Hennepin County Transportation Department ADDENDUM

Similar documents
INGHAM COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS CN/GTW RAILROAD. CON:TNB 1 of

SPECIAL PROVISION Legal Relations and Responsibilities

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

Right of Entry Permit

APPENDIX. CSX Transportation CSXT SPECIAL PROVISIONS. Public Projects Group Jacksonville, FL Date Issued: July 2017

GP-4-1 of 9 GP-4 SCOPE OF WORK

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS

CONSTRUCTION CONTRACT EXAMPLE

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

AGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Sayreville Housing for Seniors Corporation Gillette Manor

PROPOSAL FOR STREET SWEEPING SERVICES

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

Subcontract Agreement

Standard Specifications for Work on Railroad Property

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CN Course Exercise. c. Ensure all employees have received the required training for their work.

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

TEMPORARY CONSTRUCTION AGREEMENT

EXCAVATION PERMIT GUIDELINES

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

EXHIBIT 1. To Wayside Horn System Agreement LOCATION OF GRADE CROSSINGS

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

DATE: October 26, ACHD Commissioners, ACHD Director, ACHD Deputy Directors. Al Busche, Project Manager

SAMPLE SUBCONTRACTOR AGREEMENT

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

MASTER AGREEMENT BETWEEN THE UTAH DEPARTMENT OF TRANSPORTATION AND UNION PACIFIC RAILROAD COMPANY COVERING GRADE CROSSING SAFETY IMPROVEMENT PROJECTS

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

MASTER SUBCONTRACT AGREEMENT

Rail Owner Controlled Insurance Program Manual

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

SPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTEREST 1. AUTHORITY OF RAILROAD ENGINEER AND DEPARTMENT ENGINEER:

BERRIEN COUNTY ROAD COMMISSION

Department of Transportation Mitchell Region Office

OPERATIONS AND MAINTENANCE AGREEMENT

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

Railroad DOT Mitigation Strategies (R16) Master Project Agreement

Right-of-Way Utilization Permit Please complete a separate application for each road

OFFICIAL BID SHEET. DATE: May 3, 2018

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

REFUSE AND RECYCLING COLLECTION CONTRACT

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

Works Appointment: We, on behalf of the Employer, would like to inform you that your quotation, Reference Number

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

Massachusetts Department of Transportation Acting by and through the Massachusetts Bay Transportation Authority LICENSE AGREEMENT MDOT-#

Standard Form of Agreement Between Contractor and Subcontractor

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

ROAD COMMISSION FOR IONIA COUNTY

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

Town of Lee Septic Tank Pumping Services

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

Electric Service Information Sheet Georgia Power Company

CONSTRUCTION CONTRACT AGREEMENT

BARTOW COUNTY UTILITY PERMIT PROCEDURES

AIA Document A105 TM 2017

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

ANNEX A Standard Special Conditions For The Salvation Army

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

HSU Reddie Grill Renovation OFFICIAL BID SHEET

ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING

Proposal and Agreement for Construction on Purchaser s Lot

Standard Subcontract

Document A401. Standard Form of Agreement Between Contractor and Subcontractor

Instructions for Completing TRANSFLO s Motor Carrier Access Agreement

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

LICENSE W I T N E S S E T H

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

SCHEDULE OF RATES, CHARGES, AND FACILITY SPACE ATTACHMENT. Licensing of the right to Contact Poles and Occupy Duct

SUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

WINDOW WASHING

Union College Schenectady, NY General Purchasing Terms & Conditions

Transcription:

