

Unless shown on the plans it is not necessary to remove abandoned conduit in-trench and

conduit under-roadway When a traffic signal support strand, rigid metal conduit, down guy, or other traffic signal

equipment is attached to a utility pole, secure from the pole custodian permission to work on the pole. All applicable Public Utility Regulatory Authority (PURA) regulations and utility company requirements govern. Keep utility company apprised of the schedule and the nature of the work.

TS-301

Rev. Date 4-12 2 of 3

ITEM #1118012A

Remove all abandoned hardware, conduit risers, and down guys, Remove anchor rods, to 6” (150mm) below grade.

When underground material is removed, backfill the excavation with clean fill material. Compact the fill to eliminate settling. Remove entirely the following material: pedestal foundation; controller foundation; handhole; pressure sensitive vehicle detector complete with concrete base. Unless otherwise shown on the plan, remove steel pole and mast arm foundation to a depth of 2 feet (600mm) below grade. Restore the excavated area to a grade and condition compatible with the surrounding area.

• If in an unpaved area apply topsoil and establish turf in accordance with Section 9.44 and Section 9.50 of the Standard Specifications.

• If in pavement or sidewalk, restore the excavated area in compliance with the applicable

Sections of Division II, “Construction Details” of the Standard Specifications.

Relocated Equipment

In the presence of the Engineer, verify the condition of all material that will be relocated and reused at the site. Carefully remove all material, fittings, and attachments in a manner to safeguard parts from damage or loss. Replace at no additional cost, all material which becomes damaged or lost during removal, storage, or reinstallation.

Salvage Equipment

Salvage Material Stock No. Value

Aluminum Pedestal

8 foot (2.4 m)

330-16-7108

$ 100.00

All material not listed as salvage becomes the property of the Contractor. Properly handle, transport, then dispose in a suitable dump or recycle this material. Comply with all Federal and State hazardous waste laws and regulations.

In the presence of the Engineer, verify the condition and quantity of salvage material prior

to removal. After removal transport and store the material protected from moisture, dirt, and other damage. Coil and secure copper cable separate from other cable such as galvanized support strand.

Within 4 working days of removal, return the State owned salvage material to the

Department of Transportation Stores warehouse listed below. Supply all necessary manpower and equipment to load, transport, and unload the material. The condition and quantity of the material after unloading will be verified by the Engineer.

DOT Salvage Store #134 660 Brook Street

TS-302

Rev. Date 4-12 3 of 3

ITEM #1118012A

Rocky Hill, CT

Contact Materials Management Salvage Coordinator, at (860) 258-1980, at least 24 hours prior to delivery.

Municipal Owned Traffic Signal Equipment Return all municipal owned material such as pre-emption equipment to the Town.

TS-303

Rev. Date 3-161 of 1

GENERAL

NOTICE TO CONTRACTOR – SPECIAL PROVISIONS

The Contractor is hereby notified that Traffic Engineering’s Special Provisions pertaining to traffic signal equipment have been revised.

The contractor should note the changes in the following special provisions:Section 1.05 – Control of Work:

Product data sheet submission contact has changed.Section 1.08 – Prosecution and Progress-Construction w/ Closed Loop & Overlay:

Revised the number of days to contact the Traffic Signal Lab prior to work beginning.1107011A – Accessible Pedestrian Signal and Detector (Type):

Revised Basis of Payment to include “all necessary cable”.11xxxxxA – Video Detection System:

Extension Bracket – clarified attachment to span pole location.

NOTICE TO CONTRACTOR – UTILITY COMPANIES

It is understood that any references in the contract documents to Northeast Utilities, CL&P and/or Yankee Gas are meant to refer to Eversource.It is understood that any references in the contract documents to AT&T is meant to refer to Frontier Communications.

NOTICE TO CONTRACTOR – STANDARD SHEETS

The Contractor is hereby notified that Traffic Engineering’s Standard Sheets pertaining to traffic signal equipment have been revised.

