PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243...

365
PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post notices of amendment/addenda to a solicitation on the County’s e-procurement website at: www.pwcgov.org/eservices/eprocurement . All Bidders must verify or confirm issuance of addenda prior to submitting an offer/proposal. Notice to all Bidders: In the event of inclement weather and Prince William County implements its liberal leave policy the due date for receipt of bids is postponed until such time as extended by subsequent written addenda. BID DUE DATE: SEPTEMBER 21, 2016 (unless changed by formal written addenda) UNTIL 3:00 P.M. LOCAL TIME DELIVER SEALED BID TO: PRINCE WILLIAM COUNTY PURCHASING SUITE 205 McCOART ADMINISTRATION SHANA N. TERRY, SENIOR CONTRACT SPECIALIST 1 COUNTY COMPLEX COURT PRINCE WILLIAM, VA 22192-9201 Direct written technical questions to Owner Representative: Robert Biller, P.E., Senior Engineer, Dewberry, (973) 780-9290, email at: [email protected] General and Informational Questions Contact: Shana N. Terry, Senior Contract Specialist at 703-792-7233, Metro 631-1703 extension 7233, Fax 703-792-4611, or email at: [email protected] Advertisement Date: AUGUST 31, 2016

Transcript of PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243...

Page 1: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT UPC: 105243 FHWA No. TAP-5A01(726)

INVITATION FOR BID NO. IFB7000012 Prince William County post notices of amendment/addenda to a solicitation on the County’s e-procurement website at: www.pwcgov.org/eservices/eprocurement . All Bidders must verify or confirm issuance of addenda prior to submitting an offer/proposal. Notice to all Bidders: In the event of inclement weather and Prince William County implements its liberal leave policy the due date for receipt of bids is postponed until such time as extended by subsequent written addenda.

BID DUE DATE: SEPTEMBER 21, 2016 (unless changed by formal written

addenda) UNTIL 3:00 P.M. LOCAL TIME

DELIVER SEALED BID TO: PRINCE WILLIAM COUNTY PURCHASING SUITE 205

McCOART ADMINISTRATION SHANA N. TERRY, SENIOR CONTRACT SPECIALIST

1 COUNTY COMPLEX COURT PRINCE WILLIAM, VA 22192-9201

Direct written technical questions to Owner Representative: Robert Biller, P.E., Senior Engineer, Dewberry, (973) 780-9290, email at: [email protected] General and Informational Questions Contact: Shana N. Terry, Senior Contract Specialist at 703-792-7233, Metro 631-1703 extension 7233, Fax 703-792-4611, or email at: [email protected] Advertisement Date: AUGUST 31, 2016

Page 2: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

INVITATION TO SUBMIT A BID No. IFB7000012 VDOT PROJECT (NFO) EN13-076-158, UPC 105243 FHWA No. TAP-5A01(726)

TABLE OF CONTENTS

MISCELLANEOUS DOCUMENTS Cover Page Table of Contents

BIDDING DOCUMENTS Invitation I-1 *-Proposal Form P-1 *-Schedule of Unit Prices S-1 *-Bid Bond BB-1 *-VDOT Statement & Affidavit C-104 *-VDOT Certification Collusion Bid Affirmation C-105 *-VDOT Certification of Prequalification BC-1 Insurance Checklist INS CK-1 Escrow Agreement EA-1 **-DBE Good Faith Efforts Documentation VDOT Form C-49 (2011) C-49 *-Minimum DBE Requirements VDOT Form C-111 C-111 **-VDOT Form C-112 Certification Binding Agreement Subcontract DBE C-112 **-Subcontractor/Supplier Utilization VDOT Form C-48 C-48

*-Documents Submitted with Bidder’s Bid Submission **-Documents Submitted not later than 72 hours after Bid Opening

Conditions of the Contract County Supplemental Specifications to SS-1 VDOT Road and Bridge Specifications County Contract Special Provisions CSP-1

Powell’s Creek Pedestrian Bridge Table of Contents TOC 1

Page 3: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract Agreement (Sample) SC-1 VDOT Special Provisions, Special Provision Copied Notes, & VSP-1 VDOT Supplemental Specifications inclusive of following: Attached Exhibit I Davis Bacon Wage Determination; FHWA 1273 Revised January 8, 2016 Contract Requirements

Contractor’s Request for Payment RP-1 Change Order Approval CO-1 Change Order Directive CD-1 Performance Bond PB-1 Labor and Materials Payment Bond LM-1

Affidavit, Waiver of Lien and Release of Contractor, WL-1 Subcontractor, or Supplier VDOT Form C-63 DBE/SWAM Payment Compliance Report C-63 Bid Items Eligible for Steel Price Adjustment C-21C Informational EEO and Civil Rights Contractor Information EEO/CR 1 Appendices APPENDIX A – Environmental Documentation APPENDIX B – Geotechnical Report

END OF TABLE OF CONTENTS

Powell’s Creek Pedestrian Bridge Table of Contents TOC 2

Page 4: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

INVITATION TO SUBMIT A BID No. IFB7000012 VDOT PROJECT (NFO) EN13-076-158 UPC 105243 FHWA No. TAP-5A01(726)

Unless changed by formal written addenda, sealed bids for Powell’s Creek Pedestrian Bridge construction project will be received until 3:00 P.M., September 21, 2016, in the Prince William County McCoart Administration, Purchasing Office, Suite 205, 1 County Complex Court, Prince William, Virginia 22192-9201, (703) 792-6770 (located off of the Prince William Parkway, Woodbridge, Virginia). Bids received after that time will not be accepted.

This is a Locally-Administered, Federally Funded Project. In accordance with Contract Special Provision the successful bidder shall adhere to Buy America requirement. A Disadvantage Business Enterprise (DBE) participation goal of 8% is established. A directory listing of certified DBE firms is available from Virginia Department of Minority Business Enterprises Internet website at: www.dmbe.state.va.us. To be determined a “responsive” bidder all bidders shall achieve good faith effort meeting the DBE goal in accordance with 49 Code of Federal Regulations (CFR), Part 26, Appendix A. All Bidders shall be VDOT prequalified for determination as a Responsive Bidder. Generally, the project provides the missing section of sidewalk and a pedestrian bridge crossing over Powell’s Creek along the east side of Route 1. Work includes, but is not limited to, the installation of erosion control devices, clearing and grubbing, grading, excavation, installing storm sewer pipes and drainage structures, placing aggregate, asphalt paving, pavement markings, construction of pedestrian bridge, water line installation, utility company coordination and all measures required for the maintenance of traffic during construction. All work will be performed in accordance with the approved project plans and bid documents. The completed project must meet any and all requirements for final acceptance by the Virginia Department of Transportation. Interested Contractors may become a registered Plan Holder by purchasing a CD ROM of printable all inclusive Bidding/Contract Documents, Specs and Plans (drawings and specs) for non-refundable amount of $50.00 from the County’s consulting engineer, Dewberry Consultants LLC, 8401 Arlington Blvd. Fairfax, VA 22031; Attention: Robert Biller, P.E., (973) 780-9290, E-Mail at: [email protected]. Make checks payable to Dewberry Consultants LLC. Direct questions in writing to the County’s consulting engineer at least ten (10) calendar days prior to the date established for receipt of Bids. Registered Plan Holders may make copies for purpose of directly bidding the project but are not permitted to re-sale, copy or re-distribute printed plans and specs or the CD ROM. Bids will not be accepted from any firm who is not registered as a Plan Holder (Purchaser of the Plans and Bidding Documents).

Powell’s Creek Pedestrian Bridge I-1 of 2 Invitation to Submit A Bid

Page 5: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Bidders are advised notice of Addenda to this project is publicized on Prince William County e-procurement website. Bidders shall attest to receipt of addenda prior to submitting a bid. If Specifications, Plans, a word, phrase, clause, or any other portion of the Invitation For Bid including the Bid Pricing Proposal or other documents which makeup the Contract Documents, is alleged to be ambiguous/confusing or in conflict, the Bidder shall submit written notice of such to the Engineer no later than ten (10) days prior to the date for receipt of Bids and shall request an interpretation. The County will not be responsible for any other explanations or interpretations of the Bidding Documents or Contract Documents unless made by formal Addenda. No employee or agent of the County shall have the authority to furnish any other explanation or interpretation, verbal or written. All Bidders shall have a valid certificate of authority or registration to transact business in Virginia with the Virginia State Corporation Commission as required by Title 13.1 or Title 50 of the Code of Virginia at time of bid submission. Prior to submission of bids, all Bidders shall be VDOT prequalified. In accordance with Prince William County Purchasing Regulations, the County reserves the right to reject any and all bids, waive informalities and irregularities in bidding and to accept bids, which are, in consideration, in the best interest of the County. Bidders interested in bidding shall have registered with Prince William County Purchasing e-Procurement, a 24 hour access for vendor registration, including a variety of solicitation, contract and general information at: www.pwcgov.org/eservices/eprocurement .

End of Section

Powell’s Creek Pedestrian Bridge I-2 of 2 Invitation to Submit A Bid

Page 6: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

INVITATION TO SUBMIT A BID No. IFB7000012 VDOT PROJECT (NFO) EN13-076-158 UPC 105243 FHWA No. TAP-5A01(726)

PROPOSAL PRICING FORM

I. DECLARATION: COMPANY NAME OF BIDDER: ______________________________________________ I/We, the undersigned have examined the location of the proposed work, declare: no other person, firm or corporation has interest in this Proposal; carefully examined any/all documents pertaining to the Contract thoroughly and understand the contents thereof; that Plans, Standard Specifications, Supplemental Specifications, Special Provisions, Addenda, and all other documents form a part of this Proposal as if set forth fully herein. I/We understand this is a federally funded project through Virginia Department of Transportation (VDOT) and governed by applicable Federal Acquisition Regulations, (FAR), Commonwealth of VA., Code of VA (State) and Prince William County Purchasing Regulations. I/We understand that contract award approval is required by the Virginia Commonwealth Transportation Board. I/We, the undersigned, understand that the attached Summary of Prices are incorporated by reference and made a part hereto and any quantities of work as shown unless designated as plan quantity are estimated by the Engineer and are approximate only and may be greater or less, and offer to do the work, based on this estimate of quantities, at the UNIT prices stated on the Summary of Prices, unless such quantities change as a result of authorized changes by the Engineer or the County; in which case the compensation will increase or decrease at the Unit Price times the quantities of the item of work performed. The Summary or Schedule of Prices shall be good for a period of at least one hundred twenty (120) days after date set for receipt of bids unless this period is extended by the Bidder. I/We, the undersigned, declare as full compensation for the satisfactory prosecution of the project, the Total Cost which is to be determined by multiplying the actual in place quantities (except for noted plan quantities) by the appropriate unit prices as set forth in the agreement. The Contract Total Cost Bid is set forth: ______________________________________________________________________________(In Words) Dollars ($____________________________) which is determined by multiplying the appropriate estimated quantities by the appropriate unit prices as set forth in the Summary/Schedule of Unit Prices contained herein. II. ACKNOWLEDGEMENTS AND CERTIFICATIONS: The undersigned Bidder acknowledges and certifies: FIRST: To begin Work within fifteen days from date of Contract award by the Board of County Supervisors unless otherwise indicated otherwise in the written “Notice to Proceed” prosecute the Work in such a manner as to achieve to Final Completion by August 31, 2017 for Powell’s Creek Pedestrian Bridge P-1 of 3 Proposal Form

Page 7: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

any and all Work, including Punchlist Work, other contractual requirements set by the Contract. SECOND: Bidder acknowledges receipt of Addenda Number ______of ____ and also acknowledges Bid submitted reflects all such Amendment/Addenda and any/all changes/revisions to Contract Documents inclusive of specifications/plan sheets. THIRD: The Bidder (check/circle one) WILL / WILL NOT adopt the Escrow Provision specified in Supplementary Specification. Failure to indicate will be construed Bidder will not adopt the Escrow Provision. FOURTH: The Bidder agrees the bid prices in this Contract for items containing PG-64-22 asphalt cement were developed using an F.O.B. price established by VDOT for the month ending September 2016. FIFTH: The Bidder acknowledges, by signing and submitting its bid, it understands and certifies the DBE participation information submitted within the stated time thereafter is true, correct, and complete, and the information provided includes the names of all certified DBE firms who will under the Contract and further certifies, by signing this Proposal/bid, are committed using certified DBE firm for specific work items shown meeting the goal of 8% amount for certified DBE participation or as allowable by Good Faith Effort. Bidder further agrees in accordance with Davis Bacon to make payments accordingly per the wage and payment determination effective for the period shown in Exhibit I to this procurement. SIXTH (Buy America and E-Verify): The Bidder acknowledges in accordance with VDOT Contract Special Provisions, E-Verify to verify the employment eligibility of employees and Buy America applies to this project including but not limited to predominately steel and iron and applies to guardrail, cable rail, steel or iron pipe, conduit, grates, mast arms polies, and reinforcing steel furthermore shall comply. III. BID REPRESENTATION AND EXECUTION:

I/We, represent in preparation and submission of this Bid, I/we did not, either directly or indirectly, enter into any combination or arrangement with any person, firm or corporation or enter into any agreement, participate in any collusion, or otherwise take any action in restraint of free, competitive bidding in violation of the Sherman Act (15 U.S.C. Section 1 et seq) or Sections 59.1-9.1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of the Code of Virginia, 1950 as amended and is as such a violation of the State and Federal law and can result in fines, prison sentences, and civil damage awards. I/We, hereby declare and certify that the responses to the above representations, certifications-actions, and other statements are accurate and complete and meet the requirements of Title 54.1, Chapter 11, of the Code of Virginia, pertaining to regulations and registrations of construction contractors. I/We declare as a vendor transacting business with Prince William County shall have a valid certificate of authority from or register with the State Corporation Commission (SCC), as required by Sections 13.1 or Title 50 of the Code of Virginia and shall maintain such authority or registration to transact business in the Commonwealth during the term of any resulting contract.

Powell’s Creek Pedestrian Bridge P-2 of 3 Proposal Form

Page 8: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

I/We, agree to abide by all conditions of the Contract for which I/We are bidding and certify that I/We are authorized to sign this bid on behalf of the Bidder and declare below under penalty of perjury of the laws of the United States.

Bidder is (Check one): Individual ( ) Partnership ( ) Corporation ( )

Residence of Bidder:

(if individual)

Name of Partners:

(if partnership)

State of Incorporation: (if corporation)

Organized under the laws of the State of __________________________________ Name and Street Address of Registered Agent or person authorized to accept service of process on behalf of the entity ___________________________________________________________ Street Address of Principal place of business _______________________________________ Attach to this form the names and addresses of all persons having an ownership interest of 3% or more in the Company:

SIGNATURE: By: (Typed/Printed Name of Bidder) Authorized Representative Title:

Date of Bid: Phone Number: _________________________Fax: __________________________ Electronic (E-Mail): ______________________________________ Virginia Contractor Registration No. _________________ Expiration: _____________ State Corporation Commission (SCC), as required by Sections 13.1 or Title 50 of the Code of Virginia Licensing Registration No. ___________________________________________

Powell’s Creek Pedestrian Bridge P-3 of 3 Proposal Form

Page 9: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

1 00100 Mobilization 513 LS 1

2 00101 Construction Surveying (Construction) 517 LS 1

3 00110 Clearing and Grubbing 301 LS 1

4 00120 Regular Excavation 303 CY 360

5 00150 Embankment 303 CY 387

6 00588 Underdrain UD-4 501 LF 19

7 00595 Outlet Pipe 501 LF 31

8 00596 Endwall EW-12 302 EA 1

9 00700 Post Installation Inspection 302 LF 56

10 01150 Storm Sewer Pipe 15" 302 LF 24

11 01240 24" Pipe 302 LF 32

12 06150 15" End Section ES-1 or 2 302 EA 1

13 06240 24" End Section ES-1 or 2 302 EA 2

14 06740 Drop Inlet DI-1 302 EA 1

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-1 of 8 Summary/Schedule of Unit Prices

Page 10: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

15 09148 Eros. Contr. Stone Cl.A1, EC-1 414 TON 1.6

16 10121 Aggr. Base Matl. Ty. 1 No. 21A or 21B 308 309 TON 45

17 10128 Aggr. Base Matl. Ty. I No. 21B 308 309 TON 3

18 10498 NS Pavement Saw Cut Full Depth ATTD LF 21

19 10610 Asphalt Concrete Ty. IM-19.0A 315 TON 1

20 10628 Flexible Pave. Planing 0" - 2" 515 SY 20

21 10636 Asphalt Concrete Ty. SM-9.5D 315 TON 3

22 10642 Asphalt Concrete Ty. BM-25.0A 315 TON 3

23 12030 St’d. Curb CG-3 502 LF 50

24 13212 R/W Monument RM-2 503 EA 7

25 13220 Hydr. Cement Conc. Sidewalk 4" 504 SY 156

26 13323 Guardrail GR-2A 505 LF 178

27 13345 Alternate Breakaway Cable Terminal (GR-9) 505 EA 1

28 13392 Fixed Object Attach. GR-FOA-2, Type I 505 EA 1

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-2 of 8 Summary/Schedule of Unit Prices

Page 11: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

29 13462 Median Barrier MB-7F 502 LF 19

30 13604 Impact Atten. Ser. Ty. 1 (TL-3, >45 mph) PLAN EA 1

31 23560 Temp. Safety Fence 4' 507 LF 50

32 24100 Allaying Dust 511 HR 60

33 24152 Type III Barricade 8' 512 SF 3

34 24160 Construction Signs 512 SF 400

35 24272 Truck Mounted Attenuator 512 HR 150

36 24278 Group 2 Channelizing Devices 512 DAY 1,575

37 24279 Portable Changeable Message Sign 512 HR 240

38 24281 Electronic Arrow 512 HR 150

39 24290 Traffic Barrier Service Concrete 512 LF 120

40 24297 Traffic Barrier Service Concrete DBL. FC. Par. MB-11A (Roadway)

512 LF 105

41 24430 Demo. of Pavement (Flexible) 508 SY 2

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-3 of 8 Summary/Schedule of Unit Prices

Page 12: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

42 24504 NS Remove Existing- Dispose Sign Structure Ty. STP-1

N/A EA 3

43 24600 Remove Existing Guardrail 510 LF 265

44 25003 Handrail HR-1 Type II 504 LF 39

45 25506 Field Office Ty. II 514 MO 8

46 26238 Dry Riprap Cl. II 38" 414 SY 48

47 27022 Topsoil Class B 2" 602 ACRE 0.31

48 27102 Regular Seed 603 LB 62

49 27103 Overseeding 603 LB 39

50 27215 Fertilizer (15-30-15) 603 TON 0.09

51 27250 Lime 603 TON 1.2

52 27284 Erosion Control Mulch (CONTINGENT) 303 SY 200

53 27325 Soil Stabilization Mat EC-3 Type A 606 SY 133

54 27326 Soil Stabilization Mat EC-3 Type B 606 SY 4

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-4 of 8 Summary/Schedule of Unit Prices

Page 13: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

55 27415 Check Dam (Rock) Ty.II 303 EA 8

56 27430 Siltation Control Excavation 303 CY 297

57 27440 Mowing (CONTINGENT) 608 HR 16

58 27451 Inlet Protection, Type A 303 EA 1

59 27461 Inlet Protection, Type B 303 EA 2

60 27505 Temp. Silt Fence 303 LF 1,580

61 39004 NS Seed Mixture Temporary Seeding N/A LB 124

62 40060 6" Water Main 520, ATTD LF 34

63 40160 16" Water Main 520, ATTD LF 3

64 40241 24" DI Water Main 520, ATTD LF 415

65 40406 16" Bend 520, ATTD EA 1

66 40412 24" Bend 520, ATTD EA 7

67 40428 24" Branch 520, ATTD EA 1

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-5 of 8 Summary/Schedule of Unit Prices

Page 14: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

68 40440 16" Plug or Cap 520, ATTD EA 2

69 40466 24" Reducer 520, ATTD EA 1

70 41018 16" Butterfly Valve & Manhole 520, ATTD EA 1

71 41031 24" Butterfly Valve & Manhole 520, ATTD EA 2

72 41982 NS Water Facilities 6" Plug or Cap 520, ATTD EA 1

73 41982 NS Water Facilities 6" Blow-off Assembly 520, ATTD EA 1

74 41983 NS Water Facilities Northern Tie-In 520, ATTD LS 1

75 42758 Manhole Frame & Cover WF & C-1 520, ATTD EA 1

76 42771 Reconstruct Existing Sanitary Manhole 520, ATTD LF 3

77 45604 36" Jacked Steel Encasement Pipe 520, ATTD LF 58

78 50108 Sign Panel 701 SF 9

79 50430 Square Tube Steel Sign Post 2 Inch, 14 GA 700 LF 21

80 50434 Square Tube Steel Sign Post 2 1/2 Inch, 12 GA 700 LF 10

81 50490 Concrete Foundation STP-1 700 EA 3

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-6 of 8 Summary/Schedule of Unit Prices

Page 15: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

ITEM VDOT Item No. DESCRIPTION SPEC UNIT UNIT PRICE QUANTITY DOLLARS/CENTS

82 50759 Reloc. Exist. Sign Panel Ty. SP-1 PLAN EA 1

83 50868 Remove - Dispose Sign Struct. Ty. WP-2 PLAN EA 1

84 54032 Ty. B Cl. I Pave. Link Mkg. 4" 704 LF 35

85 54210 Remove Exist. Raised Pavement Marker 510 EA 1

86 54217 Snow Plow. Raised Pave. Mark. Asph. Conc. 704 EA 1

87 60125 NS Bridge Truss PLAN LS 1

88 60403 Concrete Class A3 (Abutments) 404 CY 23.4

89 60403 Concrete Class A3 (Drilled Shaft) 404 CY 39.5

90 61711 Corrosion Resistant Reinf. Steel Cl. I 406 LB 1,250

91 64005 Select Mat. Ty. I Min. CBR-30 305 TON 62

92 64011 Structure Excavation 401 CY 81

93 65200 Reinf. Steel (Abutments) 406 LB 1,200

94 65200 Reinf. Steel (Drilled Shaft) 406 LB 6,650

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-7 of 8 Summary/Schedule of Unit Prices

Page 16: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE September 21, 2016 INVITATION FOR BID NO. IFB7000012 VDOT (NFO) EN13-076-158 UPC 105243

__________________________________________Company Name

__________________________________________ ______________________Authorized Signature Date

_________________________________________ ______________________Printed/Typed Name Title

Type/Print Contractor’s Name Powell’s Creek Pedestrian Bridge Page S-8 of 8 Summary/Schedule of Unit Prices

Page 17: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned: ______________________________________________________________________ as Principal and

________________________________________________________________as Surety, are hereby held and firmly bound unto Prince William Board of County Supervisors (OWNER) in the penal sum of (5% total amount of Bid) for the payment of which, well and truly to be made, we hereby jointly and severely bind ourselves, successors and assigns. Signed, this _________ day of ____________________ 20 ____. Bond No.________________________ The condition of the above obligation is such that whereas the Principal has submitted to Prince William Board of County Supervisors a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing for: ______________________________________________________________________________ NOW THEREFORE; (a.) If said BID shall be rejected, or; (b.) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. ____________________________(L.S.) __________________________________ Principal Surety ____________________________ By: _______________________________ IMPORTANT: Surety companies executing bonds must be licensed to do business in the Commonwealth of Virginia. The Surety Corporation providing the bond for this project shall obtain a written release from the Prince William County prior to releasing bond before the expiration date. Surety shall provide the Owner with written consent of the Surety to the Final Payment by the Owner. The Surety shall have AM Best Rating of A or better.

(AFFIX SEAL) Powell’s Creek Pedestrian Bridge BB-1 of 1 Bid Bond

Page 18: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-104 Rev. 7-13-05

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT PROJECT (NFO) EN13-076-158 UPC 105243 FHWA No. TAP-5A01(726) This form must be completed, signed and returned with bid; and failure to do so may result in the rejection of your bid. THE CONTRACTOR SHALL AFFIRM THE FOLLOWING STATEMENT EITHER BY SIGNING THE AFFIDAVIT AND HAVING IT NOTARIZED OR BY SIGNING THE UNSWORN DECLARATION UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE UNITED STATES. A SEPARATE FORM MUST BE SUBMITTED BY EACH PRINCIPAL OF A JOINT VENTURE BID. STATEMENT, In preparation and submission of this bid, I, the firm, corporation or officers, agents or employees thereof did not, either directly or indirectly, enter into any combination or arrangement with any persons, firm or corporation or enter into any agreement, participate in any collusion, or otherwise take any action in the restraint of free, competitive bidding in violation of the Sherman Act (15 U.S.C. Section 1) or Article 1.1 or Chapter 12 of Title 18.2 (Virginia Governmental Frauds Act), Sections 59.1-9.1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of the Code of Virginia.

AFFIDAVIT

The undersigned is duly authorized by the bidder to make the foregoing statement to be filed with bids submitted on behalf of the bidder for contracts to be let by Prince William County on behalf of the FWHA and Commonwealth Transportation Board. Signed at ______________________________, this ____ day of _______, year County/City/State _____________________________ By:_______________________________ Name of Firm Signature Title: _____________________________ STATE of ____________________ County/City of ____________________________ To-wit: I _________________________________________________, a Notary Public in and for the State shown below and County/City aforesaid, hereby certify this day _______________________________ Personally appeared before me and made oath that he is duly authorized to make the above statements and that such statements are true and correct. Subscribed and sworn to before me this ______ day of _____________________, ____ year _________________________________ My Commission Expires ________________ (SEAL)

OR UNSWORN DECLARATION

The undersigned is duly authorized by the bidder to make the foregoing statement to be filed with bids submitted on behalf of the bidder for contract let by Prince William County on behalf of Commonwealth Transportation Board. Sealed and Signed at _____________________________, this ____ day of ___________, year County/City/State ________________________________________ By_______________ Title:____________________________

Powell’s Creek Pedestrian Bridge 1 VDOT C104

Page 19: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CONTRACT NO.: Form C-105

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT PROJECT (NFO) EN13-076-158 UPC 105243 FHWA No. TAP-5A01(726)

This form must be completed, signed, notarized and returned with bid; and failure to do so, may result in the rejection of your bid. A separate form must be submitted by each principal of a joint venture bid.

1. I, the firm, corporation or officers, agents or employees thereof have neither directly nor indirectly entered into any combination or arrangement with any person, firm or corporation or entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract, the effect of which is to prevent competition or increase the cost of construction or maintenance of roads or bridges.

During the preceding twelve months, I (we) have been a member of the following Highway

Contractor's Associations, as defined in Section 33.1-336 of the Code of Virginia (1970). (If none, so state).

NAME Location of Principal Office ____________________________ ___________________________________________ ____________________________ ___________________________________________ ____________________________ ___________________________________________

2. I (we) have _____, have not _____, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that I/We have _____, have not _____, filed with the joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements.

Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CFR 60-1.7(b)(1)], and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contract or subcontracts of $10,000 or under are exempt.)

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contract and subcontract unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

(Continued)

3. The bidder certifies to the best of its knowledge and belief, that it and its principals:

Powell’s Creek Pedestrian Bridge 1 VDOT C105

Page 20: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or

voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a

civil judgement rendered against them for commission of fraud or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(c) Are not presently indicted for or otherwise criminally or civilly charged by a

governmental entity (Federal, State or local) with commission of any of the offenses enumerated above; and

(d) Where the bidders is unable to certify to any of the statements in this certification, the

bidder shall show an explanation below. Explanations will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any explanation noted, indicate below to whom it applies, initiating agency, and dates of action. Providing false information may result in federal criminal prosecution or administration sanctions. The bidder shall provide immediate written notice to the Department if at any time the bidder learns that its certification was erroneous when submitted or has become erroneous by reason of change circumstances. The undersigned is duly authorized by the bidder to make the foregoing statements to be filed with bids submitted on behalf of the bidder for contracts to be let by Prince William County on behalf of FHWA and the Commonwealth Transportation Board. Signed at__________________________________ , this _____ day of _________________ , 20_____ (County (City), STATE ____________________________________ By:________________ __________________________ (Name of Firm) (Signature) Title (print) STATE of_________________________ COUNTY (CITY) of __________________________ To-wit: I _________________________________________________ , a Notary Public in and for the State and County(City) aforesaid, herby certify that this day __________________________________________ personally appeared before me and made oath that he is duly authorized to make the above statements and that such statements are true and correct. Subscribed and sworn to before me this _________ day of___________________________ , 20 ______ _________________________________________ My Commission expires ______________________ Notary Public

Powell’s Creek Pedestrian Bridge 2 VDOT C105

Page 21: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY BIDDER CERTIFICATION OF PREQUALIFICATION

CLASSIFICATION AND WORK CAPACITY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT PROJECT (NFO) EN13-076-158 UPC 105243 FHWA No. TAP-5A01(726)

I/We, ____________________________________________________________________

(Name of Individual, Partnership or Corporation) By signature below, hereby certify that as Bidder to have the necessary classification required as contractor organization or with subcontractors as provided in the Virginia Department of Transportation Rules and Regulations governing the Prequalification of Prospective Bidders. We further certify that to the best of our knowledge each proposed subcontractor is prequalified in conformance with said Rules and Regulations mentioned above for the Contract items designated. _____________________________ ______________________________ (Joint Venturer #2) (Bidder/Joint Venturer #1) By: ________________________ By: __________________________ (Signature) (Signature) ________________________ __________________________ (Title) (Title) Joint Venture Bids Only I/We propose to perform Contract work amounting to $________ for #1 on this Joint Venture Bid, and $_________ for #2.

Powell’s Creek Pedestrian Bridge BC-1 Bidder Certification

Page 22: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

INSURANCE CHECKLIST Items marked “X” are required to be provided if award is made to your firm. Contractor’s Insurance Agent shall mark a “check” yes or no as to availability of insurance. COVERAGES REQUIRED LIMITS (FIGURES DENOTES MINIMUMS) Yes No* ___ ___ X 1. Workers’ Compensation 1. Statutory Limits of ___ ___ and Employers’ Liability: the Commonwealth of VA: ___ ___ X Admitted in Virginia Yes ___ ___ X Employers’ Liability $100,000 ___ ___ X All States Endorsement Statutory ___ ___ X 2. General Liability: 2. $1,000,000 Combined ___ ___ X M&C/CGL Single Limit Bodily ___ ___ X Products Injury and Property ___ ___ X Completed Operations Damage Each Occurrence ___ ___ X Broad Form CG&L $1,000,000 Aggregate ___ ___ X Personal Injury ___ ___ X Independent Contractors ___ ___ X Floater Installation Coverage ___ ___ X 3. Automobile Liability: 3. $1,000,000 Combined ___ ___ X Owned, Hired, & Single Limit Bodily Non-Owned Injury and Property ___ ___ X 4. Fire Legal Liability ___ ___ X 5. Property Insurance on the insurable value of work including materials on the job site.

The portion of the policy dealing with property damage liability shall contain a provision of endorsement providing insurance protection against property damage, including loss of use, caused by explosion and/or collapse, and against damage of existing underground and overhead pipes, cables, ducts and other such facilities, whether or not such facilities appear on available plans and whether or not accurately located on such plans.

___ ___ X 6. County named as additional insured on Auto and General equipment

(and including non-owned and hired vehicles) Liability Policies (This coverage is primary to all other coverages the County may possess).

___ ___ X 7. Contractual Indemnity/Hold Harmless Exactly as Specified. The Contractual Liability Insurance policy requirements of this section may be satisfied by the inclusion of an Umbrella Excess Liability clause in the Contractor's standard insurance policy for an amount equal to One Million Dollars for Bodily Injury and Property Damage.

___ ___ X 8. Umbrella excess liability over $1,000,000 coverage. Bidder and Insurance Agent Acknowledgment and Certification: We, the undersigned hereby acknowledge that insurance coverages in accordance with this checklist and the General Conditions shall be provided in the event the Bidder is awarded a contract for this project. BY: ______________________________ ____________________________ Bidder Signature Insurance Agent/Broker Signature ______________________________ ____________________________ Typed/Printed Name Typed/Printed Name

END OF SECTION

Powell’s Creek Pedestrian Bridge INSURANCE CHECKLIST INS CK- 1

Page 23: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT (NFO) EN13-076-158, UPC 105243, FHWA No. TAP-5A01(726) ESCROW AGREEMENT

THIS AGREEMENT, made and entered into this ______ day of _______________, 20___ by, between and among the Prince William County ("County"),

___________________________________________________________________

(Name of Contractor),

___________________________________________________________________ (Name of Bank/Branch and Complete mailing Address of Bank)

___________________________________________________________________

(Contact Name & Title and Phone Number)

___________________________________________________________________ (Account Number)

a trust company, bank, or savings and loan institution with its principal office located in

the Commonwealth of Virginia (hereinafter referred to collectively as "Bank") and ___________________________________________________________________

___________________________________________________________________

("Surety" including address) provides:

I. Project Name: Reference Contract (“the Contract”) between Prince William County and Contractor. This Escrow Agreement is pursuant to, but in no way amends or modifies the Contract between the County and the Contractor. Payments made hereunder or the release of funds from escrow shall not be deemed approval or acceptance of performance by the Contractor. The Bank shall deposit the payments made hereunder by Prince William County into an individual and separate escrow account. Under no circumstances, shall any other funds from any other sources be deposited into this account.

Powell’s Creek Pedestrian Bridge EA-1 of 4 Escrow Agreement

Page 24: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

II. In order to assure full and satisfactory performance by the Contractor of its obligations under the contract, the Prince William County is required thereby to retain certain amounts otherwise due the Contractor. The Contractor has, with the approval of the County, elected to have these retained amounts held in escrow by the Bank. This Agreement sets forth the terms of the escrow. The Bank shall not be deemed to party to, bound by, or required to inquire into the terms of, the contract or any other instrument or agreement between the County and the Contractor.

III. The County shall from time to time pursuant to its contract pay to the Bank amounts retained by it under the contract. Except as to amounts actually withdrawn from escrow by the County, the Contractor shall look solely to the Bank for the payment of funds retained under the contract and paid by the County to the Bank. The risk of loss by diminution of the principal of any funds invested under the terms of this contract shall be solely upon the Contractor. Funds and securities held by the Bank pursuant to this Escrow Agreement shall not be subject to levy, garnishment, attachment, lien, or other process whatsoever. Contractor agrees not assign, pledge, discount, sell or otherwise transfer or dispose of his interest in the escrow account or any part thereof, except to the Surety.

IV. Upon receipt of checks or warrants drawn by the Prince William County and made payable to it as escrow agent, the Bank shall promptly notify the Contractor, negotiate the same and deposit or invest and reinvest the proceeds in approved securities in accordance with the written instructions of the Contractor. In no event shall the Bank invest the escrowed funds in any security not approved.

V. The following securities, and none other, are approved securities for all purposes of this Agreement: (1) United States Treasury Bond, United States Treasury Notes, United States Treasury Certificates of indebtedness or United States Treasury Bills, (2) Bonds, notes and other evidences of indebtedness unconditionally guaranteed as to the payment of principal and interest by the United States, (3) Bonds or notes of the Commonwealth of Virginia, (4) Bonds of any political subdivision of the Commonwealth of Virginia, if such bonds carried, at the time of purchase by the Bank or deposit by the Contractor, a Standard and Poor's or Moody’s Investors Service rating of at least "A", and (5) Certificates of deposit issued by commercial Banks located within the Commonwealth, including, but not limited to those insured by the Bank and its affiliates. (6) Any bonds, notes, or other evidences of indebtedness listed in Sections (1) through (3) may be purchased pursuant to a repurchase agreement with a bank, within or without the Commonwealth of Virginia having a combined capital, surplus and undivided profit of not less than $25,000,000, provided the obligation of the Bank to repurchase is

Powell’s Creek Pedestrian Bridge EA-2 of 4 Escrow Agreement

Page 25: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

the time limitations established for investments as set forth herein. The repurchase agreement shall be considered a purchase of such securities even if title, and/or possession of such securities is not transferred to the Escrow Agent, so long as the repurchase obligation of the Bank is collateralized by the securities themselves, and the securities have on the date of the repurchase agreement a fair market value equal to at least 100% of the amount of the repurchase obligation of the Bank, and the securities are held by a third party, and segregated from other securities owned by the Bank. No security is approved hereunder which matures more than five years after the date of its purchase by the Bank or deposit by the Contractor.

VI. The Contractor may from time to time withdraw the whole or any portion of the escrowed funds by depositing with the Bank approved securities in an amount equal to, or in excess of the amount so withdrawn. Any securities so deposited or withdrawn shall be valued at such time of deposit or withdrawal at the lower of par or market value, the latter as determined by the Bank. Any securities so deposited shall thereupon become a part of the escrowed fund. Upon receipt of a direction signed by the County Director of Finance, the Bank shall pay the principal of the fund, or any specified amount thereof, to the Director of Finance. Such payment shall be made in cash as soon as is practicable after receipt of the direction. Upon receipt of a direction signed by the County Director of Finance, the Bank shall pay and deliver the principal of the fund, or any specified amount thereof, to the Contractor, in cash or in kind, as may be specified by the Contractor. Such payment and delivery shall be made as soon as is practicable after receipt of the direction.

VII. For its services hereunder the Bank shall be entitled to a reasonable fee in accordance with its published schedule of fees or as may be agreed upon by the Bank and the Contractor. Such fee and any other costs of administration of this Agreement shall be paid from the income earned upon the escrowed fund and, if such income is not sufficient to pay the same, by the Contractor.

VIII. The net income earned and received upon the principal of the escrowed fund shall be paid over to the Contractor at time of final payment. Until so paid or applied to pay the Bank's fee or any other costs of administration such income shall be deemed a part of the principal of the fund.

IX. The Surety undertakes no obligation hereby but joins in this Agreement for the sole purpose of acknowledging that its obligations as surety for the Contractor's performance of the contract are not affected hereby Neither this Agreement, nor any part hereof, may be assigned by the Contractor to any other party without express written permission of the County. Written on this date shown above, this Agreement shall constitute the whole agreement between the parties.

Powell’s Creek Pedestrian Bridge EA-3 of 4 Escrow Agreement

Page 26: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

WITNESS the following signatures:

COMPANY/CONTRACTOR: BY:_________________________________ __________________________________

Authorized Contractor Signature Typed/Printed Name SURETY:

BROKER/AGENT

____________________________________ __________________________________ Name of Surety Name Virginia Broker/Agent for Surety

BY:_________________________________ __________________________________ Signature of Surety Broker/Agent Address Virginia Agent/Broker

____________________________________ __________________________________ Typed/Printed Name City/State

__________________________________ Phone Number

SURETY (POWER OF ATTORNEY) AFFIX SEAL BY:_______________________________ __________________________________

Signature Typed/Printed Name

BANK: ____________________________________ __________________________________

Signature Bank Officer Typed/Printed Name/Title

PRINCE WILLIAM COUNTY:

BY:_______________________________ _________________________________ Signature Typed/Printed Name

End of Section

Powell’s Creek Pedestrian Bridge EA-4 of 4 Escrow Agreement

Page 27: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 1 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NUMBER________________________________ PROJECT NUMBER_____________________________________ FHWA NUMBER________________________________________ DISTRICT______________________________________________ DATE BID SUBMITTED___________________________________ BIDDER’S NAME________________________________________ SIGNATURE____________________________________________ TITLE_________________________________________________ VENDOR NUMBER______________________________________ DBE GOAL FROM BID PROPOSAL____________________________

--DO NOT DETACH--

THIS INFORMATION MUST BE SUBMITTED WITH YOUR BID PROPOSAL IF YOUR BID DOES NOT MEET THE PROJECT DBE REQUIREMENTS,

OR WHEN REQUESTED BY VDOT

Page 28: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 2 of 10 COMM0NWEALTH OF VIRGINIA

DEPARTMENT OF TRANSPORTATION DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO.________________________________DATE SUBMITTED______________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

NAMES OF CERTIFIED DBEs AND THE DATES ON WHICH THEY WERE SOLICITED TO BID ON THIS PROJECT INCLUDE THE ITEMS OF WORK OFFERED AND THE DATES AND METHODS USED FOR FOLLOWING UP INITIAL SOLICITATIONS TO DETERMINE WHETHER OR NOT DBEs WERE INTERESTED.

NAMES AND VENDOR NUMBERS OF DBEs

SOLICITED

DATE OF INITIAL

SOLICITATION

ITEM(S) OF WORK

FOLLOW-UP METHODS

AND DATES

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY

ATTACH COPIES OF SOLICITATIONS, TELEPHONE RECORDS, FAX CONFIRMATIONS, ELECTRONIC INFORMATION, ETC.

Page 29: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 3 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT. THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN. BIDDER_____________________________________SIGNATURE______________________________________ TITLE________________________________________________________________________________________

TELEPHONE LOG

DBE(s) CALLED TELEPHONE

NUMBER DATE

CALLED TIME

CALLED CONTACT PERSON OR VOICE MAIL STATUS

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY

Page 30: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 4 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

ITEM(S) OF WORK THAT THE BIDDER MADE AVAILABLE TO DBE FIRMS

IDENTIFY THOSE ITEM(S) OF WORK THAT THE BIDDER MADE AVAILABLE TO DBE FIRMS OR THOSE ITEM(S) THE BIDDER IDENTIFIED AND DETERMINED TO SUBDIVIDE INTO ECONOMICALLY FEASIBLE UNITS TO FACILITATE DBE PARTICIPATION. FOR EACH ITEM LISTED, SHOW THE DOLLAR VALUE AND PERCENTAGE OF THE TOTAL CONTRACT AMOUNT. IT IS THE BIDDER’S RESPONSIBILITY TO DEMONSTRATE THAT SUFFICIENT WORK TO MEET THE GOAL WAS MADE AVAILABLE TO DBE FIRMS.

ITEM(S) OF WORK MADE AVAILABLE

BIDDER

NORMALLY PERFORMS ITEM(S)

(Y/N)

ITEM(S) BROKEN DOWN TO

FACILITATE PARTICIPATION

(Y/N)

AMOUNT IN DOLLARS

PERCENTAGE

OF CONTRACT

NOTE: INFORMATION REQUIRED FOR THIS SECTION CONTINUED ON SHEET 5

ATTACH ADDITIONAL PAGES IF NECESSARY

Page 31: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 5 of 10 COMM0NWEALTH OF VIRGINIA

DEPARTMENT OF TRANSPORTATION DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

ADDITIONAL INFORMATION REGARDING ITEM(S) OF WORK THAT THE

BIDDER MADE AVAILABLE TO DBE FIRMS (Continued From Sheet 4) ITEM(S) OF WORK MADE AVAILABLE, NAMES OF SELECTED FIRMS AND DBE STATUS, DBEs THAT PROVIDED QUOTES, PRICE QUOTE FOR EACH FIRM, AND THE PRICE DIFFERENCE FOR EACH DBE IF THE SELECTED FIRM IS NOT A DBE.

ITEM(S) OF WORK

MADE AVAILABLE(CONT.)

NAME OF SELECTED FIRM AND VENDOR NUMBER

DBE OR

NON-DBE

NAME OF

REJECTED FIRM(S)

QUOTE IN DOLLARS

PRICE

DIFFERENCE IN DOLLARS

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY.

IF THE FIRM SELECTED FOR THE ITEM IS NOT A DBE, PROVIDE THE REASON(S) FOR THE SELECTION ON A SEPARATE PAGE AND ATTACH. PROVIDE NAMES, ADDRESSES, AND TELEPHONE NUMBERS FOR THE FIRMS LISTED ABOVE.

Page 32: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 6 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

ADVERTISEMENTS OR PROOFS OF PUBLICATION.

NAMES AND DATES OF EACH PUBLICATION IN WHCH A REQUEST FOR DBE PARTICIPATION FOR THE PROJECT WAS PLACED BY THE BIDDER. ATTACH COPIES OF PUBLISHED ADVERTISEMENTS OR PROOFS OF PUBLICATION.

PUBLICATIONS DATES OF ADVERTISEMENT

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY

Page 33: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Page 7 of 10 COMM0NWEALTH OF VIRGINIA

DEPARTMENT OF TRANSPORTATION DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________ IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

NAMES OF AGENCIES CONTACTED TO PROVIDE ASSISTANCE

NAMES OF AGENCIES (SEE SPECIAL PROVISION FOR 107.15) AND THE DATES THESE AGENCIES WERE CONTACTED TO PROVIDE ASSISTANCE IN CONTACTING, RECRUITING, AND USING DBE FIRMS. IF THE AGENCIES WERE CONTACTED IN WRITING, ATTACH COPIES OF SUPPORTING DOCUMENTS.

NAME OF AGENCY METHOD AND DATE OF

CONTACT

RESULTS

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY.

Page 34: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 8 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

TECHNICAL ASSISTANCE AND INFORMATION PROVIDED TO DBEs

EFFORTS MADE TO PROVIDE INTERESTED DBEs WITH ADEQUATE INFORMATION ABOUT THE PLANS, SPECIFICATIONS, AND REQUIREMENTS OF THE BID DOCUMENTS TO ASSIST THE DBEs IN RESPONDING TO A SOLICITATION. IDENTIFY THE DBEs ASSISTED, THE INFORMATION PROVIDED, AND THE DATE OF CONTACT. ATTACH COPIES OF SUPPORTING DOCUMENTS.

DBEs ASSISTED INFORMATION PROVIDED DATE OF CONTACT

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY.

Page 35: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 9 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

EFFORTS MADE TO ASSIST DBEs OBTAIN BONDING, LINES OF CREDIT,

INSURANCE, ETC.

EFFORTS MADE TO PROVIDE INTERESTED DBEs IN OBTAINING BONDING, LINES OF CREDIT, INSURANCE, NECESSARY EQUIPMENT, SUPPLIES, MATERIALS, OR RELATED ASSISTANCE OR SERVICES, EXCLUDING SUPPLIES AND EQUIPMENT THE SUBCONTRACTOR PURCHASES OR LEASES FROM THE PRIME CONTRACTOR OR ITS AFFILIATES. IDENTIFY THE DBEs ASSISTED, THE ASSISTANCE OFFERED, AND THE DATES OF SERVICES OFFERED AND PROVIDED. ATTACH COPIES OF SUPPORTING DOCUMENTS.

DBEs ASSISTED ASSISTANCE OFFERED DATES SERVICES OFFERED AND/OR PROVIDED

NOTE: ATTACH ADDITIONAL PAGES IF NECESSARY.

Page 36: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-49 7-7-11

Sheet 10 of 10

COMM0NWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

DBE GOOD FAITH EFFORTS DOCUMENTATION

CONTRACT I.D. NO._________________DATE SUBMITTED___________________________

IF THE DBE GOAL ESTABLISHED FOR THIS CONTRACT HAS NOT BEEN MET OR VDOT REQUESTS THE SUBMITTAL THEREOF, THE BIDDER IS REQUIRED TO SUBMIT GOOD FAITH EFFORTS AS OUTLINED IN THIS DOCUMENT.

THE BIDDER ACKNOWLEDGES AND CERTIFIES THAT THIS FORM ACCURATELY REPRESENTS THE INFORMATION CONTAINED HEREIN.

BIDDER SIGNATURE ____ TITLE________________________________________________________________________________________

ADDITIONAL DATA TO SUPPORT DEMONSTRATION OF GOOD FAITH EFFORTS

ADDITIONAL DATA TO SUPPORT DEMONSTRATION OF GOOD FAITH EFFORTS

NOTE: ATTACH ADDITIONAL PAGES, IF NECESSARY

Page 37: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-111 Rev. 2-15-11

COMMONWEALTH OF VIRGINIA

DEPARTMENT OF TRANSPORTATION MINIMUM DBE REQUIREMENTS

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT PROJECT (NFO) EN13-076-158, C501, B601 UPC: 105243

* * * INSTRUCTIONS * * *

THIS FORM CAN BE USED BY THE CONTRACTOR TO SUBMIT THE NAMES OF DBE FIRMS TO BE UTILIZED ON THE PROJECT. THE CONTRACTOR SHALL INDICATE THE DESCRIPTION OF THE CATEGORY (S, M, SP or H) AND THE TYPE OF WORK THAT EACH DBE WILL PERFORM AND THE ALLOWABLE CREDIT PER ITEM(S). ADDITIONAL SHEETS TO SHOW THE ALLOWABLE CREDIT PER ITEM MAY BE ATTACHED IF NECESSARY. PLEASE NOTE: THE AMOUNT OF ALLOWABLE CREDIT FOR A DBE SUPPLIER IS 60% OF THE TOTAL COST OF THE MATERIALS OR SUPPLIES OBTAINED AND 100% FOR A DBE MANUFACTURER OF THE MATERIALS AND SUPPLIES OBTAINED. A CONTRACTOR MAY COUNT 100% OF THE FEES PAID TO A DBE HAULER FOR THE DELIVERY OF MATERIALS AND SUPPLIES TO THE PROJECT SITE, BUT NOT FOR THE COST OF THE MATERIALS AND SUPPLIES THEMSELVES.

DBE REQUIREMENT 8 % PERCENT ATTAINED BY BIDDER %

NAMES(S) AND CERTIFICATION NO. OF DBE(S) TO BE USED

USED AS

SUBCONTR. (S) MFG. (M)

SUPPLIER (SP) HAULER (H)

TYPE OF WORK AND ITEM NO(S)

$ AMOUNT OF ALLOWABLE

CREDIT PER ITEM

TOTAL $

TOTAL CONTRACT VALUE $ x REQUIRED DBE % = $ I/WE CERTIFY THAT THE PROPOSED DBE(S) SUBMITTED WILL BE USED ON THIS CONTRACT AS STATED HEREON AND ASSURE THAT DURING THE LIFE OF THE CONTRACT. I/WE WILL MEET OR EXCEED THE PARTICIPATION ESTABLISHED HEREON BY THE DEPARTMENT. BY

BIDDER SIGNATURE BY

TITLE DATE

Powell’s Creek Pedestrian Bridge 1 Form C-111

Page 38: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-112 Rev. 2-15-11

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT PROJECT (NFO) EN13-076-158 UPC 105243 FHWA No. TAP-5A01(726)

VDOT CERTIFICATION OF BINDING AGREEMENT WITH

DISADVANTAGED BUSINESS ENTERPRISE FIRMS Project No.: (NFO) EN13-076-158 Federal Project No.: This form is to be submitted in accordance with the Department’s Special Provision for Section 107.15. It is hereby certified by the below signed Contractors that there exists a written quote, acceptable to the parties involved preliminary to a binding subcontract agreement stating the details concerning the work to be performed and the price which will be paid for the aforementioned work. This document is not intended to, nor should it be construed to, contain the entire text of the agreement between the contracting parties. This document does not take the place of, nor may it be substituted for, an official subcontracting agreement in those situations that may require such an agreement. A copy of the fully executed subcontract agreement shall be submitted to the Engineer within fourteen (14) business days after contract execution. It is further certified that the aforementioned mutually acceptable quote and fully executed subcontract agreement represent the entire agreement between the parties involved and that no conversations, verbal agreements, or other forms of non-written representations shall serve to add to, delete, or modify the terms as stated. The prime Contractor further represents that the aforementioned mutually acceptable quote and fully executed subcontract agreement shall remain on file for a period of not less than one year following completion of the prime's contract with the Department or for such longer period as provisions of governing Federal or State law or regulations may require. For purposes of this form, the term Prime Contractor shall refer to any Contractor utilizing a DBE subcontractor, regardless of tier, in which they are claiming DBE credit toward the contract goal. Contractors further jointly and severally represent that said binding agreement is for the performance of a "commercially useful function" as that term is employed in 49 C.F.R. Part 26.55 (c), (d). DBE Contractor

By: Signature Title

Date: *Subcontractor

By: Signature Title

Date: * TO BE SIGNED BY THE SUBCONTRACTOR ONLY IF THEY HAVE A CONTRACT WITH THE ABOVE DBE FIRM Prime Contractor

By: Signature Title

Date:

Powell’s Creek Pedestrian Bridge Form C-112

Page 39: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

COMMONWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION SUBCONTRACTOR/SUPPLIER SOLICITATION

AND UTILIZATION FORM (ALL BIDDERS) POWELL’S CREEK PEDESTRIAN BRIDGE

VDOT PROJECT (NFO) EN13-076-158, C-501, B601 UPC 105243

CONTRACT I.D. NO. FEDERAL PROJECT NO.__________________________________ DATE SUBMITTED____________________ The apparent lowest responsible and responsive bidder, including DBEs bidding as Prime Contractors, shall complete and submit the following information as requested in this form within forty-eight (48) hours after the opening of bids. The bidder certifies this form accurately represents its solicitation and utilization or non-utilization, as indicated, of the firms listed below for performance of work on this contract. The bidder also certifies he/she has had direct contact with the named firms regarding participation on this project. BIDDER_________________________________SIGNATURE_________________________________________

TITLE______________________________________________________________________________________ SUBCONTRACTOR/SUPPLIER SOLICITATION AND UTILIZATION (ALL)

VENDOR NUMBER

NAME OF SUBCONTRACTOR/SUPPLIER

TELEPHONE NUMBER

DBE OR NON-DBE

UTILIZED (Y/N)

NOTE: ATTACH ADDITIONAL PAGES, IF NECESSARY.

BIDDER MUST SIGN EACH ADDITIONAL SHEET TO CERTIFY ITS CONTENT AND COMPLETION OF FORM.

Form C-48

Powell’s Creek Pedestrian Bridge Form C-48

Page 40: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

TABLE OF CONTENTS PRINCE WILLIAM COUNTY SUPPLEMENTAL SPECIFICATIONS

TO VIRGINIA DEPARTMENT OF TRANSPORTATION

ROAD AND BRIDGE SPECIFICATIONS DATED 2007 Note: This Table of Contents reflects those provisions which the County has made revisions. Section 101 Definition of Terms 101.02 Terms Section 102 Bidding Requirements and Conditions 102.03 Interpretation of Quantities in Proposal 102.04 Examination of Site of Work and Proposal 102.05 Preparation of Bid 102.06 Irregular Bids 102.07 Proposal Guaranty 102.09 Submission of Bid 102.10 Withdrawal of Bids 102.11 Vendor Registration 102.12 Public Opening of Bids Section 103 Award and Execution of Contract 103.02 Award of Contract 103.05 Requirements of Contract Bonds 103.06 Contract Documents Section 104 Scope of Work 104.01 Intent of Contract Section 105 Control of Work 105.01 Notice to Proceed 105.03 Authorities of Project Personnel 105.10 Plans and Working Drawings 105.12 Coordination of Plans, Standard Drawings, Specifications,

Supplemental Specifications, Special Provisions and Special Provision Copied Notes

105.14 Maintenance During Construction 105.19 Submission and Disposition of Claims Section 106 Control of Material

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 1 of 37

Page 41: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

106.04 Disposal Areas Section 107 Legal Relations and Responsibility to the Public 107.08 Protecting and Restoring Property and Landscape 107.12 Responsibility for Damage Claims 107.16 Environmental Stipulations Section 108 Prosecution and Progress of Work 108.01 Prosecution of Work 108.03 Progress Schedule 108.04 Determination and Extension of Contract Time Limit 108.06 Failure to Complete on Time 108.09 Acceptance 108.10 Termination of Contractor’s Responsibilities Section 109 Measurement and Payment 109.05 Extra and Force Account Work (Change Orders) 109.08 Partial Payments 109.09 Measurement and Payment 109.10 Final Payment 109.11 Liens and Lien Release (new Section 109.11)

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 2 of 37

Page 42: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

COUNTY SUPPLEMENTAL SPECIFICATIONS TO

VIRGINIA DEPARTMENT OF TRANSPORTATION ROAD AND BRIDGE SPECIFICATIONS

DATED 2007 The following Supplemental Specifications represent modifications to the corresponding sections of the Virginia Department of Transportation (VDOT) Specifications; hereinabove defined, and relate exclusively to this Contract. In case of conflicting requirements between the Virginia Department of Transportation Specifications and these Supplemental Specifications, the modifications shall govern. Any applicable provision in the Virginia Department of Transportation Specifications not amended by and not in conflict with any Supplemental Specification shall be understood to be in full effect. All modifications given herein are additions to the provisions of the designated sections of the Virginia Department of Transportation Specifications unless the text specifically identifies a requirement to be an amendment to, deletion of or substitution for a provision in the Virginia Department of Transportation Specifications.

DIVISION I

GENERAL PROVISIONS

SECTION 101 - DEFINITION OF TERMS The following terms in the VDOT Specifications are revised as follows: VDOT Term Prince William County (PWC) Term State Prince William County/County Board The Board of Supervisors of Prince William County, VA authorized by the PWC Purchasing Regulations or other law to enter into contracts. Commissioner Chairman of the PWC Board of County Supervisors Department PWC Transportation Department Engineer PWC Transportation Director Contract Engineer PWC Purchasing Manager The following new definitions are added to this Section. ADDENDUM - A written or telegraphic revision or addition to any of the Contract Documents, transmitted prior to or in advance of the opening of bids to all parties who have been recorded by the County/Consulting Engineer as having secured a full and complete sets of the Plans & Bidding Documents/Contract Documents. COUNTY - The County of Prince William in the Commonwealth of Virginia.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 3 of 37

Page 43: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CONTRACT ADMINISTRATOR (may also refer to as Engineer”) - Shall mean PWC Transportation Director who may assign an employee as its designee or by separate contract, hire services of an outside consulting engineering firm. CONTRACT OR CONTRACT AGREEMENT The written instrument used for signature and execution which binds the County and Contractor and is evidence of mutual understanding and agreement between the Parties. The Contract Agreement expressly incorporates and enumerates any documents therein which is referred to as the “Contract Documents”. CONTRACT DOCUMENTS - The Contract Documents are complimentary, and what is required by one shall be as binding as if required by all. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work, including without limitation, all labor, materials, equipment and furnishings required in connection therewith. Such incorporated documents customarily include but not limited to; Contract Special Provisions, Special Provision Copied Notes, the Plans, Prince William County Purchasing Regulations, Contractor bid response, General Conditions, Supplemental General Conditions, VDOT Road and Bridge Specifications, Special Conditions, Plans, Insurance coverages/polices, bonds, Specifications, and all Modifications, including Addenda and subsequent Change Orders. ENGINEER, RESIDENT (may also be referred to as Inspector/County’s Representative) - The County reserves the right by separate contract to obtain a construction engineering and inspection consultant to act on behalf of the County to apprise the Engineer as to the progress and quality of the work and who shall monitor compliance with the Contract Documents. In cases where the County has no separate contract for these services such shall be provided by an employee of the Department of Transportation. The County’s Representative shall have no authority to bind the County to additional time or funds unless such authority is agreed upon by the Contract Administrator in writing. PROJECT MANAGER - The PWC Employee designated by the Engineer (Director - Department of Transportation) to administer the construction contracts on behalf of the Engineer RESPONSIBLE BIDDER shall mean a Bidder who has the capability, past experience and qualifications in similar projects, in all respects, to perform fully the Contract requirements and the moral and business integrity and reliability which will assure good faith performance. STANDARD DRAWINGS - Whenever the Plans or specifications refer to “Standards”or “Standard Drawings”such reference shall be construed to mean the set of standard drawings issued by Virginia Department of Transportation, current edition, and entitled “Road and Bridge Standards of the Virginia Department of Transportation”. Only those standard drawings specifically referred to by number in the various Contract Documents are applicable to work on this Contract. SPECIFICATIONS - The general term comprising all the directions, provisions, and requirements contained in the Virginia Department of Transportation, “Road and Bridge

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 4 of 37

Page 44: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Specifications”, current Edition, the County’s Supplemental Specifications and Special Provisions and any Addenda and Change Orders or Supplemental Agreements that may be issued, all of which are necessary for the proper performance of the Contract. Section 101.02 - Terms This section is amended to include the following: It is understood that wherever in the Virginia Department of Transportation Specifications and Standard Drawings handbook the term “Department”appears, it shall be construed to refer to the Prince William County Transportation Department, except in references to said Virginia Department of Transportation as the author of the Specifications and Standard Drawings. Whenever in the Virginia Department of Transportation Specifications and Standard Drawings, the term “District Engineer”appears, it shall be replaced by the term “Engineer”or “County Contract Adminstrator”. The County reserves the right to enter into a separate contract with a consultant who shall serve as the County’s Resident Engineer. The consultant shall be identified in final Contract Agreement between the County and the Contractor. Whenever in the various Contract Documents the term “State”appears in the context of the governing body of the Commonwealth of Virginia, and whenever the terms “Board”, “Virginia Department of Transportation”and “Department”appear in the context of the authority vested with the operation of the state's roadway network, such term shall remain unchanged. Whenever in the various Contract Documents the term “PWC”appears it shall mean Prince William County.

SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS Section 102.03 – Interpretation of Quantities in Proposal In the first paragraph, third sentence insert at the beginning of the sentence “Unless, otherwise indicated in the Summary/Schedule of Unit Bid Prices,…”. Delete the last sentence in the first paragraph of this section in its entirety. Delete the last paragraph of this section in its entirety. The County may within 3-5 days after opening of Bids, request a scope review meeting with the apparent successful Bidder to discuss project requirements, major milestones and critical issues.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 5 of 37

Page 45: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Section 102.04 - Examination of Plans, Specifications, Special Provisions and Site of Work Paragraph (b), second line, of this section delete District Materials Engineer or State Materials Division Administrator and replace with “County Engineer”. Paragraph (c), delete in its entirety and replace with following: “If a word a word, phrase, clause, or any other portion of the Invitation For Bid including the Bid Pricing Proposal or other documents which makeup the Contract Documents, is alleged to be ambiguous/confusing or in conflict, the Bidder shall submit written notice of such to the Architect/Engineer/Owner’s Consultant and request an interpretation. No employee or agent of the County shall have the authority to furnish any other explanation or interpretation, verbal or written and is not responsible for any other explanations or interpretations of the Bidding Documents or Contract Documents unless made by formal Addenda.” Section 102.05 - Preparation of Bid Delete in the third paragraph in item (a) in its entirety and replace with the following: The County may provide the Summary of Bid Prices/Schedule of Unit Prices in electronic format to Bidders so requesting in writing. It shall be the sole responsibility of the Bidder to request in writing from the County any/all subsequent amended electronic documents/files. It shall be the sole responsibility of the Bidder to ensure when submitting his bid that his Bid is submitted using the most current version of Summary of Bid Prices/Schedule of Unit Prices reflective of any/all amendments/addenda. Failure of the Bidder to submit his bid using the most current version of any document will result in rejection of Bid. The County reserves the right not to provide any electronic documents. The County shall not be obligated to furnish any document in electronic format to any Bidder. The County shall have the right to reject any or all Bids and to reject a Bid not accompanied by required bid security or other data required by the Bidding Documents, or to reject a Bid which is in any way incomplete or irregular. The County reserves the right to waive informality or irregularity. A minor informality or irregularity is one that is merely a matter of form and not of substance or some immaterial defect in a bid or variation of a bid from the exact requirements of the invitation that can be corrected or waived without being prejudicial to other bidders. Delete in the sixth paragraph from item (a) in its entirety. Delete from item (d) referencing submission of electronic bids after the third sentence in its entirety.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 6 of 37

Page 46: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Delete from item (e) “as part of electronic bid submission” and replace with “signed Amendment/Addenda”. Add new subparagraph to this Section item (g) as follows: (g) Non-Discrimination Against Faith-Based Organizations: The Prince William County Government does not discriminate against faith-based organizations in procuring goods, services or construction. Section 102.06 - Irregular Bids Delete “M.” of this section and replace with new paragraphs as follows:

M. failure to submit most current version (amended/addenda) of any bid submittal forms including Proposal Form/Summary of Bid Prices/Schedule of Unit Prices.

Section 102.07 - Proposal Guaranty Delete “$250,000” and replace with “$100,000”. Delete “Treasurer of Virginia” and replace with “Prince William County”. Add paragraph as follows: The Bidder shall use the Bonding forms included with the Bidding Documents. If a certified check or a cashiers’ check is submitted as the Proposal Bid Bond, the check is to be made payable to Director of Finance, Prince William County and the project name and Contract Number shall appear on the face of the check, as well as the business name of the Bidder. Section 102.09 – Submission of Bid Delete the first paragraph in its entirety and replace with the following: Bidder shall deliver/submit Bid in a sealed envelope clearly marked to indicate its contents prior to date and time for receipt. Deliver sealed bid to:

Prince William County McCoart Administration Purchasing Office, Suite 205 Attention: Shana N. Terry, Senior Contract Specialist 1 County Complex Court Prince William, Virginia 22192-9201.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 7 of 37

Page 47: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The Board of County Supervisors of Prince William County, Virginia reserves the right to reject any and all bids, waive informalities and irregularities in bidding and to accept bids, which are, in consideration, in the best interest of the County. Bidders shall submit the following forms with Bid Submission. Bidders shall use the forms provided and included within the Bidding Documents when submitting bids. The following forms are included with the bidding documents:

• Proposal Form, as may be amended • Summary/Schedule of Unit Bid Prices, as may be amended • Bid Bond (Proposal Surety Guarantee)

The Bidder shall state, on the form in the Proposal, the Unit Price for each pay item listed therein and shall also show the products of the respective unit prices and quantities. The County reserves the right to request from the apparent lowest bidder after submission of bids the following:

• Contractor’s Proposal to Sublet • County’s Contractor Qualification Statement complete details supporting qualification and

experience in satisfactorily completing project similar to scope and size to this project • Insurance Checklist • Proof VDOT Vendor Prequalification Certification

Section 102.10 – Withdrawal of Bids Delete 102.10 in its entirety and replace with the following: Withdrawal of bids is strictly governed by the Prince William County Purchasing Regulations, as amended. If a bid may be lawfully withdrawn, notice of withdrawal must be provided in writing within two (2) business days after the bid opening. Section 102.11 – eVA Business-To-Government Vendor Registration Amend Section heading to read: Section 102.11 – Prince William County Vendor Registration Delete in its entirety and replace with following: Bidders are not required to be a registered vendor with Prince William County e-procurement at time bids are submitted. Prior to award the apparent successful bidder shall register themselves over the internet at www.pwcgov.org/eServices/eProcurement

If internet access is not available or problems are experienced during registration, contact the Purchasing Office shown on the front page of the solicitation. Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications

Page SS 8 of 37

Page 48: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Section 102.12 – Public Opening of Bids Delete Section 102.12 in its entirety and replace with the following: Sealed Bids shall be opened and read publicly at the time and place designated for delivery of bids. Interested parties are invited to attend.