Hennepin County Transportation Department ADDENDUM TO PLANS, SPECIFICATIONS AND SPECIAL PROVISIONS FOR ADVANCED TRAFFIC MANAGEMENT SYSTEM HENNEPIN COUNTY TRANSPORTATION DEPARTMENT (To be opened Tuesday, August 22, 2016 at 2:00 P.M.) ADDENDUM NO. 1 CSAH 17, 130, 152; C.P. 1546 S. P. 027-030-040 Minn. Proj. HSIP 2717 (156) NOTICE TO ALL BIDDERS: This Addendum shall be attached to the Contract Documents and shall be included as part of said Contract Documents. Items herein shall take precedence over any clauses which they modify in the Contract Documents or portions of plans which they modify or supplement. PROPOSAL 1. Division S on page 14-S, Delete Section S-12.8 B) within, S-12 (1404) MAINTENANCE OF TRAFFIC, (1707) PUBLIC SAFETY, AND (2563) TRAFFIC CONTROL and Replace with the following: S-12.8 B) The Contractor shall complete the work on CSAH 130 first followed by CSAH 152 and then CSAH 17. 2. Division S Delete section S-24.3 within (1708) RAILROAD-HIGHWAY PROVISIONS and Replace with the following: S-24.3 The provisions of MnDOT 1708.1 are hereby supplemented with the following: Attached to this Proposal is a copy of The Canadian Pacific Railroad Utility Occupancy License for this Project. The Contractor will be required to execute and comply with this agreement with Canadian Pacific Railroad prior to performing any work on Canadian Pacific Railroad s right of way. Upon completion of the work the Contractor and all subcontractors shall remove all machinery, equipment, temporary buildings, falsework, debris and rubbish from Canadian Pacific Railroad s right of way, provide proper drainage away from the railroad tracks, and leave the tracks and right of Transportation Department 1600 Prairie Drive Recycled Paper Medina, MN 55340-5421 (612) 596-0300 FAX: (612) 321-3410

Addendum # 1; Page 2 CSAH 17, 130, 152; C.P. 1546 S.P. 027-030-040 Minn Proj HSIP 2717 (156) way in a neat condition, equal to its preconstruction condition, and satisfactory to Canadian Pacific Railroad s Chief Engineer or designated representative. Materials and equipment shall not be placed or stored where they will interfere with Canadian Pacific Railroad s operations or on the property of the Railroad without prior permission from Canadian Pacific Railroad. Such permission from Canadian Pacific Railroad will be with the understanding that Canadian Pacific Railroad shall not be liable for loss of or damage to such materials and equipment from any cause and that Canadian Pacific Railroad may move, or require the Contractor to move, at the Contractor's sole expense, any such material and equipment. No work shall be done or obstruction placed over or within twenty-five (25) feet laterally of the centerline of any track without advanced notification to Canadian Pacific Railroad and Progressive Railroad and receipt of assurance that arrangements have been made to furnish flagging service as Canadian Pacific Railroad and Progressive Railroad deems necessary for protection of railroad traffic, but such service shall not relieve the Contractor from any liability. The Contractor shall reimburse Canadian Pacific Railroad the full amount of any costs incurred by Canadian Pacific Railroad for repairing damage to tracks, including disturbance of their alignment and surface, interlocking or other facilities which Canadian Pacific Railroad maintains, other than those proposed elsewhere herein, and which are caused by or resulting from the operations of the Contractor and its subcontractors. The Contractor shall notify Canadian Pacific Railroad at least 10 Working Days prior to the Contractor or any subcontractor performing any work on Canadian Pacific Railroad s right of way and again after all work on Canadian Pacific Railroad s property has been completed. All notifications shall be made through Mr. Otis Goodman at telephone number 630-860- 4117 or email at Otis_goodman@cpr.ca. The Contractor shall also have completed the Canadian Pacific Call Before You Dig (1-866-291-0741) process prior to performing any work on the Canadian Pacific Railroad s right of way. The Contractor shall notify Progressive Rail at least 10 Working Days prior to the Contractor or any subcontractor performing any work on Canadian Pacific Railroad s right of way. All notifications shall be made through Mr. David Lawrence at telephone number 612-791-6999 or cell at 952-469- 0317 or email at dlawrence@progressiverail.com. Said notification(s) must be made to enable Progressive Rail to arrange for flagging and such other protective services as might be necessary to ensure safety of railroad operations. The Contractor shall call Progressive Rail Call Before You Dig group at (952-469-0317) prior to performing any work in order for Progressive Rail to mark its underground facilities.