The contractor should note the changes on the following sheets:

TR-1105_01 – Removed Strain Insulator.TR-1114_01 – Revised Span Wire to Wood Pole Details,

Added Bonding Attachment Details, Removed Anchor Details.

NOTICE TO CONTRACTOR – TURF ESTABLISHMENT - LAWN

The Contractor shall use turf seed mix that conforms to Article M.13.04. Refer to the special provisions contained elsewhere in this Contract.

TS-304

Rev. Date 5-161 of 1

GENERAL

SECTION 1.05 - CONTROL OF THE WORK

Article 1.05.02 - Plans, Working Drawings and Shop Drawingsis supplemented as follows:

Subarticle 1.05.02 - (2) is supplemented by the following:

Traffic Signal Items:

When required by the contract documents or when ordered by the Engineer, The Contractor shall prepare and submit product data sheets, working drawings and/or shop drawings for all traffic signal items, except Steel Span Poles and Mast Arm Assemblies when applicable, to the Division of Traffic Engineering for approval before fabrication. The packaged set of product data sheets, working drawings and/or shop drawings shall be submitted either in paper (hard copy) form or in an electronic portable document format (.pdf). The package submitted in paper form shall include one (1) set. Product data sheets shall be printed on ANSI A (8 ½” x 11”; 216 mm x 279mm; letter) sheets. Working drawings and shop drawings shall be printed on ANSI B (11” x 17”; 279 mm x 432 mm; ledger/tabloid) sheets.

Please mail to:

Traffic Electrical – Room 4307

Connecticut Department of TransportationDivision of Traffic Engineering – Electrical2800 Berlin TurnpikeP.O. Box 317546Newington, Connecticut 06131-7546

(860) 594-2791

The packaged set submitted in an electronic portable document format (.pdf) shall be in an individual file with appropriate bookmarks for each item. The electronic files for product data sheets shall be created on ANSI A (8 ½” x 11”; 216 mm x 279mm; letter) sheets. Working drawings and shop drawings shall be created on ANSI B (11” x 17”; 279 mm x 432 mm; ledger/tabloid) sheets.

Please send the pdf documents via email to:

[email protected]

TS-305

Rev. Date 5-161 of 1

GENERAL

SECTION 1.06 CONTROL OF MATERIALS

Article 1.06.01 - Source of Supply and Quality:

Add the following:

Traffic Signal Items:

For the following traffic signal items the contractor shall submit a complete description of the item, working drawings, product data sheets and other descriptive literature which completely illustrates such items presented for formal approval. Such approval shall not change the requirements for a certified test report and materials certificate as may be called for. All documents shall be submitted at one time, unless otherwise approved by the engineer.

Aluminum PedestalsRigid Metal Conduit

Traffic Signal Housings and Hardware

LED Traffic Signal Lamp UnitPedestrian Signals Housing and HardwarePedestrian Pushbuttons and Type of Sign

Loop Vehicle DetectionLoop DetectorLoop SealantLoop WireLoop Lead-in Wire

Control Cable

SECTION 1.06 CONTROL OF MATERIALS

Article 1.06.07 - Certified Test Reports and Materials Certificate.

Add the following:

1) For the materials in the following traffic signal items, a Certified Test Report will be required confirming their conformance to the requirements set forth in these plans or specifications or both. Should the consignee noted on a Certified Test Report be other than the Prime Contractor, then Materials Certificates shall be required to identify the shipment.

N/A

2) For the materials in the following traffic signal items, a Materials Certificate will be required confirming their conformance to the requirements set forth in these plans or specifications or both.