SECTION 103 - AWARD AND EXECUTION OF CONTRACT

Section 103.02 – Award of Contract Add new subparagraphs as follows: Contractor shall demonstrate qualification and experience in similar scope and size projects as determined acceptable by the County to ensure all the work, services, construction, improvement and maintenance is awarded to the lowest Responsible Bidder. A Responsible Bidder shall mean a Bidder VDOT Prequalifed Contractor who has the capability, past experience and qualifications, in all respects, to perform fully the Contract requirements and moral and business integrity. The award will be made to the lowest responsive and responsible bidder without discrimination on the grounds of race, color, sex, or national origin. In the event of tie bids, preference will be given to Virginia persons, firms, or corporations; otherwise, the tie will be decided by lot. Whenever any bidder is a resident of any other state and such state under its laws allows a resident contractor of that state a preference, a like preference may be allowed to the lowest responsive and responsible bidder who is a resident of Virginia. The award date will be not later than midnight on the 75th day after the opening of bids. If the Board, or C h a i r m a n o f the PWC Board of County Supervisors; where permitted by law, has not awarded the Contract within this period, the bidder may withdraw his bid without penalty or prejudice unless the time limit is extended by mutual consent. The following other factors may be considered in determining whether a Bidder is responsible: a) Whether the Bidder can perform the Contract or provide the services promptly, or within the

time specified, without delay or interference; b) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder; c) The quality of performance of previous contracts or services preformed by the bidder or its

proposed subcontractors; d) The previous existing compliance by the Bidders with laws and ordinances relating to

contracts or services; e) The quality, availability, and adaptability of the goods or services to the particular use

required; f) The ability of the Bidder to provide service for the warranty period of the Contract; if so

required by the Contract and; g) Whether the Bidder is in arrears to the County on a debt or contract or is in default or is a

defaulter on surety to the County or whether the Bidder’s County taxes or assessments are delinquent.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 9 of 37

Page 49: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The County may post Notice of Contract Award as a result of this solicitation on the Prince William County e-procurement website. The successful Bidder, upon award of Contract, shall be required to be licensed in accordance the Prince William County Code “Business, Professional and Occupational Licensing (BPOL) Tax”. Section 103.05 - Requirements of Contract Bonds Delete in its entirety and replace with the following: The Contractor shall furnish along with the required number of copies of the Contract duly signed by him, two (2) originals of Performance and Payment Bonds, (forms included in the Bid Documents), each in an amount equal to one hundred percent (100%) of the Contract Sum. Bonds shall be properly issued and executed by a Surety licensed in the State of Virginia and acceptable to the County. Cost of Bonds shall be included in the total estimated Bid Price. The Performance Bond shall remain in effect for (1) one year after final acceptance. The cost of obtaining Bonds shall be included in Summary of Unit Bid Prices under the item for Mobilization. The Contractor shall deliver the required Bonds to the County not later than the date of execution of the Contract. However, such Bonds shall not be delivered later than five (5) days after Award of the Contract by the Board of County Supervisors. The Contractor shall require the Attorney-in-Fact who executes the required Bonds on behalf of the Surety to affix thereto a certified and current copy of his power of attorney indicating the monetary limit of such power. The Contractor shall use the Performance Bond and Payment Bond forms included in the Contract Documents and both shall be written in the amount of the Contract Sum. From the surety providing bonding for the successful bidder for this project, the County reserves the right to request and receive documentation of the surety’s financial capabilities, past experience, and other evidence of surety’s reliability. In the event that the Contractor’s surety company becomes insolvent, bankrupt, or in any way incapable of providing the services and/or security of the Performance and Payment bonds, the Contractor shall within ten (10) days of notification to the Contractor that his surety company has become insolvent, furnish County new Performance and Payment bonds from a surety licensed to transact business in Virginia. Any additional cost in securing new bonding shall be the responsibility of the Contractor. Surety companies executing bonds must be licensed to do business in the Commonwealth of Virginia. The Surety Corporation providing the bond for this project shall obtain a written release from the Prince William County prior to releasing bond before the expiration date. Surety shall provide the County with written consent of the Surety to the Final Payment by the County. The Surety shall have an AM Best Rating of A or better.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 10 of 37

Page 50: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Section 103.06 - Contract Documents Delete in its entirety the first paragraph and subparagraph (a) of this section and replace with following: The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work, including without limitation, all labor, materials, equipment and furnishings required in connection therewith. The Contract Documents are complimentary, and what is required by one shall be as binding as if required by all. (a) Contract/Contract Agreement: The written instrument which binds the County and Contractor and is evidence of mutual understanding and agreement between the Parties. The Contract is executed instrument by the County and Contractor and expressly incorporates and enumerates any documents therein which is referred to as the “Contract Documents”. Such incorporated documents customarily include but, not limited to; the Bid response submitted by the Contractor, these Supplemental Conditions, any Special Conditions, the Plans and the Specifications, and all Modifications, including Addenda and subsequent Change Orders. Delete subsection (e) and replace with following: (e) Progress Schedule/Construction Schedule: The Contractor shall submit a progress schedule/construction schedule in accordance with the Contract Special Provisions, et seq. Where the term “progress schedule” is referred shall also mean “construction schedule”. (f) Delete the second paragraph of this subsection in its entirety and replace with the following: The Contractor agrees to provide insurance issued by companies admitted within the Commonwealth of Virginia, with the Best’s Key Rating of at least A:VI. The Contractor shall attach to each liability insurance policy, with the exception of Workers’ Compensation, an endorsement to indemnify and hold harmless the County from any liability or damages whatsoever arising out of the contract work in accordance with the following endorsement which will form a part of the resulting contract:

“ENDORSEMENT”

The Contractor hereby agrees to indemnify and hold harmless Prince William County, Virginia, its officers, agents and all employees and volunteers, from any and all claims for bodily injuries and personal injuries to the public, including cost of investigation, all expenses of litigation, including reasonable attorneys fees, and the cost of appeals arising out of any such claims or suits, because of any and all acts of omission or commission of the Contractor, including their agents, subcontractors, employees, volunteers, or in connection with work under this contract.

It is understood and agreed that the Contractor is at all times herein acting as an independent Contractor. Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications

Page SS 11 of 37

Page 51: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The Contractor will provide an original, signed certificate of insurance, evidencing such insurance and such endorsements as prescribed herein, and shall have it filed with the County Purchasing Manager before a contract is executed and any work is started. In connection with the indemnification assumed by the Contractor by virtue of this section, but by no means to be construed as a limitation or release of his responsibility for such indemnification, the Contractor shall provide the following types and minimum amounts of insurance coverage for this project: (a) Contractor's Comprehensive General Bodily Injury and Property Damage Liability Insurance, including Contractor's Protective Liability Insurance and Contractual Liability Insurance: 1. One person in any one occurrence, amount One Million Dollars ($1,000,000.00). 2. Two (2) or more persons in any one (1) occurrence, amount One Million Dollars ($1,000,000.00). 3. Property damage in any one occurrence, amount One Million Dollars ($1,000,000.00). The portion of the policy dealing with property damage liability shall contain a provision of endorsement providing insurance protection against property damage, including loss of use, caused by explosion and/or collapse, and against damage to existing underground and overhead pipes, cables, ducts and other such facilities, whether or not such facilities appear on available plans and whether or not accurately located on such plans. The Contractual Liability Insurance policy shall contain an endorsement attesting to the Contractor's responsibilities for indemnification set forth in this section. Insurance certificates shall specifically indicate the inclusion of such an endorsement with particular reference to the Contract number and to “Compliance with Section 107.12 of the Specifications”. 4. The Contractual Liability Insurance policy requirements of this section may be satisfied by the inclusion of an Umbrella Excess Liability clause in the contractor's standard insurance policy for an amount equal to One Million Dollars ($1,000,000.00) for Bodily Injury and Property Damage. (b) Comprehensive Automobile and Truck Liability Insurance including coverage for Contractor's automotive equipment (and including non-owned and hired vehicles): 1. One (1) or more persons in any one (1) occurrence, amount One Million Dollars ($1,000,000.00). 2. Property damage in any one (1) occurrence, amount One Million Dollars ($1,000,000.00). 3. XCU Property Damage, if necessary for nature of the work and as applicable to the project

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 12 of 37

Page 52: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(c) Workmen’s Compensation Insurance - Statutory, as required by the Commonwealth of Virginia. If any part of the work is sublet, all of the above insurance coverage shall also be provided by or on behalf of each subcontractor. Furnish satisfactory evidence, in triplicate, of all required insurance coverage, including special endorsements, shall be forwarded to the County for approval within five (5) Calendar Days after the date of written notice of Award of Contract. All insurance coverage must be approved by the County before the Contract will be executed by the County. The County’s approval of insurance furnished by the Contractor, or its failure to disapprove such insurance, shall not relieve the Contractor of full responsibility for liability, damages and accidents as set forth elsewhere herein. The cost of such insurance and bonds shall be included the unit price bid for mobilization which is a part of the Contractor’s Proposal. No change, cancellation, or non-renewal shall be made in any insurance coverage without a forty-five (45) day written notice to the County Purchasing Manager. The Contractor shall furnish a new certificate prior to any change or cancellation date. The failure of the Contractor to deliver a new and valid certificate will result in suspension of all payments until the new certificate is furnished to the County Purchasing Manager. Insurance coverage required in these specifications shall be in force throughout the contract term. Should the Contractor fail to provide acceptable evidence of current insurance within five (5) days of written notice at any time during the contract term, the County shall have the absolute right to terminate the contract without any further obligation to the Contractor, and Contractor shall be liable to the County for the entire additional cost of procuring the incomplete portion of the contract at time of termination. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all subcontractors of their liabilities and obligations under this heading or under any other section or provisions of the contract. Contractual and other liability insurance provided under the contract shall not contain a supervision, inspection, or services exclusion that would preclude the County from supervising and/or inspecting the project as to the end result. The Contractor shall assume all on the job responsibilities as to the control of persons directly employed by it and of the subcontractors and any person employed by the subcontractor.

SECTION 104 - SCOPE OF WORK Section 104.01 -Intent of Contract This section is amended to include the following: Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications

Page SS 13 of 37

Page 53: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Strict adherence to the progress schedule shall be one of the obligations of this Contract. The Contractor understands that the County Risk and Safety personnel shall periodically visit the project site in an effort to protect the County’s interest with regards to safety or risk issues. The Contractor shall have an established risk and safety program and ensure all its employees are adequately trained and detail familiar with such program. The Contractor is required to provide a copy of its safety and risk manual to the County Risk Manager upon request. The County Risk Manager shall have authority to shut-down any project it determined as unsafe. This project shall be subject to the provisions of the current edition of “Rules and Regulations Covering Construction, Demolition and All Excavation”, as adopted by the Safety Codes Commission of the Commonwealth of Virginia. In addition to other safety requirements and restrictions, the project shall be subject to the requirements and provisions of the Occupational Safety and Health Administration (OSHA), and the Contractor shall be responsible for compliance with such requirements and provisions at no added cost to the Owner. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. The Contractor shall ensure any/all applicable OSHA/VOSHA requirements are maintained during their performance of the Work by the Contractor, including subcontractors. . The Contractor shall designate a responsible member of the Contractor’s organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and Architect. The Contractor’s superintendent shall be appropriately skilled and trained as deemed necessary according to the nature and extent of the Work. Written records shall be maintained at the project site of any/all incidents involving injury to persons and/or damage to property. The Contractor shall immediately inform the Prince William County Risk Manager of any/all incidents involving injury to persons and/or damage or safety related incidents, mishaps, accidents and etc. Depending upon the nature of the incident, the County Risk Manager may require the Contractor to furnish within a reasonable time a written report detailing the issues and circumstances. The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: 1. Employees on the Work and other persons who may be affected thereby; 2. The work and materials and equipment to be incorporated therein, whether in storage on

or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors; and

3. Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 14 of 37

Page 54: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. The provisions of all rules and regulations governing health and safety as adopted by the Safety Codes Commission of the Commonwealth of Virginia, issued by the Department of Labor and Industry under Title 40.1 of the Code of Virginia, shall apply to all Work under this Contract. The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible.

SECTION 105 - CONTROL OF WORK Section 105.01 – Notice to Proceed Add new paragraph at beginning of section as follows: Prior to issuance of Notice to Proceed by the County to the Contractor, the Contractor shall provide a work history or résumé to the Engineer for the Project Superintendent. The resume shall include supporting information, demonstrating to the County’s satisfaction, acceptable experience and qualifications. At no time shall the Superintendent be replaced, except for cause, unless the Engineer has received prior notification and has approved the replacing Superintendent. A resume of equitable replacement shall be provided to the County for consideration. Section 105.03 – Authorities of Project Personnel Add new paragraphs to this section as follows: No decision made by the Engineer in good faith to exercise or not to exercise its authority shall create any duty or responsibility of the Engineer to the Contractor or any of its subcontractors. Neither the County nor the Resident Engineer (also may be referred to as Inspector/Project Inspector and/or County Representative) is responsible for the Contractor's means and methods;

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 15 of 37

Page 55: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

safety precautions or programs; or the Contractor's failure to execute the work in accordance with the Contract Documents or for any acts or omissions of the Contractor. The Engineer or its Resident Engineer has the authority to stop work wholly or in part if the Contractor fails to correct conditions that are unsafe for workers or the general public or carry out the provisions of the Contract. The Contractor is not entitled to additional compensation or an extension of contract time in the event that the Engineer stops work for unsafe conditions or a failure by the Contractor to carry out the provisions of the Contract. The County reserves the right by separate contract to hire an outside consultant to serve as its Resident Engineer during the progress of the work. The Resident Engineer shall have no authority to bind the County to additional funds or time. The Resident Engineer will work under the authority of the County Contract Administrator/Engineer in the administration and inspection of this Contract. The responsibilities and duties of the Resident Engineer are listed below.

General: It shall be the responsibility to provide services, as necessary, to administer the Construction Contract in the manner so that the project is constructed in reasonable conformity with the plans, specifications and Contract provisions.

The Resident Engineer shall advise the Engineer, in writing, of any omissions, substitutions, defects and deficiencies noted in the work of the Contractor and the corrective action taken. The work provided by the Resident Engineer or the any of the County employees shall, in no way, shall relieve the Contractor of responsibility for the satisfactory performance of the Construction Contracts.

Resident Inspection/Project Inspector: Prince William County shall provide personnel and services to monitor the Contractor's on site construction operations. One or more persons employed by the County to inspect the Work for the County and/or to document and maintain records of activities at the Site to the extent required by the County. The County shall notify the Contractor in writing of the appointment of such Project Inspector(s). The duties of the Project Inspector are for the benefit of the County only and not for the Contractor. The Contractor may not rely upon any act, statement, or failure to act on the part of the Project Inspector, nor shall the failure of the Project Inspector to properly perform his duties in any way excuse Defective Work or otherwise improper performance of the Contract by the Contractor. (a) All material and workmanship shall be subject to inspection, examination and testing by the County, the Engineer, the Project Inspector, authorized inspectors and authorized independent testing entities at any and all times during manufacture and/or construction. The Engineer and the County shall have authority to reject defective material and workmanship and require its correction. Rejected workmanship shall be satisfactorily corrected and rejected material shall be satisfactorily replaced with proper material without charge therefore, and the Contractor shall

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 16 of 37

Page 56: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

promptly segregate and remove the rejected material from the Site. If the Contractor fails to proceed at once with replacement of rejected material and/or the correction of defective workmanship, the County may, by contract or otherwise, replace such material and/or correct such workmanship and charge the cost to the Contractor, or may terminate the right of the Contractor to proceed. As a result, the Contractor and its Surety may be held liable for any damages to the same extent as provided in Contract for termination hereunder. (b) Site inspections, tests conducted on Site or tests of materials gathered on Site, which the Contract requires to be performed by independent testing entities, shall be contracted and paid for by the County. Examples of such tests are the testing of cast-in-place concrete, foundation materials, soil compaction, pile installations, caisson bearings and steel framing connections. The Contractor shall promptly furnish, without additional charge, all reasonable facilities, labor and materials necessary and convenient for making such tests. Except as provided in (d) below, whenever such examination and testing finds defective materials, equipment or workmanship, the Contractor shall reimburse the County for the cost of re-examination and retesting. Although conducted by independent testing entities, the County will not contract and pay for tests or certifications of materials, manufactured products or assemblies which the Contract, codes, standards, etc., require to be tested and/or certified for compliance with industry standards such as Underwriters Laboratories, Factory Mutual or ASTM. If fees are charged for such tests and certifications, they shall be paid by the Contractor. The Contractor shall also pay for all inspections, tests, and certifications which the Contract specifically requires him to perform or to pay, together with any inspections and tests which he chooses to perform for his own purposes, but are not required by the Contract. (c) Where Work is related to or dependent on the Defective Work, the Contractor shall stop such related or dependent Work until the Defective Work or deficiency is corrected or an alternative solution is presented that is satisfactory to the County. Where Work is rejected because of defective material or workmanship, the Contractor shall stop like Work in other areas or locations on the Project until the matter is resolved and the County has approved corrective measures. (d) Should it be considered necessary or advisable by County or the Resident Engineer/Inspector at any time before final acceptance of the entire Work to make an examination of any part of the Work already completed, by removing or tearing out portions of the Work, the Contractor shall on request promptly furnish all necessary facilities, labor and material to expose the Work to be tested to the extent required. If such Work is found to be defective in any respect, due to the fault of the Contractor or his Subcontractors, the Contractor shall defray all the expenses of uncovering the Work, of examination and testing, and of satisfactory reconstruction. If, however, such Work is found to meet the requirements of the Contract, the actual cost of the Contractor’s labor and material necessarily involved in uncovering the Work, the cost of examination and testing, and Contractor’s cost of material and labor necessary for replacement including a markup of fifteen (15%) percent for overhead and profit shall be paid to the Contractor and he shall, in addition, if completion of the Work has been delayed thereby, be granted a suitable extension of time. Notwithstanding the foregoing, the Contractor shall be responsible for all costs and

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 17 of 37

Page 57: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

expenses in removing and replacing the Work if the Contractor had covered the Work prior to any inspection or test contrary to the instructions of the Engineer, County or Project Inspector. (e) The County has the authority to recommend to the Engineer that the Work be suspended when in his judgment the Contract Documents are not being followed. Any such suspension shall be continued only until the matter in question is resolved to the satisfaction of the County. The cost of any such Work stoppage shall be borne by the Contractor unless it is later determined that no fault existed in the Contractor’s Work. (f) The County/Project Inspector has the right and the authority to:

(1) Inspect all construction materials, equipment, and supplies for quality and for compliance with the Contract Documents and/or approved shop drawings and Submittals.

(2) Inspect workmanship for compliance with the standards described in the Contract Documents.

(3) Observe and report on all tests and inspections performed by the Contractor. (4) Recommend rejection of Work which does not conform to requirements of the Contract

Documents. (5) Keep a record of construction activities, tests, inspections, and reports. (6) Attend all joint Site construction meetings and inspections held by the County and/or the

Engineer with the Contractor. (7) Check materials and equipment, together with documentation related thereto, delivered

for conformance with approved Submittals and the Contract. (8) Check installations for proper workmanship and conformance with shop drawing and

installation instructions. (9) Assist in the review and verification of the change order, Schedule of Values &

Certificate for Payment, submitted by the Contractor each month. (10) Do all things for or on behalf of the County as the County may subsequently direct

in writing. (g) The Project Inspector shall have no authority to:

(1) Authorize deviations from the Contract Documents; (2) Enter into the area of responsibility of the Contractor’s superintendent; (3) Issue directions relative to any aspect of construction means, methods, techniques,

sequences or procedures, or in regard to safety precautions and programs in connection with the Work;

(4) Authorize or suggest that the County occupy the Project, in whole or in part; or (5) Issue a certificate for payment.

No decision made by the Engineer in good faith to exercise or not to exercise its authority shall create any duty or responsibility of the Engineer to the Contractor or any of its subcontractors. Neither the County nor the Resident Engineer (also may be referred to as Inspector/Project Inspector and/or County Representative) is responsible for the Contractor's means and methods;

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 18 of 37

Page 58: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

safety precautions or programs; or the Contractor's failure to execute the work in accordance with the Contract Documents or for any acts or omissions of the Contractor. The Engineer or its Resident Engineer has the authority to stop work wholly or in part if the Contractor fails to correct conditions that are unsafe for workers or the general public or carry out the provisions of the Contract. The Contractor is not entitled to additional compensation or an extension of contract time in the event that the Engineer stops work for unsafe conditions or a failure by the Contractor to carry out the provisions of the Contract. The County reserves the right by separate contract to hire an outside consultant to serve as its Resident Engineer during the progress of the work. The Resident Engineer shall have no authority to bind the County to additional funds or time. The Resident Engineer will work under the authority of the County Contract Administrator/Engineer in the administration and inspection of this Contract. The responsibilities and duties of the Resident Engineer are listed below.

General: It shall be the responsibility to provide services, as necessary, to administer the Construction Contract in the manner so that the project is constructed in reasonable conformity with the plans, specifications and Contract provisions.

The Resident Engineer shall advise the Engineer, in writing, of any omissions, substitutions, defects and deficiencies noted in the work of the Contractor and the corrective action taken. The work provided by the Resident Engineer or the any of the County’s employees shall, in no way, relieve the Contractor of responsibility for the satisfactory performance of the Construction Contracts.

Resident Inspection/Project Inspector: Prince William County shall provide personnel and services to monitor the Contractor’s on site construction operations. One or more persons employed by the County to inspect the Work for the County and/or to document and maintain records of activities at the Site to the extent required by the County. The County shall notify the Contractor in writing of the appointment of such Project Inspector(s). The duties of the Project Inspector are for the benefit of the County only and not for the Contractor. The Contractor may not rely upon any act, statement, or failure to act on the part of the Project Inspector, nor shall the failure of the Project Inspector to properly perform his duties in any way excuse Defective Work or otherwise improper performance of the Contract by the Contractor. (a) All material and workmanship shall be subject to inspection, examination and testing by the County, the Engineer, the Project Inspector, authorized inspectors and authorized independent testing entities at any and all times during manufacture and/or construction. The Engineer and the County shall have authority to reject defective material and workmanship and require its correction. Rejected workmanship shall be satisfactorily corrected and rejected material shall be satisfactorily replaced with proper material without charge therefore, and the Contractor shall

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 19 of 37

Page 59: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

promptly segregate and remove the rejected material from the Site. If the Contractor fails to proceed at once with replacement of rejected material and/or the correction of defective workmanship, the County may, by contract or otherwise, replace such material and/or correct such workmanship and charge the cost to the Contractor, or may terminate the right of the Contractor to proceed. As a result, the Contractor and its Surety may be held liable for any damages to the same extent as provided in Contract for termination hereunder. (b) Site inspections, tests conducted on Site or tests of materials gathered on Site, which the Contract requires to be performed by independent testing entities, shall be contracted and paid for by the County. Examples of such tests are the testing of cast-in-place concrete, foundation materials, soil compaction, pile installations, caisson bearings and steel framing connections. The Contractor shall promptly furnish, without additional charge, all reasonable facilities, labor and materials necessary and convenient for making such tests. Except as provided in (d) below, whenever such examination and testing finds defective materials, equipment or workmanship, the Contractor shall reimburse the County for the cost of re-examination and retesting. Although conducted by independent testing entities, the County will not contract and pay for tests or certifications of materials, manufactured products or assemblies which the Contract, codes, standards, etc., require to be tested and/or certified for compliance with industry standards such as Underwriters Laboratories, Factory Mutual or ASTM. If fees are charged for such tests and certifications, they shall be paid by the Contractor. The Contractor shall also pay for all inspections, tests, and certifications which the Contract specifically requires him to perform or to pay, together with any inspections and tests which he chooses to perform for his own purposes, but are not required by the Contract. (c) Where Work is related to or dependent on the Defective Work, the Contractor shall stop such related or dependent Work until the Defective Work or deficiency is corrected or an alternative solution is presented that is satisfactory to the County. Where Work is rejected because of defective material or workmanship, the Contractor shall stop like Work in other areas or locations on the Project until the matter is resolved and the County has approved corrective measures. (d) Should it be considered necessary or advisable by County or the Resident Engineer/Inspector at any time before final acceptance of the entire Work to make an examination of any part of the Work already completed, by removing or tearing out portions of the Work, the Contractor shall on request promptly furnish all necessary facilities, labor and material to expose the Work to be tested to the extent required. If such Work is found to be defective in any respect, due to the fault of the Contractor or his Subcontractors, the Contractor shall defray all the expenses of uncovering the Work, of examination and testing, and of satisfactory reconstruction. If, however, such Work is found to meet the requirements of the Contract, the actual cost of the Contractor’s labor and material necessarily involved in uncovering the Work, the cost of examination and testing, and Contractor’s cost of material and labor necessary for replacement including a markup of fifteen (15%) percent for overhead and profit shall be paid to the Contractor and he shall, in addition, if completion of the Work has been delayed thereby, be granted a suitable extension of time. Notwithstanding the foregoing, the Contractor shall be responsible for all costs and

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 20 of 37

Page 60: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

expenses in removing and replacing the Work if the Contractor had covered the Work prior to any inspection or test contrary to the instructions of the Engineer, County or Project Inspector. (e) The County has the authority to recommend to the Engineer that the Work be suspended when in his judgment the Contract Documents are not being followed. Any such suspension shall be continued only until the matter in question is resolved to the satisfaction of the County. The cost of any such Work stoppage shall be borne by the Contractor unless it is later determined that no fault existed in the Contractor’s Work. (f) The County/Project Inspector has the right and the authority to:

(1) Inspect all construction materials, equipment, and supplies for quality and for compliance with the Contract Documents and/or approved shop drawings and Submittals.

(2) Inspect workmanship for compliance with the standards described in the Contract Documents.

(3) Observe and report on all tests and inspections performed by the Contractor. (4) Recommend rejection of Work which does not conform to requirements of the Contract

Documents. (5) Keep a record of construction activities, tests, inspections, and reports. (6) Attend all joint Site construction meetings and inspections held by the County and/or the

Engineer with the Contractor. (7) Check materials and equipment, together with documentation related thereto, delivered

for conformance with approved Submittals and the Contract. (8) Check installations for proper workmanship and conformance with shop drawing and

installation instructions. (9) Assist in the review and verification of the change order, Schedule of Values &

Certificate for Payment, submitted by the Contractor each month. (10) Do all things for or on behalf of the County as the County may subsequently direct

in writing. (g) The Project Inspector shall have no authority to:

(1) Authorize deviations from the Contract Documents; (2) Enter into the area of responsibility of the Contractor’s superintendent; (3) Issue directions relative to any aspect of construction means, methods, techniques,

sequences or procedures, or in regard to safety precautions and programs in connection with the Work;

(4) Authorize or suggest that the County occupy the Project, in whole or in part; or (5) Issue a certificate for payment.

Section 105.10 – Plans and Working Drawings Delete second paragraph in item (C) “Working Drawings” in its entirety and replace with following:

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 21 of 37

Page 61: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Reviewed Working Drawings will be returned to the Contractor within 45 days from the date of receipt by the County. In the event other entities may need review of drawings such time period for return of drawings to the Contractor shall be within 60 days for receipt. If the Working Drawings are not returned by the time specified, no additional compensation will be allowed except that an extension of time in accordance with Section 108.04 may be considered if the Work element detailed by the Working Drawings is on the Project Critical Path or involves a controlling item of Work. Three sets of Working Drawings marked with any suggested modification or comments will be returned to the Contractor. The other sets will be retained by the County. The Contractor shall submit seven (7) prints (on white background) of each shop or working drawing to the Engineer for review sufficiently in advance of the time when the related materials must be ordered and/or related work begun, to allow for the Engineer's review and for possible corrections and resubmissions by the Contractor. Materials ordered and work begun before the governing shop or working drawings are completely approved shall be at the sole risk and expense of the Contractor. Upon completion of review, one print of each shop or working drawing will be returned to the Contractor either marked “No Exceptions Taken” or bearing the reasons for rejection. Rejected drawings shall be corrected and resubmitted (7 prints) as often as necessary until no exceptions are taken by the Engineer. Each resubmission shall be identified by a revision number and date. Shop or working drawings shall be uniform in size and of the same dimensions as the Contract Plans. Each drawing shall state in the title box the name of the Project, Contract number, drawing title and number, revision number and date, scale(s), and names of Contractor and subcontractor (if any). A space approximately 3 inches by 4 inches shall be left clear adjacent to the title box for stamping purposes. The Resident Engineer shall review and return to the Contractor within a reasonable time, all shop and working drawings submitted for review. Section 105.12 - Coordination of Plans, Standard Drawings, Specifications, Supplemental Specifications, Special Provisions and Special Provision Copied Notes Delete last sentence in the first paragraph of Section 105.12 and items (a) – (f) and replace with following: In the event of conflict among documents refer to the “Order of Precedence” in the Sample Contract Agreement which is made a part of the Bidding Documents by reference. Section 105.14—Maintenance During Construction of the Specifications is amended to add the following:

The Contractor shall provide at least one person on the project site during all work operations who is currently verified either by the Department in Intermediate Work Zone Traffic Control, or by the American Traffic Safety Services Association (ATSSA) as a Traffic Control Supervisor (TCS). This person must have the verification card with them while on the project site. This person shall be responsible for the oversight of work zone traffic control within the project limits in compliance with the contract requirements involving the plans, specifications, the VWAPM, and the MUTCD. This person’s duties shall include the supervision of the installation,

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 22 of 37

Page 62: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

adjustment (if necessary), inspection, maintenance and removal when no longer required of all traffic control devices on the project.

If none of the Contractor’s on-site personnel responsible for the supervision of such work has the required verification with them or if they have an outdated verification card showing they are not currently verified either by the Department in Intermediate Work Zone Traffic Control, or by the American Traffic Safety Services Association (ATSSA) as a Traffic Control Supervisor (TCS) all work on the project will be suspended by the Engineer.

The Contractor shall provide at least one person on site who is, at a minimum, verified by the Department in Basic Work Zone Traffic Control for each construction and\or maintenance operation that involves installing, maintaining, or removing work zone traffic control devices. This person shall be responsible for the placement, maintenance and removal of work zone traffic control devices. In the event none of the Contractor’s on-site personnel of any construction/maintenance operation has, at a minimum, the required verification by the Department in Basic Work Zone Traffic Control, that construction/maintenance operation will be suspended by the Engineer until that operation is appropriately staffed in accordance with the requirements herein.

Section 105.19 - Submission and Disposition of Claims Add new to beginning of first paragraph of this section as follows: “Prior to submission of an official Certified Claim, the” Add new to beginning of second paragraph of this section as follows: “Prior to submission of an official Certified Claim, in addition, early……” Delete the remaining subparagraphs of this Section in their entirety and replace with the following: Official Certified Claims shall be submitted to the County in accordance with “Claims and Disputes” provision included in the Contract Agreement which shall govern and control disposition of claims and disputes with regards to this project. Any impending/intent or official claim by the Contractor shall set forth the full facts upon which the claim is based. The Contractors shall include all pertinent data and correspondences that significant justification to fully support the Contractor’s facts and figures for the basis of his intent. Only actual cost for materials, labor and equipment will be considered. In an effort to analyze the Claim, the County reserves the right, at its expense to review, inspect, and copy all Contractors project files, data/materials including but not limited to electronic information, and other related items. Claims Submission Certification - The Contractor shall submit by Certified US Mail, a certified claim document using the following format:

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 23 of 37

Page 63: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Pursuant to Prince William County Purchasing Regulations, I hereby submit this Claim to Prince William County Director of Transportation for the project entitled “___________________” Contract Name ____________________ Contract Number __________________ dated _____. I certified this is true and accurate representation of additional cost incurred by (name of contractor) in the performance of the required contract work. I understand any false statements are considered a violation of the law of Commonwealth of Virginia and may be considered for a Class 6 Felony. (Company) By: As Officer or Duly Appointed Agent of (Company name) Title: Date: State Of: City/County of ________________________. To-Wit: I, the undersigned, a Notary Public in and for the City/County and State aforesaid, do hereby certify that, whose same is signed to the foregoing instrument, bearing date of ___ day of ________, 20___, has this day acknowledged the same before me in my (City/County and State). Given under my hand this day of ___ and month _________, 20___ Notary Public Signature____________________________ Printed Name ______________ My commission expires ______________________ Registration No. ___________________

SECTION 106 - CONTROL OF MATERIAL

paragraph. Add to end of the second sentence “at no change in cost to the County”. Section 106.04 - Disposal Areas Delete second paragraph in section 106.04 in its entirety and replace with the following:

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 24 of 37

Page 64: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

All unsuitable and surplus materials of whatever nature, whether shown on the plans or not, shall be disposed of off the right-of-way at the Contractor's expense at a location provided by the Contractor and approved by the Engineer. Disposal areas on-site or flattening of slopes, proposed by the Contractor as a possible disposal area, may be considered by the Engineer whose decisions on such matters shall be final.

SECTION 107 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Section 107.08 - Protecting and Restoring Property and Landscape The section of the Specifications is amended to include the following: The Contractor’s attention in particular is called to the fact that it will be the contractor’s responsibility to protect all trees from damage. No trees shall be allowed within the right-of-way. Trees outside the right-of-way but within the temporary construction easement that do not impact construction operations shall be protected. All trees adjacent to the work but outside the right of way and temporary construction easement shall be protected and not damaged. After flagging limits of clearing and prior to commencing clearing operations, the Contractor will meet with the Engineer to identify selected trees to save within the Temporary Construction Easement. At the time of this meeting, the Contractor must have sufficient stakeout in place to reference the clearing limits to centerline or offset stationing on intervals not exceeding 100 feet. The Contractor shall positively identify “save” trees and review these trees with his clearing crew. The Engineer will be responsible for coordinating with County where saving trees within the Temporary Construction Easements creates a deviation from standards (e.g., elimination of slope rounding or slopes steeper than 2:1). Should the Contractor subsequently damage or destroy “save” trees during construction, the Contractor will be responsible for removing and disposing of these trees at no additional cost. Section 107.12 - Responsibility for Damage Claims Delete in its entirety and replace with the following: The Contractor shall indemnify and save harmless the Prince William County Board of County Supervisors, and its officers, agents, and employees, as well as the county in which the work is performed and their officers, agents, and employees, from suits, actions, or claims brought for or on account of any injuries or damages received or sustained by any person, persons, or property resulting from or arising out of the work performed by the Contractor, or by or in consequence of any neglect in safeguarding the work, through the use of unacceptable materials in the construction or the improvement, or resulting from any act or omission, neglect, or misconduct of the Contractor; or by or on account of any claims or amounts recovered by infringement of any patent, trademark, or copyright. The Contract Administrator may retain as much of the monies due the Contractor under and by virtue of the Contract as the County of Prince William considers necessary to ensure funds are available to pay a settlement or judgment of such suits, actions, or claims. If no monies are due, the Contractor's Surety will be held accountable until all such

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 25 of 37

Page 65: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

claims and actions have been settled and suitable evidence to that effect has been furnished to the County. Any extension of time granted the Contractor, in which to complete the Contract shall not relieve him or his surety of this responsibility. It is not intended by any of the provisions of any part of the Contract to create the public or any member thereof as a third party beneficiary hereunder or to authorize anyone not a party to the Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the Contract. The Contractor shall comply with all requirements, conditions, and terms of the Contract, including but not limited to, environmental permits, commitments identified within the Contract, and applicable environmental laws. The Contractor shall not cause damage, except as allowed under the terms of the contract, or as allowed under applicable permits or laws, to the Commonwealth’s air, water, or other natural resources, or cause damage to adjacent or off-site property. When any act, omission, or other action of the Contractor occurs, which violates the requirements, conditions or terms of the Contract, and affects the health, safety, or welfare of the public or the Commonwealth’s natural resources, the County Engineer will direct the Contractor to take prompt action to repair, replace, or restore the damage or injury within a reasonable time frame established by the County Engineer. If the Contractor fails to make such repair, replacement, or restoration within the established time frame, the County Engineer will have the damage or injury repaired, replaced, or restored and will deduct the cost of such repair, replacement, or restoration from monies due the Contractor. If the Contract Administrator (Transportation Department Director) determines by its own investigation that injury or damage has occurred as a result of work performed or neglected by the Contractor, the Contract Administrator (Transportation Department Director) may suspend the Contractor from future bidding or initiate debarment in a manner consistent with state law, and Contract Administrator (Transportation Department Director) regulations and policies. Injury is defined as harm or impairment to persons or natural resources. Damage is defined as the loss or harm resulting from injury to person or property. In addition, the Contract Administrator (Transportation Department Director) may recover either (i) the loss or damage that the Contract Administrator (Transportation Department Director) suffers as a result of such act, omission or other action or (ii) any liquidated damages established in such contract plus (iii) reasonable attorney’s fees, expert witness fees, staff salaries, and equipment charges associated with any investigation. Upon a finding against the Contractor by the Contract Administrator (Transportation Department Director), the Contractor is responsible for and shall reimburse the Prince William County for all expenses associated with the injury or damage. Expenses include, but are not limited to: investigating the act, omission or other action, financial penalties incurred by the Contract Administrator (Transportation Department Director) as a result of the injury or damage, salary and expenses incurred by employees or consultants of Prince William County, road user expenses as determined by the Contract Administrator (Transportation Department Director) due

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 26 of 37

Page 66: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

to damage or loss of use of the project area, attorney fees, and expert witness fees. The Contract Administrator (Transportation Department Director) may deduct the reimbursement of expenses from any payments owed to the Contractor. Upon determination by the Contract Administrator (Transportation Department Director) of egregious or repetitious acts, omissions or other actions related to injury or damage to person or property, the Contractor shall be responsible for and shall reimburse the Contract Administrator (Transportation Department Director) for all expenses associated with the investigation as described in this provision herein, and the Contract Administrator (Transportation Department Director) will impose other appropriate actions, as permitted by law, policy and Specifications, such as but not limited to, suspension of work, removal from the bidders’ list, or debarment. Once determination is made that injury or damage has resulted in an action against the Contractor, the Contractor shall have the right of appeal through the Director of Finance. Should any cost remain in dispute after appeal to the Director of Finance, resolution shall be handled in accordance with the requirements set out in the Claims and Disputes provision included in the Contract. Furthermore in connection with the indemnification assumed by the Contractor by virtue of this Section, and 107.19 but by no means to be construed as a limitation or release of his responsibility for such indemnification, the Contractor shall provide the following types and minimum amounts of insurance coverage for this project: In compliance with Section 103.06, satisfactory evidence, in triplicate, of all required insurance coverage, including special endorsements, shall be forwarded to the County for approval within five (5) Calendar Days after the date of written notice of Award of Contract. All insurance coverage must be approved by the County before the Contract will be executed by the County. The County’s approval of insurance furnished by the Contractor, or its failure to disapprove such insurance, shall not relieve the Contractor of full responsibility for liability, damages and accidents as set forth elsewhere herein. All policies required above shall include an endorsement requiring thirty (30) days prior written notice to the Owner and the Engineer before any changes or cancellations are made effective. No separate payment will be made for the cost of the insurance herein specified, but the Contractor shall include the cost of such insurance in the unit price under mobilization bid item in its Schedule of Unit Prices. Section 107.16 - Environmental Stipulations Add the following to 107.16 (b) 3. “The Contractor shall conform to the requirements of the Prince William County Noise Ordinance.”

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 27 of 37

Page 67: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SECTION 108 - PROSECUTION AND PROGRESS OF WORK

Section 108.01– Prosecution of Work Delete “by the provisions of Section 108.02 and insert “as indicated by the date specified in the written notice to proceed (NTP) with the work furnished to the Contractor by the County”. Section 108.03 – Progress Schedule Add new second sentence to 108.03, item b) as follows: The County will deduct an amount equivalent to 5 percent of the monthly progress estimate and will retain such monies until Semi-Final payment of 100% of the Work is completed by the Contractor. Final Payment should be made for Retainage in accordance with Section 109.10 as modified by the County herein Supplementary Specifications. Add new item c) paragraph to end of this Section 108.03 as follows: c) The Contractor must provide monthly Construction Schedule/Progress Report for the duration of the project. The Contractor will only be paid for this service on monthly basis after the County has reviewed and approved the monthly Construction Schedule/Progress Report. Contractor shall refer to the County Contract Special Provisions regarding Construction Schedule. Section 108.04– Determination and Extension of Contract Time Add the following new paragraphs to this section: With a fixed date contract when the date of contract execution is not within 75 calendar days after the opening of bids, or when the Contractor is unable to commence work because of any failure of the Department, the Contractor will be given an extension of time based on the number of days delayed beyond the 75 calendar days. No time extension will be allowed for a delay in the date of contract execution when the delay is the fault of the Contractor. The Contractor must demonstrate to the Engineer’s satisfaction through an analysis of the Contractor's initial and current accepted Progress Schedule, that due to some cause beyond the control and without the fault or negligence of the Contractor, that the Critical Path of work or some part thereof, will be extended beyond the Contract Time(s) or Contract Milestone(s), prior to the Department authorizing any extension in the Contract Time(s) or Contract Milestone(s). When delays occur due to reasonable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to “Acts of God”, to war, whether or not declared, civil war, insurrection, rebellion or revolution, or to any act or condition incident to any of the foregoing, acts of the Government, acts of the State or any political subdivision

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 28 of 37

Page 68: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

thereof, the Contract Time shall be extended, if the Contractor has adequately demonstrated the impact of the event or cause to the satisfaction of the Engineer as described above in this Subsection. The amount of the extension in Contract Time(s) or Contract Milestone(s) shall be as determined by the Engineer, and if granted, shall be the Contractor's sole and exclusive remedy for any delay resulting from any of the causes listed in this Subsection. Unless otherwise indicated in the Contract Special Provisions, an “Act of God” as used in this Subsection is construed to mean an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature beyond the power of the Contractor to foresee or make preparation in defense of. A rain, windstorm, or other natural phenomenon of normal intensity, based on United States Weather Bureau reports, for the particular locality and for the particular season of the year in which the work is being prosecuted, shall not be construed as an “Act of God” and no extension in Contract Time(s) or Contract Milestone(s) will be granted for the delays resulting therefrom. Within the scope of acts of the Government, consideration will be given to properly documented evidence that the Contractor has been delayed in obtaining any material or class of labor because of any assignment or preference ratings by the Federal Government or its agencies to defense or other Contracts. No extension in Contract Time(s) or Contract Milestone(s) will be granted for any delay or any suspension of the work due to the fault of the Contractor, nor if a request for an extension of time on account of delay due to any of the aforesaid causes is not filed within ten (10) days of the date of the commencement of the delay nor if the request is based on any claim that the Contract Time(s) or Contract Milestone. Section 108.06 – Failure To Complete on Time Add new subparagraphs as follows: The Contractor agrees and understands that Liquidated Damages in the amount as set forth in the contract agreement (included herein) on a per day basis that will be assessed against the Contractor on this project for each day beyond the date set in the Contract for completion of the work, in which the work including punchlist items, all submittals and all other contractual requirements whatsoever under this project remain incomplete. The Contractor shall complete the work within the Contract Time(s) and achieve the Contract Milestone(s) specified in the work schedule. If the Contractor fails to complete the work required to achieve a Contract milestone or complete the work within the Contract time for completion of the work, as specified in the Contract Documents, or as adjusted by Change Order, the Contractor shall pay to the County not as penalty, but as Liquidated Damages the amounts as set forth in the Contract for each calendar day of delay as set out in the Contract.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 29 of 37

Page 69: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The assessments against the Contractor for liquidated damages may be cumulative and additive to each other. In the event that the work has been physically completed, but there remains to be submitted to the County by the Contractor any reports or other documents in accordance with the requirements of the Contract, the work shall not be considered satisfactorily completed until the receipt of such reports, instruments of record and/or any other documents by the Engineer. Section 108.09 - Acceptance Add following new subparagraph (d) to Section 108.09 entitled Correction Period and Warranty Period. 1. If within one year after date of Final Completion of the Work, or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the contract documents or by any specific provision of the contract documents, any work found to be defective, or if the repair of any damages to the land or areas made or areas made available for Contractor’s use by County or permitted by laws and regulations is found to be defective, the Contractor shall promptly, without cost to County and in accordance with County’s written instructions:

• repair such defective land or areas, or • correct such defective work or, if the defective work has been rejected by County, remove

it from the project and replace it with work that is not defective, and • Satisfactorily correct or repair or remove and replace any damage to other work, to the

work of others or other land or areas resulting therefrom. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, County may have the defective work corrected or repaired or may have the rejected work removed and replaced, and all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, Contractors, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) seek restitution from the Contractor Surety under the Performance Bond. 2. Where defective work (and damage to other work resulting therefrom) has been corrected or removed and replaced, the correction period hereunder with respect to such work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. 3. Contractor’s obligations hereunder are in addition to any other obligation or warranty. This provision shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications

Page SS 30 of 37

Page 70: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Section 108.10 - Termination of Contractor’s Responsibilities Add new first paragraph as follows: Termination for Default and Termination for Convenience of County shall be also be governed by provisions included in the Contract (sample contract is included in the Bidding Documents).

SECTION 109 - MEASUREMENT AND PAYMENT Section 109.05 - Extra and Force Account Work (Change Orders and Change Order Directives) Add new sentence at the beginning of the first paragraph as follows: Where the term “Work Order” is referred it shall also mean “Change Order”. Add the following new subparagraph 109.05 (c) as follows: (C) Change Order Directives When the County executes a Change Order, the Contractor explicitly agrees that the total amount of the Change Order includes all amounts necessary to pay for and cover any and all Contractor overhead, administrative fees, profit, labor and equipment charges, and any delay claims or other charges associated with the extension of time for Contract completion granted by the Change Order. A Construction Change Directive is a written order prepared by the Engineer/County and signed by the County and Engineer, directing a change in the Work prior to agreement or adjustment, if any, in the Contract Sum or Contract Time, or both. A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. Without invalidating the Contract and without notice to any Surety, the County may, at any time or from time to time, order additions, deletions, or revisions in the work by a written Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the work involved which will be performed under the applicable conditions of the contract documents (except as otherwise specifically provided). Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the Engineer of the Contractor's agreement or disagreement with the method, if any, provided in the Construction Change Directive for determining the proposed adjustment in the Contract Sum or Contract Time.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 31 of 37

Page 71: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be based on but, not limited to the following methods:

1 mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation;

2 unit prices stated in the Contract Documents or subsequently agreed upon; 3 cost to be determined in a manner agreed upon by the parties and a mutually

acceptable fixed. If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum/Contract Unit Prices, the method and the adjustment shall be determined by the County on the basis of reasonable expenditures and savings of those performing the Work attributable to the change, including, in case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. In such case, the Contractor shall keep and furnish, in such form as the County may prescribe, an itemized accounting together with appropriate supporting data. Unless otherwise provided in the Contract Documents, costs for the purposes of this Section shall be limited to the following:

1 costs of labor, including social security, and unemployment insurance, fringe benefits required by agreement or custom, and workers' compensation insurance;

2 costs of materials, supplies and equipment, including cost of transportation, whether incorporated or consumed;

3 rental costs of machinery and equipment, exclusive of hand tools, whether rented from the Contractor or others;

4 costs of premiums for all bonds and insurance, permit fees, and sales, use or similar taxes related to the Work; and

5 additional costs of supervision and field office personnel directly attributable to the change.

Pending final determination of the total cost of a Construction Change Directive to the County, amounts not in dispute for such changes in the Work shall be included in Applications for Payment accompanied by a Change Order indicating the parties' agreement with part or all of such costs. For any portion of such cost that remains in dispute, the County will make an interim determination for purposes of monthly certification for payment for those costs as acceptable to the County. That determination of cost shall adjust the Contract Sum on the same basis as a Change Order, subject to the right of either party to disagree and assert a claim. The County reserves the right to request the Contractor submit a Cost Proposal to perform the changes in the Work. The Cost Proposal shall include but, not limited to; a complete breakdown in a form showing all units of labor, materials, project overhead and profit. Such information shall include any/all supporting documentation/invoices for work provided by subcontractors and materials from suppliers. If County and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result, a Work Change Directive shall be ordered by the County and a claim may be made therefor as provided herein.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 32 of 37

Page 72: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

When the County and Contractor agree with the determination concerning the adjustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments, such agreement shall be effective immediately and shall be recorded by preparation and execution of an appropriate Change Order. After issuance of a Change Order, Contractor shall ensure that the amount of the Performance Bond and Labor and Material Payment Bond coverage have been revised to reflect any increase in the Contract Price due to the Change Order and shall provide the County notice of the same. Section 109.08 - Partial Payments Delete the paragraphs (1) (2) and (3), in this Section in their entirety and replace with the following: Payments are Net 30 calendar days after receipt of satisfactory invoice from the Contractor. Partial payments will be based on a monthly progress estimate consisting of approximate quantities and value of work performed prepared by the Contractor and approved by the Engineer. When the method of measurement for a contact item is in units of each or lump sum, the value of work accomplished for partial payment will be determined from the values assigned to the activities on the cost-loaded CPM Schedule. Partial payments will be made once each month for the work performed in accordance with the Contract requirements except when the net receivable amount is less that $500. In this case, no partial payment will be made and the value of such work will be carried over to the next monthly progress estimate. Partial payments will be made for the work shown on the monthly progress estimate subject to the limitations established herein. If the Engineer determines that the Contractor has been overpaid, the Department will deduct such overpayments from any future payments due the Contractor. The County will deduct an amount equivalent to 5 percent of the monthly progress estimate and will retain such monies until Semi-Final payment of 100% of the Work is completed by the Contractor. Final Payment should be made for Retainage. Section 109.09 – Measurement and Payment Delete the paragraphs in this Section in their entirety and replace with the following: When requested in writing by the Contractor, payment allowances may be made for material secured for use on the project. Such material payments will be for only those actual quantities identified in the contract, approved work orders, or otherwise authorized and documented by the Engineer as required to complete the project and shall be in accordance with the following terms and conditions:

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 33 of 37

Page 73: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(a) Structural Steel or Reinforcing Steel: An allowance of 100 percent of the cost to the Contractor for structural steel or reinforcing steel materials secured for fabrication not to exceed 60 percent of the contract price may be made when such material is delivered to the fabricator and has been adequately identified for exclusive use on the project. The provisions of this section for steel reinforcement will only apply where the quantity of steel reinforcement is identified as a separate and distinct bid item for payment. An allowance of 100 percent of the cost to the Contractor for superstructure units and reinforcing steel, not to exceed 90 percent of the contract price, may be made when fabrication is complete. Prior to the granting of such allowances, the materials and fabricated units shall have been tested or certified and found acceptable to the Department and shall have been stored in accordance with the requirements specified herein. Allowances will be based on invoices, bills, or the estimated value as approved by the Engineer and will be subject to the retainage requirements of Section 109.08. For the purposes of this section fabrication is defined as any manufacturing process such as bending, forming, welding, cutting or coating with paint or anti-corrosive materials which alters, converts, or changes raw material for its use in the permanent finished work.

(b) Other Materials: For aggregate, pipe, guardrail, signs and sign assemblies, and other

nonperishable material, an allowance of 100 percent of the cost to the Contractor for materials, not to exceed 90 percent of the contract price, may be made when such material is delivered to the project and stockpiled or stored in accordance with the requirements specified herein. Prior to the granting of such allowances, the material shall have been tested and found acceptable to the Department. Allowances will be based on invoices, bills, or the estimated value of the material as approved by the Engineer and will be subject to the retainage provisions of Section 109.08.

(c) Excluded Items: No allowance will be made for fuels, form lumber, falsework,

temporary structures, or other work that will not become an integral part of the finished construction. Additionally, no allowance will be made for perishable material such as cement, seed, plants, or fertilizer.

(d) Storage: Material for which payment allowance is requested shall be stored in an

approved manner in areas where damage is not likely to occur. If any of the stored materials are lost or become damaged, the Contractor shall repair or replace them at no additional cost to the Department. Repair or replacement of such material will not be considered the basis for any extension of contract time. If payment allowance has been made prior to such damage or loss, the amount so allowed or a proportionate part thereof will be deducted from the next progress estimate payment and withheld until satisfactory repairs or replacement has been made. When it is determined to be impractical to store materials within the limits of the project, the Engineer may approve storage on private property or, for structural units and reinforcing steel, on the manufacturer’s or fabricator’s yard. Requests for payment allowance for such stored material shall be accompanied by a release from

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 34 of 37

Page 74: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

the owner or tenant of such property or yard agreeing to permit the removal of the materials from the property without cost to the Commonwealth.

(e) Materials Inventory: If the Contractor requests a payment allowance for properly stored material, he shall submit a certified and itemized inventory statement to the Engineer no earlier than five days and no later than two days prior to the progress estimate date. The statement shall be submitted on forms furnished by the Department and shall be accompanied by supplier’s or manufacturer’s invoices or other documents that will verify the material’s cost. Following the initial submission, the Contractor shall submit to the Engineer a monthly-certified update of the itemized inventory statement within the same time frame. The updated inventory statement shall show additional materials received and stored with invoices or other documents and shall list materials removed from storage since the last certified inventory statement, with appropriate cost data reflecting the change in the inventory. If the Contractor fails to submit the monthly-certified update within the specified time frame, the Engineer will deduct the full amount of the previous statement from the progress estimate.

At the conclusion of the project, the cost of material remaining in storage for which payment allowance has been made will be deducted from the progress estimate.

Section 109.10 - Final Payment Add new subparagraph regarding “semi-final estimate”: After final inspection and final acceptance of the project has been made by the Engineer and VDOT, the Contractor will prepare a semifinal estimate of the quantities of the various classes of work performed. The Semifinal Payment estimate shall include billing for all work performed under the Contract, but shall not include billing for retainage. Upon receipt of payment for the semifinal estimate and prior to submitting the final estimate for retainage only, the Contractor is required to make payment in full to all Subcontractors including all retainage withheld by the Contractor. Along with the final estimate and application/invoice for final payment, the Contractor will be required to furnish the following items to the Engineer: a) An executed Final Release of Liability (on the County’s standard form) including final consent form from the Contractor’s surety, attesting to the fact that all bills, charges and salaries for labor, services, materials and rentals of equipment, arising out of the prosecution of work under this Contract have been fully paid and all other just demands and liens relating to this project fully satisfied, and releasing the County, the Engineer and their representatives from all claims, demands and liability of whatsoever nature from anything done or furnished under this Contract; (b) Sworn statements of any property owner or other parties who may have had any claims against the Contractor, evidencing that all their claims and liens are fully satisfied and the Contractor, the County and the Engineer are released therefrom;

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 35 of 37

Page 75: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(c) Two sets of as-built drawings and specifications and any other documents, invoices, guarantees, releases or objects which are required by the Contract. After the above items have been forwarded to the Engineer, and the final estimate and certificate for final payment sent to the County with the Engineer's recommendation for acceptance, the Contractor will be paid the total Contract amount less the amounts of all previous partial payments and less any imposed liquidated damages and less any other damages payable by the Contractor under the Contract. Prior partial estimates and payments shall be subject to correction in the semi-final estimate and payment. Final Payment shall be for release of Retainage. The final payment will become due and payable to the Contractor within 60 calendar days after the date when all the above-listed documents and tracings have been received by the Engineer and acknowledged by him in writing. The Contractor will be entitled to interest on the final payment amount for the length of time beyond said 60-day period that the final payment should remain unpaid. The County will not pay additional interest on funds that are deposited in escrow. The rate of interest will be the greater of the rate set forth in the escrow agreement or the base rate on corporate loans (prime rate) at large U.S. money center commercial banks as reported in The Wall Street Journal. When a split rate is published in The Wall Street Journal, the lower of the two rates shall be used. However, in no event shall the rate of interest paid exceed the rate of interest established pursuant to Section 58.1-1812 of the Code of Virginia 1950, as amended, and the rate effective on the 61st day following final acceptance will be applicable throughout the period of time for which interest is paid. The period subject to payment of interest will begin on the 61st calendar day after the above listed documents and tracings have been received by the Engineer and acknowledged by him in writing, and will extend through the calendar day the final estimate is certified for payment by the County. New Section 109.11 - Liens and Lien Release Add a new section 109.11 entitled “Liens and Lien Release” following 109.10: The Contractor shall execute (and shall cause all subcontractors to execute) such documents as requested monthly by the County to evidence the provisions hereof. Such documents (Affidavit To Partial Payment, Waiver of Lien, and Release and Consent of Surety to Final Payment) is included on pages herein or available by request from the County. These documents shall be provided to the County prior to the release of subsequent partial payments, escrow retainage and/or final payment. The Contractor hereby waives and releases (and agrees to cause each subcontractor to waive and release) any and all laborer’s, mechanic’s, material men's and similar liens that it may have or acquire under the Contract or otherwise as to the Work or the Site or any other property owned by the County.

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 36 of 37

Page 76: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

End of Supplementary Specifications

Powell’s Creek Pedestrian Bridge 2007 VDOT Spec PWC Supplemental Specifications Page SS 37 of 37

Page 77: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

01050\1

SECTION 01050

FIELD ENGINEERING

PART 1 - GENERAL

1.01. LAYOUT AND DIMENSIONING FOR CONSTRUCTION:

Refer to General Conditions, Article 4, Paragraph 4.4.

The Owner has provided control points and benchmarks adjacent to the work site from

which the Contractor will make measurements required to lay the work out for

construction. Working from such benchmarks and control points, provide surveying

necessary for layout.

During construction, make surveys from time to time to verify excavation, amounts of

over-excavation, etc. Make all measurements and check all dimensions necessary for the

proper construction of the work called for by the drawings and specifications. During the

prosecution of the work, make necessary measurements to prevent misfitting in said work,

be responsible therefor, and for the accurate construction of the entire work.

Furnish to the Engineer such assistance as may be necessary for making measurements

and checks thereof, of all items concerning the work. This may require the services of

one or two men from the Contractor's organization. Furnish such assistance promptly

whenever needed, in order not to delay the work.

PART 2 - PRODUCT (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 78: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

THIS PAGE

INTENTIONALLY

BLANK

Page 79: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SECTION 02220 - EXCAVATION, BEDDING AND BACKFILL FOR PIPELINES

PART 1 - GENERAL

1.01. Scope

Description of Work

Provide all labor, material and equipment to saw cut pavement, excavate trenches,

construct bedding and backfill after installation of the pipe according to the plans and

as specified herein.

Related Work Specified Elsewhere

For Sedimentation and Erosion Control, Clearing and Grubbing and Grassing, and

other related sections refer to VDOT Road and Bridge latest edition specifications.

1.02. Submittals

Provide certification that aggregate bedding and backfill materials meet the

requirements of this specification. Certification shall be by commercial aggregate

provider or independent soils laboratory acceptable to the Project Representative.

1.03. Lines and Grades

The locations of the proposed piping and appurtenances are shown on the Plans.

Contours, if shown on the Contract Drawings, are for bidding and construction

estimates only. Contours are not guaranteed.

Changes in line and grade of pipelines and appurtenances may be ordered by the Project

Representative whenever such changes are advantageous or necessary for the

betterment of the project. No claims for additional compensation resulting from

changes in line or grade will be allowed, unless such changes are ordered after

trenching has been completed. In such cases, the Contractor and the Project

Representative shall agree on the value of the completed trenching to be abandoned at

the time the change is ordered. If the Contractor fails to notify the Project

Representative, so the Project Representative can observe the completed trenching to

evaluate the cost of the work to be abandoned, the Contractor’s claim for this work

shall not be allowed by the Owner.

1.04. General Requirements

A. Trenching Regulations

Conform to conditions, restrictions, and regulations made by federal, state, city,

town and county agencies for open trenching.

Page 80: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

B. Underground Utilities

The locations of underground utilities shown on the drawings are not

guaranteed to be correct or to represent all facilities that may be present. Call

"Miss Utility" (1-800-257-7777), and have all utilities in the work area located

48 hours before any digging. Dig test holes to verify all crossings between new

and existing facilities and at critical grade and alignment changes. Mark on the

record set of drawings locations of all existing underground facilities found at

variance with the drawings.

C. Dust Control

Conduct construction activities and maintain area to minimize the creation and

dispersion of dust. Use calcium chloride and other methods for dust control as

directed by the Project Representative.

D. Explosives

Use of explosives will not be allowed.

PART 2 - PRODUCTS

2.01. Backfill

Use suitable material excavated during construction for backfill unless other material

is indicated on the drawings, specified elsewhere or otherwise required.

Use backfill material free from cinders, ashes, refuse, organic material or other

deleterious material. Use backfill material free of stones larger than one (1) inch for

initial backfill above the bedding to a point two (2) feet above the top of the pipe. The

remainder of the backfill shall be free from stones larger than five (5) inches for gravity

sewers and eight (8) inches for water mains and force mains.

2.02. Granular Bedding Material

For other installations, conform to Virginia Department of Transportation Road and

Bridge Specifications, latest edition, Size No. 57 or No. 78 stone.

2.03. Select Backfill

Conform to Virginia Department of Transportation Road and Bridge Specifications,

latest edition, Type I material. Under roadways and elsewhere as ordered by the Project

Representative, use dense graded aggregate conforming to Size No. 21-B.

2.04. Concrete

Conform to Virginia Department of Transportation Road and Bridge Specifications,

latest edition, Class A3 concrete unless noted differently in other sections of the

Page 81: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

specifications or on the plans.

PART 3 - EXECUTION

3.01. Excavation

A. General

Perform all excavation of all materials of every description and of whatever

substance encountered to the depths shown on the drawings or as directed by

the Project Representative. Carefully remove topsoil from areas to be

excavated and store separately for reuse. Otherwise, furnish, without additional

compensation, topsoil at least equal in quantity and quality to that excavated.

Asphalt pavement shall be saw cut. Make all excavations by open cut unless

otherwise directed or approved by the Project Representative. Keep side walls

of trenches as nearly vertical as possible and properly sheathed and braced.

Excavate trenches true to line and to widths of dimensions shown in the bedding

details or the drawings. Do not excavate below depth specified or disturb

material in the base of the trench.

B. Excavation Below Specified Grade

Where soft and yielding soil conditions are encountered that are judged by the

Project Representative to be unsuitable for bedding pipe and/or appurtenances,

Project Representative will order Contractor in writing to Excavate Unsuitable

Material below specified grade to a depth of 2 ft. where, in the judgment of the

Project Representative, suitable soil conditions exist. Backfill the resultant over

excavation to the specified grade using #57 stone or other materials approved

by the Project Representative.

Where over excavation occurs bring the excavation to specified grade using

granular bedding material acceptable to the Project Representative at no cost to

the Owner. Do not use excavated material to bring the bottom of the trench to

proper grade.

3.02. Excavation Near Existing Structures

Conduct all excavation near pipes, conduits or other underground structures with

extreme care. If manual excavation is required to locate utilities and/or underground

structures, or if excavation by hand is required in the installation of any piping or other

structures included in the project, no extra compensation is authorized. Protection of

existing utilities and structures is the responsibility of the Contractor.

3.03. Protection of Existing Structures

Carefully support and protect from damage all existing pipes, poles, wires, fences,

curbs, property line markers, or other structures that, in the opinion of the Project

Page 82: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Representative, must be preserved in place without being temporarily or permanently

relocated. In case of damage, notify the appropriate party so that proper steps may be

taken to repair all damage done. Whenever the Contractor damages property the

Contractor shall immediately restore it to its original condition at the Contractor

expense in accordance with the Special Conditions.

Support all utility services by suitable means to prevent damage during and after

construction.

Provide all protective and damage prevention work required to prevent harm to utilities

and structures crossing the trench line transversely above or below the pipe.

3.04. Care and Restoration of Property

Operate all machinery with care to prevent damage to existing structures and/or wires,

located above or below grade.

On paved surfaces, use or operate only such power-operated equipment with treads or

wheels so shaped as to not cut or otherwise damage such surfaces.

Restore all sidewalks, storm inlets, guardrail, pavement, pavement markings, gutters,

poles, curbs, fences, landscaped areas and other structures/surfaces damaged by the

Contractor's operations to a condition at least equal to that immediately prior to

beginning operations. Restore lawns and grassed areas to their condition immediately

prior to beginning operations or according to Section 02820 - Grassing, whichever is

more stringent. Use suitable materials and methods for such restoration.

3.05. Trenching

Dig trenches to at least the minimum depth given by approved cut sheets, adding to

such depths the required thickness of any pipe bedding to be placed in the trench. Limit

trench widths to the dimensions shown on the Bedding and Backfill Details on the

Drawings.

A. Trenching Safety and Security

Do not leave the trench open at the end of the working day. All trenching to be

backfilled at the end of the day and appropriate measures taken to secure the

site for pedestrian and vehicle traffic.

B. Dewatering Trench

Remove water from the trench so that the trench is dry during pipe laying and

any other operations. Use well points if required when the trench bottom is

below the water table or if other methods do not remove the water and provide

a dry bottom for the placement of bedding material and piping within the trench.

Page 83: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

C. Shoring

Always, properly and adequately brace trenches to prevent accidents, caving of

the sides of the trench or breaking of the ground outside the lines of the trenches

proper, or damage to pavement, or other structures along the line of

construction. Protect underground structures of all types using all necessary

shoring, bracing or other appropriate means for the protection of same. Do not

damage in any way water mains, water service pipes, drain pipes, sanitary or

storm water sewers, gas mains, oil mains, electric conduits or other structures

encountered on the lines of the work.

Retain or carefully remove all shoring in such a manner as not to endanger the

construction or other structures. Immediately backfill all voids left or caused

by removing shoring with well-compacted material.

Comply with all conditions, restrictions, and regulations of State and Federal

Occupational Safety and Health Administrations particularly those

requirements relating to shoring, bracing and sloping of excavation.

3.06. Pipe Bedding

A. Application

Bedding material shall be placed in accordance with the Contract Documents.

Where the trench bottom is in rock, it shall be excavated to at least 4 inches

below the bottom of the pipe and backfilled with approved bedding material.

Pipe shall have a uniform bearing on a solid foundation for its entire length.

Bedding shall be classified as Granular and it shall extend from the bottom of

the excavated trench to a level not less than six inches above the top of the

pipe in each instance.

B. Standard Bedding

Excavate foundation as required in Paragraph 3.01, and then form a positive

cradle fitting the radius of the pipe barrel as shown in the Standard Bedding

Detail. Provide uniform support along the length of the pipe at the required line

and grade. Provide suitable recesses in the bedding to permit adequate

clearance for bells, couplings, or similar projections.

Following installation of the pipe, complete embedment by placing Granular

bedding carefully around and beneath the haunches of the pipe, tamping

thoroughly in four inch layers until the material extends at least six inches above

the top of pipe.

C. Granular Bedding

Install granular bedding when required by the Project Representative. Construct

the foundation of crushed stone of the sizes indicated in Paragraph 2.02 of this

Page 84: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Section. Excavate the trench to four (4) inches or the manufacturer’s

recommendation below the barrel of the pipe, whichever is greater. Place

granular material in the trench for its full width to support the pipe uniformly at

the required line and grade. Provide suitable recesses in the bedding to permit

adequate clearance for bells, couplings, or similar projections. Extend the

bedding initially upward 1/6 of the pipe outside diameter above the base of the

pipe, to form a positive cradle fitting the pipe as shown on the Bedding Detail.

Provide uniform support along the entire length of the pipe section at the

required line and grade.

After installing the pipe, place bedding material carefully on either side and

over the top of the pipe in four inch layers, loose, and compact each layer with

twenty pound hand tampers or pneumatic tampers until the required total depth

of bedding has been built up.

3.07. Backfilling

Backfill within public road rights-of-way according to the Virginia Department of

Transportation Road and Bridge Specifications.

Regular and classified backfill shall be placed in uniform layers not more than 6

inches in thickness, loose measurement, before compaction. Each layer of Class I and

regular backfill material shall be thoroughly compacted. Backfill operations shall not

be performed without approval of the Project Representative.

Place and compact bedding as directed in paragraph 3.06 of this Section. Granular

Bedding and Class I backfill material shall be placed and compacted at a moisture

content of optimum to plus 2 percentage points of optimum. Class I backfill material

shall be thoroughly compacted under the haunches of pipe culverts. Each layer of

Class I and regular backfill material shall be compacted by rolling, tamping with

mechanical rammers, or hand tamping with heavy metal tampers with a face of at least

25 square inches. If vibratory rollers are used in the backfill operations, vibratory

motors shall not be activated until at least 3 feet of backfill has been placed and

compacted over the pipe. Backfill and compaction shall be advanced simultaneously

on both sides of the pipe.