Addendum # 1; Page 3 CSAH 17, 130, 152; C.P. 1546 S.P. 027-030-040 Minn Proj HSIP 2717 (156) The Contractor is hereby made aware flagging service is limited to a maximum of 8 hours per day and there is no option of working outside of an 8 hour work day. The Contractor shall have on hand a copy of the engineering approval letter attached to this proposal, Canadian Pacific Railroad license agreement attached to this proposal, Canadian Pacific Railroad s contractor SAFTEY BRIEFING CARD prior to performing any work on the Canadian Pacific Railroad s right of way. All personnel shall wear a minimum of four forms of Personal Protective Equipment: hardhat, safety glasses with side shields, hy-vis-vest, and steel toe boots. Upon completion of the work, the Contractor shall furnish proof satisfactory to Canadian Pacific Railroad that there are no outstanding mechanics' or other liens on Canadian Pacific Railroad s property. If any such lien is asserted, the Contractor shall take immediate steps to satisfy such lien at its sole expense and shall indemnify and hold harmless the Indemnitees, as hereinafter defined, from any claim, judgment, cost and expense (including reasonable attorney's and witnesses' fees) arising out of or connected with such lien. This paragraph shall not, however, limit the Contractor's right in good faith to contest the validity or amount of any such lien. 3. Division S on page 36-S Delete Section S-24.6 a. within (1708) RAILROAD-HIGHWAY PROVISIONS and Replace with the following: S-24.6 a. A Railroad Protective Liability Insurance Policy providing for protection of the Indemnitees, as hereinafter defined, in accordance with the Federal Highway Administration Federal-Aid Highway Program Manual Volume 6, Chapter 6, Section 2, Subsection 2. The limits of such policy shall be not less than Five Million Dollars ($5,000,000) combined single limit per occurrence for bodily injury, death, property damage and physical damage to property, with an aggregate limit of not less than Ten Million Dollars ($10,000,000) per policy period. 4. Division S on page 36-S Delete Section S-24.6 c. within (1708) RAILROAD-HIGHWAY PROVISIONS and Replace with the following: S-24.6 c. Automobile Liability Insurance, covering all owned, non-owned, and hired vehicles engaged in or about Canadian Pacific Railway s Property with combined single limit each occurrence coverage for bodily injury and property damage of Two Million Dollars ($2,000,000). 5. Division S on page 36-S Add the following to the end of Section S-24.6 within (1708) RAILROAD-HIGHWAY PROVISIONS: S-24.6 e. Pollution Liability Insurance, including naming CP as an additional insured with a limit of not less than Two Million Dollars ($2,000,000).

Addendum # 1; Page 4 CSAH 17, 130, 152; C.P. 1546 S.P. 027-030-040 Minn Proj HSIP 2717 (156) 6. Division SS on page 4-SS and 5-SS Delete the last paragraph, which starts on page 4-SS and continues on page 5-SS, and Replace with the following: The Contractor shall jet install the fiber optic cable. A suitable cable feeder guide shall be used between the cable reel and the face of the conduit to protect the cable and guide it into the conduit off the reel. It shall be carefully inspected for jacket defects. If defects are noticed, the operation shall be stopped immediately and the Engineer notified. Precautions shall be taken during installation to prevent the cable from being "kinked" or "crushed". The Contractor shall ensure the installation tension value specified by the cable manufacturer is not exceeded. The mechanical stress placed on a cable during installation shall not be such that the cable is twisted or stretched. Damage to the FO Cable from any source or exceeding the manufacturer s recommended tensile strength limits or cable-bending radius is cause for the cables to be rejected. The installation of cable shall be hand assisted at each controller cabinet. The cable shall not be crushed, kinked or forced around a sharp corner. Sufficient slack shall be left at each end of the cable to allow proper cable termination. When installing fiber optic cable in existing conduits through existing hand holes or controller cabinets, the Contractor shall visually check the cable route to ensure that there is a smooth transition between exit and entrance elevations and that the horizontal and vertical angle is not so sharp as to cause damage to the cable as it is being installed through the existing conduit. Should the Contractor encounter sharp bends in existing conduit, the Contractor shall bring the situation to the Engineer s attention. The Contractor shall clean the existing conduit of any debris that could impede fiber optic cable installation or that could damage the cable if the debris remained, as directed by the Engineer. SPECIFICATIONS Add Attachment A Canadian Pacific Railroad Utility Occupancy License. KSA:jj August 11, 2017 Attachment(s) Receipt of this addendum must be acknowledged in accordance with the provisions of 1210 of the specifications.

Attachment A - Canadian Pacific Railroad Utility Occupancy License