Concrete HandholeAluminum Pedestals

TS-306

Rev. Date 5-161 of 1

GENERAL

SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES

Article 1.07.13 - Contractor's Responsibility for Adjacent Property, Facilities and Services is supplemented as follows:

The following company and representative shall be contacted by the Contractor to coordinate the protection of their utilities on this project 30 days prior to the start of any work on this project involving their utilities:

Mr. Augusto GrazunaDistrict 1 Electrical SupervisorDepartment of TransportationHartford, Connecticut(860) 566-3156/[email protected]

Mr. Vasant PatelConnecticut Natural Gas76 Meadow Street, 1st FloorEast Hartford, CT 06108(860) [email protected]

Mr. Tom DerwayCox Communications, Inc.801 Parker StreetManchester, CT 06042(860) [email protected]

Mr. Patrick KearneyWater Department Administrator125 Spring Street, P.O. Box 191Manchester, CT 06045-0191(860) [email protected]

Mr. Raymond PuzemisFrontier Communications1441 North Colony Rd Meriden, CT 06045-4101(203) [email protected]

Mr. Barry LashleyEversource Energy135 New Road, MADISON AWCMadison, CT 06443(203) [email protected]

TS-307

Rev. Date 3-161 of 1

GENERAL

SECTION 1.08 - PROSECUTION AND PROGRESS

Article 1.08.03 - Prosecution of Work:

Add the following: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, or the district permit agent on permit jobs, 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 or district permit agent will notify the Division of Traffic Engineering to coordinate a field inspection of all work. Refer to Section 10.00 – General Clauses for Highway Illumination and Traffic Signal Projects, Article 10.00.10 and corresponding special provision.

TS-308

Rev. Date 1-141 of 1

GENERAL

SECTION 10.00 - GENERAL CLAUSES FOR HIGHWAY ILLUMINATION AND TRAFFIC SIGNAL PROJECTS

Article 10.00.10 Section 3. Functional Inspection, first paragraph after the 2nd sentence: Add the following:

The contractor shall have a bucket truck with crew on site during the Functional Inspection to make any necessary aerial signal adjustments as directed by the Engineer.

Article 10.00.12 - Negotiations with utility company: Add the following:

The contractor shall give notice to utility companies a minimum of 30 days prior to required work or services to the utility company. Refer to Section 1.07 – Legal Relations and Responsibilities for the list of utility companies and representatives the contractor shall use.

The Contractor shall perform all work in conformance with Rules and Regulations of Public Utility Regulatory Authority (PURA) concerning Traffic Signals attached to Public Service Company Poles. The Contractor is cautioned that there may be energized wires in the vicinity of the specified installations. In addition to ensuring compliance with NESC and OSHA regulations, the Contractor and/or its Sub-Contractors shall coordinate with the appropriate utility company for securing/protecting the site during the installation of traffic signal mast arms, span poles or illumination poles.

When a span is attached to a utility pole, the Contractor shall ensure the anchor is in line with the proposed traffic signal span wire. More than 5 degree deviation will lower the holding strength and is not allowed. The Contractor shall provide any necessary assistance required by the utility company, and ensure the anchor and guy have been installed and properly tensioned prior to attaching the span wire to the utility pole.