Backfill above the Granular Bedding in unpaved areas can use excavated material

conforming to Par 2.01. If sufficient excavated material is not available, secure and

place imported material of comparable quality to complete the backfill in these areas.

In paved areas, use Class I backfill material conforming to Virginia Department of

Transportation requirements as shown on the Contract Documents.

Do not backfill in freezing weather except by permission of the Project Representative

and do not use any frozen material. Make no fill where the material already in the trench

is frozen.

Page 85: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

After sufficient compaction and settlement has been obtained, complete the grading of

the trench by smoothing off the trench surface and making it conform to the surface of

the adjacent ground.

3.08. Compaction and Testing

In all areas, thoroughly compact the backfill over the pipe by use of vibratory tamping

pads or, where these cannot be used, by mechanical or hand tamping. Compact backfill

to within the following percentage ranges of maximum density at optimum moisture

content:

Unpaved Areas - Not less than ninety percent (90%).

Paved Areas - Not less than ninety-five percent (95%).

State Highway - VDOT requirements if more stringent than

the above.

Determine the optimum moisture content and the maximum density of each type of

material used for backfill by using Virginia Testing Methods VTM-1 for

Moisture-Density Relations of Soils in accordance with AASHTO T-180).

Determine the field moisture content of materials being compacted by "Laboratory

Determination of Moisture Content of Soil," (ASTM D2216). Determine the field

density of compacted material by "Test for Density of Soil in Place by Sand Cone

Method," (ASTM D1556) or by Nuclear Density testing equipment.

Perform sufficient field density and field moisture content tests on each lift of material

at locations specified by the Project Representative, to assure the Project Representative

that compaction meets the requirements of this Section. Perform a minimum of one test

daily per each one-foot (1-ft) lift of backfill. In cases where greater than 200 feet of

pipe are installed in a day, perform compaction tests every 200 feet per each one-foot

lift of backfill.

Submit reports verifying these test results to the Project Representative. The Project

Representative may order additional compaction and testing if the above tests prove

inadequate compaction is being obtained; complete additional compaction and testing

at the Contractor's sole expense until compaction meets minimum standards.

The contractor shall obtain the services of a qualified geotechnical independent testing

laboratory, acceptable to the Project Representative, to perform the above tests.

No additional payment will be owed to the contractor for any of the above activities

listed. All activities are incidental to other items as listed in the measurement and

payment section of the Contract

3.09. Maintenance of Backfilled Excavations

Maintain backfilled and repaved areas in proper condition until the end of the

Page 86: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

maintenance period in accordance with the coordinating section of VDOT Road and

Bridge latest edition specifications. Where backfilled excavation is in a roadway or used

as a roadway and has a stone or dirt surface, the Contractor shall apply water to the

backfill surface twice daily, at about 7:30 a.m. and 3:30 p.m., unless it is raining or

otherwise directed by the Project Representative.

Promptly correct all defects. All repairs and defects shall be repaired in accordance with

the General and Special Conditions.

The Contractor is responsible for any injury or damage that may result from improper

maintenance of trenches or pavement any time before the end of the maintenance period

in accordance with VDOT Road and Bridge latest edition specifications.

3.10. Disposal of Material

Remove rock, macadam and other rock like street surfacing materials that are too large

or use in backfill from the work site as the work progresses. Remove surplus materials

of all types when performing final surface restoration. Remove waste materials,

including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's

property. Contractor to retain documentation of proper disposal of material removed

from site in conformance with local, state and federal regulations. Disposal of material

is incidental to other items and the Contractor will receive no additional compensation

for disposal of material related to the site.

END OF SECTION

Page 87: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

THIS PAGE

INTENTIONALLY

BLANK

Page 88: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SECTION 02660 - WATER MAINS AND APPURTENANCES

PART 1 - GENERAL

1.01. Section Summary

Provide work under this Section as shown or specified and according to the Contract

Documents. This Section relates to construction of pipelines, underground and above

ground, and appurtenances thereto, intended to carry potable water under pressure.

Appurtenances include control valves, meters, shutoff valves, hydrants, and air relief and

blow off valves and enclosures intended to house and protect specialized control valves,

meters and instrumentation. Removal and abandonment of existing water mains and

service connections is included in this Section.

Locations and details of construction are shown on the Plans.

1.02. Related Work Specified Elsewhere

Section 01050 - FIELD PROJECT REPRESENTATIVE

Section 02220 - EXCAVATION, BEDDING AND BACKFILL FOR PIPELINES.

For any other related sections refer to VDOT Road and Bridge latest edition

specifications.

1.03. Quality Assurance

Use adequate numbers of skilled workers, thoroughly trained and experienced in the

necessary crafts, supervised by a crew foreman completely familiar with the specified

requirements and the methods needed for the proper performance of the work of this

Page 89: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Section.

Reference Standards:

American Water Works Association Standards - The most recent revision of all

sections effective on the project bid date.

Virginia Department of Transportation Road and Bridge Specifications, latest

edition.

Prince William County Service Authority Water and Sewer Utility Standards

Manual, latest revision.

Requirements of Regulatory Agencies:

Commonwealth of Virginia State Board of Health Waterworks Regulations;

latest edition.

Cut sheets: Provide according to Section 02220.

Stakeout: Provide according to Section 01050.

1.04. Submittals

Submissions shall include but not be limited to the following:

Sworn statements of compliance with applicable specifications from

manufacturers of:

Pipe

Fittings and Adapters

Copper Tubing (if applicable)

Page 90: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Valves & Fittings for Copper Tubing (if applicable)

Hydrants

Polyethylene Encasement

Bituminous Coatings

Shop drawings and Manufacturer's Product Data for:

Ductile Iron Pipe to Concrete Pipe Adapters

Calculations for welded joints of existing LCP based on testing water

pressure

Welding Certification and Plan

Restrain the existing LCP link connecting the DIP

Valves

Valve Boxes

Joint Restraint Materials

Fire Hydrants

Polyethylene Encasement

Bituminous Coatings

Pipe

Pipe Fittings

Sleeves

Detailed step by step Sequence of Construction for Connection to existing 24”

Prestressed Concrete Lined Cylinder Pipe (LCP)

1.05. Delivery and Handling

Deliver pipes and tubes with factory-applied end caps. Maintain end caps through

shipping, storage, and handling to prevent pipe end damage and to prevent entrance of

dirt, debris, and moisture. Store plastic pipes protected from direct sunlight. Support to

prevent sagging and bending. Avoid deformation or other damage to pipe and

Page 91: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

appurtenances when unloading or handling. Do not place pipe within pipe of a larger size

or roll or drag it over gravel or rock during handling. Store pipe and fittings on sills

above storm drainage level and deliver for laying after the trench is excavated. Drain

valves and protect them from freezing. Any joint or section of pipe damaged during

transporting, unloading, handling or storing may be cut and the undamaged portion used

where partial lengths are needed. If damaged sufficiently, remove the entire section from

the site.

PART 2 - PRODUCTS

2.01. Pipe and Fittings

Pipe:

Ductile-Iron Pipe: Conform to "Ductile-Iron Pipe Centrifugally Cast in Metal

Molds or Sand-Lined Molds For Water or Other Liquids," ANSI A21.51

(AWWA C151). Unless otherwise required by the Plans or the contract, use

Thickness Class 52 for 3-inch through 12- inch pipe, Class 51 for greater than 12-

inch.

Casing Pipe:

Steel encasement pipe shall conform to the requirements of ASTM A139 with a

minimum wall thickness of 0.500 inch or ASTM A53 Standard Weight Class and

shall have beveled edges suitable for welding or be threaded. The hydrostatic test

for such pipe will be waived.

Joints:

Buried Service: Joints shall be Mechanical Joints or Push-on Joints according to

Page 92: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

AWWA C111 or the manufacturer’s adaptation of the basic joint.

Aboveground Service: Joints shall be Flanged Ductile-Iron Pipe with Ductile-Iron

Threaded Flanges conforming to ANSI/AWWA C115/A21.15.

Fittings:

Ductile Iron Pipe Fittings: Use only Ductile Iron fittings conforming to

ANSI/AWWA C110/A21.10 or C153/A21.53. Supply with mechanical joint

bell openings conforming to ANSI/AWWA C111/A21.11. Use only Compact

fittings for pipe through 24 inches diameter. Cement mortar lining per

ANSI/AWWA C104.

Protective Coatings:

Provide all ductile iron pipe with bituminous outside coating according to ANSI

A21.51 (AWWA C151), and Standard cement mortar lining according to ANSI

A21.4 (AWWA C104), latest issue. Provide polyethylene encasement conforming

AWWA on all new ductile iron water main. Royston Roskote R28 rubberized

mastic shall be applied to all water main appurtenance, water main valves,

fasteners and other mechanical connections that are exposed during construction

activities including bolts, operating nuts and any other items as required by the

Project Representative. Roskote R28 shall be applied in accordance with

manufacturer’s recommendations.

2.02. Valves

Provide gate valves for pipelines of twelve (12) inches or less in diameter. Provide

Butterfly valves for pipelines greater than twelve (12) inches in diameter.

Page 93: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Butterfly Valves:

Conform to ANSI/AWWA C504, Class 250-B. Provide with mechanical joint

bell ends and underground operators with standard two-inch square operating nut.

Open valve by turning nut counter clockwise. Supply valves with iron surfaces

protected by a fusion-bonded epoxy coating, inside and out, conforming to

AWWA C550. The following valves are acceptable:

Henry Pratt Co. Ground Hog Butterfly Valve

M&H Valve Co. #4500 and #1450 Butterfly Valves

Mueller Company Lineseal III Butterfly Valve

Iron Body Gate Valves:

Unless restricted by drawing notes or other Contract Documents, use resilient

wedge gate valves conforming to AWWA C509 or C515. Supply valves with "O"

ring stem seals and mechanical joint ends. Supply valves with iron surfaces

protected by a fusion bonded epoxy coating, inside and out, conforming to

AWWA C550. All ferrous components of C515 valves shall be ductile iron and

“D.I.” or “Ductile Iron” shall be cast on the valve or stamped on a permanently

attached corrosion resistant metal tag. The following valves are acceptable:

Iron Body Gate Valves (C509):

Kennedy Valve Resilient Seat Gate Valve RSGV-87

Mueller Company A-2360 Resilient Wedge Gate Valve

U S Pipe & Foundry Co. Metroseal 250 Resilient Seat Gate Valve

Ductile Iron Body Gate Valves (C515):

American Flow Control Series 2500 Resilient Wedge Gate Valve

Page 94: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2.03. Valve Boxes

Standard Buffalo type, two-piece, 5-¼ inch shaft, cast-iron slip type of adequate

extension for depth and of suitable base for particular valve, as manufactured by Bingham

& Taylor Dwg. 104, Tyler Pipe/Utilities Division, 6855 Series, or acceptable substitute.

Valve box cover to read WATER.

2.04. Joints for Pipe, Valves and Fittings

Iron Pipe (buried):

Conform to AWWA C111 (ANSI A21.11) for the types used in the work.

To restrain mechanical joints, use approved mechanical joint restraint accessories.

To restrain push-on joints, use manufacturer's proprietary adaptation of the basic

joint. The following mechanical joint restraint accessories are acceptable:

EBAA Iron Sales Inc. Series 1100 Megalug

Ford Meter Box Co. Series 1400 Restraining Gland

Mueller Co. AquaGrip

Romac Industries GripRing Pipe Restraint

Capital Industries EZ-Lok Restraining Gland

OneBolt mechanical joint fittings are acceptable restrained joints.

Flanged Joints:

Flanges for valves, fittings, and pipe shall be ANSI Class 125 flanges.

Valves, Hydrants and Fittings:

Page 95: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Supply with mechanical joint ends and employ retainer glands required above.

Use swivel hydrant tees larger than 12-inches only where requested in writing by

the Project Representative or required by Contract Drawings. Fire hydrants may

be adjusted to grade using Assured Flow Sales, Inc. Fire Hydrant Gradelok or

approved equal.

2.05. Restrained Couplings

A. Above-ground Service:

Flanged ductile iron pipe shall be joined with one of the following restrained

couplings:

Dresser Style 167 Lock Coupling

Victaulic Style 77 Coupling

OneBolt Through Sleeve

EBAA Iron Series 2100 MegaFlange

2.06. Ductile Iron Pipe to Existing Concrete Pipe Adaptor

Contractor shall provide on-site a 24” L301 Spigot X DIP MJ Spigot Adaptor

and a 24” L301 Bell X DIP MJ Spigot Adaptor by Forterra Pipe or PWCSA

approved equal and have them ready at the job site prior of connecting the new

DIP to the existing LCP. The contractor shall expose the existing LCP pipe joints

to field verify the appropriate adaptor to make the connection as in accordance

with the recommendation of the Forterra inspector or approved equal. At the end

of the project the unused, undamaged adaptor shall be transported by contractor

to a designated PWCSA storage location. Contractor is responsible to obtain his

own storage for the duration of the work for this project.

Page 96: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PART 3 - EXECUTION

3.01. Excavation

Make dimensions of excavations required to install various pipe sizes, valves,

valve boxes, and appurtenances of depths and widths shown in the bedding

details or the Plans. Keep sidewalls of trenches as nearly vertical as possible and

properly sheathed and braced. Unless otherwise indicated, provide a minimum

cover of forty-two (42) inches measured from finish grade to top of pipe.

When crossing under subsurface obstructions, increase cover to provide

adequate clearance as shown on the plans or as directed by the Project

Representative. When construction appears to be in close proximity to existing

utilities, the trench(es) shall be opened a sufficient distance ahead of the work or

test pits made to verify the exact locations and inverts of the utility to allow for

changes in line or grade.

Service lines can be installed using a pneumatic soil penetrating device.

Contractor to field verify all crossings of existing lines by test hole at the crossing

location. Depth to be verified as requested by the Project Representative.

Contractor is responsible for any surface improvements lifted or damaged during

the operation by use of the soil penetrating device. Any damage as determined

by the Project Representative to have been caused by the installation of service

lines using this method shall be repaired by the contractor at no additional

expense to the Owner.

Existing water and service lines and appurtenances and manholes not required in

the completed system shall be abandoned as approved by the Project

Representative. Abandoned materials shall become the property of the

Contractor, unless otherwise noted on the plans, upon satisfactory replacement

with the new installation. Abandoned pipe that is not removed shall be cleaned

of debris and plugged at open ends with Class A3 concrete. Abandoned service

Page 97: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

lines shall be cut and crimped to prevent water from entering the line.

3.02. Laying Pipe

Handle pipe and appurtenances carefully when moving or lowering into trench.

Abut spigot ends into bell openings so that there shall be no shoulder or

unevenness inside the main. Use suitable tools and appliances and take great

care to prevent damage to any pipe or appurtenance. Embed pipes on a solid

foundation along entire length of barrel, but exercise special precautions to

prevent any pipe from resting on rock. Dig bell holes sufficiently large to insure

making up joints adequately.

Whenever pipe requires cutting to fit in line or to accommodate a fitting or other

appurtenance, make square cuts and bevel edges thereof to eliminate damage to

the gasket. Confine changes in direction at joints to the limits prescribed in

AWWA C600 for the type of joint involved.

3.03. Pipe Cleanliness

While storing, handling, laying and backfilling pipe, Contractor shall take special

care to prevent any foreign materials from entering the pipe, which may cause

potential contamination problems. Pipe with any visible debris will not be

accepted. At the end of workday, pipe ends shall be capped with a Push-On

Joint Plug or Mechanical Joint Cap or Plug, to match pipe joint (Seal shall be

watertight). Prior to joining pipe section and inserting gaskets, pipe joints and

pipe ends shall be cleaned with potable water.

3.04. Joints

Make up all joints in strict conformance with AWWA C600, Section 3.4. When

making up proprietary joints, conform to manufacturers' instructions.

3.05. Valves and Valve Boxes

Page 98: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Install gate and butterfly valves at locations shown on the Plans or at other

locations as the Project Representative may direct. When installing valves at

bends, crosses or tees, use 24" long pipe nipples or plain end by plain end (PE x

PE) reducers. When one reducer will not make the transition satisfactorily, use

one small end bell (SEB) reducer and one PE x PE reducer. Set the valve on

suitable base support, and secure joint restraint devices.

Make sure axis of operating stem is vertical. Use extension pieces, as necessary,

to insure that operating nut is no more than three (3) feet below finished grade.

Install valve box with Barrel continuous from base to cap. Adjust box so cap is

flush with finished grade.

3.06. Setting Fire Hydrants

Install fire hydrants at locations and at such elevations as shown on the Plans or

as Project Representative may direct, with the bury line on the barrel -0.0 foot to

+0.3 foot of specified grade. Set each hydrant on a stabilized bed of Size No. 57

or Size No. 78 stone extending full width of trench from front of boot to end of

trench, and from bottom of trench to a point six (6) inches above drip opening.

Protect hydrant against horizontal movement by restrained joints extending back

to the main.

3.07. Vaults and Other Equipment Enclosures

Conform to details on the Plans. Set all open bottomed enclosures on solid

brick set at the quarter points of the barrel. Set brick in turn on a foundation of

stone vibrated in place to resist settling under the weight of traffic.

Set vaults in a 6-inch bed of stone, hand graded and vibrated to the elevation

required to have the hatch in the vault top at the prescribed elevation, ± 0.05

Page 99: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

foot. Take care to see that vault floors slope to cause drainage to the sump [in

the floor], but not more than 1 inch in 14 inches. Provide a sump pump or drain

sump to daylight. Test with water before backfilling. If water stands more than

1 inch deep on the floor at any place, remove the vault and regrade the stone to

correct the deficiency.

3.08. Blocking

In setting pipe, fittings, etc., use such blocking and wedges as may be required

of material and dimensions as may be necessary to support pipe, fittings, etc.,

properly. Support valves as shown on the Plans or as approved by Project

Representative. Do not use blocking for thrust restraint.

3.09. Connections

Coordinate with Project Representative at least two working days prior to

making any connection to existing system and for the concrete pipe connection

see section 3.16. Complete connections in a timely manner in order to minimize

public inconvenience. Contractor to provide a schedule of shutdowns and

connections as part of the submitted Project Schedule at the beginning of the

project.

3.10. Joint Restraint

Restrain all joints created by openings in fittings, valves, and hydrants. In

addition, restrain all pipe joints that occur within any restraint zone shown on

the Plans. If concrete thrust blocks are required, conform exactly to locations,

dimensions, and construction requirements shown on the Plans.

3.11. Polyethylene Pipe Encasement

Conform to the requirements of AWWA C105.

Page 100: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

3.12. Defective Work

Replace or repair any defective work revealed at any time through the bonded

maintenance period following completion of the work.

3.13. Field Testing

Test completed sections in conformance with AWWA Standard C600, Section

4. Furnish all equipment and supplies and make all necessary connections for

the tests. Use hydrostatic and leakage test pressures equal to nominal operating

pressure of the pipe plus 100 psi, with a minimum test pressure of 250 psi. Use

the work sheet included at the end of this Section and on the Standard Water

Details sheet to determine test pressure at any location.

Determine leakage allowance by the formulas given in AWWA C600, Section

4.2. In event of failure, correct deficiencies and repeat test until satisfactory

results are obtained. Do tests in the presence of the Project Representative or

his representative.

3.14. Disinfection

Disinfect pipelines in sections not more than 2,000 feet long. Disinfect

according to AWWA C651. Use any of the three methods described in Section

5. At least two consecutive samples, obtained twenty-four (24) hours apart,

from each section disinfected must be certified bacteriologically satisfactory by

Owner’s water testing laboratory before pipe can be placed in service. Take

samples at regular intervals, not exceeding 2,000 feet, throughout the length of

pipeline. Flush the sterilized line immediately after confirmation of acceptable

test results.

Project Representative will arrange with Owner's water laboratory at the H. L.

Mooney WWTP to take samples at the appropriate time. Be present and

Page 101: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

provide whatever assistance the technician requires for taking samples.

3.15. Restoration of Disturbed Surfaces

Restore all surfaces disturbed during the work in accordance with the roadway

plans and the contract specifications and special provisions.

3.15. Casing Pipe Installation by Trenchless Technology

The Contractor shall submit to the Engineer a complete plan and schedule for

trenchless casing pipe installation prior to beginning such work. The submission

shall include complete details for dewatering; soil stabilization; jacking and

receiving pits; jacks; reaction block; boring equipment; sheeting, shoring, and

bracing for protecting the roadbed and adjacent areas; installation sequence;

materials; and equipment. The Contractor shall not proceed with pipe

installation until the plan has been reviewed and accepted by the Project

Representative.

3.16. DIP to existing LCP

Connections to Prestressed Concrete Lined Cylinder Pipe ( LCP ) must be

made at existing bell and spigot joints. The pipe cannot be cut in mid-barrel

and a connection made. Refer to section 2.08 for the specified adaptors to

be on site prior to excavation for the connection. The contractor shall expose

the existing LCP pipe joint nearest to the connection point, field verify the

adaptor required for connection per section 2.08. The contractor shall follow

the recommendation of Forterra pressure pipe or approved equal entitled

“Procedure for Removing a Length of Concrete Pressure Pipe” and provided

in Appendix A.

Page 102: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

This brochure contains information for connection at new ductile

iron pipe to existing LCP.

Each MJS adapter fitting is supplied with an o-ring rubber gasket for the

LCP joint and a grout band. After the existing LCP joints have been

exposed, the MJS adapter fittings can be installed. Carefully inspect and then

clean the joint rings of all dirt and any other debris. Apply a thin layer of

vegetable soap lubricant to the joint rings and to the o-ring rubber gasket.

Exposed steel on the MJS adapters are painted with a coating complying

with the NSF 61 Standard for contact with potable water.

In order to keep the adapters in place while subsequent pipe installation

continues tack-weld the joints between the adapters and the existing

pipe.

After the adapters have been installed, the exterior joint recesses

between the adapters and the existing LCP must be protected from

corrosion by filling with portland cement grout.

The grout band for LCP consists of a Typar synthetic fabric layer (gray in

color) and a layer of closed cell foam. These layers shall be sewn together

along with a pair of 5/8” wide steel bands at each edge which are used to

secure the band to the pipe exterior. A stretching tool shall be used to

tighten the steel bands. Once the bands are pulled tight, a steel clip shall be

crimped around the band ends to hold them in position. The band must be

carefully placed against the exterior surface of the pipe to insure that it’s

flush with no gaps or gathers. The closed cell foam surface is to be placed

against the pipe exterior. The band must be centered on the joint.

The wet grout shall be applied to flow down to the bottom of the band

and begin to bulge it out. It’s often helpful to place some bedding

material directly under the band at the bottom to support the weight of

the wet grout. Take care to not push excessive amounts of bedding

material under the band such that it’s pushed up into the joint recess

which could impede the flow of wet grout.

Page 103: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

If necessary, place the grout in several lifts is helpful. The grout shall

be allowed to take an initial set before subsequent lifts are added.

Mix the grout using one part ASTM C150 Type 1 or Type 2 portland

cement to not more than three parts clean sand with sufficient water to

achieve a pourable consistency. The grout should look and pour like a thick

cream. If it’s too thick, it will not flow around the joint; if it’s too thin, it

may leak out of the band. Carefully pour the mixed grout into the gap at the

top of the band. Use plastic 5 gallon buckets. P r o v i d e a large funnel.

As the pouring proceeds, the workers should inspect the band around the

joint periphery to insure that the grout is flowing all around. Once the band

is full and wet grout is puddling at the gap at the top, apply a stiffer mix (the

consistency of wet brick mortar) over the joint. Insure that all metal joint

components have at least 1” of coverage. Then fold the band flap over the

gap and allow the grout to cure.

The joint grout’s primary function is to provide corrosion protection to the

exposed metal components of the joint. The pipe with restrained joints

shall not be pressurized until the joints have been grouted and the grout

allowed to cure. The wet grout flows down and around the re- strained

joint components and act as a variable width shim between the clamp and

the harness bars and serve to transfer axial thrust forces in compression.

Backfilling operations can begin immediately after the band has been

filled. When placing backfill around the filled bands, care must be taken

to avoid damage to or displacement of the band

A certified inspector from Forterra Pressure Pipe or PWCSA approved equal shall

be present at the time of the connection to inspect the connection process and

submit an inspection report stating that the connection has been satisfactory

installed per the recommendations of the adaptor manufacture based on inspection

of all work and that the new pipe is ready for service. The inspection report shall

be signed and dated by Forterra or equal representative on site inspector qualified

to make this certification. It is the responsibility of the Contractor to include the

Page 104: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

inspection in his bid form submittal. 3.17. Section Appendices

A. WATER MAIN TEST PRESSURE WORK SHEET

Water Main Test Pressure Work Sheet

Select proper HGL El. from Table A. below. 299

This project, Balsam Street Water Main

Replacement, is in the Woodbridge Low

Service Level.

Determine ground elevation, in feet, at Test Site from drawings.

(Topo or profile)

Subtract ground elevation from HGL El.

Add 233 + 233

25

274

Page 105: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Total

Divide Total by 2.31 ÷ 2.31

Calculated Test Pressure (in psi)

Test Pressure = the greater of

Calculated Test Pressure (above) or 150 psi.

Table A. Service Level Hydraulic Grade Line Elevations

Service Level HGL El. Service Level HGL El.

Bull Run Mountain

Hoadly 495

Lower Level Lake Ridge 390

Bull Run Mountain Manassas Southside 456

Upper Level 1293 Minnieville 526

Dumfries/Triangle 299 Montclair 390

Gainesville/Wellington 456 Oak Ridge/Ind. Hill 526

Greater Manassas 376 Woodbridge Low 299

Haymarket 535 Yorkshire 376

END OF SECTION

507

219.5

Page 106: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post
Page 107: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 1

DIVISION 3- CONCRETE

SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1RELATED DOCUMENTS

Section 02660- Water Mains and Appurtenances

1.2 SUMMARY

A. This Section specifies cast-in place concrete, including formwork, reinforcing, mix

design, placement procedures, and finishes.

1.3SUBMITTALS

Submit the following according to Conditions of the Contract and Division 1 Specification

Sections.

A. Design Mixtures for each concrete mixture. Submit alternate design mixtures when

characteristics of materials, Project conditions, weather, test results, or other

circumstances warrant adjustments.

B. Product data for proprietary materials and items, including reinforcement and forming

accessories, admixtures, patching compounds, waterstops, PVC sheet liner, joint

systems, curing compounds, and others if requested by Engineer.

C. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete

reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing

Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar

diagrams, and arrangement of concrete reinforcement. Include special reinforcing

required for openings through concrete structures.

D. Samples of materials as requested by Engineer, including names, sources, and

descriptions, as follows:

1. Waterstops.

2. Vapor barrier.

E. Laboratory test reports for concrete materials and mix design test.

Page 108: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 2

F. Material certificates in lieu of material laboratory test reports when permitted by

Engineer. Material certificates shall be signed by manufacturer and Contractor,

certifying that each material item complies with or exceeds specified requirements.

Provide certification from admixture manufacturers that chloride content complies with

specification requirements.

1.4 QUALITY ASSURANCE

A. Codes and Standards: Comply with provisions of the following codes, specifications,

and standards, except where more stringent requirements are shown or specified:

1. American Concrete Institute (ACI) 301, "Specifications for Structural

Concrete for Buildings."

2. ACI 318, "Building Code Requirements for Reinforced Concrete."

3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice."

B. Concrete Testing Service: The Contractor shall engage and pay an independent testing

agency to perform material evaluation tests.

C. Materials and installed work may require testing and retesting at any time during

progress of Work. Tests, including retesting of rejected materials for installed Work,

shall be done at Contractor's expense.

PART 2 - PRODUCTS

2.1 FORM MATERIALS

A. Forms for Exposed Finish Concrete: Plywood, metal, metal-framed plywood faced, or

other acceptable panel-type materials to provide continuous, straight, smooth, exposed

surfaces. Furnish in largest practicable sizes to minimize number of joints and to

conform to joint system shown on drawings.

1. Use overlaid plywood complying with U.S. Product Standard PS-1 "A-C or B-

B High Density Overlaid Concrete Form," Class I.

Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form)

Plywood," Class I, Exterior Grade or better, mill-oiled and edge-sealed, with each

piece bearing legible inspection trademark.

B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or another acceptable

material. Provide lumber dressed on at least two edges and one side for tight fit.

C. Pan-Type Forms: Glass-fiber-reinforced plastic or formed steel, stiffened to support

Page 109: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 3

weight of placed concrete without deformation.

D. Form Release Agent: Provide commercial formulation form release agent which is

approved by NSF and is compatible with Drinking Water Storage Structures that will

not bond with, stain, or adversely affect concrete surfaces and will not impair

subsequent treatments of concrete surfaces.

E. Form Ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties

designed to prevent form deflection and to prevent spalling of concrete upon removal.

Provide units that will leave no metal closer than 1-1/2 inches (38 mm) to the plane of

the exposed concrete surface.

1. Provide ties that, when removed, will leave holes not larger than 1 inch in

diameter in the concrete surface.

2.2 REINFORCING MATERIALS

A. Reinforcing Bars: ASTM A 615 Grade 60 (ASTM A 615M Grade 400), deformed.

B. Welded Wire Fabric: ASTM A 185, welded steel wire fabric. Provide flat sheets only.

C. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing,

supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire

bar-type supports complying with CRSI specifications.

1. For slabs-on-grade, use supports with sand plates or horizontal runners where

base material will not support chair legs.

2. For exposed-to-view concrete surfaces where legs of supports are in contact

with forms, provide supports with legs that are protected by plastic (CRSI,

Class 1) or stainless steel (CRSI, Class 2).

2.3 CONCRETE MATERIALS

A. Portland Cement: ASTM C 150, Type I or II.1. Use one brand of cement

throughout Project unless otherwise acceptable to Engineer.

B. Fly Ash: ASTM C 618, Type F.

C. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120.

D. Normal-Weight Aggregates: ASTM C 33 and as specified. Provide aggregates from a

single source for exposed concrete.

1. For exposed exterior surfaces, do not use fine or coarse aggregates that contain

substances that cause spalling.

Page 110: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 4

E. Water: Potable.

F. Admixtures, General: Provide concrete admixtures that contain no water soluble

chlorides.

G. Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible

with other required admixtures.

1. Available Products: Subject to compliance with requirements, products that

may be incorporated in the Work include, but are not limited to, the following:

a. Air-Tite, Cormix Construction Chemicals.

b. Air-Mix or Perma-Air, Euclid Chemical Co.

c. Darex AEA or Daravair, W.R. Grace & Co.

d. MB-VR or Micro-Air, Master Builders, Inc.

e. Sealtight AEA, W.R. Meadows, Inc.

f. Sika AER, Sika Corp.

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

1. Available Products: Subject to compliance with requirements, products that

may be incorporated in the Work include, but are not limited to, the following:

a. Chemtard, ChemMasters Corp.

b. PSI N, Cormix Construction Chemicals.

c. Eucon WR-75, Euclid Chemical Co.

d. WRDA, W.R. Grace & Co.

e. Pozzolith Normal or Polyheed, Master Builders, Inc.

f. Metco W.R., Metalcrete Industries.

g. Prokrete-N, Prokrete Industries.

h. Plastocrete 161, Sika Corp.

I. High-Range Water-Reducing Admixture: ASTM C 494, Type F or Type G.

1. Available Products: Subject to compliance with requirements, products that

may be incorporated in the Work include, but are not limited to, the following:

a. Super P, Anti-Hydro Co., Inc.

b. Cormix 200, Cormix Construction Chemicals.

c. Eucon 37, Euclid Chemical Co.

d. WRDA 19 or Daracem, W.R. Grace & Co.

e. Rheobuild or Polyheed, Master Builders, Inc.

f. Superslump, Metalcrete Industries.

g. PSPL, Prokrete Industries.

Page 111: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 5

h. Sikament 300, Sika Corp.

J. Water-Reducing, Accelerating Admixture: ASTM C 494, Type E.

1. Available Products: Subject to compliance with requirements, products that

may be incorporated in the Work include, but are not limited to, the following:

a. Q-Set, Conspec Marketing & Manufacturing Co.

b. Lubricon NCA, Cormix Construction Chemicals.

c. Accelguard 80, Euclid Chemical Co.

d. Daraset, W.R. Grace & Co.

e. Pozzutec 20, Master Builders, Inc.

f. Accel-Set, Metalcrete Industries.

K. Water-Reducing, Retarding Admixture: ASTM C 494, Type D.

1. Available Products: Subject to compliance with requirements, products that

may be incorporated in the Work include, but are not limited to, the following:

a. PSI-R Plus, Cormix Construction Chemicals.

b. Eucon Retarder 75, Euclid Chemical Co.

c. Daratard-17, W.R. Grace & Co.

d. Pozzolith R, Master Builders, Inc.

e. Protard, Prokrete Industries.

f. Plastiment, Sika Corporation.

2.4 RELATED MATERIALS

A. Dovetail Anchor Slots: Hot-dip galvanized sheet steel, not less than 0.0336 inch thick

with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent

intrusion of concrete or debris.

B. Waterstops: Provide flat, dumbbell-type or centerbulb-type waterstops at construction

joints and other joints as indicated.

C. Polyvinyl Chloride Waterstops: Corps of Engineers CRD-C 572.

1. Available Manufacturers: Subject to compliance with requirements,

manufacturers offering products that may be incorporated in the Work include,

but are not limited to, the following:

a. The Burke Co.

b. Greenstreak Plastic Products Co.

c. W.R. Meadows, Inc.

d. Progress Unlimited.

Page 112: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 6

e. Schlegel Corp.

f. Vinylex Corp.

D. Vapor Barrier: Provide vapor barrier that is resistant to deterioration when tested

according to ASTM E 154, as follows:

1. Polyethylene sheet not less than 10 mils thick.

a. Product: Subject to compliance with requirements, provide Moistop by

Fortifiber Corporation.

E. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9

oz./sq. yd. (305 g/sq. m), complying with AASHTO M 182, Class 2.

F. Moisture-Retaining Cover: One of the following, complying with ASTM C 171.

1. Waterproof paper.

2. Polyethylene film.

3. Polyethylene-coated burlap.

G. Epoxy Adhesive: ASTM C 881, two-component material suitable for use on dry or

damp surfaces. Provide material type, grade, and class to suit Project requirements.

1. Available Products: Subject to compliance with requirements, products that may

be incorporated in the Work include, but are not limited to, the following:

a. Burke Epoxy M.V., The Burke Co.

b. Spec-Bond 100, Conspec Marketing and Mfg. Co.

c. Resi-Bond (J-58), Dayton Superior.

d. Euco Epoxy System #452 or #620, Euclid Chemical Co.

e. Epoxtite Binder 2390, A.C. Horn, Inc.

f. Epabond, L&M Construction Chemicals, Inc.

g. Concresive Standard Liquid, Master Builders, Inc.

h. Rezi-Weld 1000, W.R. Meadows, Inc.

i. Metco Hi-Mod Epoxy, Metalcrete Industries.

j. Sikadur 32 Hi-Mod, Sika Corp.

k. Stonset LV5, Stonhard, Inc.

l. R-600 Series, Symons Corp.

2.5 PROPORTIONING AND DESIGNING MIXES

A. Prepare design mixes for each type and strength of concrete by either laboratory trial

batch or field test data methods as specified in ACI 301. For the trial batch method,

use an independent testing agency acceptable to Engineer for preparing and reporting

proposed mix designs.

Page 113: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 7

1. Do not use the same testing agency for field quality control testing.

2. Limit use of fly ash to not exceed 25 percent of cement content by weight.

3. Limit use of Ground Granulated Blast-Furnace Slag to not exceed 50

percent of cement content by weight.

4. Limit use of Combined Fly Ash and Ground Granulated Blast-Furnace Slag to not

exceed 50 percent of Portland cement minimum, with fly ash not exceeding 25

percent.

B. Submit written reports to Engineer of each proposed mix for each class of concrete at

least 15 days prior to start of Work. Do not begin concrete production until proposed

mix designs have been reviewed by Engineer.

C. Design mixes to provide normal weight concrete with the following properties as

indicated on drawings and schedules:

1. 4000 psi, 28-day compressive strength.

2. 2500 psi, 28-day compressive strength.

D. Water-Cement Ratio: Provide concrete with maximum water-cement (W/C) ratio of

0.45 for 4000 psi concrete, and 0.55 for 2500 psi concrete.

E. Slump Limits: Proportion and design mixes to result in concrete slump at point of

placement as follows:

1. Concrete containing high-range water-reducing admixture (superplasticizer): Not

more than 8 inches after adding admixture to site-verified 2 – 3 inch slump

concrete.

2. Other concrete: Not more than 4 inches.

F. Adjustment to Concrete Mixes: Mix design adjustments may be requested by

Contractor when characteristics of materials, job conditions, weather, test results, or

other circumstances warrant, as accepted by Engineer. Laboratory test data for revised

mix design and strength results must be submitted to and accepted by Engineer before

using in Work.

2.6 ADMIXTURES

A. Use water-reducing admixture or high-range water-reducing admixture

(superplasticizer) in concrete, as required, for placement and workability.

B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50

deg F (10 deg C).

Page 114: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 8

C. Use high-range water-reducing admixture in pumped concrete, concrete required to be

watertight, and concrete with water-cement ratios below 0.50.

D. Use air-entraining admixture in all concrete unless otherwise indicated. Add air-

entraining admixture at manufacturer's prescribed rate to result in concrete at point of

placement having total air content 5.5 percent with a tolerance of plus or minus 1-1/2

percent.

E. Use admixtures for water reduction and set accelerating or retarding in strict

compliance with manufacturer's directions.

2.7 CONCRETE MIXING

A. Ready-Mixed Concrete: Comply with requirements of ASTM C 94, and as specified.

1. When air temperature is between 85 deg F (29 deg C) and 90 deg F (32 deg C),

reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air

temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60

minutes.

PART 3 - EXECUTION

3.1 GENERAL

A. Coordinate the installation of joint materials, vapor retarder/barrier, and other related

materials with placement of forms and reinforcing steel.

3.2 FORMS

A. General: Design, erect, support, brace, and maintain formwork to support vertical,

lateral, static, and dynamic loads that might be applied until concrete structure can

support such loads. Construct formwork so concrete members and structures are of

correct size, shape, alignment, elevation, and position. Maintain formwork

construction tolerances and surface irregularities complying with the following ACI

347 limits:

1. Provide Class A tolerances for concrete surfaces exposed to view.

2. Provide Class C tolerances for other concrete surfaces.

B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate

alignment, location, grades, level, and plumb work in finished structures. Provide for

openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets,

chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features

required in the Work. Use selected materials to obtain required finishes. Solidly butt

Page 115: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 9

joints and provide backup at joints to prevent cement paste from leaking.

C. Fabricate forms for easy removal without hammering or prying against concrete

surfaces. Provide crush plates or wrecking plates where stripping may damage cast

concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to

place concrete with bottom forms only. Kerf wood inserts for forming keyways,

reglets, recesses, and the like for easy removal.

D. Provide temporary openings for clean-outs and inspections where interior area of

formwork is inaccessible before and during concrete placement. Securely brace

temporary openings and set tightly to forms to prevent losing concrete mortar. Locate

temporary openings in forms at inconspicuous locations.

E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber

chamfer strips fabricated to produce uniform smooth lines and tight edge joints.

F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate

work of other trades. Determine size and location of openings, recesses, and chases

from trades providing such items. Accurately place and securely support items built

into forms.

G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive

concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing

concrete. Retighten forms and bracing before placing concrete, as required, to prevent

mortar leaks and maintain proper alignment.

3.3 VAPOR BARRIER

A. General: Place vapor barrier sheeting in position with longest dimension parallel with

direction of pour.

B. Lap joints 6 inches and seal with manufacturer's recommended mastic or pressure-

sensitive tape.

3.4 PLACING REINFORCEMENT

A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice

for "Placing Reinforcing Bars," for details and methods of reinforcement placement and

supports and as specified.

1. Avoiding cutting or puncturing vapor retarder during reinforcement placement

and concreting operations. Repair damages before placing concrete.

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

reduce or destroy bond with concrete.

Page 116: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 10

C. Accurately position, support, and secure reinforcement against displacement. Locate

and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as

approved by Engineer.

D. Place reinforcement to maintain minimum coverages as indicated for concrete

protection. Arrange, space, and securely tie bars and bar supports to hold

reinforcement in position during concrete placement operations. Set wire ties so ends

are directed into concrete, not toward exposed concrete surfaces.

E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least

one (1) full mesh and lace splices with wire. Offset laps of adjoining widths to prevent

continuous laps in either direction.

3.5 JOINTS

A. Construction Joints: Locate and install construction joints so they do not impair

strength or appearance of the structure, as acceptable to Engineer.

B. Provide roughened construction joints between walls and footings. Roughened

concrete grooves to be 1/4-inch full amplitude

C. Place construction joints perpendicular to main reinforcement. Continue reinforcement

across construction joints except as indicated otherwise.

D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete.

E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops

to form continuous diaphragm in each joint. Support and protect exposed waterstops

during progress of Work. Field-fabricate joints in waterstops according to

manufacturer's printed instructions.

F. Isolation Joints in Slabs-on-Grade: Construct isolation joints in slabs-on-grade at

points of contact between slabs-on-grade and vertical surfaces, such as column

pedestals, foundation walls, grade beams, and other locations, as indicated.

3.6 INSTALLING EMBEDDED ITEMS

A. General: Set and build into formwork anchorage devices and other embedded items

required for other work that is attached to or supported by cast-in-place concrete. Use

setting drawings, diagrams, instructions, and directions provided by suppliers of items

to be attached.

Page 117: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 11

B. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to

achieve required elevations and contours in finished surfaces. Provide and secure units

to support screed strips using strike-off templates or compacting-type screeds.

3.7 PREPARING FORM SURFACES

A. General: Coat contact surfaces of forms with approved nonresidual, form-coating

compound compatible with Drinking Water Storage Structures before placing

reinforcement.

B. Do not allow excess form-coating material to accumulate in forms or come into

contact with in-place concrete surfaces against which fresh concrete will be placed.

Apply according to manufacturer's instructions.

1. Coat steel forms with a nonstaining, rust-preventative material. Rust-stained

steel formwork is not acceptable.

3.8 CONCRETE PLACEMENT

A. Inspection: Before placing concrete, inspect and complete formwork installation,

reinforcing steel, and items to be embedded or cast in. Notify other trades to permit

installation of their work.

B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and

Placing Concrete," and as specified.

C. Deposit concrete continuously or in layers of such thickness that no new concrete will

be placed on concrete that has hardened sufficiently to cause seams or planes of

weakness. If a section cannot be placed continuously, provide construction joints as

specified. Deposit concrete to avoid segregation at its final location.

D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper

than 24 inches and in a manner to avoid inclined construction joints. Where placement

consists of several layers, place each layer while preceding layer is still plastic to avoid

cold joints.

1. Consolidate placed concrete by mechanical vibrating equipment supplemented by

hand-spading, rodding, or tamping. Use equipment and procedures for

consolidation of concrete complying with ACI 309.

2. Do not use vibrators to transport concrete inside forms. Insert and withdraw

vibrators vertically at uniformly spaced locations no farther than the visible

effectiveness of the machine. Place vibrators to rapidly penetrate placed layer

and at least 6 inches into preceding layer. Do not insert vibrators into lower

layers of concrete that have begun to set. At each insertion, limit duration of

vibration to time necessary to consolidate concrete and complete embedment of

Page 118: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 12

reinforcement and other embedded items without causing mix to segregate.

E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous

operation, within limits of construction joints, until completing placement of a panel or

section.

1. Consolidate concrete during placement operations so that concrete is thoroughly

worked around reinforcement, other embedded items and into corners.

2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull

floats or darbies to smooth surface free of humps or hollows. Do not disturb

slab surfaces prior to beginning finishing operations.

3. Maintain reinforcing in proper position on chairs during concrete placement.

F. Cold-Weather Placement: Comply with provisions of ACI 306 and as follows. Protect

concrete work from physical damage or reduced strength that could be caused by frost,

freezing actions, or low temperatures.

G. When air temperature has fallen to or is expected to fall below 40 deg F (4 deg C),

uniformly heat water and aggregates before mixing to obtain a concrete mixture

temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27 deg

C) at point of placement.

1. Do not use frozen materials or materials containing ice or snow. Do not place

concrete on frozen subgrade or on subgrade containing frozen materials.

2. Do not use calcium chloride, salt, or other materials containing antifreeze

agents or chemical accelerators.

H. Hot-Weather Placement: When hot weather conditions exist that would impair quality

and strength of concrete, place concrete complying with ACI 305 and as specified.

1. Cool ingredients before mixing to maintain concrete temperature at time of

placement to below 90 deg F (32 deg C). Mixing water may be chilled or

chopped ice may be used to control temperature, provided water equivalent of

ice is calculated to total amount of mixing water. Using liquid nitrogen to cool

concrete is Contractor's option.

2. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that

steel temperature will not exceed the ambient air temperature immediately

before embedding in concrete.

3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete.

Keep subgrade moisture uniform without puddles or dry areas.

4. Use water-reducing retarding admixture when required by high temperatures,

low humidity, or other adverse placing conditions, as acceptable to Engineer.

3.9 FINISHING FORMED SURFACES

Page 119: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 13

A. Rough-Formed Finish: Provide a rough-formed finish on formed concrete surfaces not

exposed to view in the finished Work or concealed by other construction. This is the

concrete surface having texture imparted by form-facing material used, with tie holes

and defective areas repaired and patched, and fins and other projections exceeding 1/4

inch in height rubbed down or chipped off.

B. Smooth-Formed Finish: Provide a smooth-formed finish on formed concrete surfaces

exposed to view or to be covered with a coating material applied directly to concrete,

or a covering material applied directly to concrete, such as waterproofing,

dampproofing, veneer plaster, painting, or another similar system. This is an as-cast

concrete surface obtained with selected form-facing material, arranged in an orderly

and symmetrical manner with a minimum of seams.

Repair and patch defective areas with fins and other projections completely

removed and smoothed.

C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed

surfaces adjacent to formed surfaces, strike-off smooth and finish with a texture

matching adjacent formed surfaces. Continue final surface treatment of formed

surfaces uniformly across adjacent unformed surfaces unless otherwise indicated.

3.10 MONOLITHIC SLAB FINISHES

A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and

other finishes as specified; slab surfaces to be covered with membrane or elastic

waterproofing, membrane or elastic roofing, where indicated.

1. After screeding, consolidating, and leveling concrete slabs, do not work surface

until ready for floating. Begin floating, using float blades or float shoes only,

when surface water has disappeared, or when concrete has stiffened sufficiently

to permit operation of power-driven floats, or both. Consolidate surface with

power-driven floats or by hand-floating if area is small or inaccessible to power

units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor

levelness) measured according to ASTM E 1155. Cut down high spots and fill

low spots. Uniformly slope surfaces to drains. Immediately after leveling,

refloat surface to a uniform, smooth, granular texture.

B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and

slab surfaces to be covered with paint, or another thin film-finish coating system.

1. After floating, begin first trowel-finish operation using a power-driven trowel.

Begin final troweling when surface produces a ringing sound as trowel is moved

over surface. Consolidate concrete surface by final hand-troweling operation,

Page 120: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 14

free of trowel marks, uniform in texture and appearance, and finish surfaces to

tolerances of 1/8-inch in 10 feet for flatness. Grind smooth any surface defects

that would telegraph through applied floor covering system.

3.11 MISCELLANEOUS CONCRETE ITEMS

A. Filling In: Fill in holes and openings left in concrete structures for passage of work by

other trades, unless otherwise shown or directed, after work of other trades is in place.

Mix, place, and cure concrete as specified to blend with in-place construction. Provide

other miscellaneous concrete filling shown or required to complete Work.

B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is

still green and by steel-troweling surfaces to a hard, dense finish with corners,

intersections, and terminations slightly rounded.

C. Equipment Bases and Foundations: Provide machine and equipment bases and

foundations as shown on drawings. Set anchor bolts for machines and equipment to

template at correct elevations, complying with diagrams or templates of manufacturer

furnishing machines and equipment.

3.12 CONCRETE CURING AND PROTECTION

A. General: Protect freshly placed concrete from premature drying and excessive cold or

hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture

loss before and during finishing operations with an evaporation-control material. Apply

according to manufacturer's instructions after screeding and bull floating, but before

power floating and troweling.

B. Start initial curing as soon as free water has disappeared from concrete surface after

placing and finishing. Weather permitting, keep continuously moist for not less than

seven (7) days.

C. Curing Methods: Cure concrete by moist curing.

D. Provide moisture curing by the following methods:

1. Keep concrete surface continuously wet by covering with water.

2. Use continuous water-fog spray.

3. Cover concrete surface with specified absorptive cover, thoroughly saturate

cover with water, and keep continuously wet. Place absorptive cover to provide

coverage of concrete surfaces and edges, with a 4-inch (100 mm) lap over

adjacent absorptive covers.

E. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of

beams, supported slabs, and other similar surfaces, by moist curing with forms in place

Page 121: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 15

for the full curing period or until forms are removed. If forms are removed, continue

curing by methods specified above, as applicable.

F. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, floor topping,

and other flat surfaces, by applying the appropriate curing method.

1. Final cure concrete surfaces to receive finish flooring with a moisture-retaining

cover, unless otherwise directed.

3.13 REMOVING FORMS

A. General: Formwork not supporting weight of concrete, such as sides of beams, walls,

columns, and similar parts of the work, may be removed after cumulatively curing at

not less than 50 deg F (10 deg C) for 24 hours after placing concrete, provided

concrete is sufficiently hard to not be damaged by form-removal operations, and

provided curing and protection operations are maintained.

B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs, and other

structural elements, may not be removed in less than 14 days or until concrete has

attained at least 75 percent of design minimum compressive strength at 28 days.

Determine potential compressive strength of in-place concrete by testing field-cured

specimens representative of concrete location or members.

C. Form-facing material may be removed four (4) days after placement only if shores and

other vertical supports have been arranged to permit removal of form-facing material

without loosening or disturbing shores and supports.

3.14 REUSING FORMS

A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed,

delaminated, or otherwise damaged form-facing material will not be acceptable for

exposed surfaces. Apply new form-coating compound as specified for new formwork.

B. When forms are extended for successive concrete placement, thoroughly clean

surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure

joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except

as acceptable to Engineer.

3.15 CONCRETE SURFACE REPAIRS

A. Patching Defective Areas: Repair and patch defective areas with cement mortar

immediately after removing forms, when acceptable to Engineer.

B. Mix dry-pack mortar, consisting of one part Portland cement to 2-1/2 parts fine

aggregate passing a No. 16 mesh sieve, using only enough water as required for

Page 122: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 16

handling and placing.

1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and

holes left by tie rods and bolts down to solid concrete but in no case to a depth

less than 1 inch. Make edges of cuts perpendicular to the concrete surface.

Thoroughly clean, dampen with water, and brush-coat the area to be patched

with bonding agent. Place patching mortar before bonding agent has dried.

2. For surfaces exposed to view, blend white Portland cement and standard

Portland cement so that, when dry, patching mortar will match surrounding

color. Provide test areas at inconspicuous locations to verify mixture and color

match before proceeding with patching. Compact mortar in place and strike-off

slightly higher than surrounding surface.

C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if

defects cannot be repaired to satisfaction of Engineer. Surface defects include color

and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and

other projections on the surface, and stains and other discolorations that cannot be

removed by cleaning. Flush out form tie holes and fill with dry-pack mortar or precast

cement cone plugs secured in place with bonding agent.

1. Repair concealed formed surfaces, where possible, containing defects that affect

the concrete's durability. If defects cannot be repaired, remove and replace the

concrete.

D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for

smoothness and verify surface tolerances specified for each surface and finish. Correct

low and high areas as specified. Test unformed surfaces sloped to drain for trueness of

slope and smoothness by using a template having the required slope.

1. Repair finished unformed surfaces containing defects that affect the concrete's

durability. Surface defects include crazing and cracks in excess of 0.01 inch

wide or that penetrate to the reinforcement or completely through nonreinforced

sections regardless of width, spalling, popouts, honeycombs, rock pockets, and

other objectionable conditions.

2. Correct high areas in unformed surfaces by grinding after concrete has cured at

least 14 days.

3. Correct low areas in unformed surfaces during or immediately after completing

surface finishing operations by cutting out low areas and replacing with patching

mortar. Finish repaired areas to blend into adjacent concrete. Proprietary

underlayment compounds may be used when acceptable to Engineer.

4. Repair defective areas, except random cracks and single holes not exceeding 1

inch in diameter, by cutting out and replacing with fresh concrete. Remove

defective areas with clean, square cuts and expose reinforcing steel with at least

3/4 inch clearance all around. Dampen concrete surfaces in contact with

patching concrete and apply bonding agent. Mix patching concrete of same

Page 123: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 17

materials to provide concrete of same type or class as original concrete. Place,

compact, and finish to blend with adjacent finished concrete. Cure in same

manner as adjacent concrete.

E. Repair isolated random cracks and single holes 1 inch (25 mm) or less in diameter by

dry-pack method. Groove top of cracks and cut out holes to sound concrete and clean

of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding

compound. Place dry-pack before bonding agent has dried. Compact dry-pack

mixture in place and finish to match adjacent concrete. Keep patched area

continuously moist for at least 72 hours.

F. Perform structural repairs with prior approval of Engineer for method and procedure,

using specified epoxy adhesive and mortar.

G. Repair methods not specified above may be used, subject to acceptance of Engineer.

3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION

A. General: The Contractor shall obtain the services of an independent testing agency

approved by the Owner to perform tests and submit test reports.

B. Sampling and testing for quality control during concrete placement shall include the

following.

1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply

with ASTM C 94.

a. Slump: ASTM C 143; one test at point of discharge for each day's pour

of each type of concrete; additional tests when concrete consistency seems

to have changed.

b. Air Content: ASTM C 173, volumetric method for lightweight or normal

weight concrete; ASTM C 231, pressure method for normal weight

concrete; one for each day's pour of each type of air-entrained concrete.

c. Concrete Temperature: ASTM C 1064; one test hourly when air

temperature is 40 deg F (4 deg C) and below, when 80 deg F (27 deg C)

and above, and one test for each set of compressive-strength specimens.

d. Compression Test Specimen: ASTM C 31; one set of four standard

cylinders for each compressive-strength test, unless otherwise directed.

Mold and store cylinders for laboratory-cured test specimens except when

field-cured test specimens are required.

e. Compressive-Strength Tests: ASTM C 39; one set for each day's pour

exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the

first 25 cu. yd. of each concrete class placed in any one day; one specimen

tested at 7 days, two specimens tested at 28 days, and one specimen

retained in reserve for later testing if required.

Page 124: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

03300 - 18

2. When frequency of testing will provide fewer than five strength tests for a given

class of concrete, conduct testing from at least five randomly selected batches or

from each batch if fewer than five are used.

3. When strength of field-cured cylinders is less than 85 percent of companion

laboratory-cured cylinders, evaluate current operations and provide corrective

procedures for protecting and curing the in-place concrete.

4. Strength level of concrete will be considered satisfactory if averages of sets of

three (3) consecutive strength test results equal or exceed specified compressive

strength and no individual strength test result falls below specified compressive

strength by more than 500 psi.

C. Test results will be reported in writing to the Owner, Engineer, ready-mix producer,

and Contractor within 24 hours after tests. Reports of compressive strength tests shall

contain the Project identification name and number, date of concrete placement, name

of concrete testing service, concrete type and class, location of concrete batch in

structure, design compressive strength at 28 days, concrete mix proportions and

materials, compressive breaking strength, and type of break for both 7-day tests and

28-day tests.

D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device

may be permitted but shall not be used as the sole basis for acceptance or rejection.

E. Additional Tests: The testing agency will make additional tests of in-place concrete

when test results indicate specified concrete strengths and other characteristics have

not been attained in the structure, as directed by the Engineer. Testing agency may

conduct tests to determine adequacy of concrete by cored cylinders complying with

ASTM C 42, or by other methods as directed.

END OF SECTION 03300

Page 125: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CONTRACT SPECIAL PROVISIONS

for

POWELL’S CREEK PEDESTRIAN BRIDGE

Item CONTRACT SPECIAL PROVISIONS

CSP-1 CONTINGENT ITEMS IN SCHEDULE OF UNIT PRICES

CSP-2 UNDERDRAIN

CSP-3 NS PAVEMENT SAW CUT FULL DEPTH

CSP-4 CROSS SECTIONS

CSP-5 RIPRAP BEDDING

CSP-6 EROSION AND SEDIMENTATION CONTROL

CSP-8 INCLEMENT WEATHER

CSP-9 CONSTRUCTION SAFETY AND HEALTH STANDARDS

CSP-10 SHOP AND WORK DRAWINGS

CSP-11 AS-BUILT DRAWINGS AND SPECIFICATIONS

CSP-12 CONSTRUCTION SCHEDULE

CSP-13 MAJOR/MINOR ITEMS

CSP-14 FUEL ADJUSTMENTS

CSP-15 CONSTRUCTION SIGNS

CSP-16 EROSION CONTROL MULCH

CSP-17 ENTRANCE MAINTENANCE & CONSTRUCTION

CSP-18 SAMPLES, TESTS AND CITED SPECIFICATIONS

CSP-19 MOWING—CONTINGENT

CSP-20 MULTIPLE HANDLING OF MATERIAL

CSP-21 FRAC-OUT PLAN

CSP-22 SILTATION CONTROL EXCAVATION

CSP-23 TEMPORARY SEEDING

CSP-24 RELOCATE EXISTING SIGN

Powell’s Creek Pedestrian Bridge Page CSP-1 of 15 Contract Special Provisions

Page 126: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CSP-25 UTILITIES

CSP-26 CURB CUTOUT

CSP-27 SPREAD TWO-INCH TOPSOIL CLASS B

CSP-28 PIPE BEDDING MATERIAL

CSP-29 WATER LINE INSTALLATION IMPACTS

CSP-30 TEST PITTING

CSP-31 POWELL’S CREEK BLVD. INTERSECTION VALVE

CSP-32 POLYWRAPPING

CSP-33 NS WATER FACILITIES NORTHERN TIE-IN

Powell’s Creek Pedestrian Bridge Page CSP-2 of 15 Contract Special Provisions

Page 127: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CONTRACT SPECIAL PROVISIONS

For

POWELL’S CREEK PEDESTRIAN BRIDGE

CSP-1 CONTINGENT ITEMS IN SCHEDULE OF UNIT PRICES

Items noted in the Schedule of Unit Prices to be contingent items may be necessary for construction of this project and shall be used at the direction of the Engineer.

CSP-2 UNDERDRAIN

The Unit Price Bid for Underdrain shall include all items incidental to the furnishing, installation and maintenance of the Underdrain during the contract duration and shall include but not be limited to the following: underdrain pipe, aggregate around underdrain, connections to drainage structures including modifications to those drainage structures, geotextile fabric, backfilling, other connections or underdrain fixtures, trenching, compaction, splicing, inspection ports, if any, disposing of surplus and unsuitable materials, and installing outlet markers, and any excavation necessary for the installation of the underdrain, including excavation from finished grade.

Outlet pipe for underdrains will be measured in linear feet, complete-in-place, and will be paid for at the contract unit price per linear foot.

CSP-3 NS PAVEMENT SAW CUT FULL DEPTH

Saw cutting of pavement is required across and along all existing pavements where new pavements will abut the existing. The cost of these saw cuts shall be included in the Contract Unit Price for NS Pavement Saw Cut Full Depth.

Saw cutting of the pavement is required across all existing pavement where the pavement is to be demolished on one (1) side of the cut and is to remain on the other side. Refer to Detail No.1 on Sheet 2A in the plans. The cost of these saw cuts shall be included in the Contract Unit Price for NS Pavement Saw Cut Full Depth. No separate payment shall be made for these saw cuts.

CSP-4 CROSS SECTIONS

The cross sections are not intended to be used to set roadway elevations or grades. Roadway elevations shall be determined from the profiles and typical sections.

CSP-5 RIPRAP BEDDING

The cost of furnishing and installing riprap bedding, preparing the surface, geotextile, overlaps, repair work, and excavating and backfilling toe-ins and all material necessary for riprap shall be included in the Contract Unit Price for the respective riprap.

CSP-6 EROSION AND SEDIMENTATION CONTROL

The Virginia Erosion and Sedimentation Control Regulations shall be incorporated into this Contract and will be enforced on this Project. A suggested erosion and sedimentation (E&S) control plan has been developed and applicable E&S control items are shown on the plans. Contractor shall develop a detailed erosion and sedimentation control plan for his work for approval by the Engineer. This E&S plan shall be fully and effectively implemented, maintained and updated as necessary throughout the construction of the Project. Maintenance of the erosion and sediment control items shall be done throughout the duration of the Project. All costs associated with the development of the E&S plan, implementing it, maintaining the items and updating the plan as necessary shall be included in the individual Contract Unit Prices for the applicable E&S control items.

Powell’s Creek Pedestrian Bridge Page CSP-3 of 15 Contract Special Provisions

Page 128: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The items shown on the plans are intended to identify areas that will require protective action and to provide estimated quantities for bidding purposes. Applicable erosion and sediment control measures include, but are not limited to, slope drains, protective covering, paved ditches, erosion control treatment, erosion control riprap, sediment basins, sediment traps, temporary silt fences, temporary filter barrier, diversion dikes, rock check dams, inlet protection, erosion control mulch, temporary seeding, tree protection and construction entrances.

A. Stabilized Construction Entrances: Whenever construction traffic will enter or cross a public road, a stabilized construction entrance is required to minimize the transportation of sediment onto the adjoining surface. These entrances shall be constructed of 6 to 10 inches of No. 1 Coarse Aggregate. The aggregate shall extend the full width of the entrance (10’ minimum) with a minimum length of 100’. Filter Cloth Drainage Fabric Type I shall be provided under the aggregate. The number and locations of the stabilized construction entrances shall be shown on the contractor’s E&S control plan according to his proposed operations. The stabilized construction entrances will not be measured or paid for separately, but the cost of them shall be included in Contract Unit Price Bid for individual E&S control items.

B. Inlet Protection: The protection of stormwater inlets from sediment will be measured for separate payment. The cost thereof shall be included in the Contract Unit Price Bid for Drop Inlet Silt Trap as specified in the 2007 VDOT Road and Bridge Specifications. All inlets are to be protected in accordance with the details shown on the contract plans for drop inlet silt trap.

When the volume in sediment basins has been reduced by approximately 25% or when a silt fence retains sediment up to ½ of its height, cleanout shall be performed. All silt removal and sediment cleanout from erosion and sediment control items will be paid for at the Contract Unit Price Bid for Siltation Control Excavation.

All E&S items shall be constructed according to the details shown on the plans and/or shown in the Virginia Erosion and Sediment Control Handbook, Chapter 3, State Minimum Criteria, Standards and Specifications.

All costs for mobilization and remobilization associated with the execution of the E&S Plan shall be included in the individual Contract Unit Prices for applicable E&S control items.

CSP-8 INCLEMENT WEATHER

The Contract time shall not be adjusted for normal inclement weather. The Contractor must substantiate to the satisfaction of the Engineer that there was greater-than-normal inclement weather considering the full term of the contract time and using a ten-year average of accumulated record mean values from climatological data compiled by the US Department of Commerce, National Oceanic and Atmospheric Administration (N.O.A.A.) for the locale of the Project and that such alleged greater-than-normal inclement weather actually delayed the work or portions thereof that had an effect upon the contract time. If the total accumulated number of calendar days lost due to inclement weather from the start of Work until final completion exceeds the norm (as previously defined) for the same period, then the Engineer will consider an extension of time for contract completion.

The supporting data shall include an analysis showing the actual impact of the weather on the Construction Schedule. No adjustments in the Contract time shall be allowed if the weather did not directly impact the critical path.

CSP-9 CONSTRUCTION SAFETY AND HEALTH STANDARDS

A. The Contractor shall be fully and solely responsible for conducting all field operations under this Contract at all times in such a manner so as to avoid the risk of bodily harm to persons and damage to property. The Contractor shall continually and diligently inspect all work, materials and equipment to discover conditions, which might involve such risks and shall be solely responsible for discovery and correction of such conditions.

B. The Contractor shall furnish safety equipment, test equipment, safety apparel and shall enforce the use of such equipment by its employees and the employees of any of its subcontractors for all Work conducted in the field at any of the work areas.

Powell’s Creek Pedestrian Bridge Page CSP-4 of 15 Contract Special Provisions

Page 129: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

C. The Contractor shall be totally responsible for its own first-aid and other medical treatment of its employees and its subcontractor’s personnel of any tier for work conducted at any of the field work areas.

D. The Contractor and its subcontractors shall take measures to protect the public’s safety as well as the safety of their employees and all persons at or on the work site. Such measures shall include, but are not limited to, providing protection barriers and barricades, signs, navigation lights and buoys where marine work may be involved, and all other measures required for compliance with all applicable laws and regulations. The Contractor’s responsibility for safety shall apply continuously twenty-four (24) hours per day during the term of this Contract and shall not be limited to normal working hours. The Engineer and the Department, and its agents and consultants shall not be responsible in any way for the methods selected by the Contractor in discharging its exclusive responsibility for safety of its work hereunder.

E. Prior to commencement of the Work, the Contractor shall develop and implement a Health and Safety Plan which is in compliance with applicable Federal, state, local labor and occupational safety procedures, shall be submitted to the Department within five (5) days after the date of Notice-to-Proceed and in no event later than commencement of work, whichever occurs first.

F. The Contractor shall designate a trained, qualified Field Safety Representative who shall be empowered to monitor and enforce the Health and Safety Plan. No Work shall commence prior to acceptance of the Field Safety Representative by the Engineer. The Field Safety Representative shall participate in periodic meetings with the Contractor’s personnel and shall prepare a monthly summary of injuries and manhours lost due to injuries in the field on the appropriate OSHA forms. The Contractor shall be solely responsible for compliance by its employees, and employees of its subcontractors, with the directives of the Field Safety Representative.

G. The Contractor shall at all times provide safe access to the Work for the Engineer and his staff and for all consultants for the purpose of inspecting the work performing and all necessary or required testing. Work that is not tested or inspected due to failure to provide safe access to the work are subject to rejection and will not be paid for until approved by Engineer.

H. It is the Contractor’s sole liability for the safety of the work-site and for the selection of all means, methods, techniques, sequences or procedures of construction and the safety precautions and programs incident thereto. The Engineer, the Department, its officers and employees and consultants operating on behalf of the Department shall not be responsible for safety on site as a result of their inspection, testing or administration work.

CSP-10 SHOP AND WORK DRAWINGS

All shop drawings, working drawings, detail sheets, materials and sample submittals required by Contract are to be indicated on the Construction Schedule shall include at least 45 day review, approval or correction period including re-submittals time, where required, so that there is no delay to the work. All submittals are to be made, in the form and the number specified in the Specifications, to the Construction Engineer who will be responsible for logging, checking, transmitting to the relevant approving entity, expediting and returning to Contractor for action all reviewed submittals. Although the County will cooperate in making a timely review of the submittals, the County cannot be held responsible for any delay in the review.