TS-309

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

1 CLEARING AND GRUBBING LS 1 1

2 EARTH EXCAVATION CY 1,950 100

3 ROCK IN TRENCH EXCAVATION CY* 60

4 TEST PIT EXCAVATION CY 70

5 REMOVE BUILDING NO. 2 LS 1

6 REMOVE PAVILION LS 1

7 GRANULAR FILL CY* 50

8 PROCESSED AGGREGATE BASE CY 1,125 50

9 FORMATION OF SUBGRADE SY 11,000 420

10CUT BITUMINOUS CONCRETE

PAVEMENTLF 200 100

11RECLAIM BITUMINOUS CONCRETE

PAVEMENT (2" - 8")SY 11,120 500

12TEMPORARY PAVEMENT REPAIR

(PARKING LOT)SY 725

13TEMPORARY PAVEMENT REPAIR

(ARTERIAL ROAD)SY 25 20

14PERMANENT PAVEMENT REPAIR

(ARTERIAL ROAD)SY 25 20

15 HMA S0.375 TON 2,530 100

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

Rev. Addendum No. 1 - 7/29/16BR-15

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

16 HMA S0.5 TON 80

17 4" CONCRETE SIDEWALK SF* 50

18 5" CONCRETE SIDEWALK SF 560 95

195" CONCRETE SIDEWALK AND CURB

MONOLITHICSF 710 490

206" REINFORCED CONCRETE SIDEWALK

WITH CURB MONOLITHICSF 280

21 6" CONCRETE SIDEWALK RAMP SF 880

22 8" CONCRETE SIDEWALK RAMP SF 280 160

23 REMOVE CONCRETE SIDEWALK SY 185

24 BITUMINOUS CONCRETE SIDEWALK SY 2,300 30

25BITUMINOUS CONCRETE SIDEWALK

(4" THICK)SY 130

26 6" CONCRETE DRIVEWAY APRON SF 350

27 BITUMINOUS CONCRETE DRIVEWAY SY 175

28 BITUMINOUS CONCRETE LIP CURB LF 500

29 6" EXTRUDED CONCRETE CURB LF 3,570 130

30 GRANITE STONE CURB LF* 10

Rev. Addendum No. 1 - 7/29/16BR-16

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

31 RADIUS GRANITE STONE CURB LF 55

32 MISCELLANEOUS CONCRETE CY 10

33 REMOVE MISCELLANEOUS CONCRETE CY* 5 25

34 TIMBER RAIL LF 680 215

35WOODEN STOCKADE FENCE WITH

STEEL POSTS (6' HIGH)LF 40

36DUMPSTER GATE WITH STEEL POSTS

(2 PANEL, 18' TOTAL WIDTH, 6' HIGH)EA 1

37 12" R.C.P. (CLASS V) LF 70

38 15" R.C.P. (CLASS V) LF 30

39 12" HDPE LF 140

40 15" HDPE LF 35

41 PLUG PIPE EA 17

42 ABANDON PIPE WITH FLOWABLE FILL LF 1,600

43 REMOVE PIPE LF 70

44TYPE "C" CATCH BASIN WITH

CONCRETE CURB INLETEA 8

45

TYPE "C" DOUBLE GRATE TYPE I

CATCH BASIN WITH CONCRETE CURB

INLET

EA 2

Rev. Addendum No. 1 - 7/29/16BR-17

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

46

TYPE "C" DOUBLE GRATE TYPE II

CATCH BASIN WITH CONCRETE CURB

INLET

EA 2

47

RESET TYPE "C" CATCH BASIN TOP

WITH CONCRETE CURB INLET (NEW

TOP)

EA 1

48RESET TYPE "C-L" CATCH BASIN TOP

(EXISTING TOP)EA 1

49 CONVERT CATCH BASIN TO MANHOLE EA 7

50CONVERT CATCH BASIN TO YARD

DRAINEA 2

51CONVERT MANHOLE TO CATCH BASIN

(3-SIDED TOP)EA 1

52 REMOVE DRAINAGE STRUCTURE EA 3

53 ABANDON DRAINAGE STRUCTURE EA* 1

54RESET MANHOLE TO GRADE

(EXISTING FRAME AND COVER)EA 2 2

55RESET MANHOLE TO GRADE (NEW

FRAME AND COVER)EA* 1

56 HYDRODYNAMIC SEPARATOR EA 2

57 1" COPPER SAMPLING LINE EA 1

58 2" COPPER SERVICE EA 2

59 ABANDON WATER SERVICE EA 4

60 8" CLDIP WATER MAIN LF 300

Rev. Addendum No. 1 - 7/29/16BR-18

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

61 12" CLDIP WATER MAIN LF 25

62 16" CLDIP WATER MAIN LF 570

62A 6" GATE VALVE EA 1

63 8" GATE VALVE EA 3

64 12" GATE VALVE EA 1

65 8" - 1/8 DUCTILE IRON BEND EA 2

66 8" - 1/32 DUCTILE IRON BEND EA 2

67 12" - 1/8 DUCTILE IRON BEND EA 1

68 16" - 1/8 DUCTILE IRON BEND EA 8

69 12" X 6" DI TEE EA 1

70 12" X 8" DI TEE EA 1

71 16" X 8" DI REDUCER EA 2

72 PUMP STATION RETROFIT EA 1

73 POST HYDRANT ASSEMBLY EA 1

75 8" PVC SANITARY SEWER (0'-10' DEEP) LF 380

Rev. Addendum No. 1 - 7/29/16BR-19

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

76 12" PVC SANITARY SEWER (0'-10' DEEP) LF 1,120

7712" PVC SANITARY SEWER (10'-15'

DEEP)LF 160

78 6" PVC SANITARY SEWER LATERAL LF 900

79 6" PVC CLEANOUT EA 16

80 48" SANITARY MANHOLE (0'-10' DEEP) EA 5

81 48" SANITARY MANHOLE (10'-15' DEEP) EA 1

8248" OUTSIDE DROP SANITARY

MANHOLE (0'-10' DEEP)EA 1

83 48" FLAT TOP SANITARY MANHOLE EA 5

84 ABANDON SANITARY MANHOLE EA 5

85 INTERMEDIATE RIPRAP CY 15

86 SILT FENCE LF 2,200

87 SILT SACK EA 30

88 CONSTRUCTION ENTRANCE EA 2

89 RESTORATION OF LAWN AREAS SY 5,500 500

90 EROSION CONTROL BLANKET SY* 100

Rev. Addendum No. 1 - 7/29/16BR-20

* Indeterminate quantity for bidding purposes only

** Lump sum items do not require a "Bid Unit Price", fill in "Extended Amount" only

ITEM

NO.ITEM UNIT

BID UNIT

PRICE

EST.

QUAN

EXTENDED

AMOUNT

EST.

QUAN

EXTENDED

AMOUNT

BID NO. 16/17-13

Bidders must fill in “Bid Unit Price” and “Extended Amount” for each bid item, except for lump sum items as noted below. Extend all prices to two decimals.

TOWN OF MANCHESTER BID PROPOSAL SHEET

CHARTER OAK PARK IMPROVEMENTS

BASE BIDADD ALTERNATE

NO. 1

914" YELLOW EPOXY RESIN PAVEMENT

MARKINGSLF 830 250

924" WHITE EPOXY RESIN PAVEMENT

MARKINGSLF 5,100

93EPOXY RESIN PAVEMENT MARKINGS,

SYMBOLS AND LEGENDSSF* 700 200

94 HANDICAP PARKING SYMBOL EA 7

95MAINTENANCE AND PROTECTION OF

TRAFFIC LS 1 1

96 UNIFORMED POLICE OFFICERS EST EST $1,000.00

97 CONSTRUCTION AREA SIGNS SF* 50

98 CONSTRUCTION STAKING LS 1 1

99 SITE LIGHTING LS 1

100 MODIFY TRAFFIC SIGNAL LS 1

BASE BID TOTAL:

ADD ALTERNATE

NO. 1 TOTAL:

Rev. Addendum No. 1 - 7/29/16BR-21

BR-22

ALTERNATE BID NO. 2 Furnish and install segmental block retaining walls at the locations and dimensions shown on the

Plan and in accordance with these Specifications.

ITEM

NO.

ITEM

DESCRIPTION

UNIT

ESTIMATED

QUANTITY

BID UNIT

PRICE

EXTENDED

AMOUNT

A1 SEGMENTAL BLOCK

RETAINING WALL SF 420 $ $

TOTAL OF ALTERNATE BID NO. 2 ITEMS: $

ALTERNATE BID NO. 3 Furnish and install flagpole at the location shown on the Plan and in accordance with these

Specifications.

ITEM

NO.

ITEM

DESCRIPTION

UNIT

ESTIMATED

QUANTITY

BID UNIT

PRICE

EXTENDED

AMOUNT

A2

FURNISH AND INSTALL

FLAGPOLE AND FLAGPOLE

LIGHTS

EA 1 $ $

TOTAL OF ALTERNATE BID NO. 3 ITEMS: $

ALTERNATE BID NO. 4 Furnish and install park benches at the location shown on the Plan and in accordance with these

Specifications.