CSP-11 AS-BUILT DRAWINGS AND SPECIFICATIONS

The Contractor shall maintain at the Field Office a complete set of full-size plans and specifications. During the Contract the Contractor shall mark-up these plans and specifications concurrent with changes in the work in order to maintain an as-built record of the work. The Engineer will review these as-built plans and specifications monthly to verify that they are being kept current. On completion of the Project, and as a requirement for final payment, the Contractor shall deliver the original set and one copy of the as-built drawings per Prince William County Standards and Specifications to the Construction Engineer. The Contractor shall also provide as-built plans in electronic format (as PDF files) to the Construction Engineer. With the as-built drawings and specifications, the Contractor will submit a certification signed by an officer of the company that all work has been completed in accordance with the

Powell’s Creek Pedestrian Bridge Page CSP-5 of 15 Contract Special Provisions

Page 130: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Plans and Specifications with the exception of the changes noted on the as-built plans and specifications. No payment shall be made for the preparation of As-Built Drawings & Specifications.

CSP-12 CONSTRUCTION SCHEDULE

A. The Work under this Contract shall be planned, scheduled, executed, reported and accomplished using the Critical Path Method (hereinafter referred to as CPM), in calendar days, unless otherwise specifically provided in the Contract Documents. However, this does not change the required date of completion as specified elsewhere in this Contract.

B. The primary objectives of the CPM scheduling requirements are: (1) to insure adequate planning

and execution of the Work by Contractor; (2) to assist engineer in evaluating progress of the Work; (3) to provide for optimum coordination by Contractor of his trades, Subcontractors and Suppliers, and of his Work with the work or services provided by any separate contractors; (4) to permit the timely prediction or detection of events or occurrences which may affect the timely prosecution of the Work; and (5) to provide a mechanism or tool for use by the Engineer and Contractor in determining and monitoring any actions of the Contractor which may be required in order to comply with the requirements of the Contract Documents relating to the completion of the various portions of the Work by the Specific Dates specified in the Contract Documents.

C. Contractor is responsible for determining the sequence of activities, the time estimates of the

detailed construction activities and the means, methods, techniques and procedures to be employed. The Construction Schedule shall represent the Contractor’s best judgment of how he will prosecute the Work in compliance with the Contract requirements.

Contractor shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated and revised as project conditions and the Contract Documents may require.

D. Contractor shall consult with his principal Subcontractors and Suppliers relating to the preparation of his construction plan and Construction Schedule. Principal Subcontractors shall receive copies of those portions of Contractor’s Construction Schedule which relate to their work and shall be continually advised of any updates or revisions to the Construction Schedule as Work progresses. When Contractor submits his Construction Schedule to the Engineer or makes any proposed updates or revisions to such schedule, it will be assumed by the Engineer that Contractor has consulted with and has the concurrence of his principal Subcontractors and Suppliers. Contractor shall be solely responsible for ensuring that all Subcontractors and Suppliers comply with the requirements of the Construction Schedule for their portions of the Work.

E. Contractor will provide all data relating to activities, durations and sequences to the Engineer as

part of the Contractor’s submittal of the Construction Schedule. This data shall reflect the Contractor’s actual construction plan for the Project, and shall fully comply with all requirements of the Contract Documents. The data shall be provided using the Primavera Project Planner ® and Primavision software, Version 4.10 or latest. The CPM format shall be the Precedence Diagramming Method and shall be based on calendar days.

F. It is understood and agreed that the Construction Schedule is to represent Contractor’s best plan and estimate for the Work; however, Contractor acknowledges that the Construction Schedule may have to be revised from time to time as work progresses. Contractor further acknowledges and agrees that the Engineer, in approving the Construction Schedule does not guarantee that: (1) Contractor can start work activities on the “early start” or “late start” dates or complete work activities on the “early finish” or “late finish” dates shown in the schedule, or as same may be updated or revised; (2) Contractor can proceed at all times in the sequence established by the utilization of only the resources and manpower he initially plans for the performance of the Work; (3) Contractor’s Construction Schedule will not have to be modified in order to obtain the agreement of any separate contractors to the schedule; or (4) Contractor’s Construction Schedule will not have to be modified or changed by direction of the Engineer. Any changes, modifications or adjustments made by Contractor to the Construction Schedule shall be in full compliance with all requirements of the Contract Documents.

Powell’s Creek Pedestrian Bridge Page CSP-6 of 15 Contract Special Provisions

Page 131: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

G. It is understood and agreed that should the Engineer provide to the Contractor, at Contractor’s request, any services, advice or counsel relating to the scheduling or coordination of the Work or any other matter that: (1) Engineer shall not be liable to Contractor for any errors, omissions, negligence or deficiencies which may in any way occur because of same; (2) such services, advice or counsel are provided solely as aids in the development by Contractor of a representation of Contractor’s actual construction plan and schedule in accordance with the requirements of the Contract Documents, and the Engineer shall not be liable to Contractor should Contractor rely on such services, advice or counsel to his detriment; (3) such services, advice or counsel shall not relieve Contractor of any responsibility under the Contract for all construction means, methods, techniques, and coordinating all portions of the Work; and (4) any services provided by the Engineer or the lack of or alleged untimeliness thereof, will not in any way take the place or relieve the Contractor of full responsibility for compliance with all requirements of the Contract Documents, including, but not limited to the obligation to complete the Work within the Specific Dates set forth in Contract Documents.

H. Approval or acceptance by the Engineer of the Contractor’s Construction Schedule, or any

revisions or updates thereto, is advisory only and shall not relieve the Contractor of the responsibility for accomplishing each portion of the Work within each and every applicable Specific Date. Omissions and errors in the approved or accepted Construction Schedule, or any revisions or updates shall not excuse performance which is not in compliance with the Contract. Approval by the Engineer in no way makes the Engineer an insurer of the reliability, accuracy or feasibility of the Construction Schedule and the Engineer shall not be liable for time or cost overruns flowing from such omissions or errors. It is understood and agreed that Contractor cannot rely upon any informal or constructive acquiescence or approval of the Construction Schedule by the Engineer.

I. Should Contractor intend or plan to complete the Work, or any portion thereof, earlier than any

applicable Specific Date or the Contract Time, Contractor shall give timely and reasonable notice of this fact to the Engineer. The Engineer shall have the sole discretion to agree to or reject such early completion plan by Contractor. The Engineer shall have no duty or obligation to agree to, or to cooperate with Contractor regarding any early completion plan or proposal by Contractor and shall not be liable for any damages of Contractor because of the rejection by Engineer of said plan.

CSP-12.1 Post Award Activities A. Upon receipt by Contractor of the Notice-to-Proceed, and until the Construction Schedule is

approved by the Engineer; Contractor shall proceed with his Work in accordance with a preliminary schedule which shall be provided within fifteen (15) days of Notice-to-Proceed.

B. Orientation Session: Contractor shall attend an orientation session relating to the scheduling

requirements for this Project. This orientation meeting is designed to assist the Contractor in planning his work and in developing his Construction Schedule. This session will normally be held within three (3) days after the day of the Notice-to-Proceed or the Notice-of-Award-of-Contract (whichever occurs first) and will be conducted by the Engineer. Contractor shall arrange for his Project Manager and Superintendent, major Subcontractors and Suppliers, and any scheduling consultants that he may employ, to attend the orientation session.

B. During the orientation session, the Engineer will review: the objectives of the scheduling

requirements; the procedures and requirements for the preparation of the Construction Schedule and Schedule of Values by Contractor; how the requirements of the Contract Documents will be monitored and enforced by the Engineer; long-lead items and time requirements for work by Subcontractors, shop drawing submittals and procurement durations. Should Contractor or his principal Subcontractors and Suppliers fail or refuse to attend this orientation session, the Engineer shall have the right to terminate Contractor for default pursuant to the provisions of the Contract. The Contractor and his scheduling team shall be prepared to meet regularly with the Engineer during the preparation of the Construction Schedule.

Powell’s Creek Pedestrian Bridge Page CSP-7 of 15 Contract Special Provisions

Page 132: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CSP-12.2 Draft of Construction Schedule A. Within fifteen (15) days of the orientation session, (even though Contractor may not have

completed Subcontractor negotiations and executed subcontracts) the Contractor, in consultation with the Engineer, shall complete a draft of his time-scaled network schedule.

1. Except for procurement requirements, Contractor shall differentiate activities of the

Schedule so that no single activity shown has duration longer than fourteen (14) calendar days, unless the Engineer, in his sole discretion, shall approve a longer duration for certain activities.

2. The Construction Schedule shall represent the Contractor’s best judgment and intended

plan for completion of the Work in compliance with Specific Dates listed in the Contract Documents and the Contract Time. The Construction Schedule shall take into account all foreseeable activities to be accomplished by any separate contractors, and interface dates with utility owners, the Engineer’s operations and others. The Construction Schedule shall anticipate all necessary manpower and resources to accomplish the activities within the durations set forth in the Construction Schedule. The Construction Schedule shall address and indicate all submittals required by contract and indicate the times allowed for review and approval of submittals. Times allowed shall not be less than any times indicated for review in the Contract Documents.

B. The Engineer shall have the right to require the Contractor to modify any Contractor data or any

portion of the Contractor’s Construction Schedule, Schedule of Values or Recovery Schedule, as herein required, with Contractor bearing the expense thereof, which the Engineer reasonably determines to be: (1) impracticable; (2) based upon erroneous calculations or estimates; (3) unreasonable; (4) required in order to ensure proper coordination by Contractor of the work of his Subcontractors and with the work or services being provided by any separate contractors; (5) necessary to avoid undue interference with the operations of any utility owners or adjoining property owners; (6) necessary to ensure completion of the Work by the Specific Dates set forth in the Contract Documents; (7) required in order for Contractor to comply with the requirements of the Contract Documents; or (8) not in accordance with the Contractor’s actual operations.

The Engineer shall review the draft Schedule and notify the Contractor within seven (7) days of his approval or reasons for rejection. If rejected, Contractor shall re-submit a revised Schedule within seven (7) days and shall meet continuously with the Engineer until an approved Schedule is agreed. Contractor shall note that only one (1) payment estimate shall be approved in the absence of an approved Construction Schedule.

CSP-12.3 Schedule of Values A. Within ten (10) days after completion of the Construction Schedule, the Contractor shall submit to

the Engineer a Schedule of Values for review by the Engineer, allocating a dollar value for the activities on the Construction Schedule. The dollar value for the activity shall be the cost of the work of the activity including labor, materials, and pro rata contribution of General Condition’s requirements, overhead and profit. The sum of all activity costs shall equal the total Contract Sum. The Contractor shall revise the Schedule of Values as necessary to gain the approval of the Engineer.

B. The Schedule of Values shall, in the best judgment of the Contractor, represent a fair, reasonable

and equitable dollar (cost) allocation for each activity on the Construction Schedule.

Powell’s Creek Pedestrian Bridge Page CSP-8 of 15 Contract Special Provisions

Page 133: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CSP-12.4 Contractor Certification A. When submitting the Construction Schedule and the Schedule of Values for approval, the

submittal shall be accompanied by the following certification:

“The undersigned Contractor certifies that the Construction Schedule which is comprised

of the graphic network of activities displayed on the sheets dated

____________________ and of the computerized mathematical reports dated

____________________ is Contractor’s Construction Schedule as required by the Contract Documents; and that said schedule is a true and accurate representation of his plan of construction for his Work and fully complies with the requirements of the Contract Documents. The Contractor further certifies that he will prosecute the Work in accordance with this schedule, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned acknowledges that this schedule shall be the instrument by which progress of the Work shall be monitored, and together with the dollar value assigned to each activity, shall be the basis of monthly payments in accordance with the Contract Documents; and Contractor certifies he has fully complied with all of the requirements of the Contract Documents relating to coordination of said schedule with separate contractors and subcontractors.”

CSP-12.5 Updating of Construction Schedule/Progress Schedule and Reports

A. Once each month the Contractor shall submit an update of the Construction Schedule in the format required by the Engineer and a copy of the New Revised Schedule including all revisions and updates. The progress report of Contractor shall show the activities or portions of activities completed during the reporting period, the actual start and finish dates for these activities, percentages complete, remaining durations and/or estimated completion dates for activities currently in progress.

B. Contractor shall submit a narrative report with the updated progress analysis which shall include,

but not be limited to, a description of problem areas, current and anticipated delaying factors and their impact, explanations of corrective actions taken or planned, any newly planned activities or changes in sequence, and proposed logic for a Recovery Schedule, if required, as further described herein. The report shall also include:

1. A narrative describing actual Work accomplished during the reporting period;

2. A list of major construction equipment used on the Work during the reporting period and

any construction equipment idle during the reporting period;

3. The total number of men by craft actually engaged in the Work during the reporting period, with such total stated separately as to office, supervisory, and field personnel;

4. A manpower and equipment forecast for the succeeding thirty (30) days, stating the total

number of men by craft, and separately stating such total as to office, supervisory and field personnel;

5. A list of Contractor-supplied materials and equipment, indicating current availability and

anticipated job site delivery dates;

6. Changes or additions to Contractor’s supervisory personnel since the preceding progress report.

C. The Contractor will provide initial computer reports and monthly reports thereafter, in accordance

with the following:

1. Schedule Reports: Initial and subsequent Schedule Reports will contain the following

Powell’s Creek Pedestrian Bridge Page CSP-9 of 15 Contract Special Provisions

Page 134: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

minimum information for each activity:

a. Activity number, description and estimated duration in days;

b. Early and late finish dates;

c. Percentage of each activity completed as of each report;

d. Remaining float/days behind schedule;

e. Responsibility for activity. Actual start and finish dates shall be indicated for each activity, as appropriate. Dummies and completed activities will be omitted from remaining Float and Late Start Sorts.

2. Cost Reports: Initial and subsequent Cost Reports will include the following information

for each activity, sorted by trade activity:

a. Activity number and description;

b. Percentage of Value of Work in place against total value;

c. Total cost of each activity;

d. Value of Work in place since last report;

e. Value of Work in place to date;

f. Value of Uncompleted Work.

3. The Contractor will calculate and the Engineer will confirm, based upon progress data provided by Contractor the value of work done for each activity based on percentage complete for each activity less the amount previously paid for past percentages completed. Summation of all values of each activity, less the appropriate percent of retaining shall be the amount payable to the Contractor, provided that Contractor has complied with all requirements of the Contract Documents.

C. Contractor shall be solely responsible for expediting the delivery of all materials and equipment to

be furnished by him so that the progress of construction shall be maintained according to the currently approved Construction Schedule for the Work. Contractor shall notify the Engineer in writing, and in a timely and reasonable manner, whenever Contractor determines or anticipates that the delivery date of any material or equipment to be furnished by Contractor will be later than the delivery date indicated by the Construction Schedule, or required consistent with the completion requirements of this Contract, subject to schedule updates as herein provided.

CSP-12.6 Initial Progress Payment A. The completed Construction Schedule, including the Schedule of Values, will be required prior to

the Application for Payment. However, one initial provisional progress payment may be payable in the sole discretion of the Engineer if he determines the Contractor is complying with the scheduling provisions during the development of the Construction Schedule and Schedule of Values as required herein. However, no more than one Application for Payment will be approved until all of the requirements of these scheduling provisions have been met.

CSP-12.7 Recovery Schedule A. Should the updated Construction Schedule show at any time during Contractor’s performance, in

the sole opinion of the Engineer, that the Contractor is fourteen (14) or more days behind schedule, the Contractor shall prepare a Recovery Schedule at no additional cost to the Engineer (unless the Engineer is solely responsible for the event or occurrence which has caused the

Powell’s Creek Pedestrian Bridge Page CSP-10 of 15 Contract Special Provisions

Page 135: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

schedule slippage) explaining and displaying how Contractor intends to reschedule his Work in order to regain compliance with the Construction Schedule.

1. The Contractor shall prepare and submit to the Engineer a Recovery Schedule,

incorporating best available information from Subcontractors and others which will permit return to Construction Schedule at the earliest possible time. The Contractor shall prepare a Recovery Schedule to same level of detail as the Construction Schedule.

2. Within two (2) days after submission of Recovery Schedule to the Engineer, the

Contractor shall participate in a conference with the Engineer to review and evaluate the Recovery Schedule. Within two (2) days of conference, the Contractor shall submit the revisions necessitated by the review for the Engineer’s review and approval. The Contractor shall use the approved Recovery Schedule as his plan for returning to the Construction Schedule.

CSP-12.8 Schedule Revisions A. Should Contractor desire to or otherwise be required under the Contract Documents to make

modifications or changes in his method of operation, his sequence of Work or the durations of the activities in his Construction Schedule, he shall do so in accordance with the requirements of the Contract Documents. Revisions to the approved Construction Schedule must be approved in writing by the Engineer.

B. Contractor submits requests for revisions to the Construction Schedule to the Engineer, together

with written rationale for revisions and description of logic for rescheduling Work and maintaining the Specific Dates listed in the Contract Documents. Proposed revisions acceptable to the Engineer will be incorporated into the next update of Construction Schedule.

C. In submitting any proposed schedule revisions to the Engineer, Contractor shall submit therewith

the following certification with the dates filled in on the certification:

“The undersigned Contractor certifies that the proposed schedule revision to the Construction Schedule which is comprised of the graphic network of activities displayed on the sheets dated ________________ and of the computerized mathematical reports dated _______________ is Contractor’s schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of his plan to complete the Work, including all Change Orders that are in the Contractor’s possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The Contractor further certifies that he will prosecute the Work in accordance with this schedule revision, subject to any change therein which is implemented in accordance with the Contract Documents.

CSP-12.9 Float Time A. Float or slack time associated with one chain of activities is defined as amount of time between

earliest start date and latest start date or between earliest finish date and latest finish date for such activities, as calculated as part of the Construction Schedule.

Float or slack time shown on the Construction Schedule is not for exclusive use or benefit of either the Engineer or the Contractor and is available for use by either of them according to whichever first needs the use or benefit of the float to facilitate the effective use of available resources and to minimize the impact of project problems, delays or Changes in the Work which may arise during performance. Contractor specifically agrees that float time may be used by the Engineer in conjunction with his review activities or to resolve any modification of the Specific Dates or an extension of the Contract Time, or a claim for additional compensation as a result of any project problem, Change Order, or delay which only results in the loss of available positive float on the Construction Schedule.

Powell’s Creek Pedestrian Bridge Page CSP-11 of 15 Contract Special Provisions

Page 136: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CSP-12.10 Contractor’s Organization A. Contractor shall maintain as part of his organization a competent staff of sufficient size who are

knowledgeable in the use, application and implementation of CPM as required by the Contract Documents. It shall be the responsibility of this staff to prepare and input information for the Construction Schedule, monitor progress, provide input for updating and revising logic diagrams when necessary and otherwise assist the Contractor in fulfilling his obligations hereunder.

CSP-12.11 Default A. Failure of the Contractor to substantially comply with the requirements of this Article shall

constitute a default by Contractor of his obligations under this Contract sufficient for termination of Contractor under the General Conditions of this Contract.

CSP-12.12 Measurement and Payment A. The cost bid for Mobilization shall cover all costs associated with preparation of construction

schedule/progress report using Critical Path Method schedule as described in CSP-12. The Contractor must provide monthly Construction Schedule/Progress Report for the duration of the project as described in CSP-12.5.

CSP-13 MAJOR/MINOR ITEMS

Major items are defined as those items of work that total in excess of $100,000 for that particular contract unit.

CSP-14 FUEL ADJUSTMENTS

There shall be no fuel adjustments on this project.

CSP-15 CONSTRUCTION SIGNS

Temporary, permanent, & detour construction signs: The Contractor will furnish and install temporary sign panels and post necessary for maintenance of traffic, including those designating the beginning, end of construction, and all detour requirements. The Contractor shall be required to place temporary and permanent construction signs in strict accordance with Sections 512, 701, 703, and 704 of the 2011Virginia Department of Transportation Road and Bridge Specifications and the May 2011 Virginia Work Area Protection Manual, the 2011 Virginia Supplement to the MUCTD, and the 2009 Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall furnish posts and hardware for use with the temporary sign panels. The Contractor shall be responsible for covering, uncovering, or removing and reinstalling existing signs which conflict with the signs needed for maintenance of traffic. The Contractor shall also furnish and install flags for the temporary sign panels as directed by the Engineer. Signs shall be installed and attached to supports in accordance with WSP-1 or STP-1 of the Road and Bridge Standards. When permitted by the Engineer, the Contractor may furnish portable stands (other than detour signs) for mounting the temporary sign panels for temporary (daily) lane closures. Portable stands shall accommodate signs of all standard shapes, including octagonal and triangular and have a flag holder, which will accommodate three flags as an integral part of the unit. The portable stand shall have adjustable legs capable of adjusting to uneven surfaces. While supporting a 16 square foot rigid sign panel, the stand shall withstand 50 mph winds without tipping over or rotating more than +/- 5 degrees about its vertical axis without the use of tie downs or ballast of any kind. The complete unit shall not exceed 40 pounds. The use of tripod sign stands is not permitted. The Contractor shall erect, maintain, move and be responsible for the security of all sign panels and shall ensure an unrestricted view of sign messages for the safety of traffic.

Flexible sign base materials will be permitted for use only from 1 hour after sunrise to 1 hour before sunset. During periods of low visibility, such as darkness, fog, rain, snow, or heavy overcast, temporary sign panels constructed of flexible sign base materials shall not be used. Flexible sign base materials shall be of sufficient density so the messages are legible even when direct sunlight is focused on the backside of the material.

Powell’s Creek Pedestrian Bridge Page CSP-12 of 15 Contract Special Provisions

Page 137: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Cost for providing and installing temporary, permanent, and detour construction signs and posts by the Contractor will be paid per square foot basis for all signs required for the project.

CSP-16 EROSION CONTROL MULCH

Erosion control mulch shall be installed per the plans or as directed by the Engineer on a contingent basis and paid for on a square yard basis. Unit price shall include the furnishing, installation and maintenance of all materials necessary for erosion control mulch.

CSP-17 ENTRANCE MAINTENANCE & CONSTRUCTION

Contractor is required to maintain access as identified in the Transportation Management Plan and Temporary Traffic Control Sheets included in the plans. Payment for entrance maintenance and construction shall be incidental to other regular bid items, identified in the schedule of unit prices.

CSP-18 SAMPLES, TESTS AND CITED SPECIFICATIONS

For the purpose of this Contract, the Contractor is responsible for all testing, sampling and inspections required by VDOT Specifications, and for the cost of all such testing, sampling, and offsite inspections. No separate payment shall be made for testing. All associated costs shall be considered incidental to other pay items. The Contractor shall retain a licensed independent geotechnical consultant to perform the required sampling, testing and offsite inspections.

The Contractor, within 10 days of Notice to Proceed, shall provide to the County Department of Transportation Engineer the name and credentials of the proposed consultant for approval. At the same time, the Contractor shall provide a Quality Assurance and Control Plan to the Engineer which will indicate the methods, means and resources the Contractor intends to employ to ensure the specified quality requirements of the Contract are met.

No permanent work will be performed until the testing, sampling and off-site inspection consultant and the Contractor's Quality Assurance and Control Plan have been approved by the Engineer.

A materials technician will be required on site at all times when the Contractor is placing embankment, backfilling structures or drainage items and during all placements of concrete. It shall be the Contractor’s responsibility to ensure that Testing and Inspections are provided in accordance with VDOT requirements. Prior to any Testing and Inspection services, the Contractor shall provide the testing Technician’s resume to the Department of Transportation Engineer confirming the qualifications of the assigned Technician providing these services.

All tests conducted by Contractor’s private testing labs must be coordinated with the County Department of Transportation Engineer.

On a monthly basis, all test reports are to be forwarded to the Department of Transportation Engineer. The independent geotechnical consultant must also deliver the updated master profile sheets to the Engineer for review monthly. All tests must comply with VDOT Road and Bridge Specifications, VDOT Materials Division Manual of Instructions and VTM methods. Submittal of each prior months test report and updated master profile sheet are a condition precedent to payment of the Contractor's monthly progress payment. Upon completion of the project, the geotechnical subconsultant must forward the final master profile sheets to the engineer along with a letter of certification stamped by a Professional Engineer licensed in the Commonwealth of Virginia which states that all work inspected by the subconsultant was performed in accordance with VDOT Road and Bridge Specifications.

CSP-19 MOWING—CONTINGENT

The project construction limits, including the right-of-way, throughout the project will be mowed as directed by the Engineer, during the growing season each year or until acceptance of the contract, whichever comes first. The mowing will be to a height of not less than 4 inches. Equipment used for mowing operations shall be in accordance with section 608.02 of the specifications.

Powell’s Creek Pedestrian Bridge Page CSP-13 of 15 Contract Special Provisions

Page 138: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

A pay item is set up for the mowing. All associated costs for the mowing shall be considered part of this pay item. An estimated quantity in hours has been provided for bidding purposes and is identified on the schedule of unit prices and in the plans. This estimate is for hours of operation and costs associated with equipment, operators, fuel and lubricants shall be included in the price bid for this item.

CSP-20 MULTIPLE HANDLING OF MATERIAL

In the event where material may require more than one handling by the contractor, no additional payment will be made for additional handling requirements. The contractor is to schedule his work to avoid multi-handling or adjust his bid prices according to cover extra handlings.

CSP-21 FRAC-OUT PLAN

As a VMRC permit condition, the contractor shall submit a Frac-Out Plan before any construction is initiated. The frac-out plan shall outline the protocol to monitor, contain, and clean up a frac-out and shall include a list of emergency contacts and all applicable authorities. The Contractor agrees to implement the frac-out contingency plan for horizontal directional drilling in the event that leaking drilling fluid is detected. The contractor is responsible for an adequate and timely submission of the plan to ensure there is no impact to the construction schedule. The cost for this effort shall be included in the cost for other appropriate bid items. No additional payment shall be paid for this work. CSP-22 SILTATION CONTROL EXCAVATION

The cost of removal and disposal of all items related to siltation control excavation shall be included in the contract bid price for the respective siltation control excavation.

CSP-23 TEMPORARY SEEDING

Temporary seeding shall be placed in accordance with the Virginia Erosion and Sediment Control Handbook and as directed by the Engineer to reduce erosion and sedimentation in disturbed areas. Payment for furnishing and placing temporary seed shall be included in the Contract Unit Price for NS Seed Mixture Temporary Seeding.

CSP-24 RELOCATE EXISTING SIGN

As shown on the plans, an existing sign is designated for relocation. The contractor shall ensure that the sign is properly removed and retained to allow for the installation following the project’s construction. The location of the installation shall be coordinated with Prince William County. All work associated with relocating the existing sign including, but not limited to the following, shall be included in the cost bid for NS Relocate Existing Sign: removing and retaining the sign, coordinating the location of the installation, and installing the sign.

CSP-25 UTILITIES

The contractor shall recognize that there are several utilities within the project limits. The contractor shall also recognize that there are several construction activities required near underground facilities, utility poles and underneath overhead lines. It is the responsibility of the contractor to ensure that all safety regulations and clearances are met. Any work associated with the existing utilities, including but not limited to test pitting, coordinating with utility companies, any sheeting or supports, temporary or permanent relocations and impacts, shall be included in the cost bid for other appropriate bid items. No additional payment will be made for any work associated with the existing utilities.

CSP-26 CURB CUTOUT

As part of the installation of the St’d. GR-9 Terminal at Sidewalk Sta. 10+39 LT, the curb shall be installed in accordance with VDOT Road Design Manual (RDM) Figure I-3-3 – Typical Curb Offset Layout for a Tangent Guardrail Terminal. The costs associated with installation of curb in accordance with the RDM Figure I-3-3 shall be included in the price bid for 50 LF of St’d. CG-3.

Powell’s Creek Pedestrian Bridge Page CSP-14 of 15 Contract Special Provisions

Page 139: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

CSP-27 SPREAD TWO-INCH TOPSOIL CLASS B

Topsoil Class B shall be spread to a depth of 2” on any disturbed area requiring establishment of grasses and/or legumes to achieve final grade. Topsoil shall be free from refuse and any other materials toxic to plant growth and subsoil, stumps, viable noxious weeds, roots, brush, rocks, clay lumps, or similar objects larger than 0.5 inches in any dimension. Topsoil will be measured and paid for at the Contract unit price per acre for the class of topsoil. This price shall include preparing areas to receive topsoil; furnishing, loading, transporting, and applying topsoil; finishing areas; and restoring damaged areas prior to final acceptance.

CSP-28 PIPE BEDDING MATERIAL

The cost of furnishing and installing pipe bedding material and backfill material as required by VDOT standards and specifications and geotechnical recommendations shall be included in the Contract Unit Price for the respective bid items. Where pipe is installed underneath pavement, regular backfill material in accordance with Section 302 of the Road and Bridge Specifications shall extend to pavement subbase. The cost of this backfill shall be included in the Contract Unit Price for the respective pipe.

CSP-29 WATER LINE INSTALLATION IMPACTS

Any impacts as a result of the waterline installation shall be replaced in-kind and included in the cost bid for the waterline. These impacts include, but are not limited to, concrete curb, curb and gutter, guardrail, pavement, pavement markings, inlets, sidewalk and storm sewer pipe.

CSP-30 TEST PITTING

The contractor shall sequence their schedule to allow for the necessary test pitting as indicated in the plans. All test pitting shall be included in the cost bid for other appropriate bid items. No additional payment shall be paid for test pitting or property restoration.

CSP-31 POWELL’S CREEK BLVD. INTERSECTION VALVE

The cost bid for the valve required at the Powell’s Creek Blvd intersection shall include all costs associated with the installation of the valve including, but not limited to, the coordination with the Service Authority, field verification, traffic control protection, excavating, backfill and property restoration.

CSP-32 POLYWRAPPING

All polywrapping as indicated in the plans shall be included in the cost bid for the waterline.

CSP-33 NS WATER FACILITIES NORTHERN TIE-IN

The investigation, fabrication and installation of the required materials at the northern tie-in shall be paid through regular bid items including the NS Water Facilities Northern Tie-In as indicated on the schedule of unit prices. The price bid for NS Water Facilities Northern Tie-In shall include all labor and materials necessary to complete the tie-in including, but not limited to test pitting, bedding, compacting, adapters, disinfecting, testing, concrete anchor block, plugging, reaction blocks, restraining, sheeting and shoring, abandoning or removing of lines, new 24” DIP line in replace of existing and welding. No additional payment will be made for work associated with this tie-in.

Powell’s Creek Pedestrian Bridge Page CSP-15 of 15 Contract Special Provisions

Page 140: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611

PRINCE WILLIAM COUNTY ROAD/HIGHWAY CONSTRUCTION CONTRACT

CONTRACT NO.: XXXXX

VDOT (NFO) EN13-076-158, UPC 105243 FHWA No.

SUBJECT: POWELL’S CREEK PEDESTRIAN BRIDGE Between:

PRINCE WILLIAM BOARD OF COUNTY SUPERVISORS 1 COUNTY COMPLEX COURT PRINCE WILLIAM, VIRGINIA 22192-9201 (703) 792- 6770 And the Contractor: TEL.: FAX: E-mail:

REPRESENTATIVE: This Contract is prepared in accordance all applicable requirements of Federal Acquisition Regulations (FAR) on behalf of Federal Highway Administration (FWHA), VDOT Road and Bridge Specifications Handbook as supplemented by Prince William County, and Purchasing Regulations of Prince William County, which are incorporated herein by reference. This Contract made in two (2) original counterparts, is entered into this ____day of __, 2016 by and between the Board of County Supervisors of Prince William County, Virginia, or its authorized agents, or assignee, hereinafter called the party of the first part (Owner) or (County) and -----. , hereinafter called the party of the second part (Contractor) for project entitled: Powell’s Creek Pedestrian Bridge identified herein, on the following terms and conditions.

Powell’s Creek Pedestrian Bridge C-1 of 12 Sample Contract

Page 141: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

The Contractor agrees for the consideration herein mentioned, and at his, its or their own proper cost and expense, shall provide and pay for all materials, tools, equipment, labor and professional and non-professional services, and shall perform all other services and supply all other things necessary, to fully and properly perform and complete the Contract in the manner and to the full extent as set forth in the plans, standard specifications, supplemental specifications, general special provisions, Contract Special Provisions, VDOT Copied Notes to be listed, VDOT special provisions, (for the basis of award stated herein below) and other documents related to said Contract which are on file at the office of the Owner and which are hereby adopted and made part of this Contract Agreement as completely as if incorporated herein, and to the full satisfaction of the Owner or their duly authorized representative who shall have at all times full opportunity to inspect the materials to be furnished and the work to be done under this Contract. A. Definitions As used in this Contract the terms are defined as follows: County: Prince William County, Virginia Owner: Prince William Board of County Supervisors (PWC) Board: Board of County Supervisors of Prince William County, Virginia Department: PWC Department of Transportation Engineer: PWC Director of Transportation Contract Administrator: PWC Director of Transportation Specifications: The general term comprising all the directions, provisions, and requirements contained in the Virginia Department of Transportation (VDOT), Road and Bridge Specifications, 2016 Edition; the VDOT 2008 Road and Bridge Standards; the County's Supplemental Specifications and Contract Special Provisions; and any addenda and Change Orders or Supplemental Agreements that may be issued, all of which are necessary for the proper performance of the Contract. VDOT: Virginia Department of Transportation

Contractor: Company, Inc., whose authorized representative is __, President, who is responsible for the performance obligation of the Contractor under this Contract.

Contract: The written instrument used for signature and execution which binds the County and Contractor and is evidence of mutual understanding and agreement between the Parties. The Contract Agreement expressly incorporates and enumerates any documents therein and referred to as the “Contract Documents”.

Powell’s Creek Pedestrian Bridge Page 2 of 12 Sample Contract

Page 142: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

Contract Documents: The Contract Documents are complimentary, and what is required by one is binding as if required by all. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work, including without limitation, all labor, materials, equipment and furnishings required in connection therewith. Such incorporated documents customarily include but not limited to; Contract Special Provisions, Special Provision Copied Notes, the Plans, Prince William County Purchasing Regulations, Contractor bid response, General Conditions, Supplemental General Conditions, VDOT Road and Bridge Specifications, Special Conditions, Plans, Insurance coverages/polices, bonds, Specifications, and all Modifications, including Addenda and subsequent Change Orders. B. Incorporation of Documents The Contract Documents consist of this Contract, any/all laws, requirements and regulations, the Plans, VDOT Road and Bridge Specifications, VDOT Road and Bridge Standards; Supplemental Specifications, General Special Provisions, Contract Special Provisions, Geotechnical Report, Technical Special Provisions, VDOT Copied Notes, VDOT Special Provisions, Invitation to Bid as amended by addenda, Contractor Qualification Statement, Contractor’s Proposal and Summary/Schedule of Unit Prices, List of Subcontractors, Performance Bond, Labor and Materials Payment Bond, Progress Schedule, and Contractors Certificates of Insurance. Such documents are hereby incorporated by reference into this Contract.

C. Precedence and Coordination of Documents The VDOT Road and Bridge Specifications, the Supplemental Specifications, Contract Special Provisions, Special Provision Copied Notes, the Plans, Prince William County Purchasing Regulations, and all supplementary documents are essential parts of the Contract and any requirement occurring in one is as binding as though occurring in all. They are intended as complementary to describe and provide for completion of all the work. In case of a discrepancy, calculated dimensions, unless obviously incorrect, will govern over scaled dimensions. The following documents will take precedence in the order listed; with item #1 ranked the highest precedence:

1. The executed Contract Agreement between Parties 2. Addenda, issued prior to receipt of bids 3. Contract Special Provisions 4. The Plans 5. Supplemental Specifications 6. Prince William County Purchasing Regulations 7. Special Provision Copied Notes 8. VDOT Road and Bridge Specifications 9. VDOT Road and Bridge Standards 10. Contractor's Bid Response

Powell’s Creek Pedestrian Bridge Page 3 of 12 Sample Contract

Page 143: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

D. Statement of Work Generally, project provides the missing section of sidewalk and a pedestrian bridge crossing over Powell’s Creek along the east side of Route 1. Work includes, but is not limited to, the installation of erosion control devices, clearing and grubbing, grading, excavation, installing storm sewer pipes and drainage structures, placing aggregate, asphalt paving, pavement markings, construction of pedestrian bridge and all measures required for the maintenance of traffic during construction. All work shall be performed in accordance with the approved project plans and bid documents. The completed project shall meet any and all requirements for final acceptance by the Virginia Department of Transportation. E. Time of Commencement and Completion The Contractor hereby acknowledges time is of the essence to the Contract. The Contractor agrees to begin site work not later than thirty (30) calendar days after the written Notice-to-Proceed and to finally complete the entire work, including all punchlist work resulting from the final inspection by VDOT and the County, no later than August 31, 2017. The Contractor hereby declares that the Contract Time is sufficient to assure timely final completion of the Work.

F. Liquidated Damages The Contractor agrees and understands that Liquidated Damages are set in accordance with VDOT Road Bridge Specifications Section 108.6 (b) Liquidated Damages on this project for each day beyond August 31, 2017, in which the work including punchlist items, all submittals and all other contractual requirements whatsoever under this project remain incomplete. G. Contract Amount In return for the services identified above and in the Contract Documents, the County certifies that sufficient funds are budgeted and appropriated and shall compensate the Contractor in accordance with Contractor's Schedule of Unit Prices, proposal dated _____________, 2016 in the estimated total bid amount of: which is determined by multiplying the appropriate estimated quantities by the appropriate unit prices as set forth in the Schedule of Unit Prices. The County will make actual payment for actual quantities, which have been verified by the Engineer. The County will pay the Contractor for all items of work performed and accepted based upon the estimate of quantities at the Unit Prices as stated on the Schedule of Unit Prices, bid in the Proposal submitted for the Contract by the Party of the Second Part, and subject to the conditions set forth in the Contract Documents, except that payment for items of works performed may be modified under certain conditions described in the Proposal.

Powell’s Creek Pedestrian Bridge Page 4 of 12 Sample Contract

Page 144: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

Each month the Virginia Department of Transportation (“VDOT”) publishes an average state-wide PG 64-22 F.O.B. price per ton Asphalt Price and Fuel Adjustments data chart indicating the price per ton of asphalt developed from the average terminal prices provided to the VDOT from suppliers of asphalt cement to contractors doing work in Virginia. The monthly state-wide average price is posted on the VDOT Scheduling and Contract Division website. The asphalt price is listed by both Short Ton and Metric Ton for each month.

The Owner shall pay the Contractor payments based on the listed VDOT Asphalt Price and Fuel Adjustments data chart month of September, 2016 and not the actual price paid by Contractor for asphalt. After the Change Order is entered the Contractor and Engineer will agree to an appropriate adjustment on the monthly progress estimate; however, such adjustment will not affect the Contractor’s Schedule for progress determination or Contract Time. H. Examination of Records The Contractor agrees the County or any of its duly authorized representatives shall, until the expiration of five (5) years after final payment under this Contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions related to this Contract. The Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the Subcontractor agrees the County or any of its duly authorized representatives shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such Subcontractor involved in transactions related to the subcontract. The term “subcontract” as used in this clause excludes subcontractors or purchase orders for public utility services at rates established for uniform applicability to the general public. The periods of access and examination described above shall continue until any litigation or claims shall have been finally disposed of. The Contractor shall maintain books, records, and accounts of all costs in accordance with generally accepted accounting principles and practices. The County or its authorized representative shall have the right to audit the books, records and accounts of the Contractor.

These provisions for an audit shall give the County unlimited access during normal working hours to the Contractor's books and records. The Contractor shall allow the County the right to interview any of the Contractor's employees.

The County will make all payments required of it under this Contract subject to audit, under circumstances stated above, which audit may be performed at the County's option, either during the Contract time period or during the above record retention time period. Regardless of authorization, approval or acceptance, signatures or letters which are given by the County and are part of the County's control systems or are requested by the Contractor, the payments made under this Contract shall not constitute a waiver of the County's right to audit, nor shall payments constitute a waiver or agreement by the County that it accepts as correct the billings, invoices or other charges on which the payments are based. If the County's audit produces a claim against the Contractor, the County may pursue all its legal remedies even though it has made all or part

Powell’s Creek Pedestrian Bridge Page 5 of 12 Sample Contract

Page 145: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

of the payments required by this Contract.

If such audit discloses an overpayment, the Contractor shall have the obligation to reimburse the County for the amount of the overpayment. The County's right to reimbursement from the Contractor of the overpayment and the duty of the County and the Contractor to make reimbursements or payments as described in this Article shall not be terminated or waived until the County has completed its audit.

I. Subcontractor Payment Provisions In the event the Contractor utilizes a subcontractor for any portion of the work under this Contract, the Contractor hereby agrees to the following: 1. The Contractor shall take one (1) of the two (2) following actions within seven (7) days after

receipt of amounts paid to the Contractor by the County for work performed by a subcontractor under the Contract.

a. Pay a subcontractor for the proportionate share of the total payment received from the

County attributable to the work performed by that subcontractor under the Contract; or b. Notify the County and any subcontractors, in writing, of its intention to withhold all or a

part of a subcontractor's payment with the reason for nonpayment. 2. The Contractor is obligated to pay interest to a subcontractor on all moneys owed by the

Contractor that remain unpaid after seven (7) days following receipt by the Contractor of payment from the County for work performed by a subcontractor under the Contract, except for amounts withheld under subsection 1(b) of this section. The Contractor's obligation to pay an interest charge to a subcontractor pursuant to the provisions of this section may not be construed to be an obligation of the County. A contract modification may not be made for the purpose of providing reimbursement for such interest charge. A cost reimbursement claim may not include any amount for reimbursement for such interest charge.

3. Unless otherwise provided under the terms of this Contract, interest shall accrue at the rate of

one percent (1%) per month. 4. The Contractor is hereby required to include in each of its subcontracts a provision requiring

each subcontractor to include or otherwise be subject to the same payment and interest requirements set forth in subsections 1, 2, and 3 of this section with respect to each lower-tier subcontractor.

J. Employment Discrimination 1. During the performance of this Contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment

because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the

Powell’s Creek Pedestrian Bridge Page 6 of 12 Sample Contract

Page 146: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provision of this nondiscrimination clause.

b. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer.

c. Notices, advertisements, and solicitations placed in accordance with Federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

2. The Contractor will include the provisions of the foregoing paragraphs a, b, and c in every

Subcontract or purchase orders over $10,000.00, so the provisions is binding upon each Subcontractor or Contractor.

K. Modifications or Changes to This Contract All modifications and changes to this Contract shall be in writing. The Head of the using department for this Contract, with the concurrence of the Purchasing Manager, shall without notice to any sureties, have the authority to order changes in this Contract which affect the cost or time of performance. Such changes shall be ordered in writing specifically designated a “Change Order”. Such orders are limited to reasonable changes in the supplies, services or work performed or the time of performance; provided the Contractor shall is not excused from performance under the changed Contract by failure to agree to such changes, and it is the express purpose of this provision to permit unilateral changes in the Contract subject to the conditions and limitations herein. Contractor need not perform any work described in any Change Order unless it has received a written certification from the County there are funds budgeted and appropriated sufficient to cover the cost of such changes. The Contractor shall make a demand for payment for completed changed work within 30 days of completion of Change Order, unless such time period is extended in writing, or unless the Purchasing Manager requires submission of a cost proposal prior to the initiation of any changed work or services. Later notification shall not bar the honoring of such claim or demand unless the County is prejudiced by such delay. No claim for changes ordered hereunder shall be considered if made after final payment in accordance with the Contract. L. Termination for Convenience of the County The parties agree the County may terminate this Contract or any work or delivery required hereunder, from time-to-time either in whole or in part, whenever the County Executive of Prince William County shall determine that such termination is in the best interest of the County.

Powell’s Creek Pedestrian Bridge Page 7 of 12 Sample Contract

Page 147: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

Termination, in whole or in part, shall be effected by delivery of a Notice of Termination signed by the County Executive or designee, mailed or delivered to the Contractor, and specifically setting forth the effective date of termination. Upon receipt of such Notice, the Contractor shall: 1. Cease any further deliveries or work due under this Contract, on the date, and to the extent,

which may be specified in the Notice; 2. Place no further orders with any subcontractors except as necessary to perform portion of this

Contract not subject to the Notice; 3. Terminate all subcontracts except those made with respect to Contract performance not

subject to the Notice; 4. Settle all outstanding liabilities and claims which may arise out of such termination, with the

ratification of the Purchasing Manager of Prince William County; and 5. Use its best efforts to mitigate any damages sustained by him as a consequence of

termination under this clause. After complying with the foregoing provisions, the Contractor shall submit a termination claim, in no event later than six months after the effective date of their termination, unless an extension is granted by the Purchasing Manager. The Purchasing Manager, with the approval of the County’s signatory to this Contract, shall pay from the using department’s budget, reasonable costs of termination, including a reasonable amount for profit on services delivered or completed. In no event shall this amount be greater than the original contract price, reduced by any payments made prior to Notice of Termination, and further reduced by the price of the services not delivered, or those services not provided. This Contract shall be amended accordingly, and the Contractor shall be paid the agreed upon amount. In the event the parties cannot agree on the whole amount to be paid to the Contractor by reason of termination under this clause, the Purchasing Manager shall pay to the Contractor the amounts determined as follows, without duplicating any amount which may have already been paid under the preceding paragraph of this clause: 1. With respect to all Contract performance prior to the effective date of Notice of Termination,

the total of: a. Cost of the work performed; b. The cost of settling and paying any reasonable claims as provided in subparagraph 4

above; c. A sum as profit on (a) determined by the Purchasing Manager to be fair and reasonable.

2. The total sum to be paid shall not exceed the Contract price, as reduced by the amount of

payments otherwise made, and as further reduced by the Contract price of services not terminated.

Powell’s Creek Pedestrian Bridge Page 8 of 12 Sample Contract

Page 148: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

In the event that the Contractor is not satisfied with any payments which the Purchasing Manager shall determine to be due under this clause, the Contractor may seek remedy to the Board of County Supervisors in accordance with the “Claims/Disputes” clause of this Contract. The Contractor shall include similar provisions in any subcontract, and shall specifically include a requirement that subcontractors make all reasonable efforts to mitigate damages which may be suffered. Failure to include such provisions shall bar the Contractor from any recovery from the County whatsoever of loss or damage sustained by a subcontractor as a consequence of termination for convenience. M. Termination for Default Either party may terminate this Contract, without further obligation, for the default of the other party or its agents or employees with respect to any agreement or provision contained herein. N. Drug-free Workplace Maintained by Contractor for Contracts over $10,000.00 During the performance of this Contract, the Contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor's workplace and specifying the actions taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by the Contractor it maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase orders of over $10,000.00, so the provisions are binding upon each subcontractor or contractor. For the purpose of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific Contract awarded to a Contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the Contract. O. Indemnification and Hold Harmless The Contractor hereby agrees to indemnify, defend at its own expense, and hold harmless Prince William County, Virginia, its officers, agents, employees, and volunteers, from any and all claims, liability, expenses, losses, damages, or injuries, including cost of investigation, all reasonable attorneys fees, and the cost of appeals arising out of any such claims or suits, because of any and all acts of omission or commission of the Contractor, including its agents, Subcontractors, employees, and volunteers, in connection with Work under this Contract. The Contractor further acknowledges and understands that the construction of this project must be performed in accordance with, and pursuant to, a construction Permit which has been granted to PWC. A copy of this permit is attached to and incorporated into these documents. The Contractor hereby agrees to indemnify, defend at its own expense, and hold harmless PWC; its successors and assigns, from and against all costs, liabilities, damages, fines, mitigation, and

Powell’s Creek Pedestrian Bridge Page 9 of 12 Sample Contract

Page 149: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

obligations of any type, resulting from any violation of the terms and conditions of the construction Permit in the Contractor’s (or any subcontractor’s) construction of the Project. P. Governing Law and Choice of Forum The Contract Documents shall be governed exclusively by the Constitution and laws of the Commonwealth of Virginia. It is further agreed that all disputes and matters whatsoever arising under, in connection with, or incident to this Contract, shall be litigated, if at all in and before a State Court located in the County of Prince William in the Commonwealth of Virginia or a federal Court located in the Eastern District of Virginia, Alexandria Division, and any appropriate appellate Court thereof, to the exclusion of any other state, territory, country, or other jurisdiction.

The Contractor represents and covenants that the articles, materials, and services furnished hereunder will be produced and rendered in accordance with all applicable federal, state and County laws, ordinances, requirements, regulations, codes, and orders, including, but not limited to, all applicable environmental laws, rules, regulations, and orders, the applicable provisions of the Fair Labor Standards Act of 1938, as amended, and any applicable unemployment and workers’ compensation laws, rules, and regulations. The Contractor also covenants and warrants the products and/or services supplied hereunder shall comply with all current applicable federal and state Occupational Safety and Health Acts and all current applicable rules, regulations, and standards. Q. Claims/Disputes Provision In accordance with Section 2-2-4363, VA Code Ann., this provision shall be followed for consideration and handling of all claims by the Contractor under this Contract. Section 2.2-4365 VA Code Ann., is not applicable to this Contract, and under no circumstances is this paragraph to be construed as an administrative appeals procedure governed by Section 2.2-4365 VA Code Ann. Notice of the intent to submit a claim setting forth the bases for any claim shall be submitted in writing within ten (10) days after the occurrence of the event giving rise to the claim, or within ten (10) days of discovering the condition giving rise to the claim, whichever is later. In no event shall any claim arising out of this Contract be filed after the submission of the request for Final Payment by the Contractor. Claims by the Contractor with respect to this Contract shall be submitted in writing in the first instance for consideration by the Contract Administrator. The decision of the Contract Administrator shall be rendered in writing within forty five (45) days from the receipt of the claim from the Contractor. If the Contractor is not satisfied with the decision or resolution of the Contract Administrator, the Contractor may file a formal dispute with regards to the claim with the Prince William County Director of Finance, which claim shall be received within thirty (30) days of the date of decision of the Contract Administrator. The Director of Finance shall reduce his or her decision on the claim in writing and shall mail or otherwise furnish a copy of this decision to the Contractor within forty five (45) days of the receipt of the claim form the Contractor. The decision of the Director of Finance shall be final

Powell’s Creek Pedestrian Bridge Page 10 of 12 Sample Contract

Page 150: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

on behalf of Prince William County unless the Contractor submits the claim to the County Executive within thirty (30) days of the date of the Director of Finance’s decision. The Contractor may submit the claim to the County Executive by mailing or otherwise furnishing the Purchasing Manager a copy of the claim and a request for the County Executive’s determination. The County Executive’s decision on the claim shall be rendered in writing to the Contractor within forty five (45) days of the Purchasing Manager’s receipt of the request from the Contractor, and shall be final and binding on behalf of Prince William County, unless the Contractor submits the claim for determination by the Board of County Supervisors by furnishing the Purchasing Manager a copy of the claim, along with a request for determination decision on the claim in writing within forty five (45) days of the date on which the Board hears the claim in open meeting. The Board’s procedure in considering claims under this Contractor shall be the same as that for other decisions of the Board on claims made under Section 15.2-1245, et seq., VA Code Ann. The decision of the Board shall be final. Should any decision maker designated under this procedure fail to make a decision on a claim within the time period specified, then the claim is deemed to have been denied by the decision maker. Pending a final determination of a claim, the Contractor shall proceed diligently with the performance of the Work under the Contract. In accordance with the provisions of Section 2.2-4363, VA Code Ann., full compliance with this procedure set forth in the provision shall be a precondition to the filing of any lawsuit by the Contractor against the Board of County Supervisors of Prince William County arising out of this Contract. R. Independent Contractor Status The Contractor is at all times herein acting as an independent contractor in the performance of this Contract, and that the Contractor, his subcontractors, their agents, employees and officers are not employees of the County for any purposes. S. Assignability of Contract Neither this Contract, nor any part hereof, may be assigned by the Contractor to any other party without the prior express written permission of the County. T. Ethics in Public Contracting The Contractor hereby certifies that it has familiarized itself with Article 6 of Title 2.2 of the Virginia Public Procurement Act, Sections 2.2-4367 through 2.2-3477; VA. Code Ann., and that all amounts received by it are in accordance with therewith. U. Immigration Reform and Control Act

Powell’s Creek Pedestrian Bridge Page 11 of 12 Sample Contract

Page 151: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract No. XXXX

The Contractor agrees it will not during the performance of this Contract, violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits knowing employment of unauthorized aliens. V. Integration Clause Written on this date shown above, this Contract shall constitute the whole agreement between the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Contract shall supersede all previous communications, representations, or agreements, written or verbal, between the parties hereto related to the Provision described herein. BOARD OF COUNTY SUPERVISORS OF COMPANY NAME, PRINCE WILLIAM COUNTY, VIRGINIA BY: Authorized County Representative BY: Authorized Contractor Representative _____________________________ ______________________________________ Signature Authorized Signature _____________________________ ______________________________________ Printed/Typed Name Printed/Typed Name ______________________________ ______________________________________ Title Title ATTEST: _________________________________ Adam Manne, Purchasing Manager

APPROVED AS TO FORM ____________________ County Attorney

______________________ Date

Powell’s Creek Pedestrian Bridge Page 12 of 12 Sample Contract

Page 152: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-1 2016

This “Pick List” links to the “Standard Specifications” and “Select Use” Word documents current as of the above update. This list will be updated as soon as changes are approved for use. The file names of each are listed in the table below. Access the SS, SP or SPCN by clicking on each linked file name in this list. This will bring up the SS, SP, or SPCN displayed in the Sharepoint viewer. After the SS, SP, or SPCN is displayed, click on the “Open in Word” link on the tool bar to bring up the functional Word file. The “Guidelines” may be displayed by clicking the “¶” (show-hide symbol) on the toolbar. A separate file with “Guidelines” listed in table format is also available. Holding the cursor over each linked file name in this list will access abbreviated “popup Guidelines”. For convenience, a “Correct and Run List” is included following the “Pick List” to help determine what changes may have occurred since a proposal was first assembled. The “Merge Data” sheet for basic contract data is also included in a separate file.

“Standard” file names begin with: cn=Special Provision Copied Note, SP=Special Provision, SS=Supplemental Specification. “Select Use” file names begin with: cq=Special Provision Copied Note, SQ=Special Provision.

This sheet and those mentioned above can be found at the following locations: Global Web Access OutsideVDOT InsideVDOT CNSP (Accessible to those who assemble proposals.)

This Pick List is not intended to replace individual judgment as to which Supplemental Specifications, Standard SPs and SPCNs, and project-specific SPs and SPCNs are required for a particular project. An understanding of the work required for the project as well as skilled, individual judgment will be necessary to fully determine what needs to be included in the proposal and is the responsibility of the person developing the proposal.

Specs grouped by Section then Spec Number on OutsideVDOT (Shown below)

Specs grouped by Spec Number on OutsideVDOT

Pick List on OutsideVDOT

Pick List on InsideVDOT

Pick List in CNSP

———STANDARD and SELECT USE———

ORDER NO. :

SPEC No. DOCUMENT TITLE SEC**

2016 SPEC BOOK 100—Not in Specifications Book 100 is used only to generally fit DIVISION I—GENERAL PROVISIONS

100

cn100-000025-00 GENERAL PROJECT REQUIREMENTS, SUPPLEMENTAL SPECIFICATIONS (SSs), SPECIAL PROVISIONS (SPs) AND SPECIAL PROVISION COPIED NOTES (Imperial) 7-12-16

100

cn100-000050-00 VDOT SUPPLEMENTAL SPECIFICATIONS (SSs), SPECIAL PROVISIONS (SPs) AND SPECIAL PROVISION COPIED NOTES (SPCNs) (Local Assistance) 7-12-16 100

SP0F0-000100-00 PREDETERMINED MINIMUM WAGE RATES (Wage Rates) R-7-12-16 100

SP0F0-000130-00 REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTION CONTRACTS R-7-12-16 100

SP0F0-000150-00 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) R-7-12-16 100

Page 153: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-2 2016

SPEC No. DOCUMENT TITLE SEC**

2016 SPEC BOOK _I—GENERAL PROVISIONS 100s

2016 SPEC BOOK 102—BIDDING REQUIREMENTS AND CONDITIONS 102

cn102-050100-00 SECTION 102.05—PREPARATION OF BID (Compliance with the Cargo Preference Act) R-7-12-16 102

SP102-050100-00 USE OF DOMESTIC MATERIAL (Buy America) R-7-12-16 102

SS102-002016-01 SECTION 102—BIDDING REQUIREMENTS AND CONDITIONS 7-12-16 102

2016 SPEC BOOK 103—AWARD AND EXECUTION OF CONTRACTS 103

cq103-020110-00 SECTION 103.02—AWARD OF CONTRACT R-7-12-16 103

2016 SPEC BOOK 104—SCOPE OF WORK 104

2016 SPEC BOOK 105—CONTROL OF WORK 105

SP105-000100-00 INFORMAL PARTNERING R-7-12-16 105

Page 154: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-3 2016

SPEC No. DOCUMENT TITLE SEC**

SQ105-060110-00 SECTION 105.06—SUBCONTRACTING (FEDERAL FUNDED PROJECTS) 7-12-16 105

2016 SPEC BOOK 106—CONTROL OF MATERIAL 106

SS106-002016-01 SECTION 106—CONTROL OF MATERIAL 7-12-16 106

2016 SPEC BOOK 107—LEGAL RESPONSIBILITIES 107

SP107-150100-00 SECTION 107.15 (DBEs) R-7-12-16 107

SS107-002016-01 SECTION 107—LEGAL RESPONSIBILITIES 7-12-16 107

2016 SPEC BOOK 108—PROSECUTION AND PROGRESS OF WORK 108

SP108-000120-00 CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS R-7-12-16 108

Page 155: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-4 2016

SPEC No. DOCUMENT TITLE SEC**

2016 SPEC BOOK 109—MEASUREMENT AND PAYMENT 109

cn109-000100-00 POLYMER MODIFIED (PG 64V-28) ASPHALT CEMENT ADJUSTMENT R-7-12-16 109

SP109-000100-00 ASPHALT MATERIAL PRICE ADJUSTMENT R-7-12-16 109

SP109-000120-00 PRICE ADJUSTMENT FOR STEEL R-7-12-16 109

2016 SPEC BOOK _II—MATERIALS 200s

2016 SPEC BOOK 208—SUBBASE AND AGGREGATE BASE MATERIAL 208

2016 SPEC BOOK 211—ASPHALT CONCRETE 211

2016 SPEC BOOK 212—JOINT MATERIALS 212

SS212-002016-01 SECTION 212—JOINT MATERIALS I-7-12-16 212

2016 SPEC BOOK 223—STEEL REINFORCEMENT 223

SQ223-020100-00 CORROSION RESISTANT REINFORCING STEEL R-7-12-16 223

2016 SPEC BOOK 232—PIPE AND PIPE ARCHES 232

SS232-002016-01 SECTION 232—PIPE AND PIPE ARCHES I-7-12-16 232

2016 SPEC BOOK 245—GEOSYNTHETICS AND LOW PERMEABILITY LINERS 245

SS245-002016-01 SECTION 245—GEOSYNTHETICS AND LOW PERMEABILITY LINERS 7-12-16 245

2016 SPEC BOOK 300—Not in Specifications Book 300 is used only to generally fit DIVISION III—ROADWAY CONSTRUCTION

300

2016 SPEC BOOK _III—ROADWAY CONSTRUCTION 300s

2016 SPEC BOOK 302—DRAINAGE STRUCTURES 302

cn302-030100-00 SECTION 302.03(b) PRECAST DRAINAGE STRUCTURES R-7-12-16 302

SP302-000100-00 RESTORING EXISTING PAVEMENT 7-12-16 302

Page 156: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-5 2016

SPEC No. DOCUMENT TITLE SEC**

SS302-002016-01 SECTION 302—DRAINAGE STRUCTURES I-7-12-16 302

2016 SPEC BOOK 303—EARTHWORK 303

cn303-000100-00 AGGREGATE MATERIAL R-7-12-16 303

2016 SPEC BOOK 305—SUBGRADE AND SHOULDERS 305

2016 SPEC BOOK 312—SEAL COAT 312

2016 SPEC BOOK 314—PENETRATION SURFACE COURSES 314

2016 SPEC BOOK 315—ASPHALT CONCRETE PLACEMENT 315

Page 157: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-6 2016

SPEC No. DOCUMENT TITLE SEC**

2016 SPEC BOOK 316—HYDRAULIC CEMENT CONCRETE PAVEMENT 316

2016 SPEC BOOK _IV—BRIDGES AND STRUCTURES 400s

2016 SPEC BOOK 403—BEARING PILES 403

SS403-002016-01 SECTION 403—BEARING PILES I-7-12-16 403

2016 SPEC BOOK 404—HYDRAULIC CEMENT CONCRETE OPERATIONS 404

SS404-002016-01 SECTION 404—HYDRAULIC CEMENT CONCRETE OPERATIONS 7-12-16 404

2016 SPEC BOOK 406—REINFORCING STEEL 406

SQ406-000100-00 SECTION 406—REINFORCING STEEL R-7-12-16 406

2016 SPEC BOOK 407—STEEL AND OTHER METAL STRUCTURES 407

2016 SPEC BOOK _V—INCIDENTAL CONSTRUCTION 500s

2016 SPEC BOOK 504—SIDEWALKS, STEPS, AND HANDRAILS 504

Page 158: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-7 2016

SPEC No. DOCUMENT TITLE SEC**

2016 SPEC BOOK 505—GUARDRAIL AND W-BEAM MEDIAN BARRIERS 505

cq505-030100-01 SECTION 505.03—PROCEDURES (Guardrail & Attenuator ID Stamps) R-7-12-16 505

SQ505-000100-00 REPLACEMENT OF GUARDRAIL, MEDIAN BARRIER, IMPACT ATTENUATOR, AND GUARDRAIL TO BRIDGE ATTACHMENTS R-7-12-16 505

2016 SPEC BOOK 510—RELOCATING OR MODIFYING EXISTING MISCELLANEOUS ITEMS 510

2016 SPEC BOOK 512—MAINTAINING TRAFFIC 512

cn512-000100-00 TABLE V-1, ADT GROUPS 7-12-16 512

cq512-030100-00 SECTION 512—MAINTAINING TRAFFIC R-7-12-16 512

SP512-030100-00 POLICE ASSISTANCE FOR PAVING OPERATIONS 7-12-16 512

SS512-002016-01 SECTION 512—MAINTAINING TRAFFIC I-7-12-16 512

2016 SPEC BOOK 515—PLANING OR MILLING PAVEMENT 515

2016 SPEC BOOK 516—DEMOLITION OF BUILDINGS AND CLEARING PARCELS 516

2016 SPEC BOOK 518—TRAINEES ON CONSTRUCTION PROJECTS 518

2016 SPEC BOOK 600—Not in Specifications Book 600 is used only to generally fit DIVISION VI—ROADSIDE DEVELOPMENT

600

SP600-000100-00 ROADSIDE DEVELOPMENT AND SOIL STABILIZATION 7-12-16 600

2016 SPEC BOOK _VI—ROADSIDE DEVELOPMENT 600s

Page 159: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-8 2016

SPEC No. DOCUMENT TITLE SEC**

2016 SPEC BOOK 700—GENERAL 700

SS700-002016-01 SECTION 700—GENERAL I-7-12-16 700

2016 SPEC BOOK _VII—TRAFFIC CONTROL DEVICES 700s

2016 SPEC BOOK 703—TRAFFIC SIGNALS 703

2016 SPEC BOOK 704—PAVEMENT MARKINGS AND MARKERS 704

SS704-002016-01 SECTION 704—PAVEMENT MARKINGS AND MARKERS I-7-12-16 704

2016 SPEC BOOK _VIII—INTELLIGENT TRANSPORTATION SYSTEMS 800s

Page 160: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-9 2016

———PROJECT-SPECIFIC———

ORDER NO. : PROJECT-SPECIFIC SPECIAL PROVISION COPIED NOTES (SPCNs) See Contract Special Provisions Section (CSP) PROJECT-SPECIFIC SPECIAL PROVISIONS (SPs) See Contract Special Provisions Section (CSP) THERE ARE NO PROJECT-SPECIFIC SUPPLEMENTAL SPECIFICATIONS AND NO ONE SHOULD ATTEMPT TO CREATE OR MODIFY ANY! PLEASE WRITE PROJECT-SPECIFIC SP’s OR PROJECT-SPECIFIC SPCN’s TO ADDRESS ISSUES SPECIFIC TO A PROJECT.

Page 161: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2016 ROAD AND BRIDGE SPECIFICATIONS

—————————PICK LIST————————— (WinZip Version)

Last Saved: 07/25/2016 2:54 PM *UPDATED Jul 1, 2016 Today’s Date: July 25, 2016

****LI = Line Item in Sharepoint 2016 Standard Specifications. **SEC = Section of the Spec Book. Links to Spec Book section and all SSs, SPs, and SPCNs for this section.

P-10 2016

———CORRECT and RUN———

ORDER NO. :

DELETE REPLACE WITH ADD IF IT APPLIES

Begins with the First July, 2016 Advertisement (July 12, 2016) and continues with Advertisements that follow

cn700-030100-00

cq103-010100-00

cq103-040100-00 cq103-020110-00

cq505-030100-00 cq505-030100-01

cq512-030100-00

SQ100-000100-00 SP100-000120-00

SP700-000180-00

SP703-000100-00 SS212-002016-01

SS232-002016-01

SS302-002016-01

SS403-002016-01

SS512-002016-01

SS516-002016-01

SS700-002016-01

SS704-002016-01 CORRECT and RUN, PROJECT-SPECIFIC SPECIAL PROVISION COPIED NOTES (SPCNs) CORRECT and RUN, PROJECT-SPECIFIC SPECIAL PROVISIONS (SPs)

Page 162: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn100-000025-00 GENERAL PROJECT REQUIREMENTS, SUPPLEMENTAL SPECIFICATIONS

(SSs), SPECIAL PROVISIONS (SPs) AND SPECIAL PROVISION COPIED NOTES (SPCNs)

This project shall be constructed according to: the plans; the Virginia Department of Transportation Road and Bridge Specifications, dated 2016; the Virginia Department of Transportation Road and Bridge Standards, dated 2008; the 2011 edition of the Virginia Work Area Protection Manual with Revision Number 1 incorporated, dated April 1, 2015; the 2009 edition of the MUTCD with Revision Numbers 1 and 2 incorporated, dated May 2012; and the 2011 edition of the Virginia Supplement to the MUTCD with Revision Number 1 dated September 30, 2013; and the Supplemental Specifications, Special Provisions and Special Provision Copied Notes in this contract. The status in the Contract of each of these documents will be according to Section 105.12 of the Specifications. Special Provision Copied Notes in this contract are designated with “(SPCN)” after the date. The information at the top and left of each Special Provision Copied Note in this contract is file reference information for Department use only. The information in the upper left corner above the title of each Supplemental Specification and Special Provision in this contract is file reference information for Department use only.. The Department has identified the system of measurement to be used on this particular project as imperial. Any imperial unit of measure in this contract with an accompanying expression in a metric unit will be referred to hereinafter as a “dual unit” measurement. Such a “dual unit” measurement is typically expressed first in the imperial unit followed immediately to the right by the metric unit in parenthesis “()” or brackets “[]” where parenthesis is used in the sentence to convey other information. Where a “dual unit” of measure appears in this project, only the imperial unit will apply. The accompanying metric unit shown is not to be considered interchangeable and mathematically convertible to the imperial unit and shall not be used as an alternate or conflicting measurement.