ITEM

NO.

ITEM

DESCRIPTION

UNIT

ESTIMATED

QUANTITY

BID UNIT

PRICE

EXTENDED

AMOUNT

A3 FURNISH AND INSTALL BENCH EA 4 $ $

TOTAL OF ALTERNATE BID NO. 4 ITEMS: $

BR-23

A. The undersigned understands that there may be changes, omissions, or modification in the

work, and that appropriate adjustments will be made to the Contract price in accordance with

the Contract Documents. The undersigned understands that the Owner reserves the right to

accept or reject any or all bids, and to waive all formalities, any irregularities, and accept the

Bid deemed to be in the Owner's best interest.

B. Bid prices shall not include any sales, excise or other taxes for which the Owner is not liable. Town of Manchester is the awarding authority. The bid award is anticipated in AUGUST

2016. The Bidder agrees to hold the above pricing for sixty (60) days.

C. The Bid security in the sum of: 5% OF TOTAL BID is to become the property of the

Town in the event the above forms are not executed within the time set forth above, as

liquidated damages, and not as a penalty for the delay and additional expense to the Town

caused thereby.

D. The Town reserves the right to award the base bid or the base bid plus any combination of

the alternate bids.

Respectfully Submitted By: (Signature)

Name (Please Print):

Title:

SEAL Company: (If Bid is by a Corporation) Business Address:

Business Phone: ( )

Business Fax: ( )

Email Address:

TOWN OF MANCHESTERP U B L I C W O R K S D E P A R T M E N T

E N G I N E E R I N G D I V I S I O N

CHARTER OAK PARK IMPROVEMENTS50 CHARTER OAK STREET

JULY 2016

PROJECT LOCATION

PROJECT AREA

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Cov

er-R

ev 0

7-27

-16.

dwg,

7/2

8/20

16 2

:38:

36 P

M, m

hand

field

SF

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:45

:26

AM

, mha

ndfie

ld

SF

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:29

:48

AM

, mha

ndfie

ld

MAT

CHLI

NE -

SEE

SHEE

T 11

SF

MATCHLINE - SEE SHEET 12

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:32

:20

AM

, mha

ndfie

ld

MAT

CHLI

NE -

SEE

SHEE

T 10

SF

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:44

:42

AM

, mha

ndfie

ld

MAT

CHLI

NE -

SEE

SHEE

T 13

SF

MATCHLINE - SEE SHEET 10

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:44

:14

AM

, mha

ndfie

ld

MATCHLINE STA 5+

00 - SEE SHEET 16

SF

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n_SA

NIT

AR

Y-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:00

:18

AM

, bka

lans

uriy

a

SF

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n_SA

NIT

AR

Y-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:01

:11

AM

, bka

lans

uriy

a

MAT

CHLI

NE S

TA 1

0+25

- SE

E SH

EET

17

SF

MATCHLINE STA 5+

00 - SEE SHEET 14

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n_SA

NIT

AR

Y-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:06

:34

AM

, bka

lans

uriy

a

SF

MATCHLINE STA 10+

25 - SEE SHEET 16

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n_SA

NIT

AR

Y-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:07

:11

AM

, bka

lans

uriy

a

SF

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Pla

n-R

ev 0

7-27

-16.

dwg,

7/2

9/20

16 1

1:47

:02

AM

, mha

ndfie

ld

PUMP STATION RETROFIT1"=5'

SF

48" OUTSIDE DROP SANITARY MANHOLEN O T T O S C A L E

48" DOGHOUSE MANHOLEN O T T O S C A L E

POST HYDRANT ASSEMBLYN O T T O S C A L E

R:\P

roje

ct\P

ublic

Wor

ks\2

0130

93 -

Cha

rter O

ak P

ark

Infr

astru

ctur

e Im

prov

emen

ts\P

roj\_

As-

Bid

\201

3093

BID

-Det

ails

-Rev

07-

27-1

6.dw

g, 7

/29/

2016

3:4

4:58

PM

, bka

lans

uriy

a