7-12-16 (SPCN)

Page 163: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn100-000050-00 VDOT SUPPLEMENTAL SPECIFICATIONS (SSs), SPECIAL PROVISIONS

(SPs) AND SPECIAL PROVISION COPIED NOTES (SPCNs)

Where Virginia Department of Transportation (VDOT) Supplemental Specifications, Special Provisions and Special Provision Copied Notes are used in this contract, the references therein to “the Specifications” shall refer to the Virginia Department of Transportation Road and Bridge Specifications, dated 2016 for both imperial and metric unit projects. References to the “Road and Bridge Standard(s)” shall refer to the Virginia Department of Transportation Road and Bridge Standards, dated 2008 for both imperial and metric unit projects. References to the “Virginia Work Area Protection Manual” shall refer to the 2011 edition of the Virginia Work Area Protection Manual with Revision Number 1 incorporated, dated April 1, 2015 for imperial and metric unit projects. References to the “MUTCD” shall refer to the 2009 edition of the MUTCD with Revision Numbers 1 and 2 incorporated, dated May 2012; and the 2011 edition of the Virginia Supplement to the MUTCD with Revision Number 1 dated September 30, 2013 for imperial and metric unit projects. Where the terms “Department”, “Engineer” and “Contract Engineer” appear in VDOT Supplemental Specifications, Special Provisions and Special Provision Copied Notes used in this contract and the VDOT publication(s) that each references, the authority identified shall be according to the definitions in Section 101.02 of the Virginia Department of Transportation Road and Bridge Specifications, dated 2016. Authority identified otherwise for this particular project will be stated elsewhere in this contract. VDOT Supplemental Specifications, Special Provisions and Special Provision Copied Notes used in this contract and the VDOT publication(s) that each reference are intended to be complementary to the each other. In case of a discrepancy, the order of priority stated in Section 105.12 of the Virginia Department of Transportation Road and Bridge Specifications, dated 2016 shall apply. VDOT Special Provision Copied Notes in this contract are designated with “(SPCN)” after the date of each document. VDOT Supplemental Specifications and Special Provision Copied Notes in this contract are designated as such above the title of each document. The information at the top and left of each VDOT Special Provision Copied Note in this contract is file reference information for VDOT use only. The information in the upper left corner above the title of each VDOT Supplemental Specification and VDOT Special Provision in this contract is file reference information for VDOT use only. The system of measurement to be used in this project is stated elsewhere in this contract. VDOT Supplemental Specifications, Special Provisions and Special Provision Copied Notes containing imperial units of measure with accompanying expressions in metric units shall be referred to hereinafter as “dual unit measurement” documents. Such a “dual unit measurement” is typically expressed first in the imperial unit followed immediately to the right by the metric unit in parenthesis “( )” or brackets “[ ]” where parenthesis is used in the sentence to convey other information. Where a “dual unit measurement” appears in VDOT documents, the unit that applies shall be

Page 164: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

according to the system of measurement as stated elsewhere in this contract. The unit shown that is not of the declared unit of measurement is not to be considered interchangeable and mathematically convertible to the declared unit and shall not be used as an alternate or conflicting measurement. Where VDOT Specifications are used for metric unit projects and only imperial units of measurement appear the document, the provision(s) in this contract for imperial unit to metric unit conversion shall apply.

7-12-16 (SPCN)

Page 165: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn102-050100-00 SECTION 102.05—PREPARATION OF BID of the Specifications is amended to

include the following: (g) Compliance with the Cargo Preference Act

As required by 46 CFR 381.7 (a)-(b) “Use of United States-flag vessels, when materials or equipment are acquired for a specific highway project, the Contractor agrees:

1. To utilize privately owned United States-flag commercial vessels

to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States. a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.

This requirement will not be applicable when materials or equipment used on the Project are obtained from the existing inventories of suppliers and contractors; they are only applicable when the materials or equipment are acquired for the specific project, and have been transported by ocean vessel.

12-14-15; Reissued 7-12-16 (SPCN)

Page 166: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn109-000100-00 POLYMER MODIFIED (PG 64V-28) ASPHALT CEMENT ADJUSTMENT —

When asphalt concrete mixtures require the use of Performance Graded asphalt cement PG 64V-28, the Contractor shall show in the space provided on Form C-16A of the electronic bid proposal submitted by the Contractor, the f.o.b. cost per ton for asphalt cement PG 64V-28 upon which bid items containing PG 64V-28 were developed. During the life of the Contract, the Contractor shall document to the Department, by invoice signed by the supplier, his cost for PG 64V-28 used. The Department will then adjust payments for asphalt concrete containing PG 64V-28 by the difference in the actual f.o.b. price and the f.o.b. quote submitted with the bid. Adjustments will be made at the time for partial payments for asphalt concrete containing PG 64V-28 according to Section 109.08 of the Specifications. In the event the Contractor fails to show on Form C-16A of the electronic bid proposal the f.o.b. cost per ton for asphalt cement PG 64V-28 upon which bid items containing PG 64V-28 were developed, or during the life of the contract fails to provide the appropriate invoices with the Current cost for asphalt cement PG 64V-28 for the applicable calendar month during which the work was performed, the Department will base the price adjustment for asphalt concrete containing PG 64V-28 asphalt cement on the indexes for PG 64S-22 according to the Special Provision For Asphalt Material Price Adjustment included in the Contract. 6-15-15; Reissued 7-12-16 (SPCN)

Page 167: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn302-030100-00 SECTION 302.03(b) PRECAST DRAINAGE STRUCTURES of the Specifications is

amended to include the following: Precast units, excluding concrete pipe, prestressed concrete items and soundwalls, conforming to the requirements herein will only be accepted under a Quality Control/Quality Acceptance Program (QC/QA). The Contractor shall have the producer perform quality control functions according to a Department approved QC/QA plan. Each piece, manufactured under the QC/QA program, in addition to the date and other required markings, shall be stamped with the letters (QC), as evidence that the required QC/QA procedures have been performed. Each shipping document shall be affixed with the following: We certify that these materials have been tested and conform to VDOT Precast Concrete Products Quality Assurance Program

Signature and Title 1-14-08; Reissued 7-12-16 (SPCN)

Page 168: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn303-000100-00 AGGREGATE MATERIAL shall be the size specified conforming to Section 203 of

the Specifications. The aggregate shall be placed at locations shown on the plans or as directed by the Engineer. Aggregate material will be measured in units of tons for the size specified according to Section 109 of the Specifications. Payment will be made at the contract unit price per ton, which bid price shall be full compensation for furnishing, placing, and shaping and compaction, if required. Payment will be made under:

Pay Item

Pay Unit

Aggregate Material (Size) Ton 5-23-95c; Reissued 7-12-16 (SPCN)

Page 169: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cn512-000100-00 TABLE V-1, ADT GROUPS — The Specifications are amended to include the

following table:

TABLE V-1 Average Daily Traffic (ADT) Groups

Traffic Group ADT Traffic Group ADT I 0-9 X 2,000-2,999 II 10-24 XI 3,000-3,999 III 25-49 XII 4,000-4,999 IV 50-99 XIII 5,000-5,999 V 100-249 XIV 6,000-9,999 VI 250-399 XV 10,000-14,999 VII 400-749 XVI 15,000-19,999 VIII 750-999 XVII 20,000-29,999 IX 1,000-1,999 XVIII 30,000-39,999 XIX 40,000 & over

7-12-16 (SPCN)

Page 170: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SECTION 103.02—AWARD OF CONTRACT of the Specifications is replaced with the following:

If the Contract is awarded, the award will be made to the lowest responsive and responsible bidder without discrimination on the grounds of race, color, gender, or national origin. In the event of tie bids, preference will be given to the lowest responsive and responsible bidder who is a resident of Virginia otherwise the tie will be decided by lot. Whenever any bidder is a resident of any other state and such state under its laws allows a resident contractor of that state a preference, a like preference may be allowed to the lowest responsive and responsible bidder who is a resident of Virginia. The award date will not be later than midnight on the 75th day after the opening of bids. If the Board, or the Commissioner; where permitted by law, has not awarded the Contract within this period, the bidder may withdraw his bid without penalty or prejudice unless the time limit is extended by mutual consent. The Virginia Department of General Services shall post and maintain an updated list on its website of all states that allow their resident contractors an absolute preference or a percentage preference and the percentage amounts.

3-18-16; Reissued 7-12-16_(SPCN)_

Page 171: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SECTION 505.03—PROCEDURES is amended to replace the sixteenth paragraph with the following:

The Contractor shall submit two copies of the manufacturers’ recommended installation instructions and the FHWA NCHRP 350 or MASH approval letter to the Engineer at least 2 weeks prior to the start of installing guardrail end terminals for the type of new or salvaged guardrail end treatments being installed on the project. All end terminals shall be from manufacturers on the Materials Division’s Approved Products List No. 12 and the VDOT NCHRP 350 or MASH approved list linked in List No. 12. New Type I Re-Directive Impact Attenuators and Guardrail Terminals (GR-7 & GR-9) shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

3-18-16; Reissued 7-12-16_(SPCN)_

Page 172: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SECTION 512—MAINTAINING TRAFFIC is amended as follows:

Section 512.03(h)1 Guardrail barrier service and terminal treatments is amended to replace the last sentence with the following:

All end terminals used in conjunction with guardrail barrier service shall be from manufacturers on the Materials Division’s Approved Products List No. 12 and the VDOT NCHRP 350 or MASH approved list linked in List No. 12. New Guardrail Terminals (GR-7 & GR-9) shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

Section 512.03(i) Impact Attenuator Service, the first paragraph, is amended to replace the last sentence with the following:

New impact attenuators shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

Section 512.03(r) Truck-mounted or trailer-mounted attenuators, the second paragraph, is amended to replace the last sentence with the following:

New truck-mounted and trailer-mounted attenuators shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

3-18-16; Reissued 7-12-16_(SPCN)_

Page 174: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

U.S. DEPARTMENT OF LABOR OFFICE OF THE SECRETARY

WASHINGTON DECISION OF THE SECRETARY

This case is before the Department of Labor pursuant to a request for a wage predetermination as required by law applicable to the work described. A study has been made of wage conditions in the locality and based on information available to the Department of Labor the wage rates and fringe payments listed are hereby determined by the Secretary of Labor as prevailing for the described classes for labor in accordance with applicable law. This wage determination decision and any modifications thereof during the period prior to the stated expiration date shall be made a part of every contract for performance of the described work as provided by applicable law and regulations of the Secretary of Labor, and the wage rates and fringe payments contained in this decision, including modifications, shall be the minimums to be paid under any such contract and subcontractors on the work. The Contracting Officer shall require that any class of laborers and mechanics which is not listed in the wage determination and which is to be employed under the Contract, shall be classified or reclassified conformably to the wage determination, and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommendation of the Contracting Officer shall be referred to the Secretary for determination. Before using apprentices on the job the contractor shall present to the Contracting Officer written evidence of registration of such employees in a program of a State apprenticeship and training agency approved and recognized by the U.S. Bureau of Apprenticeship and Training. In the absence of such a State agency, the Contractor shall submit evidence of approval and registration by the U.S. Bureau of Apprenticeship and Training. The Contractor shall submit to the Contracting Officer written evidence of the established apprentice-journeyman ratios and wage in the project area, which will be the basis for establishing such ratios and rates for the project under the applicable contract provisions. Fringe payments include medical and hospital care, compensation for injuries or illness resulting from occupational activity, unemployment benefits, life insurance, disability and sickness insurance, accident insurance (all designated as health and welfare), pensions, vacation and holiday pay, apprenticeship or other similar programs and other bona fide fringe benefits.

By direction of the Secretary of Labor

E. Irving Manger, Associate Administrator Division of Wage Determinations Wage and Labor Standards Administration

Page 175: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

General Decision Number: VA160135 01/08/2016 VA135

Superseded General Decision Number: VA20150135

State: Virginia

Construction Type: Highway

Counties: Alexandria*, Arlington, Clarke, Culpeper, Fairfax,

Fairfax*, Falls Church*, Fauquier, Fredericksburg*, King

George, Loudoun, Manassas Park*, Manassas*, Prince William,

Spotsylvania, Stafford and Warren Counties in Virginia.

*INDEPENDENT CITIES

HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building

structures in rest area projects & railroad construction;

bascule, suspension & spandrel arch bridges designed for

commercial navigation, bridges involving marine construction;

and other major bridges).

Note: Under Executive Order (EO) 13658, an hourly minimum wage

of $10.15 for calendar year 2016 applies to all contracts

subject to the Davis-Bacon Act for which the solicitation was

issued on or after January 1, 2015. If this contract is covered

by the EO, the contractor must pay all workers in any

Page 176: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

classification listed on this wage determination at least

$10.15 (or the applicable wage rate listed on this wage

determination, if it is higher) for all hours spent performing

on the contract in calendar year 2016. The EO minimum wage rate

will be adjusted annually. Additional information on contractor

requirements and worker protections under the EO is available

at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/08/2016

SUVA2013-010 09/20/2013

Rates Fringes

ASBESTOS WORKER..................$ 16.91

CARPENTER (STRUCTURE)............$ 16.02

CEMENT MASON/CONCRETE FINISHER...$ 21.71

ELECTRICIAN......................$ 29.27

FORM SETTER......................$ 14.00

IRONWORKER, REINFORCING..........$ 34.18

Page 177: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

IRONWORKER, STRUCTURAL...........$ 19.13

LABORER

Asphalt Raker...............$ 15.85

Blaster.....................$ 35.00

Construction Worker I

(Skilled Laborer)...........$ 15.77

Construction Worker II

(Laborer)...................$ 14.14

Deckhand....................$ 13.00

Fence Erector...............$ 14.41

Flagger.....................$ 13.64

Grade Checker...............$ 13.42

Guardrail Erector...........$ 22.15

Landscape Worker............$ 11.97

Pipe Layer..................$ 19.00

Power Tool Operator.........$ 15.00

Sign Erector................$ 25.00

MASON (STRUCTURE)................$ 17.64

PAINTER..........................$ 15.00

PLUMBER..........................$ 25.00

POWER EQUIPMENT OPERATOR:

Page 178: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Air Compressor..............$ 13.50

Asphalt Distributor.........$ 18.64

Asphalt Paver...............$ 19.35

Backhoe.....................$ 20.59

Boom/Auger..................$ 20.29

Bulldozer (Utility).........$ 15.50

Bulldozer...................$ 20.40

Concrete Finish Machine

Operator....................$ 18.54

Concrete Finisher Machine

Screed Operator (Bridge)....$ 14.60

Concrete Paving Machine

Operator....................$ 20.75

Concrete Pump Operator......$ 33.00

Concrete Saw Operator.......$ 16.00

Crane, Derrick, Dragline

(1 cm & under)..............$ 24.53

Crane, Derrick, Dragline

(over 1 cm).................$ 25.00

Crusher Tender..............$ 14.25

Drill Operator..............$ 15.70

Excavator (Gradall).........$ 19.32

Front End Loader (2 cm &

under)......................$ 19.00

Front End Loader (over 2

cm).........................$ 20.42

Hydro Seeder................$ 17.13

Page 179: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Log Skidder Operator........$ 18.50

Mechanic....................$ 21.75

Mobile Mixer................$ 17.00

Motor Grader (Fine Grade)...$ 27.25

Motor Grader (Rough Grade)..$ 13.58

Oiler, Greaser..............$ 14.00

Pavement Marking Operator...$ 17.00

Pavement Marking Truck

Operator....................$ 16.72

Pavement Planing Groundman..$ 19.75

Pavement Planing Operator...$ 19.25

Pile Driver Operator........$ 20.35

Pile Driver, Leadsman.......$ 21.32

Pipe Boring/Jacking

Machine Operator............$ 16.00

Plant Operator..............$ 14.88

Roller (Finish).............$ 17.94

Roller (Rough)..............$ 17.06

Scraper Pan Operator........$ 13.00

Shot Blast Machine Operator.$ 16.02

Shovel Operator (2 yds and

under)......................$ 16.00

Shovel Operator (over 2

yds)........................$ 25.00

Slip-Form Paver.............$ 21.00

Slurry Seal Paver Machine

Operator....................$ 13.75

Page 180: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Slurry Seal Paver Truck

Operator....................$ 10.32

Stabilizer Operator.........$ 15.70

Stone-Spreader..............$ 13.35

Subgrade Machine Operator...$ 19.00

Tractor Operator, Crawlers..$ 12.47

Tractor Operator, Utility...$ 12.25

Trenching Machine...........$ 29.87

Vacuum Machine..............$ 18.20

TRAFFIC SIGNALIZATION:

Traffic Signal Installation......$ 21.16

TRUCK DRIVER

Fuel & Lubricant Service

Truck Driver................$ 17.73

Transit Mix Truck Driver....$ 15.00

Truck Driver (Multi-Rear

Axle).......................$ 16.69

Truck Driver (Single Rear

Axle).......................$ 17.50

Truck Driver (Tandem Rear

Axle).......................$ 16.91

Truck Driver, Heavy Duty....$ 17.29

WELDER...........................$ 18.15

----------------------------------------------------------------

Page 181: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

determination. The classifications are listed in alphabetical

order of "identifiers" that indicate whether the particular

rate is a union rate (current union negotiated rate for local),

a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

Page 182: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

A four letter classification abbreviation identifier enclosed

in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were

prevailing for that classification in the survey. Example:

PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of

the union which prevailed in the survey for this

classification, which in this example would be Plumbers. 0198

indicates the local union number or district council number

where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing

the wage determination. 07/01/2014 is the effective date of the

most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate

changes in the collective bargaining agreement (CBA) governing

this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that

no one rate prevailed for this classification in the survey and

the published rate is derived by computing a weighted average

rate based on all the rates reported in the survey for that

classification. As this weighted average rate includes all

rates reported in the survey, it may include both union and

non-union rates. Example: SULA2012-007 5/13/2014. SU indicates

Page 183: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

the rates are survey rates based on a weighted average

calculation of rates and are not majority rates. LA indicates

the State of Louisiana. 2012 is the year of survey on which

these classifications and rates are based. The next number, 007

in the example, is an internal number used in producing the

wage determination. 5/13/2014 indicates the survey completion

date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a

new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate

that no single majority rate prevailed for those

classifications; however, 100% of the data reported for the

classifications was union data. EXAMPLE: UAVG-OH-0010

08/29/2014. UAVG indicates that the rate is a weighted union

average rate. OH indicates the state. The next number, 0010 in

the example, is an internal number used in producing the wage

determination. 08/29/2014 indicates the survey completion date

for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of

each year, to reflect a weighted average of the current

negotiated/CBA rate of the union locals from which the rate is

based.

Page 184: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

----------------------------------------------------------------

END OF GENERAL DECISION.

Page 185: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP0F0-000130-00 May 1, 2012; Reissued July 12, 2016

FHWA-1273 (Electronic Version) The following Form FHWA-1273 titled REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTION CONTRACTS shall apply to this contract:

=========================================================================================

FHWA-1273 – Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS

FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

ATTACHMENTS

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The Contractor (or Subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The

Page 186: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the Contract by the Contractor's own organization and with the assistance of workers under the Contractor's immediate superintendence and to all work performed on the Ccontract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the Contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the Contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the Contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements

not to discriminate and to take affirmative action to assure equal opportunity as set forth

Page 187: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the Contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the Contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government

to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the Contract.

b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the Contracting Officers

an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the Contractor's staff who are authorized to

hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be

conducted before the start of work and then not less often than once every six months, at which time the Contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the Contractor's EEO obligations within thirty days following their reporting for duty with the Contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the Contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the Contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

Page 188: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the Contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the Contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the Contractor is expected to observe the provisions of that agreement to the extent that the system meets the Contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Federal nondiscrimination provisions. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that

working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each

classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to

determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination

made to the Contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion:

Page 189: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the Contractor's work force requirements and as permissible

under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available

training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of

employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

7. Unions: If the Contractor relies in whole or in part upon unions as a source of

employees, the Contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the Contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a The contractor will use good faith efforts to develop, in cooperation with the

unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each

union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of

the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the Contractor with a reasonable flow

of referrals within the time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the Contractor from the requirements of this paragraph. In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

Page 190: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The

contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment:

The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors

of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with

their EEO obligations.

10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved

DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color,

national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the Contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the Contractor shall document the following:

(1) The number and work hours of minority and non-minority group

members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when

applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training,

qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This

Page 191: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the Contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the Contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

IV. Davis-Bacon and Related Act Provisions This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will

be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are

Page 192: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (I) The work to be performed by the classification requested is not

performed by a classification in the wage determination; and (II) The classification is utilized in the area by the construction

industry; and (III) The proposed wage rate, including any bona fide fringe benefits,

bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the Contractor and the laborers and mechanics to be employed in the

classification (if known), or their representatives, and the Contracting Officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Contracting Officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary.

(3) In the event the Contractor, the laborers or mechanics to be employed in

the classification or their representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting Officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting Officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary.

Page 193: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the Contract for a class of

laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the Contract, the contracting agency may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship

Page 194: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract

work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (I) That the payroll for the payroll period contains the information

required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(II) That each laborer or mechanic (including each helper,

apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(III) That each laborer or mechanic has been paid not less than the

applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract.

(3) The weekly submission of a properly executed certification set forth on

the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

Page 195: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(4) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the Contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

Page 196: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

Page 197: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any

subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may

be grounds for termination of the Contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and

interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards

provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the Contractor certifies that neither it (nor he or

she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for

award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code,

18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the

contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

Page 198: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting

agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the

clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not

less than 30 percent (or a greater percentage if specified elsewhere in the Contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the Contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” refers to workers employed or

leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-

day activities of the leased employees;

Page 199: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual

employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of

predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that requires highly

specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the Contract as a whole and in general are to be limited to minor components of the overall contract.

2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the Contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or supervisor who is

employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the Contracting Officer determines is necessary to assure the performance of the Contract.

4. No portion of the Contract shall be sublet, assigned or otherwise disposed of except with

the written consent of the Contracting Officer, or authorized representative, and such consent when given shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the Contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build

contracts; however, contracting agencies may establish their own self-performance requirements.

VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the Contractor shall comply with all applicable

Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the Contracting Officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the Contract.

2. It is a condition of this contract, and shall be made a condition of each subcontract, which

the Contractor enters into pursuant to this contract, that the Contractor and any subcontractor shall not permit any employee, in performance of the Contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to

Page 200: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or

authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

Page 201: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act.

2. That the Contractor agrees to include or cause to be included the requirements of

paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier participant is

providing the certification set out below. b. The inability of a person to provide the certification set out below will not

necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact upon which

reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written notice to the

contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended," "ineligible,"

"participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor).

Page 202: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

“Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this proposal that,

should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting this proposal

that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon a certification of a

prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require the

establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these instructions, if a

participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

* * * * *

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary

Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and

belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment,

declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

Page 203: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of the statements in

this certification, such prospective participant shall attach an explanation to this proposal.

3. Instructions for Certification - Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing

the certification set out below. b. The certification in this clause is a material representation of fact upon which

reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate written notice to

the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended," "ineligible,"

"participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

Page 204: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

e. The prospective lower tier participant agrees by submitting this proposal that,

should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting this proposal

that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

g. A participant in a covered transaction may rely upon a certification of a

prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

h. Nothing contained in the foregoing shall be construed to require establishment of

a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these instructions, if a

participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither

it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in

this certification, such prospective participant shall attach an explanation to this proposal.

* * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

Page 205: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the

best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of

the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

Page 206: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP0F0-000150-00 Reissued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246)

1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal

Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals for female and minority participation, expressed in percentage terms of the Contractor's

aggregate work force in each trade on all construction works in the covered area, are as follows: Females- 6.9% Minorities - See Attachment "A"

The goals are applicable to all the Contractor's construction work performed in the covered area, whether or not it is Federal or federally assisted. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications, set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established herein. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executives Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 workings days the award of any construction subcontract in excess of $10,000 at any tier for construction works under this contract. The notification shall list the name, address and telephone number of the subcontractor, employer identification number, estimated dollar amount of the subcontract, estimated starting and completion dates of the subcontract and the geographical area in which the Contract is to be performed.

STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246)

1. As, used in this provision:

a. "Covered area" means the geographical area described in the solicitation from which this contract resulted;

b. "Director" means Director, Office of Federal Contract Compliance Programs, United States

Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's

Quarterly Federal Tax Return, U. S. Treasury Department Form 941;

Page 207: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

d. "Minority" includes:

(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other

Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far

East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of

North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving

any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation.

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S.

Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors and Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a

through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the coverer area. Covered construction Contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the

Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,

such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor.

7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The

evaluation of the Contractor's compliance with these specifications shall be based upon its effort to

Page 208: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all

sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, shall assign two or more women to each construction project. The Contractor shall specifically ensure that all foreman, superintendents and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written

notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female

off the street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or unions which the Contractor

has a collective bargaining agreement has not referred to the Contractor a minority person or women sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which

expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7b above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training

programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper or annual report; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these

specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents and General Foremen prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including in any news media advertisement

that the Contractor is "An Equal Opportunity Employer" for minority and female, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Directs its recruitment efforts, both oral and written, to minority, female and community organizations,

to schools with minority and female students and to minority and recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one

Page 209: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

month prior to the date for the acceptance of applications for apprenticeship or other training by recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures and tests to be used m the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and,

where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of Contractor's workforce.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41

CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for

promotional opportunities and encourage these employees to seek or to prepare for such opportunities through appropriate training or other means.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices,

do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated, except that separate or

single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and

female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the

Contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

9. Goals for women have been established. However, the Contractor IS required to provide equal

employment opportunity and to take affirmative action for all minority groups, both male and female and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner, that is even thought the Contractor has achieved its goals for women, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized.

10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate

against any person because of race, color, religion, sex or nation origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government

contracts pursuant to Executive Order 11246.

Page 210: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246. as amended.

13. The Contractor, in fulfilling its obligations under these specifications shall implement specific affirmative

action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from Its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director will proceed in accordance with 41 CFR 60-4.8.

14. The Contractor shall designate and make known to the Department a responsible official as the EEO

Officer to monitor all employment related activity, to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors will not be required to maintain separate records.

15. Nothing herein provided shall be construed as a limitation upon the application of other laws which

establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

ATTACHMENT A

Economic Area Goal (Percent) Virginia: 021 Roanoke-Lynchburg, VA SMSA Counties: 4640 Lynchburg, VA ..................................................................................................... 19.3 VA Amherst; VA Appomattox; VA Campbell; VA Lynchburg 6800 Roanoke, VA ....................................................................................................... 10.2 VA Botetourt; VA Craig; VA Roanoke; VA Roanoke City; VA Salem Non-SMSA Counties ............................................................................................................. 12.0 VA Alleghany; VA Augusta; VA Bath; VA Bedford; VA Bland; VA Carroll; VA Floyd; VA Franklin; VA Giles; VA Grayson; VA Henry; VA Highland; VA Montgomery; VA Nelson; VA Patrick; VA Pittsylvania; VA Pulaski; VA Rockbridge; VA Rockingham; VA Wythe; VA Bedford City; VA Buena

Vista:

VA Clifton Forge; VA Covington; VA Danville; VA Galax; VA Harrisonburg; VA Lexington; VA Martinsville; VA Radford; VA Staunton; VA Waynesboro;

WV Pendleton.

022 Richmond, VA SMSA Counties: 6140 Petersburg - Colonial Heights - Hopewell, VA .................................................... 30.6 VA Dinwiddie; VA Prince George; VA Colonial Heights; VA Hopewell; VA Petersburg. 6760 Richmond, VA ...................................................................................................... 24.9

Page 211: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VA Charles City; VA Chesterfield; VA Goochland, VA Hanover; VA Henrico; VA New Kent; VA Powhatan; VA Richmond. Non-SMSA Counties ............................................................................................................. 27.9 VA Albemarle; VA Amelia; VA Brunswick; VA Buckingham, VA Caroline; VA Charlotte; VA Cumberland; VA Essex; VA Fluvanna; VA Greene; VA Greensville; VA Halifax; VA King and Queen; VA King William; VA Lancaster; VA Louisa; VA Lunenburg; VA Madison; VA Mecklenburg; VA Northumberland; VA Nottoway; VA Orange; VA Prince Edward; VA Richmond VA Sussex; VA Charlottesville; VA Emporia; VA South Boston 023 Norfolk - Virginia Beach - Newport News VA: SMSA Counties: 5680 Newport News- Hampton, VA ............................................................................. 27.1 VA Gloucester; VA James City; VA York; VA Hampton; VA Newport News; VA Williamsburg. 5720 Norfolk - Virginia Beach - Portsmouth, VA - NC ......................................... 26.6 NC Currituck; VA Chesapeake; VA Norfolk; VA Portsmouth; VA Suffolk; VA Virginia Beach. Non-SMSA Counties ............................................................................................................. 29.7 NC Bertie; NC Camden; NC Chowan; NC Gates; NC Hertford; NC Pasquotank; NC Perquimans; VA lsle of Wight; VA Matthews; VA Middlesex; VA Southampton; VA Surry; VA Franklin. Washington, DC: 020 Washington, DC. SMSA Counties: 8840 Washington, DC - MD - VA ................................................................................ 28.0 DC District of Columbia; MD Charles; MD Montgomery MD Prince Georges; VA Arlington; VA Fairfax; VA Loudoun; VA Prince William VA Alexandria; VA Fairfax City; VA Falls Church. Non- SMSA Counties ............................................................................................................ 25.2 MD Calvert; MD Frederick; MD St. Marys: MD Washington; VA Clarke; VA Culpeper; VA Fauquier; VA Frederick; VA King George; VA Page; VA Rappahannock; VA Shenandoah; VA Spotsylvania; VA Stafford; VA Warren: VA Westmoreland; VA Fredericksburg; VA Winchester WV Berkeley; WV Grant; WV Hampshire; WV Hardy; WV Jefferson; WV Morgan. Tennessee: 052 Johnson City - Kingsport - Bristol, TN - VA SMSA Counties: 3630 Johnson City - Kingsport -Bristol, TN-VA ............................................................ 2.6 TN Carter; TN Hawkins; TN Sullivan; TN Washington; VA Scott: VA Washington; VA Bristol. Non-SMSA Counties ............................................................................................................. 3.2 TN Greene; TN Johnson; VA Buchanan; VA Dickenson; VA Lee; VA Russell; VA Smyth; VA Tazewell; VA Wise; VA Norton; WV McDowell; WV Mercer. Maryland: 019 Baltimore MD Non-SMSA Counties ............................................................................................................ 23.6 MD Caroline; MD Dorchester; MD Kent; MD Queen Annes; MD Somerset; MD Talbot; MD Wicomico; MD Worchester; VA Accomack; VA

Northampton.

Page 212: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP102-050100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

USE OF DOMESTIC MATERIAL

July 26, 2013; Reissued July 12, 2016 SECTION 102.05 PREPARATION OF BID of the Specifications is amended to include the following:

In accordance with the provisions of Section 635.410(b) of Title 23 CFR, hereinafter referred to as “Buy America”, except as otherwise specified, all iron and steel products (including miscellaneous steel items such as fasteners, nuts, bolts and washers) to be permanently incorporated for use on federal aid projects shall be produced in the United States of America regardless of the percentage they exist in the manufactured product or final form they take. Therefore, "Domestically produced in the United States of America" means all manufacturing processes must occur in the United States of America, to mean, in one of the 50 States, the District of Columbia, Puerto Rico or in the territories and possessions of the United States. Manufacturing processes are defined as any process which alters or modifies the chemical content, physical size or shape or final finish of iron or steel material) such as rolling, extruding, bending, machining, fabrication, grinding, drilling, finishing, or coating whereby a raw material or a reduced iron ore material is changed, altered or transformed into a steel or iron item or product which, because of the process, is different from the original material. For the purposes of satisfying this requirement “coating” is defined as the application of epoxy, galvanizing, painting or any other such process that protects or enhances the value of the material. Materials used in the coating process need not be domestic materials. For the purposes herein the manufacturing process is considered complete when the resultant product is ready for use as an item in the project (e.g. fencing, posts, girders, pipe, manhole covers, etc.) or is incorporated as a component of a more complex product by means of further manufacturing. Final assembly of a product may occur outside of the United States of America provided no further manufacturing process takes place. Raw materials such as iron ore, pig iron, processed, pelletized and reduced iron ore, waste products (including scrap, that is, steel or iron no longer useful in its present form from old automobiles, machinery, pipe, railroad rail, or the like and steel trimmings from mills or product manufacturing) and other raw materials used in the production of steel and\or iron products may, however, be imported. Extracting, handling, or crushing the raw materials which are inherent to the transporting the materials for later use in the manufacturing process are exempt from Buy America. The use of foreign source steel or iron billet is not acceptable under the provisions of Buy America. For the purposes of this provision all steel or iron material not meeting the criteria as domestically produced in the United States of America will be considered as “foreign” material. All iron and steel items will be classified hereinafter as "domestic" or "foreign", identified by and subject to the provisions herein. Domestically produced iron or steel ingots or billets shipped outside the United States of America for any manufacturing process and returned for permanent use in a project would not comply with “Buy America” requirements. Buy America provisions do not apply to iron or steel products used temporarily in the construction of a project such as temporary sheet piling, temporary bridges, steel scaffolding, falsework or such temporary material or product or material that remains in place for the Contractor’s convenience. Section 635.410(b) of Title 23 CFR permits a minimal amount of steel or iron material to be incorporated in the permanent work on a federal-aid contract. The cost of such materials or products must not exceed one-tenth of one percent of the Contract amount or $2500, whichever is greater. The cost of the foreign iron or steel material is defined as its monetary value delivered to the job site

Page 213: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

and supported by invoices or bill of sale to the Contractor. This delivered to site cost must include transportation, assembly, installation and testing. In the event the total cost of all "foreign" iron and steel product or material does not exceed one-tenth of one percent of the total contract cost or $2,500, whichever is greater, the use of such material meeting the limitations herein will not be restricted by the domestic requirements herein. However, by signing the bid, the Bidder certifies that such cost does not exceed the limits established herein. Waivers: With prior concurrence from Federal Highway Administration (FHWA) headquarters, the Federal Highway Division Administrator may grant a waiver to specific projects provided it can be demonstrated:

1 that the use of domestic steel or iron materials would be inconsistent with the public interest; or

2. materials or products requested for use are not produced in the United States in sufficient

or reasonably available quantities and are of satisfactory quality for use in the permanent work.

The waiver request shall be submitted with supportive information to include:

1. Project number\description, project cost, waiver item, item cost, country of origin for the product, reason for the waiver, and

2. Analysis of redesign of the project using alternative or approved equal domestic products

In order to grant such a waiver the request for the waiver must be published in the Federal Register for a period not less than 15 days or greater than 60 days prior to waiving such requirement. An initial 15 day comment period to the waiver will be available to the public by means of the FHWA website: http://www.fhwa.dot.gov/construction/contracts/waivers.cfm. Following that initial 15 day period of review and comment the request for waiver will be published by the FHWA in the Federal Register. The effective date of the FHWA finding, either to approve or deny the waiver request, will be 15 days following publication in the Federal Register. Only the FHWA Administrator may grant nationwide waivers which still are subject to the public rulemaking and review process. Alternative Bidding Procedures: An alternative bidding procedure may be employed to justify the use of foreign iron and\or steel. To qualify under this procedure the total project is bid using two alternatives, one based on the use of domestic products and the other, the use of corresponding foreign source steel and\or iron materials. In accordance with the provisions of Section 103.02 of the Specifications the Contract will be awarded to the lowest responsive and responsible bidder who submits the lowest total bid based on furnishing domestic iron or steel unless such total exceeds the lowest total bid based on furnishing foreign iron and\or steel by more than 25 percent, in which case the award will be made to the lowest responsive and responsible bidder furnishing foreign iron and\or steel based upon furnishing verifiable supportive data. The bidder shall submit a bid based on permanently incorporating only domestic iron and\or steel in the construction of the project. The bidder may also submit a bid for the same proposed contract based on being allowed to permanently incorporate corresponding foreign iron and\or steel materials meeting the other contract requirements into the work on the Contract. If he chooses to submit such a bid, that alternate bid shall clearly indicate which foreign iron and\or steel items will be

Page 214: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

permanently installed in the work as well as contain prices for all other items listed in the corresponding domestic proposal to complete a total “Foreign” bid. In the event the Contract is awarded to the bidder furnishing foreign iron and\or steel materials or items the provision for price adjustment of steel items will be permitted, however, price fluctuations shall use the U.S. index as stated in the Special Provision for Price Adjustment For Steel. The Contractor must indicate which corresponding eligible steel items he chooses price adjustment to apply. In the event the Contract is awarded to a bidder furnishing foreign iron and\or steel items and during the life of that contract the Contractor discovers he cannot furnish foreign iron and\or steel material as originally anticipated and agreed upon, he shall be responsible to honor the total bid price and furnish such iron and\or steel materials meeting the Contract requirements from other sources as necessary to complete the work. In the event the Contractor proposes to furnish "foreign" iron and steel and can verify a savings in excess of 25 percent of the overall project cost if bid using domestic materials, the Contractor shall submit a second complete paper bid proposal clearly marked “Foreign” including Form C-7 and supportive data supplement on all sheets. Supportive data shall list, but not be limited to, origin of material, best price offer, quantity and complete description of material, mill analysis, evidence or certification of conformance to contract requirements, etc. The “Foreign” bid shall be completed using the best price offer for each corresponding bid item supplying foreign material in the alternative bid and submit the same with the Contractor’s “Domestic” bid. The Contractor shall write the word “Foreign” by the bid total shown on Form C-7 as well as last page of Schedule of Items showing the total bid amount. The bidder shall also contact the State Contract Engineer to inform him that he is also submitting an alternate “Foreign” paper bid. The information listed on the supportive data sheet(s) will be used to provide the basis for verification of the required cost savings. In the event comparison of the prices given, or corrected as provided in Section 103.01 of the Specifications, shows that use of "foreign" iron and steel items does not represent a cost savings exceeding the aforementioned 25 percent, "domestic" iron and\or steel and prices given there for shall be used and the "100 percent Domestic Items Total" shall be the Contractor's bid. Certification of Compliance: Where domestic material is supplied, prior to incorporation into the Work, the Contractor shall furnish to the Department a certificate of compliance (such as may be furnished by steel mill test reports) that all steel and\or iron products supplied to the project except as may be permitted (one-tenth of one percent of the total contract cost or $2,500, whichever is greater) and permanently incorporated into the work satisfies the domestic requirements herein. This certification shall contain a definitive statement about the origin of all products covered under the provisions of Buy America as stated herein. In lieu of the Contractor providing personal certification, the Contractor may furnish a stepped certification in which each handler of the product, such as supplier, fabricator, manufacturer, processor, etc. furnishes an individual certification that their step in the process was domestically performed.

Page 215: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP105-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR INFORMAL PARTNERING

January 14, 2008c; Reissued July 12, 2016

I. DECLARATION AND DESCRIPTION

The Virginia Department of Transportation (VDOT) is firmly committed to the formation of a partnering relationship with the Contractor, all subcontractors, suppliers, FHWA representatives; where appropriate, other federal agencies, local government officials, utilities representatives, law enforcement and public safety officials, consultants, and other stakeholders to effectively and efficiently manage and complete each construction or maintenance contract to the mutual and individual benefits and goals of all parties. Partnering is an approach to fulfilling this commitment where all parties to the contract, as well as individuals and entities associated with or otherwise affected by the contract, willingly agree to dedicate themselves by working together as a team to fulfill and complete the construction or maintenance contract in cost effective ways while preserving the highest standards of safety and quality called for by the Contract combined with the goals of on time/on budget completion. The approach must still allow for the fact that the members of the team share many common interests yet have differing authorities, interests, and objectives that must be accommodated for the project to be viewed as successful by all parties. It is recognized by VDOT that partnering is a relationship in which:

● Trust and open communications are encouraged and expected by all participants ● All parties move quickly to address and resolve issues at the lowest possible level by

approaching problems from the perspectives and needs of all involved ● All parties have identified common goals and at the same time respect each other’s

individual goals and values ● Partners create an atmosphere conducive to cooperation and teamwork in finding better

solutions to potential problems and issues at hand

II. INFORMAL PARTNERING STRUCTURE It is the business intent of the Department that informal partnering will be required on this project, whereby the spirit and principles of partnering are practiced from onsite field personnel to executive level owners and employees. The VDOT Field Guide to Partnering available on the VDOT website http://www.virginiadot.org/business/resources/partnerfinalallowres.pdf will be the standard reference guide utilized to structure and guide partnering efforts. This guide will be systematically evaluated to incorporate better practices as our partnering efforts evolve. Of particular note is the need for effective and responsive communication between parties to the partnering relationship as emphasized in Section 105.03(d) of the Specifications. Informal partnering need not require the services of a professional facilitator and may be conducted by the actual partnering participants themselves. Informal partnering, and more specifically the Partnering Charter, will not change the legal relationship of the parties to the Contract nor relieve either party from any of the terms of the Contract.

III. PROCEDURES

The following are general procedures for informal partnering and are not to be considered as inclusive or representative of procedural requirements for all projects. Participants shall consult the VDOT Field Guide for Partnering for assistance in developing specific guidelines to those efforts required for their individual projects.

Page 216: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Prior To Project Construction: At least 5 days prior to or in connection with the preconstruction conference the Contractor shall attend a conference with the Engineer at which time he and the Engineer shall discuss the extent of the informal partnering efforts required for the project, how these have been accommodated in the Contractor’s bid and the identity of expectations and stakeholders associated with the project. Informal partnering efforts require the Department and the Contractor to mutually choose a single person from among their collective staffs, or a trained facilitator to be responsible for leading all parties through the VDOT Field Guide to Partnering and any subsequent partnering efforts. Partnering Meetings During Project Construction: In informal partnering efforts the Contractor shall provide a location for regularly scheduled partnering meetings during the construction period. Such meetings will be scheduled as deemed necessary by either party. The Contractor and VDOT will require the attendance of their key decision makers, including subcontractors and suppliers. Both the Contractor and VDOT shall also encourage the attendance of affected utilities, concerned businesses, local government and civic leaders or officials, residents, and consultants, which may vary at different times during the life of the Contract The Department and the Contractor are to agree upon partnering invitees in advance of each meeting. Follow-up partnering workshops may be held throughout the duration of the project as deemed necessary by the Contractor and the Engineer.

IV. MEASUREMENT AND PAYMENT

Informal Partnering, because the extent to which certain partnering activities are pursed is at the Contractor’s option, and may vary according to project complexity, work history between the parties, project duration, the Contractor’s own unique methods, means, and schedule to execute and complete the work, etc.; will not be paid for as a separate bid item but the all costs associated with informal partnering efforts for the duration of the work shall be considered inclusive and incidental to the cost of other appropriate items.

Page 217: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP107-150100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 107.15

December 10, 2010; Reissued July 12, 2016 Section 107.15 of the Specifications is replaced by the following:

Section 107.15—Use of Disadvantaged Business Enterprises (DBEs) A. Disadvantaged Business Enterprise (DBE) Program Requirements

Any Contractor, subcontractor, supplier, DBE firm, and contract surety involved in the performance of work on a federal-aid contract shall comply with the terms and conditions of the United States Department of Transportation (USDOT) DBE Program as the terms appear in Part 26 of the Code of Federal Regulations (49 CFR as amended), the USDOT DBE Program regulations; and the Virginia Department of Transportation’s (VDOT or the Department) Road and Bridge Specifications and DBE Program rules and regulations. For the purposes of this provision, Contractor is defined as the Prime Contractor of the Contract; and sub-contractor is defined as any DBE supplier, manufacturer, or subcontractor performing work or furnishing material, supplies or services to the Contract. The Contractor shall physically include this same contract provision in every supply or work/service subcontract that it makes or executes with a subcontractor having work for which it intends to claim credit. In accordance with 49 CFR Part 26 and VDOT’s DBE Program requirements, the Contractor, for itself and for its subcontractors and suppliers, whether certified DBE firms or not, shall commit to complying fully with the auditing, record keeping, confidentiality, cooperation, and anti-intimidation or retaliation provisions contained in those federal and state DBE Program regulations. By bidding on this contract, and by accepting and executing this contract, the Contractor agrees to assume these contractual obligations and to bind the Contractor’s subcontractors contractually to the same at the Contractor’s expense. The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award, administration, and performance of this contract. Failure by the Contractor to carry out these requirements is a material breach of this contract, which will result in the termination of this contract or other such remedy, as VDOT deems appropriate. All administrative remedies noted in this provision are automatic unless the Contractor exercises the right of appeal within the required timeframe(s) specified herein. Appeal requirements, processes, and procedures shall be in accordance with guidelines stated herein and current at the time of the proceedings. Where applicable, the Department will notify the Contractor of any changes to the appeal requirements, processes, and procedures after receiving notification of the Contractor’s desire to appeal. All time frames referenced in this provision are expressed in business days unless otherwise indicated. Should the expiration of any deadline fall on a weekend or holiday, such deadline will automatically be extended to the next normal business day.

Page 218: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

B. DBE Certification The only DBE firms eligible to perform work on a federal-aid contract for DBE contract goal credit are firms certified as Disadvantaged Business Enterprises by the Virginia Department of Minority Business Enterprise (DMBE) or the Metropolitan Washington Airports Authority (MWAA) in accordance with federal and VDOT guidelines. DBE firms must be certified in the specific work listed for DBE contract goal credit. A directory listing of certified DBE firms can be obtained from the Virginia Department of Minority Business Enterprise and the Metropolitan Washington Airports Authority Internet websites: http://www.dmbe.virginia.gov/ ; http://mwaa.com/362.htm

C. Bank Services

The Contractor and each subcontractor are encouraged to use the services of banks owned and controlled by socially and economically disadvantaged individuals. Such banking services and the fees charged for services typically will not be eligible for DBE Program contract goal credit. Such information is available from the VDOT’s Internet Civil Rights Division website: http://insidevdot/C7/Civil%20Rights/default.aspx

D. DBE Program-Related Certifications Made by Bidders\Contractors

By submitting a bid and by entering into any contract on the basis of that bid, the bidder/Contractor certifies to each of the following DBE Program-related conditions and assurances: 1. That the management and bidding officers of its firm agree to comply with the bidding

and project construction and administration obligations of the USDOT DBE Program requirements and regulations of 49 CFR Part 26 as amended, and VDOT’s Road and Bridge Specifications and DBE Program requirements and regulations.

2. Under penalty of perjury and other applicable penal law that it has complied with the DBE

Program requirements in submitting the bid, and shall comply fully with these requirements in the bidding, award, and execution of the Contract.

3. To ensure that DBE firms have been given full and fair opportunity to participate in the

performance of the Contract. The bidder certifies that all reasonable steps were, and will be, taken to ensure that DBE firms had, and will have, an opportunity to compete for and perform work on the Contract. The bidder further certifies that the bidder shall not discriminate on the basis of race, color, age, national origin, or sex in the performance of the Contract or in the award of any subcontract. Any agreement between a bidder and a DBE whereby the DBE promises not to provide quotations for performance of work to other bidders is prohibited.

4. As a bidder, good faith efforts were made to obtain DBE participation in the proposed contract at or above the goal for DBE participation established by VDOT. It has submitted as a part of its bid true, accurate, complete, and detailed documentation of the good faith efforts it performed to meet the Contract goal for DBE participation. The bidder, by signing and submitting its bid, certifies the DBE participation information submitted within the stated time thereafter is true, correct, and complete, and that the information provided includes the names of all DBE firms that will participate in the Contract, the specific line item(s) that each listed DBE firm will perform, and the creditable dollar amounts of the participation of each listed DBE. The specific line item must reference the VDOT line number and item number contained in the proposal.

Page 219: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

5. The bidder further certifies, by signing its bid, it has committed to use each DBE firm listed for the specific work item shown to meet the Contract goal for DBE participation. Award of the Contract will be conditioned upon meeting these and other listed requirements of 49 CFR Part 26.53 and the contract documents. By signing the bid, the bidder certifies on work that it proposes to sublet; it has made good faith efforts to seek out and consider DBEs as potential subcontractors. The bidder shall contact DBEs to solicit their interest, capability, and prices in sufficient time to allow them to respond effectively, and shall retain on file proper documentation to substantiate its good faith efforts. Award of the Contract will be conditioned upon meeting these and other listed requirements of 49 CFR Part 26.53 and the contract documents.

6. Once awarded the Contract, the Contractor shall make good faith efforts to utilize DBE firms to perform work designated to be performed by DBEs at or above the amount or percentage of the dollar value specified in the bidding documents. Further, the Contractor understands it shall not unilaterally terminate, substitute for, or replace any DBE firm that was designated in the executed contract in whole or in part with another DBE, any non-DBE firm, or with the Contractor's own forces or those of an affiliate of the Contractor without the prior written consent of VDOT as set out within the requirements of this provision.

7. Once awarded the contract, the Contractor shall designate and make known to the Department a liaison officer who is assigned the responsibility of administering and promoting an active and inclusive DBE program as required by 49 CFR Part 26 for DBEs. The designation and identity of this officer need be submitted only once by the Contractor during any twelve (12) month period at the preconstruction conference for the first contract the Contractor has been awarded during that reporting period. The Department will post such information for informational and administrative purposes at VDOT’s Internet Civil Rights Division website.

8. Once awarded the Contract, the Contractor shall comply fully with all regulatory and contractual requirements of the USDOT DBE Program, and that each DBE firm participating in the Contract shall fully perform the designated work items with the DBE’s own forces and equipment under the DBE’s direct supervision, control, and management. Where a contract exists and where the Contractor, DBE firm, or any other firm retained by the Contractor has failed to comply with federal or VDOT DBE Program regulations and/or their requirements on that contract, VDOT has the authority and discretion to determine the extent to which the DBE contract regulations and\or requirements have not been met, and will assess against the Contractor any remedies available at law or provided in the Contract in the event of such a contract breach.

9. In the event a bond surety assumes the completion of work, if for any reason VDOT has

terminated the prime Contractor, the surety shall be obligated to meet the same DBE contract terms and requirements as were required of the original prime Contractor in accordance with the requirements of this specification.

E. Disqualification of Bidder

Bidders may be disqualified from bidding for failure to comply with the requirements of this Special Provision, the Contract specifications, and VDOT Road and Bridge Specifications.

Page 220: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

F. Bidding Procedures

The following bidding procedures shall apply to the Contract for DBE Program compliance purposes: 1. Contract Goal, Good Faith Efforts Specified: All bidders evidencing the attainment of

DBE goal commitment equal to or greater than the required DBE goal established for the project must submit completed Form C-111, Minimum DBE Requirements, and Form C-48, Subcontractor/Supplier Solicitation and Utilization, as a part of the bid documents. Form C-111 may be submitted electronically or may be faxed to the Department, but in no case shall the bidder’s Form C-111 be received later than 10:00 a.m. the next business day after the time stated in the bid proposal for the receipt of bids. Form C-48 must be received within ten (10) business days after the bid opening. If, at the time of submitting its bid, the bidder knowingly cannot meet or exceed the required DBE contract goal, it shall submit Form C-111 exhibiting the DBE participation it commits to attain as a part of its bid documents. The bidder shall then submit Form C-49, DBE Good Faith Efforts Documentation, within two (2) business days after the bid opening. The lowest responsive and responsible bidder must submit its properly executed Form C-112, Certification of Binding Agreement, within three (3) business days after the bids are received. DBEs bidding as prime contractors are not required to submit Form C-112 unless they are utilizing other DBEs as subcontractors. If, after review of the apparent lowest bid, VDOT determines the DBE requirements have not been met, the apparent lowest successful bidder must submit Form C-49, DBE Good Faith Efforts Documentation, which must be received by the Contract Engineer within two (2) business days after official notification of such failure to meet the aforementioned DBE requirements. Forms C-48, C-49, C-111, and C-112 can be obtained from the VDOT website at: http://vdotforms.vdot.virginia.gov/ Instructions for submitting Form C-111 can be obtained from the VDOT website at: http://www.virginiadot.org/business/resources/const/Exp_DBE_Commitments.pdf

2. Bid Rejection: The failure of a bidder to submit the required documentation within the timeframes specified in the Contract Goal, Good Faith Efforts Specified section of this Special Provision may be cause for rejection of that bidder’s bid.

If the lowest bidder is rejected for failure to submit the required documentation in the specified time frames, the Department may award the work to the next lowest bidder, or re-advertise the proposed work at a later date or proceed otherwise as determined by the Commonwealth.

3. Good Faith Efforts Described: In order to award a contract to a bidder that has failed to

meet DBE contract goal requirements, VDOT will determine if the bidder’s efforts were adequate good faith efforts, and if given all relevant circumstances, those efforts were made actively and aggressively to meet the DBE requirements. Efforts to obtain DBE participation are not good faith efforts if they could not reasonably be expected to produce a level of DBE participation sufficient to meet the DBE Program and contract goal requirements.

Page 221: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Good faith efforts may be determined through use of the following list of the types of actions the bidder may make to obtain DBE participation. This is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts of similar intent may be relevant in appropriate cases: (a) Soliciting through reasonable and available means, such as but not limited to,

attendance at pre-bid meetings, advertising, and written notices to DBEs who have the capability to perform the work of the Contract. Examples include: advertising in at least one daily/weekly/monthly newspaper of general circulation, as applicable; phone contact with a completely documented telephone log, including the date and time called, contact person, or voice mail status; and internet contacts with supporting documentation, including dates advertised. The bidder shall solicit this interest no less than five (5) business days before the bids are due so that the solicited DBEs have enough time to reasonably respond to the solicitation. The bidder shall determine with certainty if the DBEs are interested by taking reasonable steps to follow up initial solicitations as evidenced by documenting such efforts as requested on Form C-49, DBE Good Faith Efforts Documentation.

(b) Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the Contractor might otherwise prefer to completely perform all portions of this work in its entirety or use its own forces;

(c) Providing interested DBEs with adequate information about the plans, specifications, and requirements of the Contract in a timely manner, which will assist the DBEs in responding to a solicitation;

(d) Negotiating for participation in good faith with interested DBEs;

1. Evidence of such negotiation shall include the names, addresses, and telephone

numbers of DBEs that were considered; dates DBEs were contacted; a description of the information provided regarding the plans, specifications, and requirements of the Contract for the work selected for subcontracting; and, if insufficient DBE participation seems likely, evidence as to why additional agreements could not be reached for DBEs to perform the work;

2. A bidder using good business judgment should consider a number of factors in

negotiating with subcontractors, including DBE subcontractors, and should take a firm’s price, qualifications, and capabilities, as well as contract goals, into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not sufficient reason for a bidder’s failure to meet the Contract goal for DBE participation, as long as such costs are reasonable and comparable to costs customarily appropriate to the type of work under consideration. Also, the ability or desire of a bidder to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make diligent good faith efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price difference can be shown by the bidder to be excessive, unreasonable, or greater than would normally be expected by industry standards;

(e) A bidder cannot reject a DBE as being unqualified without sound reasons based on a

thorough investigation of the DBE’s capabilities. The DBE’s standing within its industry, membership in specific groups, organizations, associations, and political or social affiliations, and union vs. non-union employee status are not legitimate causes

Page 222: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

for the rejection or non-solicitation of bids in the bidder’s efforts to meet the project goal for DBE participation;

(f) Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or

insurance as required by VDOT or by the bidder/Contractor; (g) Making efforts to assist interested DBEs in obtaining necessary equipment, supplies,

materials, or related assistance or services subject to the restrictions contained in these provisions;

(h) Effectively using the services of appropriate personnel from VDOT and from DMBE;

available minority/women community or minority organizations; contractors’ groups; local, state, and Federal minority/ women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and utilization of qualified DBEs.

G. Documentation and Administrative Reconsideration of Good Faith Efforts

During Bidding: As described in the Contract Goal, Good Faith Efforts Specified section of this Special Provision, the bidder must provide Form C-49, DBE Good Faith Efforts Documentation, of its efforts made to meet the DBE contract goal as proposed by VDOT within the time frame specified in this provision. The means of transmittal and the risk for timely receipt of this information shall be the responsibility of the bidder. The bidder shall attach additional pages to the certification, if necessary, in order to fully detail specific good faith efforts made to obtain the DBE firms participation in the proposed contract work. However, regardless of the DBE contract goal participation level proposed by the bidder or the extent of good faith efforts shown, all bidders shall timely and separately file their completed and executed forms C-111, C-112, C-48, and C-49, as aforementioned, or face potential bid rejection. If a bidder does not submit its completed and executed forms C-111, or C-112, when required by this Special Provision, the bidder’s bid will be considered non-responsive and may be rejected. Where the Department upon initial review of the bid results determines the apparent low bidder has failed or appears to have failed to meet the requirements of the Contract Goal, Good Faith Efforts Specified section of this Special Provision and has failed to adequately document that it made a good faith effort to achieve sufficient DBE participation as specified in the bid proposal, that firm upon notification of the Department’s initial determination will be offered the opportunity for administrative reconsideration before VDOT rejects that bid as non-responsive. The bidder shall address such request for reconsideration in writing to the Contract Engineer within five (5) business days of receipt of notification by the Department and shall be given the opportunity to discuss the issue and present its evidence in person to the Administrative Reconsideration Panel. The Administrative Reconsideration Panel will be made up of VDOT Division Administrators or their designees, none of who took part in the initial determination that the bidder failed to make the goal or make adequate good faith efforts to do so. After reconsideration, VDOT shall notify the bidder in writing of its decision and explain the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. If, after reconsideration, the Department determines the bidder has failed to meet the requirements of the Contract goal and has failed to make adequate good faith efforts to achieve the level of DBE participation as specified in the bid proposal, the bidder’s bid will be rejected.

Page 223: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

If sufficient documented evidence is presented to demonstrate that the apparent low bidder made reasonable good faith efforts, the Department will award the Contract and reduce the DBE requirement to the actual commitment identified by the lowest successful bidder at the time of its bid. The Contractor is still encouraged to seek additional DBE participation during the life of the Contract.

However, such action will not relieve the Contractor of its responsibility for complying with the reduced DBE requirement during the life of the Contract or any administrative sanctions as may be appropriate. During the Contract: If a DBE, through no fault of the Contractor, is unable or unwilling to fulfill his agreement with the Contractor, the Contractor shall immediately notify the Department and provide all relevant facts. If a Contractor relieves a DBE subcontractor of the responsibility to perform work under their subcontract, the Contractor is encouraged to take the appropriate steps to obtain a DBE to perform an equal dollar value of the remaining subcontracted work. In such instances, the Contractor is expected to seek DBE participation towards meeting the goal during the performance of the Contract. If the Contractor fails to conform to the schedule of DBE participation as shown on the progress schedule, or at any point at which it is clearly evident that the remaining dollar value of allowable credit for performing work is insufficient to obtain the scheduled participation, and the Contractor has not taken the preceding actions, the Contractor and any aforementioned affiliates may be subject to disallowance of DBE credit until such time as conformance with the schedule of DBE participation is achieved. Project Completion: If the Contractor fails upon completion of the project to meet the required participation, the Contractor and any prime contractual affiliates, as in the case of a joint venture, may be enjoined from bidding as a prime Contractor, or participating as a subcontractor on VDOT projects for a period of 90 days. Prior to enjoinment from bidding or denial to participate as a subcontractor for failure to comply with participation requirements, as provided hereinbefore, the Contractor may submit documentation to the State Construction Engineer to substantiate that failure was due solely to quantitative underrun(s), elimination of items subcontracted to DBEs, or to circumstances beyond their control, and that all feasible means have been used to obtain the required participation. The State Construction Engineer upon verification of such documentation shall make a determination whether or not the Contractor has met the requirements of the Contract. If it is determined that the aforementioned documentation is insufficient or the failure to meet required participation is due to other reasons, the Contractor may request an appearance before the Administrative Reconsideration Panel to establish that all feasible means were used to meet such participation requirements. The decision of the Administrative Reconsideration Panel shall be administratively final. If the decision is made to enjoin the Contractor from bidding on other VDOT work as described herein, the enjoinment period will begin upon the Contractor’s failure to request a hearing within the designated time frame or upon the Administrative Reconsideration Panel’s decision to enjoin, as applicable.

Page 224: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

H. DBE Participation for Contract Goal Credit

DBE participation on the Contract will count toward meeting the DBE contract goal in accordance with the following criteria: 1. Cost-plus subcontracts will not be considered to be in accordance with normal industry

practice and will not normally be allowed for credit. 2. The applicable percentage of the total dollar value of the Contract or Subcontract

awarded to the DBE will be counted toward meeting the Contract goal for DBE participation in accordance with the DBE Program-Related Certifications Made by Bidders\Contractors section of this Special Provision for the value of the work, goods, or services that are actually performed or provided by the DBE firm itself or subcontracted by the DBE to other DBE firms.

3. When a DBE performs work as a participant in a joint venture with a non-DBE firm, the Contractor may count toward the DBE goal only that portion of the total dollar value of the Contract equal to the distinctly defined portion of the Contract work that the DBE has performed with the DBE’s own forces or in accordance with the provisions of this Section. The Department shall be contacted in advance regarding any joint venture involving both a DBE firm and a non-DBE firm to coordinate Department review and approval of the joint venture’s organizational structure and proposed operation where the Contractor seeks to claim the DBE’s credit toward the DBE contract goal.

4. When a DBE subcontracts part of the work of the Contract to another firm, the value of that subcontracted work may be counted toward the DBE contract goal only if the DBE's subcontractor at a lower tier is a certified DBE. Work that a DBE subcontracts to either a non-DBE firm or to a non-certified DBE firm will not count toward the DBE contract goal. The cost of supplies and equipment a DBE subcontractor purchases or leases from the prime Contractor or the prime’s affiliated firms will not count toward the Contract goal for DBE participation.

5. The Contractor may count expenditures to a DBE subcontractor toward the DBE contract goal only if the DBE performs a Commercially Useful Function (CUF) on that contract.

6. A Contractor may not count the participation of a DBE subcontractor toward the Contractor's final compliance with the DBE contract goal obligations until the amount being counted has actually been paid to the DBE. A Contractor may count sixty (60) percent of its expenditures actually paid for materials and supplies obtained from a DBE certified as a regular dealer, and one hundred (100) percent of such expenditures actually paid for materials and supplies obtained from a certified DBE manufacturer. (a) For the purposes of this Special Provision, a regular dealer is defined as a firm that

owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles, or equipment required and used under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the DBE firm shall be an established business that regularly engages, as its principal business and under its own name, in the purchase and sale or lease of the products or equipment in question. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions will not be considered regular dealers.

(b) A DBE firm may be a regular dealer in such bulk items as petroleum products, steel,

cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business where it keeps such items in stock if the DBE both owns and operates distribution equipment for the products it sells and provides for the Contract work.

Page 225: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Any supplementation of a regular dealer's own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis to be eligible for credit to meet the DBE contract goal.

(c) If a DBE regular dealer is used for DBE contract goal credit, no additional credit will

be given for hauling or delivery to the project site goods or materials sold by that DBE regular dealer. Those delivery costs shall be deemed included in the price charged for the goods or materials by the DBE regular dealer, who shall be responsible for their distribution.

(d) For the purposes of this Special Provision, a manufacturer will be defined as a firm

that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the project specifications. A manufacturer shall include firms that produce finished goods or products from raw or unfinished material, or purchase and substantially alter goods and materials to make them suitable for construction use before reselling them.

(g) A Contractor may count toward the DBE contract goal the following expenditures to

DBE firms that are not regular dealers or manufacturers for DBE program purposes:

1. The entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant or managerial services, or for providing bonds or insurance specifically required for the performance of the federal-aid contract, if the fee is reasonable and not excessive or greater than would normally be expected by industry standards for the same or similar services.

2. The entire amount of that portion of the construction contract that is performed by

the DBE's own forces and equipment under the DBE's supervision. This includes the cost of supplies and materials ordered and paid for by the DBE for contract work, including supplies purchased or equipment leased by the DBE, except supplies and equipment a DBE subcontractor purchases or leases from the prime Contractor or its affiliates.

(h) A Contractor may count toward the DBE contract goal one hundred (100) percent of

the fees paid to a DBE trucker or hauler for the delivery of material and supplies required on the project job site, but not for the cost of those materials or supplies themselves, provided that the trucking or hauling fee is determined by VDOT to be reasonable, as compared with fees customarily charged by non-DBE firms for similar services. A Contractor shall not count costs for the removal or relocation of excess material from or on the job site when the DBE trucking company is not the manufacturer of or a regular dealer in those materials and supplies. The DBE trucking firm shall also perform a Commercially Useful Function (CUF) on the project and not operate merely as a pass through for the purposes of gaining credit toward the DBE contract goal. Prior to submitting a bid, the Contractor shall determine, or contact the VDOT Civil Rights Division or its district Offices for assistance in determining, whether a DBE trucking firm will meet the criteria for performing a CUF on the project. See section on Miscellaneous DBE Program Requirements; Factors used to Determine if a DBE Trucking Firm is Performing a CUF.

(i) The Contractor will receive DBE contract goal credit for the fees or commissions

charged by and paid to a DBE broker who arranges or expedites sales, leases, or other project work or service arrangements provided that those fees are determined by VDOT to be reasonable and not excessive as compared with fees customarily charged by non-DBE firms for similar services. For the purposes of this Special

Page 226: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Provision, a broker is defined as a person or firm that regularly engages in arranging for delivery of material, supplies, and equipment, or regularly arranges for the providing of project services as a course of routine business but does not own or operate the delivery equipment necessary to transport materials, supplies, or equipment to or from a job site.

I. Performing a Commercially Useful Function (CUF)

No credit toward the DBE contract goal will be allowed for contract payments or expenditures to a DBE firm if that DBE firm does not perform a CUF on that contract. A DBE performs a CUF when the DBE is solely responsible for execution of a distinct element of the Contract work and the DBE actually performs, manages, and supervises the work involved with the firm’s own forces or in accordance with the provisions of the DBE Participation for Contract Goal Credit section of this Special Provision. To perform a CUF the DBE alone shall be responsible and bear the risk for the material and supplies used on the Contract, selecting a supplier or dealer from those available, negotiating price, determining quality and quantity, ordering the material and supplies, installing those materials with the DBE’s own forces and equipment, and paying for those materials and supplies. The amount the DBE firm is to be paid under the Contract shall be commensurate with the work the DBE actually performs and the DBE credit claimed for the DBE’s performance.

Monitoring CUF Performance: It shall be the Contractor's responsibility to ensure that all DBE firms selected for subcontract work on the Contract, for which he seeks to claim credit toward the Contract goal, perform a CUF. Further, the Contractor is responsible for and shall ensure that each DBE firm fully performs the DBE’s designated tasks with the DBE’s own forces and equipment under the DBE’s own direct supervision and management or in accordance with the provisions of the DBE Participation for Contract Goal Credit section of this Special Provision. For the purposes of this provision the DBE‘s equipment will mean either equipment directly owned by the DBE as evidenced by title, bill of sale or other such documentation, or leased by the DBE, and over which the DBE has control as evidenced by the leasing agreement from a firm not owned in whole or part by the prime Contractor or an affiliate of the Contractor under this contract.

VDOT will monitor the Contractor’s DBE involvement during the performance of the Contract. However, VDOT is under no obligation to warn the Contractor that a DBE's participation will not count toward the goal.

DBEs Must Perform a Useful and Necessary Role in Contract Completion: A DBE does not perform a commercially useful function if the DBE’s role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. DBEs Must Perform The Contract Work With Their Own Workforces: If a DBE does not perform and exercise responsibility for at least thirty (30) percent of the total cost of the DBE’s contract with the DBE’s own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involve, VDOT will presume that the DBE is not performing a CUF and such participation will not be counted toward the Contract goal. VDOT Makes Final Determination On Whether a CUF Is Performed: VDOT has the final authority to determine whether a DBE firm has performed a CUF on a federal-aid contract. To determine whether a DBE is performing or has performed a CUF, VDOT will evaluate the amount of work subcontracted by that DBE firm or performed by other firms and the extent of the involvement of other firms’ forces and equipment. Any DBE work performed by the Contractor or by employees or equipment of the Contractor shall be subject to disallowance

Page 227: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

under the DBE Program, unless the independent validity and need for such an arrangement and work is demonstrated.

J. Verification of DBE Participation and Imposed Damages

Within fourteen days after contract execution, the Contractor shall submit to the Responsible Engineer, with a copy to the District Civil Rights Office (DCRO), a fully executed subcontract agreement for each DBE used to claim credit in accordance with the requirements stated on Form C-112. The subcontract agreement shall be executed by both parties stating the work to be performed, the details or specifics concerning such work, and the price which will be paid to the DBE subcontractor. Because of the commercial damage that the Contractor and its DBE subcontractor could suffer if their subcontract pricing, terms, and conditions were known to competitors, the Department staff will treat subcontract agreements as proprietary Contractor trade secrets with regard to Freedom of Information Act requests. In lieu of subcontract agreements, purchase orders may be submitted for haulers, suppliers, and manufacturers. These too, will be treated confidentially and protected. Such purchase orders must contain, as a minimum, the following information: authorized signatures of both parties; description of the scope of work to include contract item numbers, quantities, and prices; and required federal contract provisions. The Contractor shall also furnish, and shall require each subcontractor to furnish, information relative to all DBE involvement on the project for each quarter during the life of the Contract in which participation occurs and verification is available. The information shall be indicated on Form C-63, DBE and SWAM Payment Compliance Report. The department reserves the right to request proof of payment via copies of cancelled checks with appropriate identifying notations. Failure to provide Form C-63 to the District Civil Rights Office (DCRO) within five (5) business days after the reporting period may result in delay of approval of the Contractor’s monthly progress estimate for payment. The names and certification numbers of DBE firms provided by the Contractor on the various forms indicated in this Special Provision shall be exactly as shown on the DMBE’s or MWAA’s latest list of certified DBEs. Signatures on all forms indicated herein shall be those of authorized representatives of the Contractor as shown on the Prequalification Application, Form C-32 or the Prequalification/Certification Renewal Application, Form C-32A, or authorized by letter from the Contractor. If DBE firms are used which have not been previously documented with the Contractor’s bid and for which the Contractor now desires to claim credit toward the project goal, the Contractor shall be responsible for submitting necessary documentation in accordance with the procedures stipulated in this Special Provision to cover such work prior to the DBE beginning work. Form C-63 can be obtained from the VDOT website at: http://vdotforms.vdot.virginia.gov/ The Contractor shall submit to the Responsible Engineer its progress schedule with a copy to the DCRO, as required by Section 108.03 of the Specifications or other such specific contract scheduling specification that may include contractual milestones, i.e., monthly or VDOT requested updates. The Contractor shall include a narrative of applicable DBE activities relative to work activities of the Contractor’s progress schedule, including the approximate start times and durations of all DBE participation to be claimed for credit that shall result in full achievement of the DBE goal required in the Contract. On contracts awarded on the basis of good faith efforts, narratives or other agreeable format of schedule information requirements and subsequent progress determination shall be based on the commitment information shown on the latest Form C-111 as compared with the appropriate Form C-63. Prior to beginning any major component or quarter of the work, as applicable, in which DBE work is to be performed, the Contractor shall furnish a revised Form C-111 showing the name(s) and certification number(s) of any current DBEs not previously submitted who will

Page 228: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

perform the work during that major component or quarter for which the Contractor seeks to claim credit toward the Contract DBE goal. The Contractor shall obtain the prior approval of the Department for any assistance it may provide to the DBE beyond its existing resources in executing its commitment to the work in accordance with the requirements listed in the Good Faith Efforts Described section of this Special Provision. If the Contractor is aware of any assistance beyond a DBE’s existing resources that the Contractor, or another subcontractor, may be contemplating or may deem necessary and that have not been previously approved, the Contractor shall submit a new or revised narrative statement for VDOT’s approval prior to assistance being rendered. If the Contractor fails to comply with correctly completing and submitting any of the required documentation requested by this provision within the specified time frames, the Department will withhold payment of the monthly progress estimate until such time as the required submissions are received VDOT. Where such failures to provide required submittals or documentation are repeated the Department will move to enjoin the Contractor and any prime contractual affiliates, as in the case of a joint venture, from bidding as a prime Contractor, or participating as a subcontractor on VDOT projects until such submissions are received.

K. Documentation Required for Semi-final Payment

On those projects nearing completion, the Contractor must submit Form C-63 marked “Semi-Final” within twenty (20) days after the submission of the last regular monthly progress estimate to the DCRO. The form must include each DBE used on the Contract work and the work performed by each DBE. The form shall include the actual dollar amount paid to each DBE for the accepted creditable work on the Contract. The form shall be certified under penalty of perjury, or other applicable law, to be accurate and complete. VDOT will use this certification and other information available to determine applicable DBE credit allowed to date by VDOT and the extent to which the DBEs were fully paid for that work. The Contractor shall acknowledge by the act of filing the form that the information is supplied to obtain payment regarding a federal participation contract. A letter of certification, signed by both the prime Contractor and appropriate DBEs, will accompany the form, indicating the amount, including any retainage, if present, that remains to be paid to the DBE(s).

L. Documentation Required for Final Payment

On those projects that are complete, the Contractor shall submit a final Form C-63 marked “Final” to the DCRO, within thirty (30) days of the final estimate. The form must include each DBE used on the Contract and the work performed by each DBE. The form shall include the actual dollar amount paid to each DBE for the creditable work on the Contract. VDOT will use this form and other information available to determine if the Contractor and DBEs have satisfied the DBE contract goal percentage specified in the Contract and the extent to which credit was allowed. The Contractor shall acknowledge by the act of signing and filing the form that the information is supplied to obtain payment regarding a federal participation contract.

M. Prompt Payment Requirements

The Contractor shall make prompt and full payment to the subcontractor(s) of any retainage held by the prime Contractor after the subcontractor’s work is satisfactorily completed. For purposes of this Special Provision, a subcontractor’s work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished, documented, and accepted as required by the contract documents by VDOT. When VDOT has made partial acceptance of a portion of the prime contract, the Department will consider the work of any subcontractor covered by that partial acceptance to be satisfactorily completed. Payment will

Page 229: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

be made in accordance with the requirements of Section 107.01, Section 109.08, and Section 109.09 of the Specifications. Upon VDOT’s payment of the subcontractor’s portion of the work as shown on the monthly progress estimate and the receipt of payment by the Contractor for such work, the Contractor shall make compensation in full to the subcontractor for that portion of the work satisfactorily completed and accepted by the Department. For the purposes of this Special Provision, payment of the subcontractor’s portion of the work shall mean the Contractor has issued payment in full, less agreed upon retainage, if any, to the subcontractor for that portion of the subcontractor’s work that VDOT paid to the Contractor on the monthly progress estimate. The Contractor shall make payment of the subcontractor’s portion of the work within seven (7) days of the receipt of payment from VDOT in accordance with the requirements of Section 107.01, Section 109.08, and Section 109.09 of the Specifications. If the Contractor fails to make payment for the subcontractor’s portion of the work within the time frame specified herein, the subcontractor shall contact the Responsible Engineer and the Contractor’s bonding company in writing. The bonding company and VDOT will investigate the cause for non-payment and, barring mitigating circumstances that would make the subcontractor ineligible for payment, ensure payment in accordance with the requirements of Section 107.01, Section 109.08, and Section 109.09 of the Specifications. By bidding on this contract, and by accepting and executing this contract, the Contractor agrees to assume these contractual obligations, and to bind the Contractor’s subcontractors contractually to those prompt payment requirements. Nothing contained herein shall preclude the Contractor from withholding payment to the subcontractor in accordance with the terms of the subcontract in order to protect the Contractor from loss or cost of damage due to a breach of agreement by the subcontractor.

N. Miscellaneous DBE Program Requirements

Loss of DBE Eligibility: When a DBE firm has been removed from eligibility as a certified DBE firm, the following actions will be taken: 1. When a Bidder/Contractor has made a commitment to use a DBE firm that is not

currently certified, thereby making the Contractor ineligible to receive DBE participation credit for work performed, and a subcontract has not been executed, the ineligible DBE firm does not count toward either the Contract goal or overall goal. The Contractor shall meet the Contract goal with a DBE firm that is eligible to receive DBE credit for work performed, or must demonstrate to the Contract Engineer that it has made good faith efforts to do so.

2. When a Bidder/Contractor has executed a subcontract with a certified DBE firm prior to official notification of the DBE firm’s loss of eligibility, the Contractor may continue to use the firm on the Contract and shall continue to receive DBE credit toward its DBE goal for the subcontractor’s work.

3. When VDOT has executed a prime contract with a DBE firm that is certified at the time of contract execution but that is later ruled ineligible, the portion of the ineligible firm’s performance on the Contract before VDOT has issued the notice of its ineligibility shall count toward the Contract goal.

Termination of DBE: If a certified DBE subcontractor is terminated, or fails, refuses, or is unable to complete the work on the Contract for any reason, the Contractor must promptly

Page 230: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

request approval to substitute or replace that firm in accordance with this section of this Special Provision. The Contractor, as aforementioned in DBE Program-Related Certifications Made by Bidders/Contractors, shall notify VDOT in writing before terminating and/or replacing the DBE that was committed as a condition of contract award or that is otherwise being used or represented to fulfill DBE contract obligations during the Contract performance period. Written consent from the Department for terminating the performance of any DBE shall be granted only when the Contractor can demonstrate that the DBE is unable, unwilling, or ineligible to perform its obligations for which the Contractor sought credit toward the Contract DBE goal. Such written consent by the Department to terminate any DBE shall concurrently constitute written consent to substitute or replace the terminated DBE with another DBE. Consent to terminate a DBE shall not be based on the Contractor’s ability to negotiate a more advantageous contract with another subcontractor whether that subcontractor is, or is not, a certified DBE.

1. All Contractor requests to terminate, substitute, or replace a certified DBE shall be in

writing, and shall include the following information:

(a) The date the Contractor determined the DBE to be unwilling, unable, or ineligible to perform.

(b) The projected date that the Contractor shall require a substitution or replacement DBE to commence work if consent is granted to the request.

(c) A brief statement of facts describing and citing specific actions or inaction by the DBE giving rise to the Contractor’s assertion that the DBE is unwilling, unable, or ineligible to perform;

(d) A brief statement of the affected DBE’s capacity and ability to perform the work as determined by the Contractor;

(e) A brief statement of facts regarding actions taken by the Contractor which are believed to constitute good faith efforts toward enabling the DBE to perform;

(f) The current percentage of work completed on each bid item by the DBE;

(g) The total dollar amount currently paid per bid item for work performed by the DBE;

(h) The total dollar amount per bid item remaining to be paid to the DBE for work completed, but for which the DBE has not received payment, and with which the Contractor has no dispute;

(i) The total dollar amount per bid item remaining to be paid to the DBE for work completed, but for which the DBE has not received payment, and over which the Contractor and/or the DBE have a dispute.

2. Contractor’s Written Notice to DBE of Pending Request to Terminate and Substitute with another DBE.

The Contractor shall send a copy of the “request to terminate and substitute” letter to the affected committed DBE firm, in conjunction with submitting the request to the DCRO. The affected DBE firm may submit a response letter to the Department within two (2) business days of receiving the notice to terminate from the Contractor. The affected DBE firm shall explain its position concerning performance on the committed work. The

Page 231: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Department will consider both the Contractor’s request and the DBE’s response and explanation before approving the Contractor’s termination and substitution request, or determining if any action should be taken against the Contractor. If, after making its best efforts to deliver a copy of the “request to terminate and substitute” letter, the Contractor is unsuccessful in notifying the affected DBE firm, the Department will verify that the affected, committed DBE firm is unable or unwilling to continue the Contract. The Department will immediately approve the Contractor’s request for a substitution.

3. Proposed Substitution of Another Certified DBE

Upon termination of a DBE, the Contractor shall use reasonable good faith efforts to replace the terminated DBE. The termination of such DBE shall not relieve the Contractor of its obligations pursuant to this section, and the unpaid portion of the terminated DBE’s contract will not be counted toward the Contract goal.

When a DBE substitution is necessary, the Contractor shall submit an amended Form C-111 with the name of another DBE firm, the proposed work to be performed by that firm, and the dollar amount of the work to replace the unfulfilled portion of the work of the originally committed DBE firm. The Contractor shall furnish all pertinent information including the Contract I.D. number, project number, bid item, item description, bid unit and bid quantity, unit price, and total price. In addition, the Contractor shall submit documentation for the requested substitute DBE as described in this section of this Special Provision. Should the Contractor be unable to commit the remaining required dollar value to the substitute DBE, the Contractor shall provide written evidence of good faith efforts made to obtain the substitute value requirement. The Department will review the quality, thoroughness, and intensity of those efforts. Efforts that are viewed by VDOT as merely superficial or pro-forma will not be considered good faith efforts to meet the Contract goal for DBE participation. The Contractor must document the steps taken that demonstrated its good faith efforts to obtain participation as set forth in the Good Faith Efforts Described section of this Special Provision.

Factors Used to determine if a DBE Trucking Firm is performing a CUF: The following factors will be used to determine whether a DBE trucking company is performing a CUF: 1. To perform a CUF the DBE trucking firm shall be completely responsible for the

management and supervision of the entire trucking operation for which the DBE is responsible by subcontract on a particular contract. There shall not be a contrived arrangement, including, but not limited to, any arrangement that would not customarily and legally exist under regular construction project subcontracting practices for the purpose of meeting the DBE contract goal;

2. The DBE must own and operate at least one fully licensed, insured, and operational truck

used in the performance of the Contract work. This does not include a supervisor’s pickup truck or a similar vehicle that is not suitable for and customarily used in hauling the necessary materials or supplies;

3. The DBE receives full contract goal credit for the total reasonable amount the DBE is

paid for the transportation services provided on the Contract using trucks the DBE owns, insures, and operates using drivers that the DBE employs and manages;

Page 232: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

4. The DBE may lease trucks from another certified DBE firm, including from an owner-operator who is certified as a DBE. The DBE firm that leases trucks from another DBE will receive credit for the total fair market value actually paid for transportation services the lessee DBE firm provides on the Contract;

5. The DBE may also lease trucks from a non-DBE firm, including an owner-operator. The

DBE who leases trucks from a non-DBE is entitled to credit for the total value of the transportation services provided by non-DBE lessees, not to exceed the value of transportation services provided by DBE-owned trucks on the Contract. For additional participation by non-DBE lessees, the DBE will only receive credit for the fee or commission it receives as a result of the lease arrangement.

EXAMPLE

DBE Firm X uses two (2) of its own trucks on a contract. The firm leases two (2) trucks from DBE Firm Y and six (6) trucks from non-DBE Firm Z.

Firm X

Value of Trans. Serv.

(For Illustrative Purposes Only)

Truck 1 Owned by DBE $100 per day Truck 2 Owned by DBE $100 per day Firm Y

Truck 1 Leased from DBE $110 per day Truck 2 Leased from DBE $110 per day Firm Z

Truck 1 Leased from Non DBE $125 per day Truck 2 Leased from Non DBE $125 per day Truck 3 Leased from Non DBE $125 per day Truck 4 Leased from Non DBE $125 per day Truck 5 Leased from Non DBE* $125 per day Truck 6 Leased from Non DBE* $125 per day

DBE credit would be awarded for the total transportation services provided by DBE Firm X and DBE Firm Y, and may also be awarded for the total value of transportation services by four (4) of the six (6) trucks provided by non-DBE Firm Z (not to exceed the value of transportation services provided by DBE-owned trucks).

Credit = 8 Trucks Total Value of Transportation Services = $820

In all, full DBE credit would be allowed for the participation of eight (8) trucks (twice the number of DBE trucks owned and leased) and the dollar value attributable to the Value of Transportation Services provided by the 8 trucks. * With respect to the other two trucks provided by non-DBE Firm Z, DBE credit could be awarded only for the fees or commissions pertaining to those trucks that DBE Firm X receives as a result of the lease with non-DBE Firm Z.

Page 233: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

6. For purposes of this section, the lease must indicate that the DBE firm leasing the truck has exclusive use of and control over the truck. This will not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, provided the lease gives the DBE absolute priority for and control over the use of the leased truck. Leased trucks must display the name and identification number of the DBE firm that has leased the truck at all times during the life of the lease.

Data Collection: In accordance with 49CFR Section 26.11, all firms bidding on prime contracts and bidding or quoting subcontracts on federal-aid projects shall provide the following information to the Contract Engineer annually.

o Firm name

o Firm address

o Firm’s status as a DBE or non-DBE

o The age of the firm and

o The annual gross receipts of the firm The means of transmittal and the risk for timely receipt of this information shall be the responsibility of the bidder. However, the above information can be submitted by means of the Annual Gross Receipts Survey as required in the Prequalification/Certification application. All bidders, including DBE prime Contractor bidders, shall complete and submit to the Contract Engineer the Subcontractor/Supplier Solicitation and Utilization Form C-48 for each bid submitted; to be received within ten (10) business days after the bid opening. Failure of bidders to submit this form in the time frame specified may be cause for disqualification of the bidder and rejection of their bid in accordance with the requirements of this Special Provision, the Contract specifications, and VDOT Road and Bridge specifications.

O. Suspect Evidence of Criminal Behavior

Failure of a bidder, Contractor, or subcontractor to comply with the Virginia Department of Transportation Road and Bridge Specifications and these Special Provisions wherein there appears to be evidence of criminal conduct shall be referred to the Attorney General for the Commonwealth of Virginia and/or the FHWA Inspector General for criminal investigation and, if warranted, prosecution.

Suspected DBE Fraud

In appropriate cases, VDOT will bring to the attention of the U. S. Department of Transportation (USDOT) any appearance of false, fraudulent, or dishonest conduct in connection with the DBE program, so that USDOT can take the steps, e.g., referral to the Department of Justice for criminal prosecution, referral to the USDOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules provided in 49CFR Part 31.

P. Summary of Remedies for Non-Compliance with DBE Program Requirements

Failure of any bidder\Contractor to comply with the requirements of this Special Provision for Section 107.15 of the Virginia Road and Bridge Specifications, which is deemed to be a condition of bidding, or where a contract exists, is deemed to constitute a breach of contract shall be remedied in accordance with the following:

Page 234: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

1. Disadvantaged Business Enterprise (DBE) Program Requirements

The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award, administration, and performance of this contract. Failure by the Contractor to carry out these requirements is a material breach of this contract, which will result in the termination of this contract or other such remedy, as VDOT deems appropriate. All administrative remedies noted in this provision are automatic unless the Contractor exercises the right of appeal within the required timeframe(s) specified herein.

2. DBE Program-Related Certifications Made by Bidders\Contractors

Once awarded the contract, the Contractor shall comply fully with all regulatory and contractual requirements of the USDOT DBE Program, and that each certified DBE firm participating in the Contract shall fully perform the designated work items with the DBE’s own forces and equipment under the DBE’s direct supervision, control, and management. Where a contract exists and where the Contractor, DBE firm, or any other firm retained by the Contractor has failed to comply with federal or VDOT DBE Program regulations and/or their requirements on that contract, VDOT has the authority and discretion to determine the extent to which the DBE contract requirements have not been met, and will assess against the Contractor any remedies available at law or provided in the Contract in the event of such a contract breach.

3. Disqualification of Bidder

Bidders may be disqualified from bidding for failure to comply with the requirements of this Special Provision, the Contract specifications, and VDOT Road and Bridge Specifications.

4. Bidding Procedures

The failure of a bidder to submit the required documentation within the timeframes specified in the Contract Goal, Good Faith Efforts Specified section of this Special Provision may be cause for rejection of that bidder’s bid. If the lowest bidder is rejected for failure to submit required documentation in the specified time frames, the Department may either award the work to the next lowest bidder, or re-advertise and construct the work under contract or otherwise as determined by the Commonwealth. In order to award a contract to a bidder that has failed to meet DBE contract goal requirements, VDOT will determine if the bidder’s efforts were adequate good faith efforts, and if given all relevant circumstances, those efforts were to the extent a bidder actively and aggressively seeking to meet the requirements would make. Regardless of the DBE contract goal participation level proposed by the bidder or the extent of good faith efforts shown, all bidders shall timely and separately file their completed and executed Forms C-111, C-112, C-48, and Form C-49, as aforementioned, or face potential bid rejection. If a bidder does not submit it’s completed and executed C-111, or C-112, when required by this Special Provision, the bidder’s bid will be considered non-responsive and may be rejected. If, after reconsideration, the Department determines the bidder has failed to meet the requirements of the Contract goal and has failed to make adequate good faith efforts to achieve the level of DBE participation as specified in the bid proposal, the bidder’s bid will be rejected. If sufficient documented evidence is presented to demonstrate that the apparent low bidder made reasonable good faith efforts, the Department will award the Contract and reduce the DBE requirement to the

Page 235: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

actual commitment identified by the lowest successful bidder at the time of its bid. The Contractor is encouraged to seek additional participation during the life of the Contract. If the Contractor fails to conform to the schedule of DBE participation as shown on the progress schedule, or at any point at which it is clearly evident that the remaining dollar value of allowable credit for performing work is insufficient to obtain the scheduled participation, the Contractor and any aforementioned affiliates may be enjoined from bidding for 60 days or until such time as conformance with the schedule of DBE participation is achieved. In such instances, the Contractor is expected to seek DBE participation towards meeting the goal during the prosecution of the Contract. If the Contractor fails upon completion of the project to meet the required participation, the Contractor and any prime contractual affiliates, as in the case of a joint venture, may be enjoined from bidding as a prime Contractor, or participating as a subcontractor on VDOT projects for a period of 90 days. Prior to enjoinment from bidding or denial to participate as a subcontractor for failure to comply with participation requirements, as provided hereinbefore, the Contractor may submit documentation to the State Construction Engineer to substantiate that failure was due solely to quantitative underrun(s) or elimination of items subcontracted to DBEs, and that all feasible means have been used to obtain the required participation. The State Construction Engineer upon verification of such documentation shall make a determination whether or not the Contractor has met the requirements of the Contract. If it is determined that the aforementioned documentation is insufficient or the failure to meet required participation is due to other reasons, the Contractor may request an appearance before the Administrative Reconsideration Panel to establish that all feasible means were used to meet such participation requirements. The decision of the Administrative Reconsideration Panel shall be administratively final. The enjoinment period will begin upon the Contractor’s failure to request a hearing within the designated time frame or upon the Administrative Reconsideration Panel’s decision to enjoin, as applicable.

5. Verification of DBE Participation and Imposed Damages

If the Contractor fails to comply with correctly completing and submitting any of the required documentation requested by this provision within the specified time frames, the Department will withhold payment of the monthly progress estimate until such time as the required submissions are received by VDOT. Where such failures to provide required submittals or documentation are repeated the Department will move to enjoin the Contractor and any prime contractual affiliates, as in the case of a joint venture, from bidding as a prime Contractor, or participating as a subcontractor on VDOT projects until such submissions are received.

In addition to the remedies described heretofore in this provision VDOT also exercises its rights with respect to the following remedies:

Suspect Evidence of Criminal Behavior

Failure of a bidder, Contractor, or subcontractor to comply with the Virginia Department of Transportation Road and Bridge Specifications and these Special Provisions wherein there appears to be evidence of criminal conduct shall be referred to the Attorney General for the Commonwealth of Virginia and/or the FHWA Inspector General for criminal investigation and, if warranted prosecution.

Page 236: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

In appropriate cases, VDOT will bring to the attention of the U. S. Department of Transportation (USDOT) any appearance of false, fraudulent, or dishonest conduct in connection with the DBE program, so that USDOT can take the steps, e.g., referral to the Department of Justice for criminal prosecution, referral to the USDOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules provided in 49CFR Part 31.

Page 237: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP108-000120-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS

March 1, 2011; Reissued July 12, 2016 Section 103.06(e) Progress Schedule of the Specifications is deleted and replaced by this provision. Section 108.03 Progress Schedule of the Specifications is deleted and replaced by this provision. For definitions of scheduling terms not defined herein, and guidelines on preparing and maintaining the Progress Schedule, refer to the VDOT Post-Award Scheduling Guide. I. GENERAL REQUIREMENTS

This work shall consist of generating and maintaining a project Progress Schedule to aid the Contractor and the Department in planning and executing the Work. The Progress Schedule shall be used by the Contractor, the Department, and all involved parties to plan and schedule all work required to complete the project. The Progress Schedule shall also be used by the Department to monitor progress of the individual activities required to complete the project; as well as to assess the overall progress of the Work and to evaluate the effects of time-related changes on the project. The Progress Schedule shall consist of a Critical Path Method (CPM) Progress Schedule, Progress Schedule Narrative, and Progress Earnings Schedule submitted according to this provision. The Contractor shall prepare and submit, for the Engineer’s review and acceptance, a Progress Schedule to communicate the Contractor’s intentions and proposed plan to accomplish the Work according to the Contract. The Progress Schedule shall depict the sequence in which the Contractor proposes to perform the Work and the dates on which the Contractor contemplates starting and completing all schedule activities required to complete the project. The Contractor shall maintain the Progress Schedule, at a minimum, monthly to ensure that it continues to represent the current status of the project and the Contractor’s current work plan to complete the project. The Contractor shall attend a Scheduling Conference with the Engineer no later than seven (7) calendar days prior to beginning the Work, with the exception of project start-up activities such as submittals, mobilization, surveying, construction access and signage, erosion and sedimentation controls, etc., as approved by the Engineer. The Scheduling Conference will be held to discuss the Contractor’s overall plan to complete the Work and the detail work plan for the first ninety (90) calendar days of Work. The Scheduling Conference may be held in conjunction with the Pre-Construction Conference or at a separate meeting as mutually agreed to by the Contractor and the Engineer. The Contractor shall discuss his/her overall plan of operations concerning the Maintenance of Traffic (MOT)/Sequence of Construction or any proposed deviations from the phasing, staging, or sequence of construction as indicated on the Contract plans or as approved by the Engineer. During the Scheduling Conference key issues and project specific requirements necessary for the development of the Baseline Progress Schedule shall also be discussed. Such key issues shall include as applicable, but are not limited to key submittals, permits, construction access, right of way, environmental, utility, traffic or local events indentified in the Contract that may impact traffic; as well as other limitations to the Work or any known constraints or foreseeable issues that may impact the schedule. Such project specific requirements shall include as applicable, but are not limited to scheduling, phasing, sequencing, milestone(s), work

Page 238: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

to be performed by the Department or other previously identified involved parties; or any known or likely constructability issues relative to the Contract plans and specifications.

II. OVERVIEW OF THE VARIOUS REQUIRED PROGRESS SCHEDULE SUBMISSIONS

A. Preliminary Progress Schedule – At least two (2) business days prior to the Scheduling

Conference, or as approved by the Engineer, the Contractor shall submit to the Engineer for review and acceptance a Preliminary Progress Schedule. At the Contractor’s discretion, a complete detailed Baseline Progress Schedule for the entire project may be submitted in lieu of the Preliminary Progress Schedule. The Preliminary Progress Schedule submission shall consist of the following:

1. Preliminary Progress Schedule: The Preliminary Progress Schedule shall depict,

at a detailed level, the Contractor’s proposed sequence and start/finish dates for all activities scheduled for the first ninety (90) calendar days of work. It shall also include, as applicable, any milestones or work to be performed by sub-contractors, the Department, or third parties during the first ninety (90) calendar days of work. The Preliminary Progress Schedule shall also depict at a summary level the proposed overall sequence and timing of the remaining Work. The Preliminary Progress Schedule shall be prepared according to Section IV (A), with the exception of cost-loading.

2. Preliminary Progress Schedule Narrative: The Preliminary Progress Schedule

Narrative shall describe the Contractor’s detailed work plan for the first ninety (90) calendar days of work. The Preliminary Progress Schedule Narrative shall be prepared according to Section IV (B).

Until the Baseline Progress Schedule is accepted by the Engineer, the Contractor shall submit an update of the Preliminary Progress Schedule monthly, within five (5) working days after the current data date or as approved by the Engineer. The updated Preliminary Progress Schedule shall show the actual progress of work completed to date and the current detailed schedule for accomplishing the work planned for the following ninety (90) calendar days of Work, as of the data date. It shall also show the summary level activities required to complete the remainder of the Work.

B. Baseline Progress Schedule – Within thirty (30) calendar days after the Notice to

Proceed (NTP) date or as approved by the Engineer, the Contractor shall submit in its entirety, his/her Baseline Progress Schedule, to the Engineer for review and acceptance. The Baseline Progress Schedule submittal shall consist of the following:

1. Baseline Progress Schedule: The Baseline Progress Schedule shall represent

the Contractor’s initial detailed plan to accomplish the entire scope of Work according to the Contract. The Baseline Progress Schedule shall be prepared based on the Critical Path Method (CPM) and shall depict in a time-scaled bar-chart plot, the sequence in which the Contractor proposes to perform the Work, the project critical path, and the dates on which the Contractor contemplates starting and completing the individual schedule activities required to complete the project. The Baseline Progress Schedule shall also depict the current status of the project and the Contractor’s current plan to complete the remaining work, as of the Baseline Progress Schedule submittal date. The Baseline Progress Schedule shall reflect a practicable work plan and logical progress of the Work as indicated in the Contract or as approved by the Engineer. When preparing the schedule, the Contractor shall consider as applicable, all known or specified constraints or restrictions such as: holidays,

Page 239: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

seasonal, normal weather, traffic or previously identified local events that may impact traffic, utility, railroad, right-of-way, environmental, permits, or other limitations to the Work that will impact the schedule. The Baseline Progress Schedule shall be prepared according to Section IV (A).

2. Baseline Progress Schedule Narrative: The Baseline Progress Schedule Narrative shall describe the Contractor’s proposed overall work plan to complete the entire project as reflected on the Baseline Progress Schedule. The Baseline Progress Schedule Narrative shall be prepared according to Section IV (B).

3. Baseline Progress Earnings Schedule: The Baseline Progress Earnings

Schedule shall indicate the Contractor’s anticipated cumulative progress each month as of the Contractor’s progress estimate date as defined in Section 109.08(a) of the Specifications. The anticipated cumulative progress shall be expressed as “Percent Complete” based on the anticipated total earnings to date relative to the Total Contract Value. The Baseline Progress Earnings Schedule shall reflect the anticipated progress of the Work as shown on the Baseline Progress Schedule and shall be prepared on the VDOT Form C-13C according to the VDOT Post-Award Scheduling Guide. At the Contractor’s discretion, the Progress Schedule may be cost-loaded, in which case, the Progress Earnings Schedule shall then be prepared and submitted using the VDOT Form C-13CPM.

The Baseline Progress Schedule will be reviewed by the Engineer for acceptance according to Section VII. Upon acceptance by the Engineer, the Baseline Progress Schedule shall replace the Preliminary Progress Schedule. The accepted Baseline Progress Schedule shall henceforth become the project Schedule of Record (SOR). The SOR shall be defined as the currently accepted Baseline Progress Schedule. Until a subsequent Revised Progress Schedule is submitted and accepted, the accepted Baseline Progress Schedule shall remain the SOR against which all subsequent Progress Schedule Updates and progress will be compared. The SOR shall be used by the Engineer to assess the Contractor’s schedule-based performance on the project.

C. Progress Schedule Update – The Contractor shall on a monthly basis submit for the Engineer’s review and acceptance the Contractor’s Progress Schedule Update within five (5) business days after the Contractor’s progress estimate date or as approved by the Engineer. The Progress Schedule Update shall consist of the following: 1. Progress Schedule Update: The Progress Schedule Update shall depict the

current status of the Work and the Contractor’s current plan to complete the remaining work as of the data date. The Progress Schedule Update shall be prepared according to Section IV (A).

2. Progress Schedule Update Narrative: The Progress Schedule Update Narrative shall describe the work performed since the previous update and the Contractor’s current plan for accomplishing the remaining work. It shall also describe any progress deficiencies, schedule slippages, or time-related issues encountered; as well as any actions taken or proposed to avoid or mitigate the effects of the progress deficiencies, schedule slippages, or time-related issues. The Progress Schedule Update Narrative shall be prepared according to Section IV (B).

3. Progress Earnings Schedule Update: The Progress Earnings Schedule Update shall depict the current status of the project by percent complete based on the actual total earnings to date relative to the Total Contract Value. The Progress Earnings Schedule Update shall show the actual monthly and cumulative earnings to date as reflected on the Contractor’s payment estimate, any variance in percent complete relative to the SOR, and the projected earnings for the

Page 240: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

remaining payment periods. The Progress Earnings Schedule Update shall be prepared on the VDOT Form C-13C or as specified herein and according to the VDOT Post-Award Scheduling Guide.

The Progress Schedule Update will be reviewed by the Engineer for acceptance according to Section VII. Upon acceptance by the Engineer, the Progress Schedule Update shall replace any previous Progress Schedule Updates as the current update of the SOR; however, it shall not replace the SOR. The currently accepted Progress Schedule Update shall henceforth become the contemporaneous schedule with which to report the current status of the project, plan the remaining Work, and evaluate the effects of any time-related changes or delays on the remaining Work.

D. Revised Progress Schedule – When the current Progress Schedule or work plan deviates significantly from the SOR, the Contractor shall submit to the Engineer for review and acceptance a Revised Progress Schedule to represent the Contractor’s revised plan to complete the remaining work. Deviate significantly will be construed to mean deviations from the SOR resulting from schedule impacts or major changes in the Progress Schedule that alter the project critical path, Contract interim milestone(s), or project completion; or causes a major shift in the Progress Earnings Schedule. A Revised Progress Schedule will be required when: 1. The Engineer approves a Schedule Impact Analysis (SIA) for authorized or

unanticipated changes in the Work or conditions that significantly impacts the Progress Schedule, as determined by the Engineer.

2. The Contractor proposes a different approach to his/her work plan that

significantly impacts the Progress Schedule or the Engineer determines that the current Progress Schedule Update or Contractor’s current work plan deviates significantly from the SOR. Such deviations may include, but are not limited to major changes in the Contractor’s proposed phasing, general sequence, resource plan, means and methods, or durations. The Contractor may revise his/her Progress Schedule at any time, at his/her discretion; however, the Engineer will only consider accepting a Revised Progress Schedule submission for major changes that deviate significantly from the SOR.

3. The Engineer determines that progress of the Work is trending towards

unsatisfactory, according to Section VIII (C), and in the opinion of the Engineer, it is apparent that the progress deficiency will not result in an extension of the completion date of the project beyond the Contract time limit and a Recovery Plan is not required to correct the progress deficiency. In such cases, the Engineer will request a meeting with the Contractor to discuss the progress deficiency to determine the appropriate corrective action required.

The Revised Progress Schedule submission shall be based on the currently accepted Progress Schedule Update and shall be prepared and submitted in the form of a Baseline Progress Schedule as described in Section II (B). However, it shall reflect the current status of the project as of the submittal date, approved changes in the Work, and the proposed plan for completing the remaining work. The Revised Progress Schedule shall be submitted in lieu of a subsequent Progress Schedule Update unless directed otherwise by the Engineer. The Revised Progress Schedule will be reviewed by the Engineer for acceptance according to Section VII. Upon acceptance by the Engineer, the Revised Progress Schedule shall henceforth replace the accepted Baseline Progress Schedule or any previously accepted Revised Progress Schedule as the SOR for the remainder of the project.

Page 241: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

E. Final As-Built Progress Schedule – Within thirty (30) calendar days after final acceptance, the Contractor shall submit to the Engineer his/her Final As-built Progress Schedule. The Final As-built Progress Schedule shall show the actual start and finish dates for each activity in the schedule. The Contractor shall certify in writing that the Final As-built Progress Schedule accurately reflects the actual start and finish dates for all activities contained in the Progress Schedule. The Final As-built Progress Schedule shall be submitted in the form of a monthly Progress Schedule Update and shall represent the last Progress Schedule Update submission.

III. SCHEDULE IMPACT ANALYSIS (SIA) FOR CHANGES AND DELAYS A. Changes, Delays, and Schedule Impacts – When changes in the Work that will impact

the schedule are proposed or authorized by the Engineer, the Contractor shall submit for the Engineer’s review and approval, a Schedule Impact Analysis (SIA) to determine the impact of the change. Also, when the Contractor believes he is entitled to a time extension and/or additional compensation for a time-related impact that is attributable to a cause beyond the control of and without the fault, negligence, or responsibility of the Contractor or those for whom the Contractor is responsible, the Contractor shall submit for the Engineer’s review and approval, a SIA and all available supporting data to substantiate the request for modification of the Contract. The Contractor’s request and SIA shall be submitted according to the following: 1. Impacts Due to Directed or Authorized Changes: When the Engineer issues a

written order or authorizes a change in the Work in writing, the Contractor shall submit in writing within seven (7) calendar days of the Engineer’s written direction or as required by the Engineer, a request for modification of the Contract, if the Contractor believes that additional time and/or compensation is required to perform the Work. Such changes in the Work may include, but are not limited to directed or authorized changes according to the applicable portions of Sections 104.02, 108.05, and 109.05 of the Specifications. The Contractor shall submit along with his/her request a prospective Schedule Impact Analysis (SIA) to substantiate the request for modification of the Contract according to this provision and the applicable portions of Sections 104.02, 108.05, and 109.05 of the Specifications.

2. Impacts Due to Unanticipated Changes or Delays: When the Contractor

discovers or encounters previously unknown or unanticipated changes in the Work or conditions, or a delay event that he believes will impact progress of the Work or completion of the project, the Contractor shall notify the Engineer in writing within two (2) working days of such discovery or encounter. Such changes in the Work or conditions or delay events may include, but are not limited to unusually severe weather, extraordinary or catastrophic weather events, errors or omissions in the Contract; or differing site conditions or utility delays according to the applicable portions of Sections 104.03 and 105.08 of the Specifications. The Contractor shall then gather all available pertinent information and data necessary to determine how such change in the Work or condition will impact progress of the Work or completion of the project. The Contractor and the Department shall promptly meet to evaluate the scope and potential impact of such change or condition to allow the Engineer to make a timely decision on how to proceed, as well as to determine how the impact of such change or condition can be avoided or mitigated. The Engineer may direct the Contractor to submit a SIA prior to proceeding with the work affected by such change, condition, or delay, in which case the

Page 242: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contractor shall submit in writing within seven (7) calendar days after receipt of the Engineer’s direction, a request for modification of the Contract and a prospective SIA to substantiate the request for modification of the Contract. Otherwise, the Contractor shall submit in writing a request for modification of the Contract and a contemporaneous SIA to substantiate the request for modification of the Contract. The request for modification of the Contract and SIA shall be submitted within fourteen (14) calendar days of completion of the changed work or work directly impacted by such condition, or the cessation date of the delay event, or as approved by the Engineer.

3. Unresolved Impacts: When the Contractor believes he is entitled to a time extension and/or additional compensation for an unresolved impact to the Work that is attributable to a cause beyond the control of and without the fault, negligence, or responsibility of the Contractor or those for whom the Contractor is responsible, the Contractor shall submit for the Engineer’s review and approval, a request for modification of the Contract and a retrospective SIA to substantiate the request for modification of the Contract. Such impacts may involve, but are not limited to changes authorized by either Force Account Work or Unilateral Work Order, or other changes for which the scope of the change or magnitude of the impact could not be determined or mutually agreed to at the time the change was authorized or the delay event or changed condition was encountered.

The Contractor’s notice of a change, a subsequent meeting with the Engineer, or submittal of a request for modification of the Contract as defined herein, shall not constitute a notice of intent to file a claim as required by Section 105.19. No part of this provision is intended to alter, replace, or supersede Section 105.19 of the Specifications. The Contractor must adhere to Section 105.19 as well as this provision to preserve their rights to file a claim.

B. Schedule Impact Analysis (SIA) – The SIA submission shall include a SIA schedule and a written SIA statement as well as supporting data and such information necessary for the Department to make an adequate and timely evaluation of any time-related request received from the Contractor for modification of the Contract. The SIA submission shall consist of the following: 1. A SIA schedule, as specified herein, which shall depict the schedule impact of

the change in the Work or condition or delay event based on the currently accepted Progress Schedule Update, submitted prior to the earlier of the date the change in the Work was authorized or the changed condition or delay event was encountered. If the most recently submitted Progress Schedule Update is unacceptable, then the Engineer will evaluate the request based on the previously accepted Progress Schedule Update. In which case, the Contractor shall update the previously accepted Progress Schedule Update to show the actual progress of the Work to date as of the earlier of the date the change in the Work was authorized or the changed condition or delay event was encountered. The SIA schedule shall:

a) Be based on the “Time Impact Analysis (TIA)” or “Contemporaneous Schedule Analysis” method as determined by the Engineer, to determine the status of the currently accepted Progress Schedule Update before and after the change in the Work or condition or delay event.

b) Show a fragnet (fragmentary network of added or changed activities)

representing the added work, changed work or condition, or delay

Page 243: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

event(s). The fragnet activities shall be logically linked to the affected activities to show the direct impact on the work.

c) Show the current status of the completed and on-going activities as of

the date the change in the Work was authorized or the changed condition was encountered or the delay event started.

d) Depict the schedule impact by showing a comparison between the

impacted Progress Schedule Update and the most recently accepted Progress Schedule Update with a data date closest to and prior to the earlier of the date the change in the Work was authorized or the changed condition or delay event was encountered.

e) Depict the overall impact on the project critical path, Contract interim

milestone(s), other significant dates, and the Contract fixed completion date, as applicable.

2. A written SIA statement to:

a) Describe the type, cause, and scope of the added work, changed work or

condition, or delay event. b) Provide sequence and timing of events and/or actions by all involved

parties relating to the change or delay. c) Describe the particular operations affected as well as identify by Activity

ID and Activity Name the activities that are directly impacted. d) Describe the impact on the critical path, total float, Contract interim

milestone(s), other significant dates, or the Contract fixed completion date, as applicable.

e) Include a comparative analysis report relative to the currently accepted

Progress Schedule Update to identify all changes made to the impacted Progress Schedule.

f) Identify any actions taken and/or needed to avoid or mitigate the delay or

the effects of the delay.

Approval or rejection of the SIA by Engineer shall be made within ten (10) business days after receipt of the SIA, unless subsequent meetings and negotiations are necessary, as determined by the Engineer. Upon approval by the Engineer, the Contractor shall incorporate the SIA into the Progress Schedule and shall submit the impacted Progress Schedule as a Progress Schedule Update or Revised Progress Schedule as directed by the Engineer. If appropriate, the approved SIA shall be used to substantiate any request for a time extension or time-related damages or additional compensations, according to the applicable portions of Sections 104.02, 104.03, 105.08, 108.04, and 109.05 of the Specifications.

IV. DETAILED REQUIREMENTS FOR PROGRESS SCHEDULE SUBMISSIONS A. Progress Schedule – The Progress Schedule shall conform to the following

requirements:

Page 244: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

1. Software Compatibility Requirements: The Contractor shall submit his/her Progress Schedule in the Primavera proprietary exchange format (XER) to ensure compatibility with the Department’s scheduling software system. The Department’s scheduling software system is the latest version of Primavera’s Project Management software (currently P6 version 6.2). Compatible shall mean that the Contractor-provided electronic file versions of the schedule can be imported into the Department’s scheduling software system with no modifications, preparation or adjustments. For projects that are included in a multi-contract mega-project, the Contractor shall prepare and maintain his/her Progress Schedule in the Department’s scheduling software system. At the Contractor’s request, secured access via the internet may be granted to allow the Contractor to develop and maintain his/her Progress Schedule in the Department’s scheduling software system. The Progress Schedule shall be submitted according to Section V.

2. Software Settings: If Primavera (P6) or equivalent scheduling software with

similar features is used to prepare the Progress Schedule, the Contractor shall define the project attributes and schedule calculation options according to the software settings detail requirements defined in the VDOT Post-award Scheduling Guide.

3. Work Breakdown Structure (WBS): The Baseline Progress Schedule shall be

organized using a multi-level hierarchical Work Breakdown Structure (WBS). The Contractor shall define a project WBS to allow for a hierarchical organization and breakdown of the Work based on the Contractor’s approach and according to the phasing/sequence of construction and traffic control plans as specified in the Contract or as approved by the Engineer.

4. Activity Codes: The Contractor shall define and assign as appropriate, activity

codes to allow for filtering, grouping, and sorting of activities by Responsibility, Phase, Stage, Feature of Work, Area, Location, Work Type, Crew, and Contract Modification activity codes to facilitate review and use of the Progress Schedule. If Primavera (P6) or equivalent scheduling software with similar features is used to prepare the Progress Schedule, the Contractor shall define activity codes using the project-specific activity codes option. Use of global activity codes shall not be allowed and shall be grounds for rejecting the Progress Schedule submission. Project-specific activity codes shall be defined and assigned according to the detail requirements defined in the VDOT Post-award Scheduling Guide.

5. Calendars: The Contractor shall define and assign as appropriate, project-

specific calendar to each activity to indicate when the activity can be performed. If Primavera (P6) or equivalent scheduling software with similar features is used to prepare the Progress Schedule, the Contractor shall define the project calendars using the project-specific option. The project calendars shall indicate, as applicable, the standard working hours per day, standard working days per week, and non-work days such as week-ends, holidays, weather days, local events, environmental, time-of-year restrictions, etc. Use of global calendars shall not be allowed and shall be grounds for rejecting the Progress Schedule submission. The project-specific calendars shall be defined according to the detail requirements defined in the VDOT Post-award Scheduling Guide.

6. Level of Detail: The Contractor shall develop the Progress Schedule to an

appropriate level of detail that allows for the formation of a reasonable critical path. The Progress Schedule shall show as applicable, Contract milestones and other key milestones for significant project events. The Progress Schedule shall

Page 245: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

also show, as applicable, administrative, procurement, MOT, work to be performed by other involved parties, discrete work activities to indicate the type of operation and location of the work, and other necessary time-based tasks required for completion of the project. The Work shall be sub-divided as practical, to such a level that the activity durations for on-site work excluding, activities whose durations are specified elsewhere in the Contract, are twenty (20) workdays or less. Longer durations may be allowed, as approved by the Engineer, for activities that typically span long periods of time such as fabrication and delivery of materials, administrative, MOT, or other such level of effort activities.

7. Network Logic: The Progress Schedule network logic shall be based on the

Precedence Diagram Method (PDM) and shall show the order and inter-dependence of the activities and the sequence in which the Contractor proposes to accomplish the Work. The Contractor shall apply the Critical Path Method (CPM) of network calculation to generate the Progress Schedule. The project critical path shall be based on the “Longest Path”. The Progress Schedule network logic shall be developed according to the detail requirements defined in the VDOT Post-award Scheduling Guide.

8. Schedule Constraints: All Contract milestone activities shall be constrained, as

applicable, with a “Start On or After” (Early Start) date or “Finish On or Before” (Late Finish) date equal to the “Start No Earlier Than” or “Must Finish By” date specified in the Contract, except as specified below. The Contractor’s use of schedule constraints with the exception of the specific requirements defined below is not allowed, unless approved by the Engineer. The use of schedule constraints such as “Start On” or “Finish On” for the purpose of manipulating float or the use of schedule constraints that violate network logic such “Mandatory Start” or “Mandatory Finish” will not be allowed. When a schedule constraint is used, other than the schedule constraints specified herein, the Contractor shall provide explanation for the use of such constraint in the Progress Schedule or Progress Schedule Narrative.

9. Data Date: The data date is defined as the current status date of the Progress

Schedule, which defines the start date for the scheduled remaining Work. All Progress Schedule submissions shall be calculated using an appropriate data date to indicate the status of the project at the time the Progress Schedule is submitted.

a) For the Preliminary, Baseline, or subsequent Revised Progress Schedule submission, the data date shall be no more than five (5) business days prior to the submittal date.

b) For the monthly Progress Schedule Update submissions the data date

shall be the Contractor’s monthly progress estimate date as defined in Section 109.08(a) of the Specifications.

10. Total Float: This section is intended to apply only to considerations of Contract

time extension requests relative to available total float. Considerations for other time-related impacts, if any, are covered in other Sections of the Specifications. Any request for a Contract time extension will be evaluated, according to Section 108.04, based on the critical path and available total float. Total float is defined as the amount of time, typically expressed in days (number of workdays or calendar days depending on the assigned calendar), that an activity can be delayed without extending the completion date of a related Contract interim milestone or the project, as applicable. Except as specified herein, total float shall

Page 246: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

be calculated, as applicable, relative to a constrained Contract interim milestone date or the Contract fixed completion date specified in the Contract or a subsequent Work Order. With the exception of A+B based Contracts, any float available in the Progress Schedule, at any time, shall be considered project float and is not for the exclusive use or benefit of either the Department or the Contractor. It shall be understood by the Contractor and the Department that float is a shared commodity and either party has the right to full use of any available float. Until such time that all available float is depleted, the project float shall be used responsibly in the best interest of the project and in a manner that best serves the timely completion of the Work by either a specified Contract interim milestone or the Contract fixed completion date, as applicable. For A+B based Contracts for which the Contractor bids the Contract time and/or Contract interim milestone(s), any float on a critical activity or activities on the critical path shall belong to the Contractor and any float on non-critical activities or activities not on the critical path shall belong to the project and shall be considered available project float for use by either the Department or the Contractor for the benefit of the project. The Contractor shall not modify the Progress Schedule at any time for the purpose of manipulating float. Negative float conditions will not be allowed in the Preliminary, Baseline, or Revised Progress Schedule.

11. Progress Schedule Update: The Progress Schedule Update shall reflect the actual status of the Work and the current plan to complete the remaining work as of the current data date. It shall show the actual start/finish dates for each completed activity and the actual start date, remaining duration, and progress (percent complete) of each on-going activity. The Progress Schedule Update shall allow for an accurate determination of progress of completed and on-going work based on total actual cost (earnings) to date; as well as an accurate projection of the anticipated monthly earnings for the remaining work based on remaining cost. The Progress Schedule Update shall be based on the most recently accepted Progress Schedule and shall be prepared according to the detail requirements defined in the VDOT Post-award Scheduling Guide.

B. Progress Schedule Narrative – As specified in Section II of this provision, a Baseline

Progress Schedule Narrative shall be submitted with the Baseline Progress Schedule submission and a Progress Schedule Update Narrative shall be submitted with the Progress Schedule Update submission. The Progress Schedule Narrative shall be prepared according to the following:

1. Baseline Progress Schedule Narrative: The Baseline Progress Schedule

Narrative shall include the following written information:

a) The Contractor’s overall plan describing:

i) The proposed overall sequence of construction, including where the work will begin and how the work will progress;

iii) The methodology, scheduling assumptions, and general procedures for completing each major feature of Work;

iii) A list of the major resources (number and type of crews and equipment) required to complete the project as scheduled. For early completion schedules (projects with an early completion interim milestone provision or projects with scheduled completion

Page 247: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

dates earlier than the Contract specified date by thirty (30) calendar days or more), the Contractor shall also provide a written resource plan for the major operations to demonstrate the Contractor’s ability and commitment to provide resources at the level required to complete the work within the timeframes shown in the Progress Schedule;

iv) Anticipated daily production rates for each major operation.

b) A description of the project critical path. c) A listing of the major milestone dates, including as applicable, Contract

interim milestone(s), major traffic switches, start/finish milestones for each phase or stage of work, or related work to be performed by the Department or other involved parties.

d) A log identifying the schedule constraints used in the Progress Schedule

and reason for using each constraint. e) A description of the calendar(s) used in the Progress Schedule to

indicate the Calendar ID, number of work days per week, number of shifts per day, and number of hours per day as well as the anticipated number of non-working days per month for each calendar with considerations, as applicable, for holidays, normal weather conditions; as well as for seasonal or other known or specified constraints and restrictions (i.e. traffic, local events, environmental, permits, utility, etc.).

f) A description of any known problems or anticipated issues that may

impact the schedule; and any actions taken, proposed, or needed to correct the problems.

2. Progress Schedule Update Narrative: The Progress Schedule Update Narrative

shall include the following written information:

a) A description of the current status of the project in terms of the current actual percent complete by total earnings relative to the SOR planned percent complete; as well as the scheduled completion dates of the interim milestone(s) and project completion.

b) A description of any deviations from scheduled performance in terms of

the scheduled completion dates of the interim milestone(s) and project completion since the previous schedule submission, including a statement explaining why any of the schedule milestone date(s) is forecast to occur after the specified date(s).

c) A description of the work performed since the previous Progress

Schedule submission and any deviations from the work scheduled. d) A description of major changes in the Contractor’s work plan in terms of

sequence of construction, shifts, manpower, equipment, or materials. e) A description of any deviations in project critical path since the previous

Progress Schedule submission. f) A listing of adverse weather dates and number of days lost this period

due to adverse weather or conditions resulting from adverse weather. List the activities affected and any impacts to the critical path.

Page 248: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

g) A description of problems encountered or anticipated since the previous

Progress Schedule submission, including an explanation of any corrective actions taken or required to be taken.

h) A description of work planned for the next update period and actions to

be taken by the Department or other involved parties.

V. REPORTING AND SUBMITTAL REQUIREMENTS FOR PROGRESS SCHEDULE SUBMISSIONS Unless directed otherwise by the Engineer, the Contractor shall submit for each Progress Schedule submission the following submittal items. Each electronic file submittal shall have a unique file name prefixed by the Contract ID to identify the Contract, submission type and order of submission, and date of submittal (e.g. C00012345B01_B-1_12-30-10.xer, C00012345B01_U-1_1-10-11.xer, etc.). The Progress Schedule submittals shall include:

1. A transmittal letter to the Engineer, identifying the date of submittal and which

Progress Schedule is being submitted for review. 2. Two (2) sets of data compact disks (CD) containing the electronic working export

file copy of the Progress Schedule in an “XER” file format in version 6.2 or lower. Each CD shall be labeled to indicate the Contract ID, type of submission, filename, and submittal date.

3. Two (2) sets of paper copies of the following schedule reports:

a) Schedule calculation log. b) A legible time-scaled bar-chart plot of the Progress Schedule organized

by WBS and sorted by early start to show for each activity: the Activity ID, Activity Name, Original Duration, Remaining Duration, Start and Finish dates, Activity Percent Complete, and Total Float. The bar-chart plot shall identify the project critical path (longest path).

4. Electronic file copies by email of the following:

a) A working export file of the Progress Schedule in an “XER” file format in

version 6.2 or lower. b) Electronic “PDF” copy of the tabular Predecessor/Successor report

sorted in ascending order by Activity ID to show the following: i) Activity ID; ii) Activity Name; iii) Original Duration; iv) Remaining Duration; v) Early Start; vi) Early Finish; vii) Late Start; viii) Late Finish; ix) Total Float; x) Critical (Yes or No);

Page 249: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

xi) Predecessors: Activity ID, Activity Name, Early Start, Early Finish, Relationship Type, Lag, Driving (Yes or No), Constraint, and Constraint Date;

xii) Successors: Activity ID, Activity Name, Early Start, Early Finish, Relationship Type, Lag, Driving (Yes or No), Constraint, and Constraint Date.

c) Electronic “PDF” copy of the Progress Schedule Narrative. d) Electronic “PDF” copy of the Progress Earnings Schedule S-Curve. e) A working file of the Progress Earnings Schedule (VDOT Form C-13C).

VI. FAILURE TO SUBMIT PROGRESS SCHEDULES The Engineer will take necessary actions according to the following for failure on the part of the Contractor to submit the required Progress Schedules:

1. If the Contractor fails to submit his/her complete Preliminary Progress Schedule

at least two (2) business days prior to the Scheduling Conference, the Contractor shall not commence Work, with the exception of project start-up activities such as submittals, mobilization, surveying, construction access and signage, erosion and sedimentation controls, etc., until after seven (7) calendar days from the date the Contractor submits his/her complete Preliminary Progress Schedule, unless otherwise approved in writing by the Engineer.

2. If the Contractor fails to submit his/her complete Baseline Progress Schedule

within thirty (30) calendar days after the NTP date or as approved by the Engineer, the Engineer will delay approval of the Contractor’s next monthly progress estimate following the due date of the Baseline Progress Schedule until such time as the Contractor has satisfied the submittal requirements.

3. If the Progress Schedule submission is deemed unacceptable by the Engineer;

and the Contractor fails to submit an acceptable Progress Schedule within fourteen (14) calendar days after the Engineer’s request, the Engineer will delay approval of the Contractor’s next monthly progress estimate following the due date of the Progress Schedule until such time as the Contractor has satisfied the submittal requirements.

4. If the Contractor fails to provide a Progress Schedule Update or if a Revised

Progress Schedule is required as specified herein and the Contractor fails to provide such a Progress Schedule, the Engineer will delay approval of the Contractor’s next monthly progress estimate following the due date of the Progress Schedule until such time as the Contractor has satisfied the submittal requirements.

5. If the Contractor fails to provide an acceptable Final As-built Progress Schedule

as specified, the Engineer will delay approval for payment of the Contractor’s final progress estimate until such time as the Contractor has satisfied the submittal requirements.

Please note: Delays resulting from the Contractor’s failure to provide the Progress Schedule according to the requirements set forth herein will not be considered just cause for extension of the Contract time limit or for additional compensation.

Page 250: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VII. REVIEW AND ACCEPTANCE

The Engineer will review all Progress Schedule submissions within fourteen (14) calendar days of receipt of the Contractor’s complete submittal, unless subsequent review meetings are necessary, as determined by the Engineer. The Engineer’s review for acceptance will not commence until all required submittal items and schedule information as defined herein are provided. Acceptance by the Engineer will be based only on completeness and conformance with the Contract. If the Contractor’s Progress Schedule submission is deemed to be acceptable, the Engineer will respond with a written notice of acceptance, which may include comments or minor concerns on the submission and/or a request for clarification or justification. When the Engineer’s response include any comments, concerns, or request for clarification or justification, the Contractor shall respond accordingly within seven (7) calendar days of receipt of the Engineer’s response. The Contractor’s response may include a resubmission of the Progress Schedule to address the Engineer’s comments or concerns or provide clarification or justification accordingly. If the Contractor’s Progress Schedule submission is deemed to be unacceptable, the Engineer will issue a written notification of non-conformance, which will include a request for resubmission and comments describing the deficiencies prompting the Engineer’s decision. At the Engineer’s discretion, the Contractor may be required to attend a schedule review meeting to discuss the issues prompting the Engineer’s decision or to facilitate review and acceptance of the Progress Schedule submission. When the Progress Schedule submission is deemed by the Engineer to be unacceptable, the Contractor shall revise and re-submit the Progress Schedule submission accordingly, within seven (7) calendar days of receipt of the Engineer’s response. Review and acceptance by the Engineer will not constitute a waiver of any Contract requirements and will in no way assign responsibilities of the work plan, scheduling assumptions, and validity of the schedule to the Department. Failure of the Contractor to include in the Progress Schedule any element of work required by the Contract for timely completion of the project will not excuse the Contractor from completing the Work within the Contract specified interim milestone(s) or the Contract time limit, as applicable.

VIII. MONITORING THE WORK AND ASSESSING PROGRESS A. Monitoring the Work – The Engineer will monitor the Work regularly to identify

deviations from the Contractor’s scheduled performance relative to the SOR. The Contractor shall notify the Engineer at least two (2) working days in advance of any changes in the Contractor’s planned operations or critical stage work requiring Department oversight or inspection. The Contractor shall attend a monthly progress schedule meeting with the Engineer on a day agreed to by the Contractor and the Engineer. The Contractor shall furnish his/her detailed 30-day look-ahead schedule at the progress meeting and shall be prepared to discuss the current status of the Work and planned operations for the following thirty (30) calendar days. The 30-day look-ahead schedule shall be based on the Contractor’s current monthly Progress Schedule Update.

B. Progress Evaluation – Progress will be evaluated by the Engineer at the time of the

monthly progress estimate relative to the SOR. The Contractor’s actual progress will be considered unsatisfactory if any one of the following conditions occurs: 1. The actual total earnings to date percentage for work completed, based on the

Contractor’s progress payment estimate, falls behind the SOR planned

Page 251: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cumulative earnings percentage by more than ten (10) percentage points. If the Progress Earnings Schedule is based on a cost-loaded Progress Schedule, then the unsatisfactory progress threshold will be based on falling behind the SOR planned cumulative late dates earnings percentage. Payments for Stored Materials, Materials on Hand, or Adjustments (asphalt, fuel, etc.) shall not be included in the actual progress earnings.

2. The calculated completion date of a Contract interim milestone is later than the

specified completion date by more than fourteen (14) calendar days. 3. The calculated project completion date is later than the Contract fixed completion

date by more than thirty (30) calendar days.

C. Progress Deficiency and Schedule Slippage – When the Contractor’s actual progress is trending toward unsatisfactory status, the Engineer will request a meeting with the Contractor to discuss any actions taken or required by the Contractor to reverse this trend and to correct the progress deficiency or schedule slippage. When the Contractor’s actual progress is deemed unsatisfactory as defined by any one of the conditions listed under Progress Evaluation of this provision, the Engineer will issue a written notice of unsatisfactory performance to advise the Contractor that five (5) percent retainage of the monthly progress estimate is being withheld and will continue to be withheld as described in Section 109.08(c), for each month the Contractor’s actual progress is determined to be unsatisfactory, unless there is a pending decision by the Engineer on a request for modification of the Contract for which the Contractor has previously provided documentation as required. When the Contractor fails to respond with good faith efforts as described herein to restore satisfactory progress, the Engineer will issue a notice to indicate that he may recommend the Contractor be temporarily disqualified from bidding on Contracts with the Department as described in Section 102.08 of the Specifications, if progress remains unsatisfactory at the time of preparation of the next monthly progress estimate following the Engineer’s notice. Prior to recommendation for removal from the list of pre-qualified bidders, the Engineer will allow the Contractor fourteen (14) calendar days from the date of the unsatisfactory performance notice to respond. Such “good faith” efforts shall be provided in sufficient detail to allow the Engineer to fully evaluate the Contractor’s plans for recovery. As an example of good faith efforts, the Contractor may submit to the Engineer, a proposed recovery plan in the form of a Progress Schedule Update and a written statement to describe the Contractor’s proposed actions and timeframe to correct the progress deficiency or schedule slippage. The Contractor may also submit to the Engineer a written explanation and supporting documentation to establish that such delinquency was attributable to conditions beyond his/her control. Any schedule adjustments resulting from a recovery plan will be reviewed according to Section VII, but the modified Progress Schedule Update shall not replace the current SOR. When the Engineer determines the Contractor’s progress is again satisfactory the five (5) percent retainage previously withheld will be released to the Contractor according to the provisions of Section 109.08 (c) of the Specifications. If the Contractor is temporarily disqualified from bidding on Contracts with the Department, the Contractor will not be reinstated until either the Engineer deems that his/her progress has improved to the extent that the Work can be completed within the Contract time limit or the project has received final acceptance according to the provisions of Section 108.09.

Page 252: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

IX. MEASUREMENT AND PAYMENT Required Progress Schedule submissions will be measured and paid for according to the following: A. Basis of Payment – Progress payments will be made according to the following:

1. Progress payments for the Baseline Progress Schedule pay item will be made as

follows:

a) A twenty-five (25) percent of the Contract bid item lump sum amount will be made upon acceptance of the Preliminary Progress Schedule submission.

b) A seventy-five (75) percent of the Contract bid item lump sum amount

will be made upon acceptance of the Baseline Progress Schedule submission. When a Baseline Progress Schedule is provided in lieu of a Preliminary Progress Schedule, a payment of one hundred (100) percent of the Contract bid item lump sum amount will be made upon acceptance of the Baseline Progress Schedule submission.

2. Progress payments for the Progress Schedule Update pay item will be made as

follows:

a) Progress payments of one each (1 EA) at the Contract bid item unit price will be made upon acceptance of the Progress Schedule Update submission.

b) A Revised Progress Schedule may be required in lieu of and paid for

upon acceptance as a Progress Schedule Update, as determined by the Engineer. When a Revised Progress Schedule is required by the Engineer, in addition to a regular Progress Schedule Update submission, progress payments of one each (1 EA) at the Contract bid item unit price will be made under the pay item for Progress Schedule Updates upon acceptance of the Revised Progress Schedule submission.

c) Upon approval, the SIA shall be incorporated into the Progress Schedule

Update or Revised Progress Schedule, as directed by the Engineer, and paid for as a Progress Schedule Update. When a SIA is required in addition to a regular Progress Schedule Update submission, progress payment of one each (1 EA) at the Contract bid item unit price will be made upon approval under the pay item for Progress Schedule Update.

d) Progress payments of one each (1 EA) at the Contract unit price will be

made upon acceptance of the Final As-built Schedule submission.

3. No separate measurement and payment will be made for attendance of the Scheduling Conference, progress meetings or other schedule related meetings. All costs associated with attendance of the scheduling meetings will be considered incidental.

B. Payment Items – Payments for all associated costs to attend schedule meetings,

prepare, update, revise, and/or furnish the Progress Schedule will made under the following pay items:

Pay Item Pay Unit

Page 253: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Baseline Progress Schedule Lump Sum Progress Schedule Update Each

Page 254: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP109-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

ASPHALT MATERIAL PRICE ADJUSTMENT

January 5, 2016; Reissued July 12, 2016

All asphalt material contained in the attached master listing of eligible bid items and designated by pay items in the contract will be price adjusted according to the provisions as set forth herein. Other items will not be adjusted, except as otherwise specified in the contract. If new pay items which contain asphalt material are established by Work Order, they will not be subject to Price Adjustment unless specifically designated in the Work Order to be subject to Price Adjustment. Each month, the Department will publish an average state-wide PG 64S-22 f.o.b. price per ton and an average PG 64E-22 f.o.b. price per ton developed from the average terminal prices provided to the Department from suppliers of asphalt cement to contractors doing work in Virginia. The Department will collect terminal prices from approximately 12 terminals each month. These prices will be received once each month from suppliers on or about the last weekday of the month. The high and low prices will be eliminated and the remaining values averaged to establish the average statewide price for the following month. The monthly state-wide average price will be posted on the Construction Division website on or about the first weekday of the following month. In the event the average prices were to change by 10 percent or more of the Base Index during the middle of the month the Contractor can submit a letter to the Department and supplier that provides evidence of the difference in price. Upon receipt of the letter consideration will be given to extend additional adjustments as deemed necessary. This monthly statewide average price will be the Base Index for all contracts on which bids are received during the calendar month of its posting and will be the Current Index for all asphalt placed during the calendar month of its posting. In the event an index changes radically from the apparent trend, as determined by the Engineer, the Department may establish an index which it determines to best reflect the trend. The amount of adjustment applied will be based on the difference between the contract Base Index and the Current Index for the applicable calendar month during which the work is performed. The quantity of asphalt cement for asphalt concrete pavement to which adjustment will be applied will be the quantity based on the percent of asphalt cement shown on the appropriate approved job mix formula. Adjustment of any asphalt material other than PG 64S-22 and PG 64E-22 will be based on the indexes for PG 64S-22. The quantity of asphalt emulsion for surface treatments to which adjustment will be applied will be the quantity based on 65 percent residual asphalt. Price adjustment will be shown as a separate entry on the monthly progress estimate; however, such adjustment will not be included in the total cost of the work for progress determination or for extension of contract time. Any apparent attempt to unbalance bids in favor of items subject to price adjustment or failure to submit required cost and price data as noted hereinbefore may result in rejection of the bid proposal.

Page 255: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VIRGINIA DEPARTMENT OF TRANSPORTATION MASTER LISTING OF

ASPHALT MATERIAL ITEMS ELIGIBLE FOR PRICE ADJUSTMENT

ITEM DESCRIPTION UNITS SPECIFICATION

10062 Asphalt-Stab. Open-Graded Material Ton 313 10416 Liquid Asphalt Gal 311 312 10420 Blotted Seal Coat Ty. B SY ATTD 10422 Blotted Seal Coat Ty. C SY ATTD 10423 Blotted Seal Coat Ty. C-1 SY ATTD 10424 Blotted Seal Coat Ty. D SY ATTD 10598 Ns Asphalt Concrete Ton 315 10603 Asphalt Concrete Ty. SM-19.0A Ton 315 10604 Asphalt Concrete Ty. SM-19.0D Ton 315 10605 Asphalt Concrete Ty. SM-19.0E (76-22 or 64E) Ton 315 10606 Asphalt Concrete Ty. SM-9.5 Ton 315 10607 Asphalt Concrete Ty. SM-12.5A Ton 315 10608 Asphalt Concrete Ty. SM-12.5D Ton 315 10609 Asphalt Concrete Ty. SM-12.5E (64E-22) Ton 315 10610 Asphalt Concrete Ty. IM-19.0A Ton 315 10611 Asphalt Concrete Ty. IM-19.0D Ton 315 10612 Asphalt Conc. Base Cr. Ty. BM-25.0 Ton 315 10613 Asphalt Concrete Ty. BM-37.5 Ton 315 10614 Asphalt Concrete Ty. IM-19.0E (76-22 or 64E) Ton 315 10635 Asphalt Concrete Ty. SM-9.5A Ton 315 10636 Asphalt Concrete Ty. SM-9.5D Ton 315 10637 Asphalt Concrete Ty. SM-9.5E (64E-22) Ton 315 10639 Asphalt Concrete Ty. SM-19.0 Ton 315 10642 Asphalt Concrete Ty. BM-25.0A Ton 315 10643 Asphalt Concrete Ty. BM-25.0D Ton 315 10650 Stone Matrix Asphalt SMA-9.5(64H-22) Ton 317 10651 Stone Matrix Asphalt SMA-9.5(64E-22) Ton 317 10652 Stone Matrix Asphalt SMA-12.5(64H-22) Ton 317 10653 Stone Matrix Asphalt SMA-12.5(64E-22) Ton 317 10654 Stone Matrix Asphalt SMA-19.0(64H-22) Ton 317 10655 Stone Matrix Asphalt SMA-19.0(64E-22) Ton 317 10701 Liquid Asphalt Coating SY ATTD 12505 Asphalt Concrete Curb Backup Material Ton 315 13240 Asphalt Concrete Sidewalk Ton 504 16110 Emul. Asph. Slurry Seal Type A SY ATTD 16120 Emul. Asph. Slurry Seal Type B SY ATTD 16130 Emul. Asph. Slurry Seal Type C SY ATTD 16144 Latex Mod. Emul. Treat. Type B Ton ATTD 16145 Latex Mod. Emul. Treat. Type C Ton ATTD

Page 256: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

16146 Latex Mod. Emul. Treat. Rutfilling Ton ATTD 16161 Modified Single Seal SY ATTD 16162 Modified Double Seal SY ATTD 16249 Nontracking Tack Coat Gal. ATTD 16250 Liquid Asphalt Matl. CMS-2 (Mod) Gal ATTD 16251 Liquid Asphalt Matl. CMS-2 Gal ATTD 16252 Liquid Asphalt Matl. CRS-2 Gal ATTD 16253 Liquid Asphalt Matl. CRS-2H Gal. ATTD. 16254 Liquid Asphalt Matl. RC-250 Gal ATTD 16256 Liquid Asphalt Matl. RC-800 Gal ATTD 16257 Ns Liquid Asphalt Matl. Gal ATTD 16260 Liquid Asphalt Matl. CRS-2L Gal ATTD 16325 NS Asphalt Concrete Ton N/A 16330 Asphalt Concrete Ty. SM-9.0A Ton 315 16335 Asphalt Concrete Ty. SM-9.5A Ton 315 16337 Asph. Conc. Ty. SM-9.5ASL (Spot Level) Ton 315 16340 Asphalt Concrete Ty. SM-9.5D Ton 315 16342 Asph. Conc. Ty. SM-9.5DSL (Spot Level) Ton 315 16345 Asphalt Concrete Ty. SM-9.5E (64E-22) Ton 315 16350 Asphalt Concrete Ty. SM-12.5A Ton 315 16352 Asph. Con. Ty. SM-12.5ASL (Spot Level) Ton 315 16355 Asphalt Concrete Ty. SM-12.5D Ton 315 16357 Asph. Con. Ty. SM-12.5DSL (Spot Level) Ton 315 16360 Asphalt Concrete Ty. SM-12.5E (64E-22) Ton 315 16362 Asphalt Concrete Ty. SM-19.0A Ton 315 16363 Asphalt Concrete Ty. SM-19.0D Ton 315 16364 Asphalt Concrete Ty. SM-19.0E (76-22 or 64E) Ton 315 16365 Asphalt Concrete Ty. IM-19.0A Ton 315 16370 Asphalt Concrete Ty. IM-19.0D Ton 315 16371 Asphalt Concrete Ty. IM-19.0E (76-22 or 64E) Ton 315 16373 Asphalt Concrete Ty. IM-19.0A (T) Ton 315 16374 Asphalt Concrete Ty. IM-19.0D (T) Ton 315 16377 Asphalt Concrete Ty. BM-37.5 Ton 315 16379 Asphalt Concrete Ty. IM-19.0T Ton 315 16390 Asphalt Concrete Ty. BM-25.0A Ton 315 16392 Asphalt Concrete Ty. BM-25.0D Ton 315 16395 Asphalt Concrete Ty. BM-25.0A (T) Ton 315 16397 Asphalt Concrete Ty. BM-25.0D (T) Ton 315 16400 Stone Matrix Asphalt SMA-9.5(64H-22) Ton ATTD 16401 Stone Matrix Asphalt SMA-9.5(64E-22) Ton ATTD 16402 Stone Matrix Asphalt SMA-12.5(64H-22) Ton ATTD 16403 Stone Matrix Asphalt SMA-12.5(64E-22) Ton ATTD 16404 Stone Matrix Asphalt SMA-19.0(64H-22) Ton ATTD 16405 Stone Matrix Asphalt SMA-19.0(64E-22) Ton ATTD 16490 Hot Mix Asphalt Treatment Ton ATTD 16500 Surf.Preparation & Restoration Type I Ton ATTD 16502 Surf.Preparation & Restoration Type II Ton ATTD 16504 Surf.Preparation & Restoration Type III Ton ATTD

Page 257: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

67201 NS Asphalt Concrete Overlay Ton 315 67210 NS Asphalt Concrete Ton 315 68240 NS Asphalt Concrete Ton 315

Page 258: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP109-000120-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

PRICE ADJUSTMENT FOR STEEL

June 15, 2015; Reissued July 12, 2016 The Department will adjust monthly progress payments up or down as appropriate for cost changes in steel used on specific items of work identified in the Contract according to this provision. This Special Provision provides a master listing of standard bid items the Department has determined are eligible for steel price adjustment. An automatically generated project-specific listing of standard bid items the Department has identified as eligible for steel price adjustment is included with the bidding proposal. Only items on this listing will be eligible for steel price adjustment. Generally, non-standard pay items will not be eligible for steel price adjustment unless such steel items are project-specific modifications of items normally eligible, are clearly and specifically identified by a separate and distinct steel pay item and the quantities present on the project constitute major items of the work. These items may be addressed by project specific provisions and their related pay items designated as being eligible in the bid proposal. Items eligible for steel price adjustment for a particular project will be shown on Form C-21C “Bid Items Eligible for Steel Price Adjustment” and included with the bidding documents. The Bidder may choose to have steel price adjustment applied to any, all or none of the eligible items shown on Form C-21C. The Bidder’s selection of items for steel price adjustment or non-selection (non-participation) may not be changed once he has submitted Form C-21C to the Department The Contractor shall use Form C-21C to submit to the State Contract Engineer, no later than 15 calendar days after the date of Contract Award letter, those pay items he chooses to have steel price adjustment applied on. Items the Contractor chooses for steel price adjustment must be designated by writing the word “Yes” in the column titled “Option” by each bid item chosen for adjustment. The Contractor’s designations on Form C-21C must be written in ink or typed, and signed by the Contractor to be considered complete. Items not properly designated, or designated with “No” or left blank on the Contractor’s C-21C “Bid Items Eligible for Steel Price Adjustment” form will automatically not be considered for adjustment. No steel items will be eligible for steel price adjustment on this project if the Contractor fails to return his Form C-21C on time. Please note: Inventoried materials from the listing of eligible items are specifically excluded for consideration. Items from the listing of eligible items for which the Contractor has requested payment as Material on Hand according to Section 109.09 are also specifically excluded for consideration past the delivery date to the fabricator. This provision also does not allow for price adjustment for embedded steel where the steel item is a component of the finished bid item and there is no separate or distinct payment for the steel item or for steel used for pre-tensioned or post-tensioned precast components where furnishing steel is included in the unit price of the finished bid item. This provision shall apply only to material cost changes that occur between the date of the receipt of bids by the Department and the date the material is shipped to the fabricator. The Contractor, subcontractor and/or supplier are required to place their purchase order for the steel items designated in this contract for price adjustment within 30 calendar days after the date of execution of this contract with the Department. The timeliness of the Contractor’s response is also to ensure the receipt of such items in a timely manner that shall not adversely affect his progress schedule or contract completion date. The items shall further be specifically stored, labeled, or tagged, recognizable by color marking, and identifiable by project for inspection and audit verification immediately upon arrival at the fabricator. The Contractor shall submit documentation to the appropriate District Construction Engineer for all items listed in the Contract for which it is requesting a steel price adjustment. This documentation shall consist of material price quotes, bid papers, or other similar type of documentation satisfactory to the

Page 259: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Department, and support the completion of the form establishing the average price per pound for the eligible steel bid item. The Contractor must use the format as shown with this provision; no other format for presenting this information will be permitted. The Contractor shall certify that all items of documentation are original and were used in the computation of the amount bid for the represented eligible pay items for the month bids were opened. This documentation shall support the base line material price (“Base Price”) of the steel item only. No adjustment will be made for changes in other components of the contract unit bid price, including, but not limited to, fabrication, shipping, storage, handling, and erection. The Contractor will not be eligible for price adjustment of steel items if he fails to submit specifically required information (i.e., purchase order, price data, bill of lading, material information or other requested information) as noted herein. Price adjustment of each qualifying item will only be considered if there is an increase or decrease in the cost of eligible steel materials in excess of 10 percent up to a maximum of 60 percent from the Base Price when compared with the latest published price index (“Price Index”) in effect at the time material is shipped to the fabricator.

The Price Index the Department is using is based on The U.S. Department of Labor, Bureau of Labor Statistics, Producers Price Index (PPI), which measures the average price change over time of the specific steel eligible item from the perspective of the seller of goods. The specific Producers Price Index (PPI) to be used to adjust the price for the eligible VDOT steel items is shown in the table below. Please note: The Producers Price Index (PPI) is subject to revision 4 months after original publication, therefore, price adjustments and payments will not be made until the index numbers are finalized.

Items under consideration for price adjustment will be compared to the steel category index items and the corresponding I.D. numbers shown in the table attached to the end of this provision. The price adjustment will be determined by comparing the percentage of change in index value beyond 10 percent above or below the index on the bid date to the index value on the date the steel material is shipped to the fabricator (Please see included sample examples). Weights and date of shipment must be documented by a bill of lading provided to the Department. The final price adjustment dollar value will be determined by multiplying this percent increase or decrease in the index (after 10%) by the represented quantity of steel shipped, by the Base Price per pound subject to the limitations herein. Price increase/decrease will be computed as follows:

A = B x P x Q

Where; A = Steel price adjustment in lump sum dollars B = Average weighted price of steel submitted with bid on project in $

per pound P = Adjusted percentage change in PPI average from shipping date to

bid date minus 10% (0.10) threshold Q = Total quantity of steel in pounds shipped to fabricator for specific

project

Delays to the work caused by steel shortages may be justification for a contract time extension but will not constitute grounds for claims for standby equipment, extended office overhead, or other costs associated with such delays. The Engineer will determine, and specify in the Work Order, the need for application of the adjustments herein to extra work on an individual basis.

Page 260: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

This price adjustment is capped at 60 percent. This means the maximum “P” value for increase or decrease that can be used in the above equation is 50% (60%-10% threshold). Calculations for price adjustment shall be shown separate from the monthly progress estimate and will not be included in the total cost of work for determination of progress or for extension of contract time. Any apparent attempt to unbalance bids in favor of items subject to price adjustment may result in rejection of the bid proposal.

Page 261: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

20-Jan-05

Sample Form to be turned in for Steel Price Adjustment Provision (All prices to be supported by project-specific quotes)

BID DATE 28-Apr-04 Bid Item 61720 High Strength Structural Steel

Supplier Description of material

Unit price f.o.b supplier

$/lbs Quantity In lbs.

Price Extension

Date of Quote

XYZ mill Structural beams

Various sizes (see quote) $0.28 1,200,000 $336,000.00 21-Apr-04

ABC distributing Various channel & angle

shapes (see quote) $0.32 35,000 $11,200.00 20-Apr-04 Total 1,235,000 $347,200.00 Average weighted price = $0.2816 Note: All prices are to include any surcharges on materials quoted as if they are shipped in the month

the bid is submitted. Vendors must include this surcharge along with their base price on their quotes.

v

Page 262: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

20-Jan-05

Sample Calculation of a Price Adjustment (increase) Project bid on April 28, 2004. Project has 450,000 lb. of structural steel. Orders placed in timely manner and according to contract. Contractor's *f.o.b. supplier price for the structural steel in bid is $0.2816 per pound. *free on board Adjusted** BLS Producers Price Index (PPI) most recently published average at time of bid is 139.6.

** final change after 4 months

All steel shipped to fabricator in same month, October 2004. Adjusted BLS Producers Price Index (PPI) most recently published average for month of October is 161.1 Adjustment formula is as follows:

A = B X P X Q

Where; A = Steel price adjustment in lump sum dollars

B = Average weighted price of steel submitted with bid on project in $

per pound

P =

Adjusted percentage change in PPI average from shipping date to

bid date minus 10% (0.10) threshold

Q = Total quantity of steel shipped to fabricator in October 2004 for this

project in pounds B = $0.2816

P = (161.1- 139.6)/139.6 – 0.10 = 0.054

Q = 450,000 lb.

A = 0.2816 x 0.054 x 450,000

A = $6,842.88 pay adjustment to Contractor

Page 263: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

20-Jan-05

Sample Calculation of a Price Adjustment (decrease) Project bid on April 28, 2004. Project has 450,000 lb. of structural steel. Orders placed in timely manner and according to contract. Contractor's *f.o.b. supplier price for structural steel in bid is $0.2816 per pound. *free on board Adjusted BLS Producers Price Index (PPI) most recently published average at time of bid is 156.6. All steel shipped to fabricator in same month, October 2004. Adjusted BLS Producers Price Index (PPI) most recently published average for month of October is 136.3 Adjustment formula is as follows:

A = B X P X Q

Where; A = Steel price adjustment in lump sum dollars

B = Average weighted price of steel submitted with bid on project in $

per pound

P =

Adjusted percentage change in PPI average from shipping date to

bid date minus 10% (0.10) threshold

Q = Total quantity of steel shipped to fabricator in October 2004 for this

project in pounds B = $0.2816

P = (156.6 – 136.3)/156.6 – 0.10 = 0.030

Q = 450,000 lb.

A = 0.2816 x 0.030 x 450,000

A = $3,801.60 credit to Department

Page 264: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

MASTER LISTING

STANDARD BID ITEMS ELIGIBLE FOR STEEL PRICE ADJUSTMENT

Sept. 24, 2008 rev # 1added 4 corrosion resistant re-bar items. Dec. 4, 2008 rev # 2 deleted item 68138 straighten structural steel January 14, 2009 rev # 3 identified BLS WPU used in $ adjustment BLS Series I. D. March 18, 2009 added items 61813,68109 & 68110

ITEM NUMBER ITEM DESCRIPTION UNITS Number WPU used in $ adjust.

00519 SHEET PILE, STEEL SF avg. 1017 & 101 00540 REINF. STEEL LB 101704 00541 CORROSION RESISTANT REINF.STEEL CL. I LB 101704 00542 EPOXY COATED REINF. STEEL LB 101704 00560 STRUCTURAL STEEL JB-1 LB avg. 1017 & 101 11030 REINF. STEEL BRIDGE APPR. SLAB LB 101704 11181 PATCH.HYDR.CEM.CONC. PAVE. SY 101704 13290 GUARDRAIL GR-8 (NCHRP 350 TL-3) LF avg. 1017 & 101 13292 GUARDRAIL GR-8A (NCHRP 350 TL-3) LF avg. 1017 & 101 13294 GUARDRAIL GR-8B (NCHRP 350 TL-3) LF avg. 1017 & 101 13310 GUARDRAIL TERMINAL GR-6 (NCHRP 350) LF avg. 1017 & 101 13312 GUARDRAIL TERMINAL GR-7 (NCHRP 350) EA avg. 1017 & 101 13315 GUARDRAIL TERMINAL GR-11 EA avg. 1017 & 101 13320 GUARDRAIL GR-2 LF avg. 1017 & 101 13323 GUARDRAIL GR-2A LF avg. 1017 & 101 13331 RAD. GUARDRAIL GR-2 LF avg. 1017 & 101 13333 RAD. GUARDRAIL GR-2A LF avg. 1017 & 101 13335 GUARDRAIL GR-3 LF avg. 1017 & 101 13345 ALTERNATE BREAKAWAY CABLE TERMINAL(GR-9) EA avg. 1017 & 101 13351 GUARDRAIL GR-8 LF avg. 1017 & 101 13352 GUARDRAIL GR-8A LF avg. 1017 & 101 13353 GUARDRAIL GR-8B LF avg. 1017 & 101 13355 GUARDRAIL GR-10 LF avg. 1017 & 101 13421 MEDIAN BARRIER MB-3 LF avg. 1017 & 101 13450 MEDIAN BARRIER MB-5 LF avg. 1017 & 101 13451 MEDIAN BARRIER MB-5A LF avg. 1017 & 101 13452 MEDIAN BARRIER MB-5B LF avg. 1017 & 101 13545 REINF. STEEL LB 101704 13594 TRAF. BARR. SER. GUARD RAIL TER. GR-7 EA avg. 1017 & 101 13594 TRAF.BAR.SER.GD.RAIL TER. GR-7 EA avg. 1017 & 101 14502 REINFORCING STEEL LB 101704 15290 PATCH.CEM.CONC.PAVE.TY.CRCP-A SY 101704 15302 PATCH.CEM.CONC.PAVE. TY. II SY 101704 15305 PATCH.CEM.CONC.PAVE.TY. IV-A SY 101704 17323 GUARDRAIL BEAM LF avg. 1017 & 101 17325 RADIAL GUARDRAIL BEAM LF avg. 1017 & 101 17327 RUB RAIL LF avg. 1017 & 101 17342 STEEL TUBE GR-7 EA avg. 1017 & 101 17348 BREAKAWAY POST GR-7 EA 101704 17353 CABLE GR-3 LF avg. 1017 & 101 17381 POST (BENT PLATE OR S 75 X 8.5 STEEL) GR EA avg. 1017 & 101 22501 FENCE FE-W1 LF avg. 1017 & 101 22643 FENCE FE-CL LF avg. 1017 & 101 22645 FENCE FE-CL VINYL COATED LF avg. 1017 & 101 23043 WATER GATE FE-4 TY.III LF avg. 1017 & 101

Page 265: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

23501 FENCE FE-W1 (FABRIC ONLY) LF avg. 1017 & 101 45522 4" STEEL ENCASE. PIPE LF 101706 45532 6" STEEL ENCASE. PIPE LF 101706 45562 16" STEEL ENCASE. PIPE LF 101706 45572 18" STEEL ENCASE. PIPE LF 101706 45582 24" STEEL ENCASE. PIPE LF 101706 45584 24" JACKED STEEL ENCASEMENT PIPE LF 101706 45592 30" STEEL ENCASE. PIPE LF 101706 50402 SIGN POST STEEL 3" LF 101706 50404 SIGN POST STEEL 4" LF 101706 50406 SIGN POST STEEL 6" LF 101706 50410 SIGN POST STEEL 10" LF 101706 50412 SIGN POST STEEL 12" LF 101706 50414 SIGN POST STEEL 14" LF 101706 50416 SIGN POST STEEL 16" LF 101706 50418 SIGN POST STEEL 18" LF 101706 51317 SIG. POLE MP-1 20' ONE ARM 30' EA 101706 51319 SIG. POLE MP-1 20' ONE ARM 32' EA 101706 51325 SIG. POLE MP-1 20' ONE ARM 38' EA 101706 51327 SIG. POLE MP-1 20' ONE ARM 40' EA 101706 51329 SIG. POLE MP-1 20' ONE ARM 42' EA 101706 51331 SIG. POLE MP-1 20' ONE ARM 44' EA 101706 51337 SIG. POLE MP-1 20' ONE ARM 50' EA 101706 51339 SIG. POLE MP-1 20' ONE ARM 52' EA 101706 51341 SIG. POLE MP-1 20' ONE ARM 54' EA 101706 51344 SIG. POLE MP-1 20' ONE ARM 56' EA 101706 51346 SIG. POLE MP-1 20' ONE ARM 58' EA 101706 51347 SIG. POLE MP-1 20' ONE ARM 60' EA 101706 51348 SIG. POLE MP-1 20' ONE ARM 62' EA 101706 51368 SIG.POLE MP-1 20'TWO ARMS 36'& 42' EA 101706 51400 SIG.POLE MP-1 CO.LU.ONE ARM 38 EA 101706 51402 SIG.POLE MP-1 CO.LU.ONE ARM 40 EA 101706 51408 SIG.POLE MP-1 CO.LU.ONE ARM 46 EA 101706 51412 SIG.POLE MP-1 CO.LU.ONE ARM 50 EA 101706 51414 SIG.POLE MP-1 CO.LU.ONE ARM 52 EA 101706 51416 SIG.POLE MP-1 CO.LU.ONE ARM 54 EA 101706 51418 SIG.POLE MP-1 CO.LU.ONE ARM 56 EA 101706 51420 SIG.POLE MP-1 CO.LU.ONE ARM 58 EA 101706 51422 SIG.POLE MP-1 CO.LU.ONE ARM 60 EA 101706 55162 LIGHTING POLE LP-1 30'-4' EA 101706 55163 LIGHTING POLE LP-1 30'-6' EA 101706 55166 LIGHTING POLE LP-1 30'-12' EA 101706 55169 LIGHTING POLE LP-1 35'-6' EA 101706 55171 LIGHTING POLE LP-1 35'-10' EA 101706 55176 LIGHTING POLE LP-1 40'-8' EA 101706 55185 LIGHTING POLE LP-2 TYPE A EA 101706 55186 LIGHTING POLE LP-2 TYPE B EA 101706 55187 LIGHTING POLE LP-2 TYPE C EA 101706 55188 LIGHTING POLE LP-2 TYPE D EA 101706 55189 LIGHTING POLE LP-2 TYPE E EA 101706 55190 LIGHTING POLE LP-2 TYPE F EA 101706 55192 LIGHTING POLE LP-2 TYPE H EA 101706 60452 REINF. STEEL BRIDGE APPR. SLAB LB 101704 61700 REINF. STEEL LB 101704 61704 CORROSION RESISTANT REINF. STEEL LB 101704 61705 EPOXY COATED REINF. STEEL LB 101704 61711 CORROSION RESISTANT REINF.STEEL CL. I LB 101704

Page 266: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

61712 CORROSION RESISTANT REINF.STEEL CL. II LB 101704 61713 CORROSION RESISTANT REINF.STEEL CL. III LB 101704 61750 STRUCT.STEEL HIGH STRG.PLT.GIRDERS LB avg. 1017 & 101 61811 STR.STEEL PLATE GIRDER ASTM A709 GRADE50 LB avg. 1017 & 101 61812 STR.STEEL PLATE GIRDER ASTM A709 GRADE50 LB avg. 1017 & 101 61813 STR.STEEL PLATE GIRDER ASTM A709 GRADEHPS50W LB avg. 1017 & 101 61814 STR.STEEL PLATE GIRDER ASTM A709 GRADEHPS70W LB avg. 1017 & 101 61820 STR.STEEL ROLLED BEAM ASTM A709 GRADE 36 LB avg. 1017 & 101 61821 STR.STEEL ROLLED BEAM ASTM A709 GRADE50 LB avg. 1017 & 101 61822 STR.STEEL ROLLED BEAM ASTM A709 GRADE50W LB avg. 1017 & 101 61990 STEEL GRID FLOOR SF avg. 1017 & 101 64110 STEEL PILES 10" LF avg. 1017 & 101 64112 STEEL PILES 12" LF avg. 1017 & 101 64114 STEEL PILES 14" LF avg. 1017 & 101 64768 DRIVING TEST FOR 12" STEEL PILE LF avg. 1017 & 101 64778 DRIVING TEST FOR 14" STEEL PILE LF avg. 1017 & 101 65200 REINF. STEEL LB 101704 65204 CORROSION RESISTANT REINF. STEEL LB 101704 65205 EPOXY COATED REINF. STEEL LB 101704 65211 CORROSION RESISTANT REINF.STEEL CL. I LB 101704 65212 CORROSION RESISTANT REINF.STEEL CL. II LB 101704 65213 CORROSION RESISTANT REINF.STEEL CL. III LB 101704 67086 PED. FENCE 6' LF avg. 1017 & 101 67088 PED. FENCE 8' LF avg. 1017 & 101 67089 PED. FENCE 10' LF avg. 1017 & 101 68091 CORROSION RESISTANT REINF.STEEL CL. I LB 101704 68092 CORROSION RESISTANT REINF.STEEL CL. II LB 101704 68093 CORROSION RESISTANT REINF.STEEL CL. III LB 101704 68100 REINF. STEEL LB 101704 68104 CORROSION RESISTANT REINF. STEEL LB 101704 68105 EPOXY COATED REINF. STEEL LB 101704 68107 STR.STEEL PLATE GIRDER ASTM A709 GRADE50 LB avg. 1017 & 101 68108 STR. STEEL PLATE GIRDER ASTM A709 GR50W LB avg. 1017 & 101 68109 STR. STEEL PLATE GIRDER ASTM A709 GR.HPS50W LB avg. 1017 & 101 68110 STR. STEEL PLATE GIRDER ASTM A709 GR.HPS70W LB avg. 1017 & 101 68112 STR.STEEL ROLLED BEAM ASTM A709 GR.36 LB avg. 1017 & 101 68113 STR.STEEL ROLLED BEAM ASTM A709 GR.50 LB avg. 1017 & 101 68114 STR.STEEL ROLLED BEAM ASTM A709 GR. 50W LB avg. 1017 & 101 68115 STRUCT. STEEL LB avg. 1017 & 101 68270 REINF. STEEL BRIDGE APPR. SLAB LB 101704 69060 SHEET PILES, STEEL SF avg. 1017 & 101 69091 CORROSION RESISTANT REINF.STEEL CL. I LB 101704 69092 CORROSION RESISTANT REINF.STEEL CL. II LB 101704 69093 CORROSION RESISTANT REINF.STEEL CL. III LB 101704 69100 REINF. STEEL LB 101704 69104 CORROSION RESISTANT REINF. STEEL LB 101704 69105 EPOXY COATED REINF. STEEL LB 101704 69110 STEEL PILES 10" LF avg. 1017 & 101 69112 STEEL PILE 12" LF avg. 1017 & 101 69113 DRIVING TEST FOR 12" STEEL PILE LF avg. 1017 & 101

Page 267: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP302-000100-00 VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR RESTORING EXISTING PAVEMENT

July 12, 2016

I. DESCRIPTION

This work shall consist of restoring existing pavement, removed for installation or repair of utilities such as, but not limited to pipe culverts, conduits, water and sanitary sewer items.

II. MATERIALS Asphalt Concrete shall conform to Section 211 of the Specifications. Aggregate Subbase material shall conform to Section 208 of the Specifications. Asphalt Material shall conform to Section 210 of the Specifications. Fine Aggregate shall conform to Section 202 of the Specifications. Coarse Aggregate for surface treatment shall conform to Section 203 of the Specifications. Hydraulic Cement Concrete Class A3 shall conform to Section 217 of the Specifications. Steel Reinforcement shall conform to Section 223 of the Specifications.

III. PROCEDURES Pavement restoration shall be according to this Provision and plan notes. Backfill shall be according to Section 302.03(a)2.g. of the Specifications. Asphalt Concrete shall be placed and compacted according to Section 315 of the Specifications. Surface Treatment shall be placed according to the special provision for Asphalt Surface Treatment and the attached drawing. Concrete Pavement shall be placed according to the special provision for Patching Hydraulic Cement Concrete Pavement and this special provision. Open trench in Hydraulic Cement Concrete Pavement should be located at existing transverse joints if at all possible. If concrete pavement is removed within two feet of an existing transverse joint, pavement removal shall be extended two feet beyond the joint. Reinforcing steel and dowels shall be installed according to Road and Bridge Standard PR-2. Joint replacement shall be according to Road and Bridge Standard PR-2.

IV. MEASUREMENT AND PAYMENT Restoring Existing Pavement unless otherwise specified will not be measured for separate payment, the cost thereof shall be included in the price bid for the utility to which it pertains according to Section 302.04, Section 520.06 or Section 700.05 of the Specifications, as appropriate. However, widths and depths in excess of the attached drawing that are authorized or directed by the Engineer will be paid for according to Section 109.05 of the Specifications.

Page 268: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

NOTES: The following methods for restoring existing pavement shall be adhered to unless otherwise specified on the plans. 1. Pipe culverts, conduits and utility items shall be

installed according to the applicable Road and Bridge Standards and Specifications.

2. Subbase - Aggregate material Type 1, Size 21A

or 21B. 3. Asphalt Concrete Type BM-25.0 4. Surface - Asphalt Concrete Type SM-9.5D @

165 lbs. per sq. yd.

5. Surface - Blotted Seal Coat Type C: The initial

seal and final seal shall be CRS-2, CMA-2 or CMS-2h liquid asphalt material @ 0.17 gal./sq. yd. with 15 lbs. of No. 8P stone/sq. yd. each. The blot seal shall be CRS-2, CMS-2 or CMS-2h liquid asphalt material @ 0.15 gal./sq. yd. with 10 lbs. of fine aggregate grade B sand per sq. yd.

6. Subbase - Aggregate material Type 1 Size 21B 7. Surface - Hydraulic Cement Concrete, high

early strength, matching existing structure for depth and surface texture.

Page 269: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP512-030100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

POLICE ASSISTANCE FOR PAVING OPERATIONS

November 6, 2013c; Reissued July 12, 2016 SECTION 512—MAINTAINING TRAFFIC of the Specifications is amended as follows:

SECTION 512.03—PROCEDURES is amended to include the following: (z) Police Assistance for Paving Operations: Police assistance may be required at times for

paving operations in work zones during the life of this contract to ensure the safety of the traveling public and construction personnel. The Contract will specify where police assistance is required according to the following:

1. Interstate Routes: Where the Contract specifies State Police assistance is required,

VDOT will notify the State Police contact person. VDOT will pay for the uniformed police officer(s).

2. Major Primary Routes (Traffic Groups XII and above): Where the Contract

specifies police assistance is required, VDOT will notify the police contact person. VDOT will pay for the uniformed police officer(s).

3. Other Primary Routes: The Contract will list the locations where police assistance is

required and whether it is the Contractor’s responsibility or VDOT’s responsibility to notify the police contact person and pay for the uniformed police officer(s).

4. Secondary Routes: The Contractor will have the option whether to flag intersections

or use uniformed police officers if this is not specified otherwise in the Contract. If the Contractor determines police assistance is necessary, he shall obtain this assistance at no cost to VDOT.

Where VDOT determines police assistance will be required on specific routes, the Contract will list the locations and whether it is the Contractor’s responsibility or VDOT’s responsibility to notify the police contact person and pay for the uniformed police officer(s). If the Contract does not state the responsible party, VDOT will be responsible.

If during the life of this contract the Engineer determines that police assistance is necessary at a specific location not listed in the Contract, VDOT will notify the police contact person. VDOT will pay for the uniformed police officer(s). If during the life of this contract the Contractor determines that police assistance is necessary at a specific location not listed in the Contract, he shall notify the police contact person. The Contractor shall obtain this assistance at no cost to VDOT.

Page 270: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SP600-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

ROADSIDE DEVELOPMENT AND SOIL STABILIZATION

July 12, 2016

The various Sections of the 2016 Specifications are amended as follows: Section 244.02 (l) of the Specifications is replaced with the following: Soil Retention Coverings shall include:

1. Jute mesh shall be a uniform, open, plain weave of undyed and unbleached single layer jute yarn. The yarn shall be loosely twisted and shall not vary in thickness by more than its normal diameter. Jute mesh shall be new, and its length shall be marked on each roll. Between strands lengthwise, openings shall be 0.60 inch ± 25 percent. Between strands crosswise, openings shall be 0.90 inch ± 25 percent. Jute mesh shall weigh 0.9 pound per square yard ± 5 percent.

2. Soil retention mats shall consist of a machine-produced mat of wood fibers, wood excelsior, or

manmade fiber that shall intertwine or interlock. Matting shall be nontoxic to vegetation and germination of seed and shall not be injurious to the unprotected skin of the human body. Mats shall be of consistent thickness, with fiber evenly distributed over its entire area, and covered on the top and bottom side with netting having a high web strength or covered on the top side with netting having a high web strength and machine sewn on 2-inch centers along the longitudinal axis of the material. Netting shall be entwined with the mat for maximum strength and ease of handling.

3. Soil stabilization mats shall be from the Department’s approved products list for the site

conditional use(s) specified. Section 244.02(g) of the Specifications is replaced with the following:

Mulch: Mulch shall conform to the following unless otherwise approved in writing by the Engineer:

1. Mulch for seeding (vegetative) shall consist of dry straw or hay, free from noxious weeds. Mulch shall be reasonably bright in color and shall not be musty, moldy, caked, decayed, or dusty.

2. Wood cellulose fiber mulch for hydraulic seeding shall consist of specially prepared

wood cellulose processed into a uniform fibrous physical state. Mulch shall be dyed green or contain a green dye in the package that will provide an appropriate color to facilitate visual inspection of the uniformly spread slurry. Mulch, including dye, shall not contain germination-inhibiting or growth-inhibiting factors. Mulch shall be manufactured and processed so that it will remain in uniform suspension in water under agitation and will blend with seed, fertilizer, and other additives to form a homogeneous slurry. Mulch shall form a blotterlike ground cover, on application, having moisture absorption and percolation properties and shall cover and hold grass seed in contact with the soil without inhibiting the growth of grass seedlings. Field and equipment performance determinations by the Department shall be prerequisites for the approval of a source of supply for mulch.

The manufacturer shall provide certification that the mulch conforms to the following:

Page 271: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Property Value Fiber or particle size Length To approximately 0.39 inch (10 mm) Thickness or diameter Approximately 0.04 inch (1 mm) Net dry weight content (VTM-47) Minimum stated on bag pH range (TAPPI T509 or ASTM D 778) 4.0 to 8.5 Ash content (TAPPI T413 or ASTM D 586) Maximum 7.0% Water-holding capacity (VTM-46) Minimum 90%

Mulch shall not contain elements or compounds at concentration levels that will be phytotoxic. In addition to making field performance determinations, the Department may sample and perform such other tests on mulch to ensure that it conforms to these specifications. Only those materials that have been evaluated by the Department and that appear on its list of approved sources of supply will be accepted. Mulch shall be delivered in packages of uniform weight bearing the name of the manufacturer, the net weight, and an additional statement of the net dry weight content.

3. Wood chips processed from clearing and grubbing operations may be used for mulch on

seeded areas as directed by the Engineer. Wood chips shall be not more than 3/8 inch in thickness or 6 square inches in area.

4. Mulch for individual planting pits and planting beds shall be double-shredded hardwood

mulch aged for at least 1 year and brown in color. A representative sample shall be submitted to the Engineer for approval prior to delivery to the work site.

Section 303.03(b) of the Specifications is replaced with the following:

Soil Stabilization: Soil stabilization shall be applied within 7 days after attaining the appropriate grading increment for that stage of the construction operations, or upon suspension of grading operations for an anticipated duration of greater than 15 days, or upon completion of grading operation for a specific area. Areas excluded from this requirement include areas within 100 feet of the limits of ordinary high water or a delineated wetland which shall be continuously prosecuted until completed and stabilized immediately upon completion of the work in each impacted area. Soil stabilization includes: temporary and permanent seeding, riprap, aggregate, sod, mulching, and soil stabilization blankets and matting in conjunction with seeding. The applicable type of soil stabilization shall depend upon the location of areas requiring stabilization, time of year (season), weather conditions and stage of construction operations.

Cut and fill slopes shall be shaped and topsoiled where specified. Seed and mulch shall be

applied in accordance with the requirements of Section 603 as the work progresses in the following sequence:

1. Slopes whose vertical height is 20 feet or greater shall be seeded in three equal

increments of height. Slopes whose vertical height is more than 75 feet shall be seeded in 25-foot increments.

2. Slopes whose vertical height is less than 20 but more than 5 feet shall be seeded in two

equal increments.

3. Slopes whose vertical height is 5 feet or less may be seeded in one operation.

Page 272: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Areas that cannot be seeded because of seasonal or adverse weather conditions should be

mulched to provide some protection against erosion to the soil surface. Organic mulch shall be used, and the area then seeded as soon as weather or seasonal conditions permit in accordance with the requirements of Section 603.03(e). Mulch shall be paid for in accordance with the requirements of Section 603.04. Organic mulch includes: straw or hay, fiber mulch, wood cellulose, or wood chips conforming to the requirements of Section 244.02(g).

SECTION 603—SEEDING of the Specifications is completely replaced with the following: SECTION 603—SEEDING 603.01—Description This work shall consist of furnishing and applying fertilizer, lime, mulch, and seed in the quantities specified for areas designated on the plans or selected by the Engineer. 603.02—Materials

(a) Seed shall conform to the requirements of Section 244.02(c).

(b) Fertilizer shall conform to the requirements of Section 244.02(d).

(c) Lime shall conform to the requirements of Section 244.02(e).

(d) Mulch shall conform to the requirements of Section 244.02(g). 603.03—Procedures Unless otherwise specified, seeding operations shall be performed at the times specified in Sections 303.03(b) and 603.03(d). Seeding operations shall not be performed when the ground is frozen or when soil or weather conditions would prevent proper soil preparation and subsequent operations. When hydroseeding is performed, nozzles or sprays shall not be directed toward the ground in a manner that will cause erosion or runoff. The Contractor shall notify the Engineer at least 48 hours prior to beginning seeding operations.

(a) Applying Lime: Lime shall be uniformly applied to areas to be seeded at the rate of 2 tons per acre. Any approved method may be used.

(b) Preparing Soil: After lime is applied, areas to be seeded shall be prepared in accordance with the

following: Slopes 3:1 or flatter shall be loosened to a depth of approximately 3 inches by disking, harrowing, or other approved methods. Loosening of soil on excavated slopes steeper than 3:1 will not be required except to eliminate hard or crusted surfaces. Shoulders and embankment slopes steeper than 3:1 shall be loosened to a depth of approximately 1 inch. Clods, loose stones, and other foreign material larger than 3 inches in any dimension shall be removed and disposed of in accordance with the requirements of Section 106.04 or as approved by the Engineer. Gullies, washes, and disturbed areas that develop subsequent to final dressing shall be repaired before they are seeded.

Topsoil, when specified, shall be applied in accordance with the requirements of Section 602.

(c) Applying Fertilizer: When dry fertilizer is used, it shall be applied uniformly to the seeding areas at the time of seeding at the rate of 300 pounds of fertilizer per acre (approximately 45 pounds of

Page 273: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

nitrogen per acre or 1.0 pound of nitrogen per 1,000 square feet) or as directed by the Engineer. Slow release and slowly soluble fertilizer may be applied through a hydraulic seeder except for sulfur-coated urea (SCU). The method of application for fertilizer products will be approved by the Engineer prior to application of the fertilizer. When applied in liquid form or mixed with water, fertilizer shall provide the same value of nutrients per acre as specified for dry fertilizer. Fertilizer applied in liquid form shall be constantly agitated during application.

(d) Applying Seed: Regular seeding shall consist of uniformly applying seed, fertilizer, and mulch on

prepared areas.

Overseeding shall consist of applying seed and fertilizer on areas prepared as directed by the Engineer.

Where temporary seeding is employed as a means of soil stabilization it shall consist of applying seed, fertilizer, and mulch in accordance with the rates specified in the plans or in Section 603.03 to stabilize areas on which grading operations are anticipated to be suspended for durations greater than 15 days. Where temporary seeding is required or directed by the Engineer, the cost for removal of vegetation once grading operations resume shall be included in the price of seeding.

For hydroseeding, seed shall be put in the mixture slowly to result in a uniform mixture before application. Hydroseeding mixtures shall be constantly agitated from the time of mixing until application on the seed bed and used within 8 hours from the beginning of mixing.

If special seed is required in addition to the regular mixture, it will be furnished by the Department and shall be applied with the regular mixture at the Contractor’s expense.

Leguminous seeds shall be inoculated or treated with approved cultures as specified by the manufacturer or directed by the Engineer before they are applied or mixed with other seeds to be applied. Seed shall be applied within 24 hours after treatment. When the hydroseeding method is used, leguminous seeds shall be treated with 5 times the amount of inoculant recommended by the manufacturer.

(e) Applying Mulch: Mulch shall be applied in a separate application within 48 hours after completion of

the seeding operation. When straw or hay mulch is used, it shall be applied on seeded areas at the rate of approximately 2 tons per acre. When wood cellulose fiber mulch is used, it shall be uniformly applied at the rate of approximately 1,500 pounds net dry weight per acre. Mulch will not be required on overseeded areas.

Straw and hay mulch shall be applied to a uniform thickness in such a manner that not more than 10 percent of the soil surface will be exposed at the conclusion of the mulching operations. Wet straw or wet hay shall not be used. Straw or hay mulch shall be anchored to the seeded surface by spraying with wood cellulose fiber mulch at the rate of 750 pounds per acre; spraying with an emulsified asphalt at the rate of at least 100 gallons per ton of mulch in a manner that will protect adjacent property and pedestrian traffic areas; disking or punching the mulch partially into the soil; using approved netting; or using other materials or methods approved by the Engineer. The Contractor may use more than one method on the same project.

603.04—Measurement and Payment Lime will be measured in tons and will be paid for at the contract unit price per ton. Fertilizer will be measured in tons and will be paid for at the contract unit price per ton. When a grade different than that specified in the Contract is used, the tonnage quantity will be adjusted to the grade specified.

Page 274: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Seed will be measured in pounds of seed used and will be paid for at the contract unit price per pound. When bags of seed are transferred from project to project, certified scales shall be used for weighing the seed. Open bags will not be accepted for use. Prices for seed, fertilizer, and lime shall include preparing seed beds; furnishing and applying seed; furnishing and applying mulch; and maintaining seeded areas until final acceptance. Overseeding will be paid for at the contract unit price per pound of seed. This price shall include preparing seedbeds and furnishing and applying seed and additional fertilizer. Mulch will not be measured for separate payment. The cost thereof shall be included in the price for seed. Payment will be made under:

Pay Item

Pay Unit

(____) seed Pound (____) overseeding Pound Fertilizer (Ratio) Ton Lime Ton

SECTION 606—ROLLED EROSION CONTROLLED PRODUCTS (RECP) of the Specifications is completely replaced with the following: SECTION 606—SOIL RETENTION COVERINGS 606.01—Description. This work shall consist of furnishing and placing protective coverings for soil retention, including seed, fertilizer, lime, topsoil, and water, in accordance with the requirements of these specifications and in conformity to the dimensions, lines, and grades shown on the plans or as established by the Engineer. 606.02—Materials. Materials shall conform to the requirements of Section 244.02(l). 606.03—Procedures.

(a) Preparing Areas: Two inches of topsoil shall be applied to the area to be covered. Drainage channels shall be shaped in accordance with the cross section shown on the plans and shall be rolled or tamped to compact soil in place before final shaping.

During shaping operations, a seedbed approximately 3/4 inch in depth shall be provided. Stones, roots, and other objects that will prevent protective covering from making close contact with the seedbed shall be removed before covering is installed.

(b) Applying Seed: Seed shall be applied in accordance with the requirements of Section 603 except

that mulch will not be required. Seed, fertilizer, and lime shall be applied prior to installation of protective coverings.

Page 275: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Seeded areas adjacent to the channel or ditch that are disturbed during installation of covering shall be uniformly reshaped, reseeded, and mulched at the Contractor’s expense.

(c) Installing Soil Retention Coverings: Coverings shall be installed in accordance with the standard

drawings and manufacturer’s recommendations. (d) Watering: After coverings are installed, seeded areas shall be watered sufficiently to saturate the

seedbed. Water shall be applied in a spray, and no additional watering will be required.

606.04—Measurement and Payment. Protective coverings and soil stabilization mats will be measured in square yards of area covered, complete-in-place, in accordance with the nominal plan dimensions and will be paid for at the contract unit price per square yard. Overlaps, overwidths, and cut slots will not be measured for separate payment. This price shall include furnishing, installing, and stapling soil retention coverings; smoothing and shaping ditch channels and waterways; preparing seed beds; and furnishing and applying topsoil, lime, seed, fertilizer, and water. Payment will be made under:

Pay Item

Pay Unit

Protective covering (Standard) Square yard Soil stabilization mat (Standard and type) Square yard

Page 276: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR SECTION 105.06—SUBCONTRACTING

(FEDERAL FUNDED PROJECTS)

July 12, 2016_

SECTION 105.06—SUBCONTRACTING of the Specifications is amended to include the following: (d) According to Commonwealth of Virginia Executive Order 20, the Contractor is encouraged to

seek out and consider Small, Women-owned, and Minority-owned (SWaM) businesses certified by the Department of Small Business and Supplier Diversity (DSBSD) as potential subcontractors and vendors. Further, the Contractor shall furnish and require each subcontractor (first-tier) to furnish information relative to subcontractor and vendor involvement on the project. For purposes of this provision, the term “vendor” is defined as any consultant, manufacturer, supplier or hauler performing work or furnishing material, supplies or services for the contract. The Contractor and, or subcontractor (first-tier) must insert this provision in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of this provision are incorporated by reference for work done by vendors under any purchase order, rental agreement or agreement for other services for the contract. The Contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or vendor. The submission of a bid will be considered conclusive evidence that the Contractor agrees to assume these contractual obligations and to bind subcontractors contractually to the same at the Contractor’s expense. When an approved Form C-31 “Subletting Request” is required according to IIM-CD-2013-06.01, the Contractor shall indicate on the Subletting Request if a subcontractor is a certified DBE or SWAM business. The Contractor shall report all SWAM, and Non-SWAM/DBE vendor payments annually on June 30th (if not a business day, then the next business day), and within 30 days after final acceptance of the work, to the District Civil Rights Section. The Contractor shall provide the information in a format consistent with revised Form C-61 Vendor Payment Report, subject to the approval of the Engineer. DBE Participation and reporting shall be according to the Special Provision for Section 107.15 (Use of Disadvantaged Business Enterprises). The Contractor shall provide the information in a format consistent with Form C-63 Vendor Payment Compliance Report. If the Contractor fails to provide the required information, the Department may delay final payment according to Specification Section 109.10 of the Specifications.

Page 277: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

CORROSION RESISTANT REINFORCING STEEL

May 6, 2016; Reissued July 12, 2016_ SECTION 223—STEEL REINFORCEMENT of the Specifications is revised as follows:

223.02—Detail Requirements is amended to add the following

(e) Corrosion Resistant Reinforcing Steel, Class I: Steel shall conform to the

requirements of ASTM A1035/A1035M – Standard Specification for Deformed and Plain, Low-carbon, Chromium, Steel Bars for Concrete Reinforcement; or shall conform to the requirements of ASTM A955/A955M – Standard Specification for Deformed and Plain, Solid Stainless Steel Bars for Concrete Reinforcement, UNS* Designation(s): S24100.

(f) Corrosion Resistant Reinforcing Steel, Class II: Steel shall conform to the

requirements of AASHTO Designation: MP 13M/MP 13-04, Standard Specification for Stainless Steel Clad Deformed and Plain Round Steel Bars for Concrete Reinforcement; or shall conform to the requirements of ASTM A955/A955M - Standard and Specification for Deformed and Plain Solid Stainless Steel Bars for Concrete Reinforcement. UNS* Designations: S32101. Stainless steel clad bars may only be provided if they are domestically produced except for projects designated as experimental in the plans.

(g) Corrosion Resistant Reinforcing Steel, Class III: Steel shall conform to the requirements of ASTM A955/A955M - Standard Specification for Deformed and Plain Solid Stainless Steel Bars for Concrete Reinforcement. UNS* Designations: S24000, S30400, S31603, S31653, S31803, and S32304.

* Unified Numbering System for Metals and Alloys

Page 278: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 406—REINFORCING STEEL

May 6, 2016; Reissued July 12, 2016_ SECTION 406—REINFORCING STEEL of the Specifications is replaced with the following:

406.01—Description This work shall consist of furnishing; coating, if required, and placing reinforcing steel or wire mesh used in concrete operations, except prestressed strands and wires, in accordance with these specifications and in conformity to the lines and details shown on the plans. 406.02—Materials

(a) Steel used for reinforcement shall conform to Section 223 of the Specifications. Except for

spiral bars, bars more than 1/4 inch in diameter shall be deformed bars. (b) Welded wire fabric shall conform to Section 223 of the Specifications. (c) Bar mat reinforcement shall conform to Section 223 of the Specifications. (d) Corrosion resistant steel used for reinforcement shall conform to Section 223 of the

Specifications.

406.03—Procedures

(a) Order Lists and Bending Diagrams: Copies of order lists and bending diagrams shall be furnished the Engineer when required or requested.

(b) Protecting Material: Reinforcing steel shall be stored on platforms, skids, or other supports that

will keep the steel above ground, well drained, and protected against deformation.

When placed in the work, steel reinforcement shall be free from dirt, paint, oil, or other foreign substances. Steel reinforcement with rust or mill scale will be permitted provided samples wire brushed by hand conform to the requirements for weight and height of deformation.

(c) Fabrication: Bent bar reinforcement shall be cold bent to the shape shown on the plans.

Fabrication shall be in accordance with the ACI Detailing Manual – 2004 (SP-66-04).

Spiral bars shall be fabricated to have the proper diameter when placed in position at the pitch shown on the plans. Each end of a spiral bar shall have 1 1/2 finishing turns in a plane perpendicular to the axis of the spiral.

(d) Placing and Fastening: Steel reinforcement shall be firmly held during the placing and setting

of concrete. Bars, except those to be placed in vertical mats, shall be tied at every intersection where the spacing is more than 12 inches in any direction. Bars in vertical mats and in other mats where the spacing is 12 inches or less in each direction shall be tied at every intersection or at alternate intersections provided such alternate ties will accurately maintain the position of steel reinforcement during the placing and setting of concrete. Placing reinforcing steel in concrete after concrete has been freshly placed is not permitted. Unless otherwise specified by the Engineer, tie wires used with corrosion resistant reinforcing steel can be solid stainless, epoxy-coated or plastic-coated carbon (black) steel wire or plastic.

Page 279: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The minimum clear distance from the face of the concrete to any reinforcing bar shall be maintained as specified herein.

Location Minimum Cover (inches)

Normal Condition

Corrosive Environment(1)

Marine(2)

Pier caps, bridge seats and backwalls: Principal reinforcement Stirrups and ties

2 ¾ 2 ¼

3 ¾ 3 ¼

4 3 ½

Pier caps, bridge seats and backwalls (at open joint locations): Principal reinforcement Stirrups and ties

3 ¾ 3 ¼

3 ¾ 3 ¼

4 3 ½

Footings and pier columns: Principal reinforcement Stirrups and ties

3 2 ½

4 3 ½

4 3 ½

Cast-in-place deck slabs: Top reinforcement Bottom reinforcement

2 ½† 1 ¼

2 ½† 1 ¼

2 ½† 2

Precast and cast-in-place slab spans: Top reinforcement Bottom reinforcement

2 ½† 2

2 ½† 2

2 ½† 3

Prestressed slabs and box beams: Top steel Stirrups and ties

1 ¾ 1 ⅛

1 ¾ 1 ⅛

1 ¾ 1 ⅛

Reinforcement concrete box culverts and rigid frames with more than 2 ft. fill over top of slab: Top slab – top reinforcement Top slab – bottom reinforcement Inside walls and bottom slab top mat Outside walls and bottom slab bottom mat

1 ½ 1 ½ 1 ½ 1 ½

2 ½ 2 ½ 2 ½ 2 ½

3 3 3 3

Reinforcement concrete box culverts and rigid frames with less than 2 ft. fill over top of slab: Top slab – top reinforcement Top slab – bottom reinforcement Inside walls and bottom slab top mat Outside walls and bottom slab bottom mat

2 ½ 2 1 ½ 1 ½

2 ½ 2 ½ 2 ½ 2 ½

3 3 3 3

Rails, rail posts, curbs and parapets: Principal reinforcement Stirrups, ties and spirals

1 ½ 1

1 ½ 1

1 ½ 1

Concrete piles cast against and/or permanently exposed to earth (not applicable for prestressed concrete): Drilled shafts: Principal reinforcement Ties and spirals

2 4 3 ½

3 5 4 ½

3 5 4 ½

All other components not indicated above: Principal reinforcement Stirrups and ties

2 ½ 2

3 ½ 3

3 ½ 3

Page 280: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

† Includes ½ inch monolithic (integral) wearing surface. (1) Corrosive environment affects cover where concrete surface is in permanent contact with

corrosive soil. (2) Marine includes all locations with direct exposure to brackish and salt water. Bars that must be positioned by maintaining clearances from more than one face shall be centered so that clearances indicated by the plan dimension of bars are equalized. Bars shall be placed so that the concrete cover as indicated on the plans will be maintained within a tolerance of 0 to +1/2 inch in the finally cast concrete. Where anchor bolts interfere with reinforcing steel, the steel position shall be adjusted without cutting to permit placing anchors in their proper locations. Unless otherwise specified by the Engineer, Corrosion Resistant Reinforcement (CRR) in bridges shall be supported by steel bar supports except as noted below for plastic (composite) supports. Steel bar supports shall be corrosion resistant wire bar supports with the same composition as the CRR being supported or plastic-protected wire bar supports when stay-in-place forms are not used and the steel bar support will rest on the exposed surface of the concrete element (per CRSI Class 1 – Maximum Protection). Plastic-protected wire bar supports shall be epoxy-coated carbon (black) steel wire with plastic protection applied by dipping legs (i.e,, capping legs with premolded plastic tips is prohibited). Metal bar supports shall be epoxy-coated wire bar supports for the remaining cases (per CRSI Class 1A – Maximum Protection). Plastic (composite) chairs may be used to support CRR in precast concrete elements. Bright basic wire bar supports may be used to support carbon (black) steel (per CRSI Class 3 – No Protection). Precast concrete supports and plastic (composite) chairs may be used to support carbon (black) steel only in cast-in-place members cast directly on soil or rock where carbon (black) steel is used, such as footings and approach slabs. Side form spacers shall meet the same corrosion protection level as the bar supports. Steel bar supports for CRR shall be fabricated from cold-drawn carbon steel wire conforming to the CRSI corrosion protection class listed above for their specific use. Precast concrete bar supports shall have a 28-day design compressive strength of at least 4,500 pounds per square inch and shall be furnished with plastic ties or shaped to prevent slippage from beneath the reinforcing bar. Bar supports for CRR in bridge decks and slab spans shall be spaced as recommended by CRSI but not more than 4 feet apart transversely or longitudinally. The mat of steel reinforcement closest to the surface shall be supported by bolster supports or individual chair bar supports and intermediate and upper mats can be supported by individual high chair bar supports or continuous bar supports placed between mats. When the upper mat is supported by the bottom mat (e.g., using continuous bar supports placed between mats), all the bar supports shall be spaced as recommended by CRSI but not more than 3 feet apart transversely or longitudinally. Bar supports shall be firmly stabilized so as not to displace under construction activities. Standees (a bar bent to a U-shape with 90 degree bent legs extending in opposite directions at right angles to the U-bend acting as a high chair resting on a lower mat of reinforcing bars to support an upper mat) may be used on simple slab spans provided they hold the reinforcing steel to the requirements specified herein and are firmly tied to the lower mat to

Page 281: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

prevent slippage. The use of standees will not be permitted for the top mat of steel on any continuous slab spans. In reinforced concrete sections or elements other than bridge decks and slab spans, the specified clear distance from the face of concrete to any reinforcing bar and the specified spacing between bars shall be maintained by means of approved types of stays, ties, hangers, or other supports adhering to the CRSI corrosion protection classes and specific uses listed above. The use of pieces of gravel, stone, brick, concrete, metal pipe, or wooden blocks will not be permitted as supports or spacers for reinforcing steel. The clear distance between bars shall be at least 1 1/2 times the specified maximum size of coarse aggregate but not less than 1 1/2 inches. Before concrete is placed, the Engineer will inspect reinforcing steel and determine approval for proper position and the adequacy of the method for maintaining position.

(e) Splicing and Lapping: Reinforcement shall be furnished in full lengths as indicated on the plans. Except where shown on the plans, splicing bars will not be permitted without the written approval of the Engineer. Splices shall be as far apart as possible. In lapped splices, bars shall be placed in contact and wired together. Lap lengths shall be as indicated on the plans. When reinforcing bars cannot be fabricated with the lengths shown on the plans, the bars may be lapped at no additional cost to the Department. Lap lengths shall be in accordance with the AASHTO LRFD Bridge Design Specifications. Mechanical butt splicing will be permitted at locations shown on the plans. The mechanical connection shall develop in tension or compression, as required, 125 percent of the specified yield strength of the bar. The total slip of the bar within the splice sleeve of the connector after loading in tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between the gage points clear of the splice sleeve:

For bar sizes up to No. 14: 0.01 inch For No. 18 bars : 0.03 inch

For corrosion resistant reinforcing bars, mechanical butt splicers shall be of the same material as the bars being spliced. Reinforcing steel shall be welded only if specified on the plans. Welding shall be in accordance with Section 407.04(a) of the Specifications. Reinforcing steel conforming to ASTM A615 Grade 60 shall not be welded. Corrosion resistant reinforcing steels shall not be welded. Lap lengths for welded wire fabric or bar mat reinforcement shall be in accordance with the current AASHTO LRFD Bridge Design Specifications.

406.04—Measurement and Payment Reinforcing steel will be measured in pounds of steel placed in the structure as shown on the plans. The weight of welded wire fabric will be computed from the theoretical weight per square yard placed, including allowance for laps not to exceed 8 percent of the net area. Reinforcing steel or welded wire fabric will be paid for at the contract unit price per pound. These prices shall include furnishing, fabricating, and placing reinforcement in the structure. In structures of reinforced concrete where there are no structural steel contract items, expansion joints, plates, rockers, bolts, and similar minor metal parts will be paid for at the contract unit price for reinforcement. Corrosion resistant reinforcing steel, when a pay item, will be measured in pounds and will be paid for at the contract unit price per pound of the designated class of steel indicated and placed in the structure in the location(s) shown on the plans. This price shall include fabricating, shipping, furnishing and placement.

Page 282: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

No payment will be made for fastening or support devices that may be used by the Contractor for keeping reinforcing bars in their correct position. When the substitution of larger bars than those specified is allowed, payment will be made for only the amount of metal that would have been required if the specified size of bar had been used. When full-length bars are shown on the plans and the Contractor obtains approval to use short bars for convenience, the weight paid for will be based on the full-length dimensions with no allowance made for splices. Payment will be made under:

Pay Item

Pay Unit

Reinforcing steel Pound Welded wire fabric Pound Corrosion resistant reinforcing steel, (Class) Pound

Page 283: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SQ505-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

REPLACEMENT OF GUARDRAIL, MEDIAN BARRIER, IMPACT ATTENUATOR, AND GUARDRAIL TO BRIDGE ATTACHMENTS

March 18, 2016; Reissued July 12, 2016_

I. DESCRIPTION

This work shall consist of repairing or replacing damaged guardrail, median barrier, impact attenuators and bridge/guardrail attachments, in accordance with this provision, the plans and as directed by the Engineer.

II. MATERIALS Guardrail and guardrail components shall conform to Section 505 of the Specifications. Impact attenuator repair shall use replacement parts from the original manufacturing company. Sign Panels shall conform to Section 701 of the Specifications. Guardrail Delineators shall conform to Section 702 of the Specifications.

III. PROCEDURES The Contractor shall inspect the locations and prepare a list of materials and quantity needed for repair for the Engineers review prior to commencing work. The Engineer will notify the Contractor to repair the guardrail by components or to remove and replace sections of damaged guardrail. The Engineer will preapprove all locations requiring the drilling of holes in bridge railings or fixed objects. The Contractor shall repair any spalling due to the drilling operations in concrete fixed objects or concrete bridge railings and existing holes in concrete shall be patched with materials conforming to Section 218 of the Specifications. The Contractor shall perform work in accordance with Section 505 of the Specifications, the Road and Bridge Standards and the standard drawings for "Recommended Method for Attaching Guardrail to Bridge Rails" (BR-GR). The Contractor may need to modify the method of attachment due to field conditions with the approval of the Engineer. The Contractor shall reconstruct impact attenuators in accordance with the manufacturers’ recommendations. Pay items with the designation "Install" are materials furnished by the Department for the Contractors use in repair of guardrail installations in accordance with Sections 505 and 510 of the Specifications and as directed by the Engineer. The Engineer will indicate per site the quantity and materials to be installed and the location of the materials for the Contractors use. The Contractor shall make arrangements with the Area Headquarters 48 hours prior to picking up the materials for installation. All sites designated for use of "Install" materials will be within 25 miles of an Area Headquarters. Damaged and salvaged guardrail materials shall become the property of the Contractor and shall be disposed of in accordance with Section 106 of the Specifications, unless otherwise specified.

Page 284: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

All unused or abandoned guardrail post holes shall be backfilled to existing ground level with approved material placed in layers not more than 4 inches in height. Each layer shall be compacted by tamping. All unused or abandoned post holes in paved shoulder shall be backfilled, compacted and sealed with a fine asphalt plant mix no larger than SM-9.5A. No measurement or payment will be made for this work all cost shall be included in other items of work. Cracks in the shoulder as a result of driving or removing guardrail posts shall be repaired at no additional cost to the Department. In soil or aggregate stabilized shoulders, cracks and voids around the posts shall be filled with like material and thoroughly compacted. In asphalt paved or surfaced treated shoulders, cracks and voids around post shall be filled, compacted, and sealed with fine asphalt plant mix no larger than SM-9.5A. No measurement or payment will be made for this work all cost shall be included in other items of work. The Contractor shall ensure all existing guardrail and end treatments left in place are correct and all bolts, are torqued properly and cables are taut. GR-9 end treatments with 4” channel shall not be repaired, but shall be replaced with new terminals that conform to Section 505.03 of the Specifications. All guardrail to be removed shall start at the run off end and proceed to the run on end terminal, unless otherwise approved by the Engineer. Guardrail installation shall start at the run on end terminal and proceed to the run off end, unless otherwise approved by the Engineer. All guardrail that is removed during the course of the work day shall be replaced the same work day, unless otherwise approved by the Engineer. No fixed objects, which includes but not limited to bridge parapet walls, piers, blunt ends, sign structures, shall not be left unprotected. The Contractor shall use an approved NCHRP 350 approved, temporary guardrail terminal or impact attenuator service before the end of each workday to protect traffic from the fixed object. No measurement or payment will be made for temporary guardrail terminal or impact attenuator service, all cost shall be included in other items of work. The Contractor shall plan and prosecute the work accordingly. No uncompleted sections of guardrail shall be left over weekends or holidays, unless otherwise approved by the Engineer. The Contractor shall plan and prosecute the work accordingly. All aggregate and other material placed at the guardrail terminal end section shall be included in the pay item "guardrail terminal site preparation". Build-up or debris under existing guardrail in areas where guardrail is to be replaced shall be removed to the original shoulder cross slope, in accordance with the contract Special Provisions. Reset existing guardrail shall require the removal and disassembly of the existing w-beam and blockouts to redrill the post for the reassembly of the blockouts and w-beam to the required height specified. In the event the existing post or blockouts are determined non-compliance with the standard drawings or specifications new post or blockouts will be required and will be measured and paid for separately.

Page 285: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

IV. MEASUREMENT AND PAYMENT

Guardrail, Reuse Guardrail, Radial Guardrail, Median Barrier, Radial Median Barrier, Cable Barrier, Guardrail Terminal, Median Barrier Terminal and Fixed Object Attachment will be measured and paid for in accordance with Section 505 of the Specifications. Remove Guardrail, Reset Guardrail and Install Guardrail will be measured and paid for in accordance with Section 510 of the Specifications. Sign Panel and Guardrail Delineator will be measured and paid for respectively in accordance with Sections 701 and 702 of the Specifications. Drill Hole will be measured in units of each and will be paid for at the contract unit price per each, which unit price shall include drilling of hole, repairing spalled areas, and patching abandoned holes. Re-Tension Existing Cable GR. will be measured in units of each per cable system and will be paid for at the contract unit bid price per each for the standard specified, which shall include re-tensioning the existing cable.

The items below will include removal and disposal of existing guardrail components in the unit price bid. Guardrail Post, Guardrail Blockout and Offset Block will be measured in units of each for the type and standard specified and will be paid for at the contract unit price per each which price shall include furnishing and installing post, blockout and offset block and hardware. W Beam Terminal Connector, W Beam End Section and Terminal Connector will be measured in units of each for the standard or type specified and will be paid for at the contract unit price per each, which shall include furnishing and placement, and mounting hardware. Rubrail will be measured in units of linear feet for the type specified and will be paid for at the contract unit price per linear foot, which shall include furnishing and placement of type rubrail specified, and mounting hardware. Guardrail Beam and Radial Guardrail Beam will be measured in units of linear feet for the type and standard specified and will be paid for in units of linear foot, which unit price shall include furnishing the type and standard beam specified, and mounting hardware. Plate will be measured in units of each for the type and standard specified and which unit paid shall include furnishing and placing the specified plate and mounting hardware. Cable will be will be measured in units of linear feet for the type and standard specified and will be paid for in units of linear foot, which unit price bid shall include furnishing the type and standard cable specified, and mounting hardware. Realign Post will be measured in units of each and will be paid for at the contract bid price per each, which unit price bid shall include disconnecting and reconnecting rail and realigning the post. BR-GR Attachment will be measured in units of each, for the type specified per attachment location and will be paid for at the contract unit bid price per each attachment, which shall include furnishing and installing guardrail, blockouts, connector, and hardware. Steel Tube will be measured in units of each for the type and standard specified and will be paid for at the contract bid price per each, which shall include furnishing and placing of the steel tube, and excavation.

Page 286: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Assembly will be measured in units of each for the type and standard specified and will be paid for at the contract unit bid price per each, which shall include furnishing and placing the specified assembly. Cable Assembly & Anchor Plate will be measured in units of each for the type and standard specified and will be paid for at the contract unit bid price, which shall include furnishing and installing the cable assembly and anchor plate for the type and standard specified, and hardware. End Post Caps will be measured in units of each for the standard specified and paid for at the contract unit bid price per each, which shall include furnishing and installing end post caps, and hardware. Hook Bolt will be measured in units of each for the standard specified and will be paid for at the contract unit bid price per each, which unit price bid shall include furnishing and installing hook bolts. Angle will be measured in units of each for the type and standard specified and will be paid for at the contract unit bid price per each, which shall include furnishing and installing the specified angle, and hardware. Soil Plate will be measured in units of each for the standard specified and will be paid for at the contract unit price per each for the standard specified, which shall include furnishing and installing the specified plate, and hardware. Pipe Sleeve will be measured in units of each for the standard specified and will be paid for at the contract unit price per each for the standard specified, which shall include furnishing and installing the specified pipe sleeve, hardware and removal and disposal of existing pipe sleeve. Cable Anchor Bracket will be measured in units of each for the standard specified and will be paid for at the contract unit price per each for the standard specified, which shall include furnishing and installing the specified cable anchor bracket, and hardware. Strut will be measured in units of each for the standard specified and will be paid for at the contract unit price per each for the standard specified, which shall include furnishing and installing the specified strut, and hardware. Guardrail Extruder will be measured in units of each for the standard specified and will be paid for at the contract unit price per each for the standard specified, which shall include furnishing and installing the specified guardrail extruder, and hardware. Impact Attenuator Cartridge will be measured in units of each for the original manufacturers’ replacement cartridge and will be paid for at the contract unit price per each for the original manufacturers replacement part and hardware, which shall include furnishing and installing in accordance with the manufacturers recommendations. Nose Section will be measured in units of each for the original manufacturers’ replacement nose section and will be paid for at the contract unit price per each for the original manufacturers’ replacement part and hardware, which shall include furnishing and installing in accordance with the manufacturers recommendations. Diaphragm will be measured in units of each for the original manufacturers’ replacement diaphragm and will be paid for at the contract unit price per each for the original manufacturers’ replacement part and hardware, which shall include furnishing and installing in accordance with the manufacturers recommendations. Frame will be measured in units of each for the original manufacturers replacement frame and will be paid for at the contract unit price per each for the original manufacturers’ replacement part and

Page 287: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

hardware, which shall include furnishing and installing in accordance with the manufacturers recommendations. Side Panel will be measured in units of each for the original manufacturers’ replacement side panel and will be paid for at the contract unit price per each for the original manufacturers’ replacement part and hardware, which shall include furnishing and installing in accordance with the manufacturers recommendations. Sand Barrel will be measured in units of each for the original manufacturers replacement sand barrel and will be paid for at the contract unit price per each for the original manufacturers replacement parts and hardware, which shall include furnishing and installing in accordance with the manufacturers recommendations. Reset Existing Guardrail will be measured in units of linear feet and will be paid for at the contract unit price per linear foot. This price shall include removal of guardrail w-beam and blockouts, drilling new hole(s) in the existing post, reinstalling the w-beam and blockouts, with new hardware. Remove and Relocate Existing Guardrail (Standard) will be measured in units of linear feet for the standard and type specified and will be paid for at the contract unit price per linear foot for the standard and type specified. This price shall include disassembly and removal of guardrail w-beam, post, blockouts, hardware, backfilling existing postholes, repairing damage to shoulders, curbing, curb backup material or concrete, transporting and storing; repairing and installing salvaged beam; and installing guardrail post, blockouts, w-beam, delineators, concrete, and new hardware. Reuse Existing Guardrail W-Beam (Standard) will be measured and paid for at the contract unit price per linear foot. The price bid shall include salvaging and installing existing W-beam, transporting w-beam to the site, furnishing and installing new post, blockouts, delineators, new hardware. Payment will be made under:

Pay Item Pay Unit

(Type) Post (Standard) Each Guardrail Blockout Each Guardrail Beam Linear Foot Radial Guardrail Beam Linear Foot Cable (Standard) Linear Foot Offset Block (Type) Each Terminal Connector (Type or Standard) Each W Beam End Section (Type) Each Rubrail (Type) Linear Foot BR-GR Attachment (Type) Each Drill Hole Each (Type) Plate (Standard) Each Realign Post Each Steel Tube (Standard) Each (Type) Assembly (Standard) Each Cable Assembly & Anchor Plate (Standard) Each End Post Caps (Standard) Each Hook Bolt (Standard) Each (Type) Angle (Standard) Each Re-Tension Existing Cable GR. (Standard) Each Soil Plates (Standard) Each Pipe Sleeve (Standard) Each

Page 288: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Cable Anchor Bracket (Standard) Each (Type) Strut (Standard) Each Guardrail Extruder (Standard) Each Impact Attenuator Cartridge Each Nose Section Each Diaphragm Each Side Panel Each Frame Each Sand Barrel Each Reset Existing Guardrail Linear Foot Remove And Relocated Existing Guardrail (Standard) Linear Foot Reuse Existing Guardrail W-Beam (Standard) Linear Foot

Page 289: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS102-002016-01 July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS SECTION 102—BIDDING REQUIREMENTS AND CONDITIONS

SECTION 102—BIDDING REQUIREMENTS AND CONDITIONS of the Specifications is amended as follows:

Section 102.07—Proposal Guaranty (Bid Bond) is amended by replacing the first paragraph with the following:

A bid in excess of $250,000.00 will be rejected unless accompanied by a proposal guaranty, also known as a bid bond, made payable to the Commonwealth of Virginia, and executed on the Department's form (Form C-24), or on a form that contains the exact same wording as the Department's form. The amount of the proposal guaranty shall be 5 percent of the total bid. However, if the Bidder is eligible for the VirginiaWorks Self-Insured Payment & Performance Bond Program and his Bid is greater than $250,000 but less than $350,000, no proposal guaranty is required, but the Bidder is still subject to Section 103.07 of the Specifications.

Page 290: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS107-002016-01 July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 107—LEGAL RESPONSIBILITIES SECTION 107—LEGAL RESPONSIBILITIES of the Specifications is amended as follows:

Section 107.16(b)2 Air is amended to include the following: Reasonable precautions shall be taken at all times to prevent particulate matter from becoming airborne according to the State Air Pollution Control Board regulation 9 VAC 5 Chapter 50, Article 1, Standards of Performance for Visible Emissions and Fugitive Dust/Emissions.

Section 107.16(e)3 SWPPP Requirements for Support Facilities is amended to include the following:

The Contractor shall develop and enforce a Spill Prevention Control and Countermeasure (SPCC) Plan conforming to 40 CFR 112 if the aggregated volume of Oil stored within the project limits at any one time is greater than 1320 gallons. Oil, in this context, shall be defined according to 40 CFR 112. The aggregated volume includes that of both stationary and portable storage facilities but does not include individual storage containers with less than a 55 gallon capacity. The Contractor shall include the SPCC Plan as a part of his Pollution Prevention Plan for the project.

Section 107.16(e)4.a Inspection Requirements is replaced with the following: a. Inspection Requirements

The Contractor shall be responsible for conducting site inspections according to the requirements herein. Site inspections shall include erosion, sediment control, and pollution prevention practices and facilities; all areas of the site disturbed by construction activity; all on-site support facilities; and all off site support facilities within VDOT right of way or easement. The Contractor shall document such inspections by completion of Form C-107, Construction Runoff Control Inspection Form, according to the directions contained within the form. Inspections shall be conducted using one of the following schedules: ● Schedule 1 - At least once every 7 calendar days (equivalent to the once every five

business days schedule in the VPDES General Permit for Discharge of Stormwater from Construction Activities) and within 48 hours following any measureable storm event. If a measureable storm event occurs when there are more than 48 hours between business days, the Contractor shall perform his inspection no later than the next business day. The Contractor shall install a rain gage at a central location on the project site for the purposes of determining the occurrence of a measureable storm event. Where the project is of such a length that one rain gage may not provide an accurate representation of the occurrence of a measurable storm event over the entire project site, the Contractor shall install as many rain gages as necessary to accurately reflect the amount of rainfall received over all portions of the project. The Contractor shall observe all rain gages no less than once each business day at the time prescribed in the SWPPP General Information Sheet notes in the construction plans or other contract documents to determine if a measureable storm event has occurred. The procedures for determining the occurrence of a measurable storm event are identified in the SWPPP General Information Sheet notes in the construction plans or other contract documents.

Page 291: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

● Schedule 2 - At least each Monday and Thursday (equivalent to the once every four business days schedule in the VPDES General Permit for Discharge of Stormwater from Construction Activities). Where Monday or Thursday is a non-business day, the inspection may be performed on the next business day afterward. In no case shall the inspections be performed less than once every four business days.

The inspection schedule (1 or 2) is to be selected prior to the beginning of land disturbance. Once an inspection schedule is selected, it shall be defined in the appropriate note in the SWPPPP General Information Sheets contained in the construction plan set and shall be used for the duration of the project. A business day is defined as Monday through Friday excluding State holidays. A measurable storm event is defined as one producing 0.25 inches of rainfall or greater over a 24 hour time period. For those areas of the site that have been temporarily stabilized or where land disturbing activities have been suspended due to continuous frozen ground conditions and stormwater discharges are unlikely, the inspection schedule may be reduced to once per month. If weather conditions (such as above freezing temperatures or rain or snow events) make stormwater discharges likely, the Contractor shall immediately resume the regular inspection schedule. Those definable areas where final stabilization has been achieved will not require further inspections provided such areas have been identified in the project’s Stormwater Pollution Prevention Plan.

Page 292: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS212-002016-01 May 13, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION

2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 212—JOINT MATERIALS SECTION 212—JOINT MATERIALS of the Specifications is amended as follows:

Section 212.02(h) Gaskets for pipe is replaced with the following: Gaskets for pipe and box culvert sections shall conform to the following: Rubber gaskets for ductile iron pipe and fittings shall conform to AWWA C111. Rubber gaskets for concrete and metal pipe shall conform to ASTM C443. Rubber gaskets for plastic pipe shall conform to ASTM F 477. Flexible cellular sponge or expanded rubber gaskets for metal pipe shall conform to ASTM D1056. Gaskets for box culvert sections shall conform to ASTM C1677. All gaskets shall conform to the ozone cracking resistance described in Section 237.02 of the Specifications.

Page 293: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS232-002016-01 April 19, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 232—PIPE AND PIPE ARCHES

SECTION 232—PIPE AND PIPE ARCHES of the Specifications is amended as follows:

Section 232.02(c)1 is replaced with the following:

Corrugated steel culvert pipe and pipe arches shall conform to AASHTO M36 except that helically formed pipe shall be tested in accordance with AASHTO T249 at the rate of one test per week per corrugation machine per work shift. The Contractor shall maintain records of such test for a period of 24 months. Pipe shall be fabricated from materials conforming to AASHTO M218 for galvanized pipe, AASHTO M274 for aluminum coated pipe, AASHTO M246 for polymer coated pipe and AASHTO M289 for aluminum zinc alloy coated pipe. Steel spiral rib pipe shall be of smooth wall spiral rib construction. When connecting bands or flared end sections are required, helically formed pipe shall have rerolled ends with a minimum of two annular corrugations. End sections shall be produced in accordance with AASHTO M36 from materials conforming to the applicable requirements of AASHTO M218 for use with galvanized pipe, AASHTO M274 for use with aluminum-coated or polymer coated pipe, or AASHTO M289 for use with aluminum zinc alloy-coated pipe. Joints shall be installed as specified on the plans, in the event the joint is not specified, it shall be a leak-resistant joint.

Section 232.02(c)7 is deleted, and paragraphs 8 and 9 are renumbered to 7 and 8, respectively. Section 232.02(l) Polypropylene (PP) Pipe is replaced with the following:

Polypropylene (PP) Pipe: PP corrugated culvert and storm drain pipe shall conform to AASHTO M330, and shall be double wall pipe (Type S) for nominal diameters of 12 inches through 30 inches, inclusive, and shall be triple wall pipe (Type D) for nominal diameters of 36 inches through 60 inches, inclusive. The Department will not permit the use of polypropylene pipe less than 12 inches or greater than 60 inches in diameter. Fittings and joining systems shall also meet AASHTO M330.

Section 232.02(m) Pipe Joints is inserted as follows: Pipe joints shall meet the requirements of AASHTO PP-63 for Soil-Tight, Silt-Tight, Leak-Resistant or other special design, except that leak-resistant joints shall not require infiltration or exfiltration testing in the field, and joints shall be on VDOT Materials Division Approved List for pipe joints. Pipe Joint systems shall be submitted to the Materials Division certifying the system meets the requirements for Soil-Tight, Silt-Tight, Leak-Resistant or Special Design in order to be on the approved list.

Section 232.02(n) Pipe to Structure Connections and Waterstops is inserted as follows: Manufactured pipe connection systems for connecting pipe to drainage structures shall be submitted to the Materials Division certifying the system meets the requirements for Soil-Tight, Silt-Tight, or Leak-Resistant in order to be on the approved list. When resilient connectors for silt tight connections are specified for concrete pipe to concrete structures, the connectors shall meet the requirements of ASTM C1478. When resilient connectors for leak resistant connections are specified for flexible pipe to concrete structures, the connectors shall meet the requirements of ASTM F2510.

Page 294: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

When waterstops are specified, they shall meet the requirements of ASTM F2510, Section 4.1 Materials and Manufacture and Section 4.2 Mechanical Devices. The waterstop shall have a 1 inch minimum keylok anchor embedded into the concrete or mortar connection on pipe sizes below 18 inch diameter and 1.5 inch for pipe 18 inches and greater in diameter. There shall be a minimum 2 inches of concrete or mortar connection around the rubber gasket to permit proper consolidation around the gasket. All waterstops shall be secured to the pipe with a take-up clamp before applying mortar.

Page 295: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS245-002016-01 July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 245—GEOSYNTHETICS AND LOW PERMEABILITY LINERS SECTION 245—GEOSYNTHETICS AND LOW PERMEABILITY LINERS of the Specifications is amended as follows:

Section 245.03—Testing and Documentation is amended to add the following:

(k) Fabric for Use in Turbidity Curtains: This fabric shall consist of synthetic fabric coated

with suitable elastomeric or polymeric compound; having high resistance to weathering, hydrocarbons, fresh and salt water, and temperature extremes. The fabric shall be impervious or pervious. Pervious is defined as 20 percent of the fabric material allowing the passage of water. The fabric shall have a tensile strength of not less than 200 pounds per square inch when measured lengthwise or crosswise.

Page 296: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS302-002016-01 April 28, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 302—DRAINAGE STRUCTURES

SECTION 302—DRAINAGE STRUCTURES of the Specifications is amended as follows:

Section 302.03(a)2.d Joining Pipe is replaced with the following:

Joining pipe: The inspector will verify the correct joint materials are used and installed correctly.

(1) Rigid pipe: The Contractor’s method of joining pipe sections shall be such that the sections are

aligned and firmly joined to form the joint as specified on the plans.. The joint type shall be installed as specified on the plans, in the event the joint is not specified, it shall be a leak-resistant joint.

(2) Flexible pipe: Flexible pipe sections shall be aligned and firmly joined to form the joint as specified on the plans. In the event the joint is not specified, it shall be a leak-resistant joint.

Section 302.03(a)3 Tunneling operations is amended by replacing the sixth paragraph with the following:

Joints will be designed by the Engineer and specified on the plans. Section 302.03(b) Precast Drainage Structures is amended by inserting the following language after the first paragraph:

Precast units, excluding concrete pipe and prestressed concrete items, conforming to the requirements herein will only be accepted under a Quality Assurance (QA) Program. The Contractor shall have the producer perform quality control functions in accordance with a Department approved QA plan. Each piece, manufactured under the QA program, in addition to the date and other required markings, shall be stamped with the letters (QC), as evidence that the required quality control procedures have been performed by the producer. Each shipping document shall be affixed with the following: We certify that these materials have been tested and conform to VDOT Precast Concrete Products Quality Assurance Program

Signature and Title

Section 302.03(b)1 Standard Precast Drainage Units is replaced with the following:

Standard precast drainage units shall conform to the material requirements of AASHTO M 199 and the following: a. If the grade on the adjacent gutter is less than 1.5 percent, the grade on the invert of the throat

section of the inlet shall be at least 1.5 percent. Precast throats having flat inverts will be permitted in sag locations provided the total length of the required throat opening does not exceed 6 feet.

b. Pipe openings in precast drainage units shall not exceed the outside cross-sectional

dimensions of the pipes by more than a total of 8 inches regardless of the placement of the

Page 297: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

pipes, the angles of intersection, or the shapes of the pipes. Pipe openings shall be formed, neatly drilled, or neatly cut.

c. The Contractor shall use the connection specified on the plans to connect pipe to structure. In

the event the joint is not specified, it shall be a leak-resistant joint. d. When precast units are to be located adjacent to the subbase or base pavement course, the

Contractor shall furnish units with chambers having weep holes 3 inches in diameter and hardware cloth. Weep holes shall be located to drain the subbase or base.

e. Precast units located adjacent to cast-in-place concrete items, such as flumes, ditches, and

gutters shall be connected to the adjacent unit by means of No. 4 smooth steel dowels spaced on approximately 12-inch centers throughout the contact length and extending at least 4 inches into the precast unit and the cast-in-place item. If holes to receive the dowels are provided in the precast unit, they shall be not more than 5/8 inch in diameter. The Engineer must approve other methods of providing the connection, such as keyed joints prior to fabrication.

f. The chamber section shall be installed in the plumb position. The throat and top sections shall

have positive restraints, such as adjacent concrete, pavement, or soil, on all sides to prevent displacement and shall have a positive interlock, such as dowels, with the chamber section. The throat and top sections shall be installed to conform to the normal slope of the finished grade and may be canted up to a maximum grade of 10 percent. The chamber may be built up to a maximum of 12 inches at any point to provide for complete and uniform bearing of the throat and top sections on the chamber flat slab top or other approved top section. The built-up section shall be constructed using whole concrete spacer units where feasible and partial and whole sections of concrete block or brick with high-strength grout and mortar. High-strength grout shall be used to provide the final grade adjustment and uniform bearing. The width of the built-up section shall match the wall thickness of the chamber section. The concrete block and brick shall be thoroughly bonded with mortar and the inside and outside of the built-up section shall be plastered with mortar except that the concrete spacer unit shall not be plastered.

Section 302.03(b)2 Precast arches is amended to replace c “Joints” with the following

Joints: Precast arch joints shall meet the requirements of AASHTO PP-63 and be on VDOT Materials Division Approved List No. 14 for pipe joints. The joint type shall be installed as specified on the plans, in the event the joint is not specified, it shall be a leak-resistant joint.

Section 302.03(c) Drop Inlets, Manholes, Junction Boxes, Spring Boxes, Intake Boxes, and Endwalls is amended by replacing the ninth paragraph with the following:

Inlet and outlet pipe connections shall be as specified on the plans. In the event the joint is not specified, it shall be a leak-resistant joint. Pipe sections shall be flush on the inside of the structure wall and shall project outside sufficiently for proper connection with the next pipe section. When masonry connections are used, the masonry shall fit neatly and tightly around the pipe, and shall be finished on the exterior of the structure prior to backfilling, and finished on the interior of the structure after backfilling of the structure.

Section 302.04—Measurement and Payment is amended by replacing the twelth paragraph with the following:

Cast-in-place box culverts will be measured in cubic yards of concrete and pounds of reinforcing steel and will be paid for at the contract unit price per cubic yard of concrete and per pound of reinforcing steel. These prices shall include sheeting, shoring, dewatering, waterproofing, disposing of surplus and unsuitable material, restoring existing surfaces, the upper 6 inches of bedding material within the neat lines shown on the Standard PB-1 drawings, and all necessary work to key the bottom slab into an existing rock foundation. When not a pay item the

Page 298: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

cost of temporary stream relocation to facilitate the installation of the structure shall be included in the price for the concrete and steel. Minor Structure Excavation will be paid for in accordance with Section 303 of the Specifications.

Section 302.04—Measurement and Payment is amended by replacing the fourteenth paragraph with the following:

Precast box culverts will be measured in linear feet along the centerline of the barrel from face of curtain wall to face of curtain wall and will be paid for at the contract unit price per linear foot, unless they are substituting for cast-in-place box culverts. In the event precast box culverts are substituted for cast-in-place box culverts, payment will be made at the contract unit price per cubic yard of concrete and per pound of reinforcing steel for the cast-in-place box culvert plan quantities. This price shall include designing, casting, reinforcing, sheeting, shoring, dewatering, installing, waterproofing, sealing joints, anchoring, disposing of surplus and unsuitable material, restoring existing surfaces, the upper 6 inches of bedding material within the neat lines shown on the Standard PB-1 drawings, fittings, and providing buffer zones and porous backfill for multiple lines. When not a pay item the cost of temporary stream relocation to facilitate the installation of the structure shall be included in the price for the box culvert. Minor Structure Excavation will be paid for in accordance with Section 303 of the Specifications.

Page 299: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS403-002016-01 June 7, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 403—BEARING PILES

SECTION 403—BEARING PILES of the Specifications is amended as follows:

Section 403.07(d) Dynamic Formula is amended by replacing the equation with the following:

Rndr = 1.75(Ed)0.5 log10 (10Nb ) -100

where:

Rndr = nominal pile resistance measured during pile driving (kips)

Ed = developed hammer energy. This is the kinetic energy in the ram at impact for a given

blow. If ram velocity is not measured, it may be assumed equal to the potential energy of

the ram at the height of the stroke, taken as the ram weight times the actual stroke (ft-Ibs)

Nb = number of hammer blows for 1.0 in. of pile permanent set (blows/in.)

Page 300: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS404-002016-01 July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 404—HYDRAULIC CEMENT CONCRETE OPERATIONS SECTION 404—HYDRAULIC CEMENT CONCRETE OPERATIONS of the Specifications is replaced with the following:

Section 404.02(a)—Concrete is amended by replacing the first paragraph with the following: Concrete shall conform to Section 217 of the Specifications. Aggregate used in concrete for bridge decks shall be nonpolishing. All concrete shall be tested for permeability in accordance with Section 217 of the Specifications.

Page 301: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS512-002016-01 May 24, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 512—MAINTAINING TRAFFIC

SECTION 512—Maintaining Traffic of the Specifications is amended as follows:

Section 512.01—Description of the Specifications is replaced with the following: This work shall consist of maintaining traffic and protecting workers through temporary work areas, maintaining public and private entrances and mailbox turnouts, constructing and obliterating temporary traffic Diversions, providing positive guidance to the traveling public within the limits of the work area and over approved traffic Detours. All work shall be in accordance with the VWAPM, the MUTCD, and the Contract, as directed by the Engineer.

Section 512.02(f) Temporary (Construction) signs is replaced with the following: Temporary (Construction) signs for traffic control during construction, maintenance, permits, utility, and incident management activities shall have retroreflective sign sheeting in accordance with Sections 247 and 701 of the Specifications, and shall be installed in accordance with Section 701 of the Specifications. Sign substrates for rigid temporary (construction) signs mounted on posts and temporary (construction) sign panels for overlays shall be either fabricated of aluminum at least 0.080-inches thick, conforming to Section 229.02(a) of the Specifications, or one of the following from the Traffic Engineering Division’s Approved Products List: 0.4-inch-thick corrugated polypropylene; 0.4-inch-thick corrugated polyethylene plastic; or 0.079-inch-thick aluminum/plastic laminate. Sign substrates shall be smooth, flat, and free of metal burrs or splinters. Sign substrate materials for signs mounted on drums, Type 3 barricades, and portable sign stands shall be as specified below and shall be the same material that was used when the device was tested and found to be in compliance with the requirements of National Cooperative Highway Research Program (NCHRP) Report 350, Test Level 3, or of other materials allowed in the FHWA acceptance letter. Drums, Type 3 barricades, and portable sign stands shall be from Location & Design Division’s NCHRP 350/MASH Approved Products List.

Sign Substrates for Type 3 Barricades and Portable Sign Stands Rollup sign 0.4 inch thick corrugated polypropylene or polyethylene plastic 0.079 inch thick aluminum/plastic laminate

Sign Substrates for Drums

0.4 inch thick corrugated polypropylene or polyethylene plastic Section 512.03—Procedures is amended by replacing the seventh paragraph with the following:

The color of Automated Flagger Assistance Device trailers, arrow board trailers, portable traffic control signal trailers, Intelligent Traffic Systems (ITS) trailer equipment, and portable changeable message sign trailers and sign frames shall be either Virginia highway orange (DuPont Color No. LF74279 AT or color equivalent) or federal yellow. The back traffic facing trailer frame, where the signal and brake lights are located, shall be fully covered with 2 inch high retroreflective sheeting

Page 302: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

conforming to Section 247.02(c) of the Specifications. The sheeting shall have alternating 11 inch wide vertical red stripes and 7 inch wide vertical white stripes.

Section 512.03(g)2.b.1) Drums is amended to replace the third paragraph with the following:

Drums shall be used in all unmanned work zone locations and shall also be used to delineate the locations of all non-crashworthy trailer mounted devices such as, but not limited to, ITS devices, Portable Changeable Message Sign, Highway Advisory Radio, Speed Trailers, CB Wizards, etc. as well as light towers. Drums shall be used to delineate merging tapers on limited access highways during nighttime operations and the location of Electronic Arrow Boards. Portable Traffic Control Signals and AFAD units shall be delineated in accordance with the VWAPM.

Section 512.03(l) Eradicating Pavement Markings is amended to replace the fourth paragraph with the following:

The Contractor may submit other methods of eradication for the Engineer’s approval. The Contractor shall minimize roadway surface damage when performing the eradication. The Contractor shall repair the pavement if eradication of pavement markings results in damage to or deterioration of the roadway presenting unsafe conditions for motorcyclists, bicyclists, or other road users. Pavement repair, when required, shall be performed using a method approved by the Engineer.

Section 512.04—Measurement and Payment is amended to replace the fourteenth paragraph with the following:

Temporary traffic control signal will be paid for at the contract lump sum price for the location specified in the contract documents. This price shall include, but not be limited to, supports; span wire; tether wire; conduit; conductor cable; traffic signal heads; backplates; hanger assemblies; necessary control items; vehicle detection; uninterruptable power supply; channelizing devices; and, when approved, portable traffic control signal equipment. The price shall also include installing, maintaining, adjusting, and aligning signal equipment; when required plan development, inclusive of signal layout, signal timing, phasing, and/or sequencing; providing electrical service; utility company costs; and removing temporary signal equipment when no longer required.

Section 512.04—Measurement and Payment is amended to replace the seventeenth paragraph with the following:

Temporary (Construction) Pavement message (word) markings will be measured in units of each character for the height specified and for type or class material specified and will be paid for at the contract unit price per each character. This price shall include surface preparation, premarking, furnishing, installing, quality control tests, daily log, guarding devices, primer or adhesive, glass beads, reflective optics materials (when required), and warranty. Temporary (Construction) Pavement symbol markings will be measured in units of each per location for the symbol and type material specified and will be paid for at the contract unit price per each. This price shall include surface preparation, premarking, furnishing, installing, quality control tests, daily log, guarding devices, primer or adhesive, glass beads, reflective optics materials when required, and warranty. Section 512.04—Measurement and Payment is amended to replace the nineteenth paragraph with the following: Eradication of existing linear pavement markings will be measured in linear feet of a 6 inch width or portion thereof as specified herein. Widths that exceed a 6 inch increment by more than

Page 303: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

1/2 inch will be measured as the next 6 inch increment. Measurement and payment for eradication of existing pavement markings specified herein shall be limited to linear pavement line markings. Eradication of existing pavement markings will be paid for at the contract unit price per linear foot. This price shall include removing linear pavement line markings, cleanup, and disposing of residue.

Section 512.04—Measurement and Payment is amended by revising the Pay Item Table as follows:

The following pay items are removed: Pay Item Pay Unit Temporary pavement message marking (Type and message) Each Eradication of existing pavement marking Linear foot The following pay items are inserted: Pay Item Pay Unit Temporary pavement message marking (Size character, Type or

class material) Each

Temporary pavement symbol marking (Symbol, Type or class material)

Each

Eradication of existing linear pavement marking Linear foot

Page 304: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS700-002016-01 May 12, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 700—GENERAL

SECTION 700—GENERAL of the Specifications is amended as follows:

Section 700.02(a) Concrete is replaced with the following:

Concrete shall be Class A3 conforming to Section 217 of the Specifications.

Section 700.02(c) Dissimilar metals is replaced with the following: Dissimilar metals - The contact surfaces between dissimilar metals shall be isolated with an approved durable nylon washer, gasket, or other approved isolation material to prevent corrosion, except that isolation material shall not be used in conjunction with mast arm hanger assemblies, nor shall isolation materials be used on square tube post structures.

Section 700.02(j) Breakaway support systems is replaced with the following: Breakaway support systems shall conform to National Cooperative Highway Research Program (NCHRP) Report 350 or Manual for Assessing Safety Hardware (MASH) testing requirements. The Contractor shall provide a copy of the FHWA certification letter for the brands and models of breakaway systems planned for use. Breakaway couplers will not be permitted. The following materials shall be used when breakaway support systems are specified on the plans:

1. Frangible bases shall be aluminum.

2. Slip bases shall be galvanized steel or other approved noncorrosive metal.

Section 700.03—General Requirements is replaced with the following: Cable wiring holes in traffic control device and ITS device structures shall be deburred and rounded, or fitted with a grommet. Damaged galvanization shall be repaired in accordance with Section 233. The size of the hole shall not exceed the sum of the diameter of the cables plus 1/2-inch. The design of traffic control device and ITS device structures and foundations shall conform to AASHTO’s Standard Specifications for Structural Supports for Highway Signs, Luminaries, and Traffic Signals, 6th Edition (LTS-6), 2013 with 2015 interims, as modified elsewhere in the Contract. In addition, structures and foundations shall be designed as per the following:

(a) Sign Structures: Overhead Sign and Dynamic Message Sign (DMS) Structures (Span, Cantilever, Butterfly, etc.) shall be fabricated from galvanized steel material as specified herein. Aluminum structures will not be allowed. Base plates for overhead sign structures shall have at least the minimum number and diameter of anchor bolts specified in the Standard

Page 305: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Drawings. Washers are required above and below the base plate. Tubular pole shafts shall have a removable cap fastened by at least three screws. Ground Mounted Sign Structures shall be fabricated from galvanized steel unless otherwise indicated. Square tube posts shall conform to ASTM A1011, Grade 50 except the yield strength after cold-forming shall be 60,000 psi minimum for 12 and 14 gauge posts, and 55,000 psi minimum for 10 gauge posts. Posts (inside and outside) shall be galvanized in accordance with ASTM A653, Coating Designation G-90. Square tube sign posts shall have 7/16-inch (± 1/64-inch) openings or knockouts spaced 1-inch on centers on all four sides.

(b) Lighting Structures shall be of a one-piece or sectional single unit, tubular form, and shall be round or multisided. Multisided poles shall have at least eight sides. Pole shafts shall have a removable cap fastened by at least three screws.

1. High Mast Lighting Structures (Lengths of 55 feet or greater) shall be galvanized steel and shall have at least the minimum number and diameter of anchor bolts specified in the Standard Drawings. Aluminum structures will not be allowed. Washers are required above and below the base plate.

2. Conventional Lighting Structures (Lengths less than 55 feet) shall be galvanized steel or aluminum and shall have at least the minimum number and diameter of anchor bolts specified in the Standard Drawings.

(c) Signal Poles and Mast Arms shall be galvanized steel of a one-piece or sectional single unit, tubular form, and shall be round or multisided. Multisided poles shall have at least eight sides. Pole shafts and mast arms shall have a removable cap fastened by at least three screws. If field adjusting of mast arm length is required, the end cap shall snugly fit the arm after adjustment

1. Mast Arm Signal Poles: The mast arms shall not deflect below the horizontal plane or below the minimum vertical clearance after the Standard Drawing MP-3 maximum loads are applied. The rise shall not exceed 3 percent of the mast arm length after the loads identified on the plans are applied, unless otherwise directed by the Engineer. The flange plate and pole shall have a 4 inch wiring hole centered in the pattern that is deburred and rounded or fitted with a grommet. Mast arms shall be secured to the pole with thru-bolt, nuts, and washer connections. The flange plate shall be continuously welded to gusset and side plates. Gusset and side plates shall be continuously welded to the pole and each other. The flange plate shall be parallel to the axis of the pole. Flange plates for mast arm poles with two arms shall be positioned 90 degrees to each other. The flange plate shall be designed to receive a minimum of eight 1.5-inch diameter bolts for attachment of the arm. Foundations for mast arm signal poles shall be designed in accordance with Standard Drawing PF-8 for the specified pole length and mast arm length shown on the Plans. Foundations shall also be designed for the greater of either the mast arm loadings and placement of loads shown on the Plans, or the Standard Drawing MP-3 design loadings for that arm length. Mast arm poles shall have a round base plate and at least the minimum number of anchor bolts specified in the Standard Drawings. Washers are required above and below the base plate.

Page 306: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Mast arm pole types shall be in accordance with the following table. The poles shall be designed to support the maximum design loading allowed for that pole type, in accordance with the following table and Standard Drawing MP-3. The arms shall be designed to support the maximum design loading allowed for that mast arm length depicted in Standard Drawing MP-3.

Pole Type

# of arms Maximum Allowable Loading as per Standard

Drawing MP-3

Luminaire arm?

Length of Pole (top of pole to bottom of base

plate)

A 1 49 ft Loading Standard No 19

B1 1 75 ft Case 1 Loading Standard

No 19

B2 1 75 ft Case 2 Loading Standard

No 19

C 2 (mounted at 90° to

each other)

70 ft Loading Standard & 60 ft Loading Standard

No 19

D 1 49 ft Loading Standard Yes 25

E1 1 75 ft Case 1 Loading Standard

Yes 25

E2 1 75 ft Case 2 Loading Standard

Yes 25

F 2 (mounted at 90° to

each other)

70 ft Loading Standard & 60 ft Loading Standard

Yes 25

Mast arms and poles shall be designed such that arm lengths greater than 49 feet in length cannot be mated to Type A or Type D poles. Mast arms shall not be attached to poles that have not been designed to support that length of mast arm. Type D, E1, E2, and F poles, and the foundations for those poles, shall also be designed to support a maximum 18’ luminaire arm supporting a 22-pound video camera with 1 square foot of wind load area concentrated 1 foot from the end of arm, and a 35-pound luminaire with 1 square foot of wind load area located at the end of the arm.

2. Strain Signal Poles shall be erected on foundations designed in accordance with Standard Drawing PF-8. They shall be galvanized steel and have a round base plate designed for at least the minimum number and diameter of anchor bolts specified in Standard Drawing PF-8. Washers are required above and below the base plate. The structure and the foundation shall be designed for the loads shown on the plans. Strain signal poles shall be field drilled for the attachment of span wire and tether wire. Span wire shall be located at least 18 inches below the top of the pole. All loads shall be assumed to be tethered and no load reduction for breaking of the tether wire shall be used in the pole design.

3. Pedestal Signal Poles shall be aluminum 6061-T6 structural tubes with

minimum 0.337-inch wall thickness.

Page 307: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

4. Luminaire arms attached to signal poles shall be galvanized steel, and shall be as specified in Standard Drawing MP-3. Luminaire arms shall be truss-style arms.

(d) Camera Poles for the support of ITS equipment shall be galvanized steel of a one-piece

or sectional single unit, tubular form, and shall be round or multisided. Multisided poles shall have at least eight sides. They shall have at least four (4) anchor bolts.

Section 700.04—Working Drawings is amended to replace the last paragraph with the following:

The Contractor’s engineer shall verify that the proposed traffic control device or ITS device foundations and structures are designed in accordance with the requirements of the Plans, Specifications, Standard Drawings, and the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries, and Traffic Signals, 6th Edition (LTS-6), 2013 with 2015 interim, as modified elsewhere in the Contract; based on site conditions, required loadings, and required vertical clearances.

Section 700.05(c) Concrete Foundations is amended to replace the seventh paragraph with the following:

The Contractor shall furnish the foundation designs for signal poles, high-mast lighting poles, overhead sign structures, and camera poles to the Engineer for review. Such designs shall be supervised and sealed by a Professional Engineer holding a valid license to practice engineering in the Commonwealth of Virginia. Design calculations and drawings shall indicate the cubic yard quantity of concrete required for constructing the foundations. The foundations shall be designed for the structure it is supporting and for the loads the structure is being designed to support, unless indicated otherwise on the plans.

Section 700.05(d) Electrical Service is amended to replace the second and third paragraph with the following:

When required on the Standard Drawings, the Plans, or as directed by the Engineer, the Contractor shall construct an electrical service work pad in front of all electrical service safety switches, breaker boxes, and pole mounted cabinets, except when an immediately adjacent paved sidewalk can fulfill this purpose. The electrical service work pad shall be at least 20 inches in width, 36 inches in length, and 4 inches in depth, and sloped to facilitate drainage away from the structure. Exposed concrete areas of electrical service work pads shall be given a Class 7 finish in accordance with Section 404 of the Specifications.

Section 700.05(e) Poles, posts, sign structures, and ITS structures is amended to replace the fifth paragraph with the following:

All signal poles, light poles not mounted on transformer bases, camera poles, and overhead sign structures shall be provided with handholes that are on the opposite side from traffic. Handholes shall be at least 3 by 5 inches, unless otherwise specified in the Standard Drawings, and shall be provided with a weatherproof gasket and cover. Handholes shall be latchable, capable of being opened using a star wrench or other approved latching mechanism. If specified in the Contract Documents, a lockable handhole cover shall be provided, using key requirements provided by the VDOT Regional Operations Maintenance Manager. For structures mounted on transformer bases, the transformer bases shall have hinged access covers on the side opposite traffic. The Contractor shall furnish the Engineer with at least one tool or key required to open handholes and transformer base access covers for each 40 structures, or fraction thereof.

Section 700.05(f) Breakaway Support Systems is replaced with the following:

Page 308: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Breakaway Support Systems Breakaway support systems shall be installed where specified on the plans and installed according to the manufacturer’s instructions. Breakaway support systems shall not be used for poles that support electrical power service equipment.

Section 700.06—Measurement and Payment is amended to replace the first paragraph with the following:

Concrete foundations will be measured units of each or cubic yards and will be paid for at the contract unit price per each or cubic yards of concrete as applicable for the standard, type and size designated. When paid for in cubic yards of concrete, no payment will be made for concrete in excess of the cubic yards of concrete required by the approved foundation design unless otherwise authorized by the Engineer, in which case the additional concrete will be paid for in cubic yards for the invoice material cost only. This price shall include providing foundation design and shop drawings; concrete, reinforcing steel, anchor bolts, washers, nuts, bolt circle templates, lubricant, torque, ultrasonic test on anchor bolts, grounding electrodes (including grounding electrode clamps, grounding electrode conductors, and installation), conduits, testing grounding conductor-to-electrode continuity, excavating, backfilling, compacting, vented varmint screens, disposing of surplus and unsuitable material, and restoring disturbed areas.

Section 700.06—Measurement and Payment is amended to replace the ninth through the twelfth paragraph with the following:

Lighting poles will be measured in units of each and will be paid for at the contract unit price per each for the standard and luminaire mounting height or type specified. This price shall include providing design and shop drawings; pole shafts, grounding lugs, handholes, locks (when required), caps, identification tags, base plates, vibration dampeners (when required), bracket arms, breakaway support systems, field drilling, and galvanization. Steel strain poles will be measured in units of each and will be paid for at the contract unit price per each for the length specified. This price shall include providing design and shop drawings, pole shafts, J-hooks, grounding lugs, handholes, locks (when required), caps, fittings, identification tags, field drilling, and galvanization. Mast arm signal poles will be measured in units of each and will be paid for at the contract unit price per each for the standard and type specified. This price shall include providing design and shop drawings, pole shafts, J-hooks, grounding lugs, handholes, locks (when required), caps, fittings, base plates, identification tags, field drilling, and galvanization. Mast arms will be measured in units of each and will be paid for at the contract unit price per each for the length and loading case (when required) specified. The price bid shall include providing design and shop drawings, mast arms including mast arms caps, galvanization, fittings, nuts, bolts, washers, field drilling of wire outlet holes and rubber gaskets or grommets, field adjustment of arm lengths, and identification tags. Overhead sign structures will be measured in units of each and will be paid for at the contract unit price per each for the location specified. The price shall include furnishing design and shop drawings, structural units and supports, field drilling and adjustment, galvanization, base plates, handholes, locks (when required), caps, grounding lugs, electrical systems including conduit, sign luminaires, luminaire supports, fittings, conductor cable, and identification tags.

Section 700.06—Measurement and Payment is amended to replace the sixteenth paragraph with the following:

Pedestal poles will be measured in units of each and will be paid for at the contract unit price per each for the standard and length specified. This price shall include caps, breakaway support

Page 309: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

systems, hinged access covers, galvanization, grounding lugs, identification tags, and anchor bases.

Section 700.06—Measurement and Payment is amended by revising the Pay Item Table as follows:

The following pay items are removed: Pay Item Pay Unit

Lighting pole (Standard, luminaire mounting height) Each

Signal pole (Standard, class and type) Each

Mast arm (Length) Each The following pay items are inserted: Pay Item Pay Unit

Lighting pole (Standard, luminaire mounting height or type) Each

Signal mast arm pole (Standard and type) Each

Steel strain pole (Standard and length) Each

Mast arm (Length) (loading case) Each

Page 310: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

SS704-002016-01 May 17, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 704—PAVEMENT MARKINGS AND MARKERS

SECTION 704—PAVEMENT MARKINGS AND MARKERS of the Specifications is amended as follows:

Section 704.01—Description is replaced with the following: This work shall consist of establishing the location of retroreflective pavement markings and installing pavement markings and pavement markers in accordance with the MUTCD, the Contract, and as directed by the Engineer.

Section 704.02—Materials is amended to include the following: (d) Contrast Pavement Markings shall conform to Section 246 of the Specifications.

Section 704.03(a)2 Type B markings is amended to replace the first paragraph with the following:

Type B markings shall be applied in accordance with the manufacturers’ installation instructions. Section 704.03(a)2.e Patterned preformed tape (Class VI) is amended to replace the third, fourth, and fifth paragraph with the following:

The Contractor shall ensure that markings are not degraded by subsequent operations. Markings that are improperly inlaid during the pavement operations shall be completely eradicated and reapplied via non-embedded surface application at the Contractor’s expense. Surface-applied Type B Class VI markings shall not be installed directly over existing markings, except that Type B Class VI markings may be installed over Type A markings that are fully dry and are at a thickness of 10 mils or less.

Section 704.03(a)2.f Polyurea (Class VII) is replaced with the following: Polyurea (Class VII) shall be applied in accordance with the manufacturer’s installation instructions. Polyurea marking material shall not be applied over existing pavement markings unless the existing marking is 90 percent worn away or eradicated; or over Type A markings that are fully dry and are at a thickness of 10 mils or less. Polyurea marking material shall be applied at a wet film thickness of 20 mils (± 1 mil). Glass beads and retroreflective optics shall be applied at the rate specified in the VDOT Materials Division’s Approved Products List 74 for the specific polyurea product.

Section 704.03(b) Pavement messages and symbols markings is amended to replace the second paragraph with the following:

Message and symbol markings include, but shall not be limited to, those detailed in Standard Drawing PM-10.

Section 704.04—Measurement and Payment is amended to replace the second paragraph with the following:

Contrast Pavement Line Marking will be measured in linear feet and will be paid for at the contract unit price per linear foot for the type or class and width specified. This price shall include

Page 311: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

surface preparation, premarking, furnishing, installing, quality control tests, daily log, guarding devices, primer or adhesive, glass beads, reflective optics materials when required, and warranty. Pavement message (word) markings will be measured in units of each character (letter/number) for the height specified and will be paid for at the contract unit price per each character. This price shall include surface preparation, premarking, furnishing, installing, quality control tests, daily log, guarding devices, primer or adhesive, glass beads, reflective optics materials when required, and warranty. Pavement symbol markings will be measured in units of each per location for the symbol and type material specified and will be paid for at the contract unit price per each. This price shall include surface preparation, premarking, furnishing, installing, quality control tests, daily log, guarding devices, primer or adhesive, glass beads, reflective optics materials when required, and warranty.

Section 704.04—Measurement and Payment is amended to replace the Pay Item Table with the following:

Pay Item Pay Unit

(Type or class) Pavement line marking (width) Linear Foot

(Type or Class) Contrast Pavement Line Marking (width) Linear Foot

Pavement message marking (Size character, Type or class material) Each

Pavement symbol marking (Symbol, Type or class material) Each

Page 312: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR

DRILLED SHAFTS USING SELF-CONSOLIDATING CONCRETE

April 22, 2015

I. DESCRIPTION:

This work shall consist of all labor, materials, equipment and services necessary to perform all operations to complete the drilled shaft installation in accordance with the specifications, this special provision and with the details and dimensions shown on the plans. Drilled shafts are reinforced concrete, deep foundation elements, cast-in-place against insitu material through augered holes. Unless otherwise shown on the plans, drilled shafts are straight and vertical.

II. SITE INFORMATION

If Engineering Geology Sheets are included in the Contract Documents, the data on subsurface conditions are not intended as representations or warranties of continuity of such conditions. The data are made available for the convenience of the contractor, and it is expressly understood that the Department will not be responsible for interpretations or conclusions drawn there from.

The contractor may obtain right-of-entry and complete whatever investigations, research, tests, or analyses required for design and construction purposes.

If a geotechnical report was prepared for this project, this report is not a warranty of subsurface conditions. The opinions and engineering analyses expressed in the report are those of the authors, and they represent their interpretation of subsurface conditions, and field and laboratory test data. Therefore, the information in the Geotechnical Report is not intended as a substitute for the contractor’s personal investigation, interpretation, and good judgment.

III. QUALIFICATIONS OF DRILLED SHAFT CONTRACTOR:

The Contractor performing the work described in this specification shall have experience consisting of successful installation of at least 10 drilled shaft projects installed within the past 5 years, 2 of which shall be similar or greater size and in similar geologic conditions. The Contractor shall provide documentation of his superintendent’s qualifications, record of experience, and prior project references demonstrating that he can handle unusual site conditions and equipment breakdowns. The drilled shaft work shall be performed under the supervision of the Contractor’s superintendent, who shall have at least 5 years of experience installing drilled shafts within the last 8 years and shall be fully knowledgeable and experienced in construction of drilled shaft foundations of similar size and geologic conditions as those shown on the plans.

The mentioned documentation shall reference, for each project, the names and phone numbers of owner’s representatives who can verify the Contractors’ participation on those projects, detail the size and number of the shafts, methods used during installation, methods used for wall stabilization, local soil conditions, actual construction time, and contract time.

The Engineer may accept or reject the Drilled Shaft Subcontractor based on his qualifications and previous field performance.

IV. SUBMITTALS:

Page 313: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

A. Installation Plan

No later than one month prior to constructing drilled shafts, the Contractor shall submit an installation plan for review by the Engineer. This plan shall provide information of the following:

(a) A list of the 10 projects performed in the last 5 years by the Contractor performing the work specified as required experience in Section III. QUALIFICATIONS OF DRILLED SHAFT CONTRACTOR. The documentation shall reference, for each project the names and phone numbers of owner’s representatives who can verify the Contractors’ participation on those projects, detail the size and number of the shafts, methods used during installation, methods used for wall stabilization, local soil conditions, actual construction time, and contract time. The Contractor shall provide documentation of his superintendent’s qualifications, record experience, and prior project references demonstrating that he can handle unusual site conditions and equipment breakdowns. The mentioned documentation shall reference, for each project the names and phone numbers of owner’s representatives who can verify the Contractors’ participation on those projects, detail the size and number of the shafts, methods used during installation, methods used for wall stabilization, local soil conditions, actual construction time, and contract time.

(b) List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, etc.

(c) Details of overall construction operation sequence and the sequence of shaft construction in bents or groups including the time for driving casing, sealing casing, excavation and/or drilling time, drilled shaft cleaning, rock coring, drilled shaft inspection and concrete placement.

(d) Details of shaft excavation methods. Methods for monitoring verticality of the drilled shaft walls during excavation and details of proposed corrective measures to be implemented for shafts out of tolerance.

(e) When the use of slurry is anticipated, details of the mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods, and disposal procedures.

(f) Details of methods to clean the excavated shaft to include details of disposal of the excavated material and/or sediment laden water.

(g) Details of Steel Reinforcement Placement during Construction. Include methods to ensure cage centering and cover; cage integrity while lifted during placement (number of cranes, lift points, and spreader bars); number and location of bottom and side spacers; cage support; and tie downs during concrete placement.

(h) Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods.

(i) Details of casing installation and removal methods. Details shall include specifics on the measures to be used to seal the permanent casing into the rock layer at or below the top of rock elevation.

(j) Plan to Protect Existing Structures. The Contractor shall outline the steps he will take during drilled shaft installation to protect adjacent or nearby structures.

(k) Details of Environmental Control Procedures. Indicate plan to prevent loss of soil, slurry or concrete into waterways, project areas, or protected areas and to comply with all State and Federal environmental regulations and project permitting requirements.

(l) Method to install and secure the Crosshole Sonic Logging (CSL) tubes to the reinforcing cage.

Page 314: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

(m) Concrete Mix Design. Include the details of the concrete mix design to be used. Mix design shall include a Slump Loss Graph. The Slump Loss Graph for a proposed drilled shaft mix design shall illustrate the slump reducing slowly and still maintaining a minimum 4 inch slump throughout the drilled shaft concrete elapsed time as defined in Section VI.A. (c) Paragraph 3.

(n) Concrete Placement Plan. The proposed Concrete Placement Plan shall ensure that sufficient concrete is at the job site or in transit to the job site so that the entire pour can be done without delay. Include location of the concrete plant, number of trucks, estimated delivery times, estimated time between trucks, and number of trucks at the site before placement begins. Indicate the use of tremie or concrete pump, de-airing lines, details of the seal to be used at the bottom end of the tremie or concrete pump line. Breakdowns of concrete plants, trucks, or traffic problems shall be considered under this Concrete Placement Plan. Include an estimate of the concrete placement and overpouring time per drilled shaft.

(o) Methods of Disposal of Spoil Excavation, Waste Slurry, Waste Concrete, and Drilled Shaft Cutoffs. Sufficient details shall be presented to the Engineer to evaluate the adequacy and compliance of the Contractor’s methods of disposal with the VDOT specifications, including all related environmental permits and local regulations.

The Engineer will evaluate the drilled shaft installation plan for conformance with the plans, specifications and special provisions. Within 14 days after receipt of the installation plan, the Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given by the Engineer shall be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications.

B. Preconstruction Conference

A shaft preconstruction conference will be held with the Contractor and Sub-Contractor (if applicable) prior to the start of shaft construction to discuss construction and inspection procedures. This conference will be scheduled by the Engineer after the Contractor’s submittals are approved by the Engineer.

V. FIELD DEMONSTRATION OF THE TRIAL SHAFT:

When required on the plans, after the Drilled Shaft Installation Plan has been approved, a trial (nonproduction) drilled shaft(s) will be constructed to the dimension(s) and at the location(s) indicated in the plans or as directed by the Engineer. The trial drilled shaft must be constructed in identical manner as that proposed for the production shafts, including the method of installation, CSL tube installation and testing, steel reinforcement, and concreting. The diameter and depth of the trial drilled shaft shall be the maximum diameter and maximum depth of any the production drilled shafts shown on the plans unless otherwise directed by the Engineer. During the construction of the trial drilled shaft, the Contractor must demonstrate the adequacy of his Drilled Shaft Installation Plan.

Construction of the trial drilled shaft(s) will be used to determine if the Contractor’s methods, equipment, and proposed procedures are effective to produce a drilled shaft excavation and concreting that meet the requirements of the plans and specifications.

Failure by the Contractor to demonstrate to the Engineer the adequacy of methods and equipment shall be reason for the Engineer to require alterations in equipment and/or method by the Contractor to eliminate unsatisfactory results. Any additional trial holes required to demonstrate the adequacy of altered methods or construction equipment shall be at the expense of the Design-Bid team. Once approval has been given to construct production shafts, no changes will be permitted in the methods or equipment used to construct the satisfactory trial shaft without written approval of the Engineer.

Page 315: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The concreted trial shafts shall be cut off 2 feet below finished grade and left in place. The disturbed areas at the sites of the trial shaft holes shall be restored as nearly as practical to their original condition.

VI. MATERIALS:

A. Hydraulic Cement Concrete for Drilled Shafts

1. Hydraulic cement concrete shall conform to the requirements of Section 217 of the Road and Bridge specifications, except as noted herein.

2. Specifications for Concrete Mixture

(a) Requirements for Hydraulic Cement Concrete

Class of

Concrete

Design Min.

Laboratory

Compressive

Strength at 28

Days (f�c) (psi)

Design Max. Laboratory

Permeability at 28 Days

(Coulombs)

Aggregate

Size No.

Min.

Cementitiou

s

Content

(lbs/cu yd)

Max. Water

/Cementitious

lb. water lb.

cement

Consistency

(slump flow

(in)

Air

Content

(percent)

Drilled Shaft

Concrete

5,000 or as

specified on the

plans

2500 8 635 0.40 20-26 4 ½ �

1 ½

(b) Requirements for Low Permeability

1. Class F Fly Ash, granulated iron blast-furnace slag (slag cement) and silica fume shall conform to the requirements of Section 215.

One of the following shall be used as a percent mass of the cementitious material.

20 percent minimum Class F Fly Ash 40 percent minimum slag cement

7 percent minimum silica fume Silica fume with a range of 2.5 – 5 percent combined with a minimum 15 percent

Class F Fly Ash

Silica fume with a range of 2.5 – 5 percent combined with a minimum of 30 percent slag cement

2. Quality Assurance for Low Permeability Concrete in Drilled Shafts

When required on the plans, testing for permeability shall be conducted and submitted as part of the concrete mix design required in IV.A. (m) Installation Plan. At least two trial batches, using job materials, with permissible combination of cementitious materials shall be prepared, and test specimens shall be cast by the Contractor and tested by the Department for permeability and strength at least a month before the field application. The permeability samples shall be cylindrical specimens with a 4-inch diameter and at least 4-inches in length. They shall be moist-cured as the strength cylinders for acceptance except that the last 3 weeks

of cure shall be at 100 degrees Fahrenheit � 10 degrees Fahrenheit. Cylinders

shall be tested at 28 days in accordance with VTM 112. The test value shall be the result of the average values of tests on two specimens from each batch.

Page 316: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Permeability values obtained from trial batches shall be 500 coulombs below the maximum values specified.

(c) Consistency of Concrete

Self-consolidating concrete (SCC) shall meet the requirements of regular concrete except that the slump requirement shall be waived. Instead the slump flow (ASTM C 1611) shall be measured, which is the diameter of the concrete spread. The slump flow shall be 23 ± 3 in. and there shall be no visible segregation in the spread. A visual stability index (VSI) value of 0 or 1 shall be acceptable; a value of 2 or 3 shall be rejected (ASTM C 1611). The Engineer shall be the sole authority in this determination. The slump flow shall be compared to slump flow with the J-Ring (ASTM C 1621) and the difference shall be 2 inches or less. Combined aggregate grading, workability retaining admixture, and viscosity modifying admixture (VMA) can be used. The Contractor shall perform all tests under the supervision of the Engineer, or a Department representative.

The Contractor shall demonstrate by documents indicating successful experience or by trial batching that satisfactory SCC can be produced that meets the specification requirements. A concrete technologist (such as the admixture supplier), experienced in the production of SCC and representing the contractor or the producer shall be present during placement. Concrete shall stay plastic and within the slump flow specified during the placement. Concrete placement will be conducted that air is not encapsulated and segregation is not occurring.

Ensure that drilled shaft concrete maintains a slump of 4 inches or more throughout the drilled shaft concrete elapsed time. Ensure that the slump loss is gradual as evidenced by slump loss tests described below. The concrete elapsed time is the sum of the mixing and transit time, the placement time and the time required for removal of any temporary casing that could cause the concrete to flow into the space previously occupied by the temporary casing.

Provide slump loss tests before drilled shaft concrete operations begin, demonstrating that the drilled shaft concrete maintains a slump of at least 4 inches throughout the drilled shaft concrete elapsed time. Perform slump loss testing of the drilled shaft mix using a laboratory acceptable to the Engineer.

(d) Slump Loss Test

Conduct the slump loss test as follows:

1) Batch the actual mix design at a slump flow of 20 to 23 inches and at the highest concrete temperature expected on the job, but no less than 60°F.

2) Batch at least 4 cu. yd. in a mixer truck. Begin timing the test when the mixing water is introduced into the mix.

3) After initial mixing, measure and record the slump, ambient and, concrete temperature and percent air. Ensure all concrete properties are within specifications.

4) Mix the concrete intermittently at agitation speed for 30 seconds every 15 minutes.

5) Measure and record the slump, ambient and concrete temperatures, and percent air after every second 15 minute interval until the slump is 3 ½ inches.

Page 317: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

After batching, ensure that the concrete maintains a minimum slump of 4 inches throughout the drilled shaft concrete elapsed time as defined in section VI. A. (c) Paragraph 3.

(e) At least three concrete test cylinders shall be taken per load.

B. Reinforcing Steel

Deformed reinforcing bars shall comply with the size, spacing, dimension, and details shown on the plans and shall conform to ASTM A 615, Grade 60, and the requirements of Section 223 and 406 of the VDOT Road and Bridge Specifications.

Contractor may provide threaded mechanical reinforcing steel bar coupling devices meeting the requirements of Section 406.03(e) of the Specifications for the main longitudinal reinforcing steel bars. A wedge or crimp system may be used for the spiral reinforcing steel bars only.

C. Casing

Casing shall be steel, rigid, smooth, clean, watertight, and of ample strength to withstand both handling and driving stresses and to withstand pressure from concrete, the surrounding earth materials and water. The outside diameter of casing shall not be less than the specified size of the drilled shaft. The thickness of steel casings shall not be less than that specified in the plans. The dimensions are subject to American Pipe Institute tolerances applicable to regular steel pipe. When approved by the Engineer, the Contractor may elect to provide a casing larger in diameter than shown in the plans. All casing diameters shown on the plans refer to O.D. (outside dimension).

Casing pipe shall conform to ASTM A 252, Grade 2, for temporary and permanent applications. All casing, except permanent casing, shall be removed from drilled shaft excavations. Splices for permanent casing shall be welded in accordance with Section 407.04 of the VDOT Road and Bridge Specifications with no interior splice plates, producing a true and straight casing. All welding shall be in accordance with ANSI/AWS D1.1.

D. Crosshole Sonic Logging Tubes

Drilled shafts shall be equipped with access tubes for Crosshole Sonic Logging (CSL) tests at the locations shown in the plans and according to Section XV, of these Specifications. Access tubes for CSL testing shall be 2 inches I.D. schedule 40 steel pipe conforming to ASTM A 53, Grade A or B, Type E, F, or S. Pipes shall have a round, regular internal diameter, be free of defects or obstructions; including any defect at the pipe joints, to permit the free unobstructed passage of source and receiver probes. CSL probes should be 1.35 inches diameter or smaller and 6 to 10 inches long. Each tube or steel pipe shall be fitted with a watertight shoe onto the bottom and a removable cap at the top. Both, shoe and cap shall be watertight and free from corrosion, and the internal and external faces of the tubes clean to ensure passage of the probes and good bond with the concrete.

VII. CONSTRUCTION METHODS AND EQUIPMENT:

A. Protection of Existing Structures

All reasonable precautions shall be taken to prevent damage to existing structures and utilities in accordance with Sections 107.12 and 401.03 (g) of the Specifications. These measures shall include but are not limited to, vibration monitoring and subsidence control during driving of casing, sheets, or drilling.

Page 318: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

B. Construction Sequence

Excavation to bottom of footing elevation shall be completed before shaft construction begins unless otherwise noted in the contract documents or approved by the Engineer. Any disturbance to the footing area caused by shaft installation shall be repaired by the Contractor prior to the footing pour.

When drilled shafts are to be installed in conjunction with embankment placement, the Contractor shall construct drilled shafts after the placement of fill unless shown otherwise in the contract documents or approved by the Engineer.

Drilled shafts, constructed prior to the completion of the fill, shall not be capped until the fill has been placed as near to final grade as possible, leaving only the necessary work room for construction of the caps.

C. General Methods and Equipment

1. General

The method used for drilled shaft installation shall be suitable for the intended purpose and materials encountered. The dry method, wet method, temporary casing method, or permanent casing method may be used as necessary to produce a sound and durable foundation free of defects. When a particular installation method is required in the Contract, that construction method shall be used. If no particular method is specified for use, the Contractor shall select and use one of the construction methods cited above, appropriate for the site conditions, to properly accomplish the work. The permanent casing method shall be used only when required in the Contract or authorized by the Engineer. The Contractor shall submit his selected method of construction in the Drilled Shaft Installation Plan described in Section IV herein to the Engineer for approval.

Where soil and groundwater conditions vary along the site, a combination of methods may be used, as a single method of construction may be not appropriate for the entire job site. The Contractor may propose alternative methods of drilled shaft installation in his Drilled Shaft Installation Plan as appropriate, or a contingency plan to change installation method when new conditions are encountered.

2. Dry Construction Method

The dry construction method shall be used only at sites where the ground water level and soil and rock conditions are suitable to permit construction of the shaft in a relatively dry excavation, and where the sides and bottom of the shaft may be visually inspected by the Engineer prior to placing the concrete. The dry method consists of drilling the shaft excavation, removing accumulated water and loose material from the excavation, placing the reinforcing cage, and concreting the shaft in a relatively dry excavation.

The dry construction method shall only be approved by the Engineer when the trial shaft excavation demonstrates that: less 12 inches of water accumulates above the base over a one hour period when no pumping is permitted; the sides and bottom of the hole remain stable without detrimental caving, sloughing or swelling throughout the drilled shaft concrete elapsed time (as defined in Section VI. A. (c) Paragraph 3) immediately following completion of excavation; and any loose material and water can be satisfactorily removed prior to inspection and prior to concrete placement. The Contractor shall use the wet construction method or the

Page 319: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

casing construction method for shafts that do not meet the above requirements for the dry construction method.

3. Wet Construction Method

The wet construction method may be used at sites where a dry excavation cannot be maintained for placement of the shaft concrete. This method consists of using water or slurry (mineral or polymer) to maintain stability of the borehole perimeter while advancing the excavation to final depth, placing the reinforcing cage, and concreting the shaft. Where drilled shafts are located in open water areas, exterior casings shall be extended from above the water elevation into the ground to protect the shaft concrete from water action during placement and curing of the concrete. The exterior casing shall be installed in a manner that will produce a positive seal at the bottom of the casing so that no piping of water or other materials occurs into or from the shaft excavation.

The wet construction method may be used in combination with the dry method and temporary or permanent casing methods. The wet method may involve desanding and cleaning the slurry (for mineral slurries); final cleaning of the excavation by means of a bailing bucket, air lift, submersible pump or other approved devices; and placing the shaft concrete with a tremie or concrete pump beginning at the shaft bottom. Temporary surface casings should be provided to aid shaft alignment and position, and to prevent sloughing of the top of the shaft excavation, unless the Contractor demonstrates to the satisfaction of the Engineer that the surface casing is not required. When using the wet method all drilled shaft operations shall be accomplished while maintaining at least 5 feet of positive head of fluid above the water table.

4. Temporary Casing Construction Method

The temporary casing method shall be used when the dry or wet construction methods are inadequate to prevent hole caving or excessive deformation of the hole. In this method the casing may be either placed in a predrilled hole or advanced through the ground by twisting, driving or vibration before being cleaned out.

When the casing is placed in a predrilled borehole and the temporary stability of the hole is needed, drilling slurry shall be used. The slurry that is trapped in the annular space behind the casing must be forced out of that space by the rising column of fluid concrete as the casing is being pulled. The slurry used to stabilize a borehole temporarily prior to the placement of casing must satisfy all of the criteria of drilling slurry for the wet method of construction.

5. Permanent Casing Construction Method

The permanent casing method shall be used to construct drilled shafts through weak caving soils that do not contribute significantly to the drilled shaft shear capacity only when required in the plans or approved by the Engineer. In this method, before beginning the excavation, a permanent casing is installed to the projected depth by advancing it through the caving material by twisting, driving, or vibration. Unless specifically allowed by the plans, placement of permanent casing in an oversized hole or temporary casing outside the permanent casing beneath the ground surface will not be allowed. If full penetration of the permanent casing cannot be attained to the projected depth, excavate a selected depth inside the permanent casing, resume casing advancing, and repeat the process as necessary until the casing reaches the projected depth. Once the required elevation is reached, clean the excavation as indicated in XII of these specifications, lower the reinforcing cage, and concrete to completion.

VIII. EXCAVATION AND DRILLING EQUIPMENT:

Page 320: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The excavation and drilling equipment shall have adequate capacity, including power, torque and downthrust to excavate a hole of both the maximum diameter and to a depth of 20 percent beyond the depths shown on the plans or 15 feet whichever is greater.

The excavation and overreaming tools shall be of adequate design, size and strength to perform the work shown in the plans or described herein. When the material encountered cannot be drilled using conventional earth or rock augers and/or underreaming tools, the Contractor shall provide special drilling equipment, including but not limited to: rock core barrels, rock tools, air tools, and other equipment as necessary to construct the shaft excavation to the size and depth required. Blasting is not permitted to advance the excavation unless shown on the plans and specifications. Blasting for core removal is permitted when approved by the Engineer.

The Contractor shall stabilize all drilled shaft excavations with steel casing and/or fluid above the portions of the excavations in rock except as approved by the Engineer. Stabilize excavations at all times from the beginning of drilling through concrete placement. Provide casing or slurry in rock if unstable material is anticipated or encountered during drilling. When slurry is not used, do not leave a partially excavated shaft open overnight unless the excavation is cased to rock.

For the purposes of this special provision, “Rock” is defined as a continuous intact natural material in which the penetration rate with a rock auger is less than 2 inches per 5 minutes of drilling using a drill rig capable of applying a minimum 35,000 pounds of down pressure (Crowd) while turning the auger for diameters equal to or less than 48 inches in diameter and at least 50,000 pounds of down pressure (Crowd) for augers greater than 48 inches in diameter. Rock augers shall be equipped with carbide teeth in good condition while performing this test. This definition excludes discontinuous loose natural materials such as boulders and man-made materials such as concrete, steel, timber, etc.

When slurry is used, the Contractor shall adjust the excavation operations so that the maximum time the slurry is in contact with the sidewalls of the uncased portions of the drilled shaft excavation (from time of drilling to completing concrete placement) does not exceed 24 hours. The slurry shall be agitated in the drilled shaft excavations a minimum of every 4 hours. If the 24 hour time limit is exceeded, overream the drilled shaft excavation a minimum of 1 inch and a maximum of 3 inches, or as required by the Engineer, prior to performing other operations in the excavation. Overream with a grooving tool, overreaming bucket or other approved equipment at a minimum spacing of 12 inches. The Contractor bears all costs associated with both overreaming and additional shaft concrete placement at no additional cost to the Department. If concrete placement is not completed within three days of beginning drilling, enlarge the design drilled shaft diameter by a minimum of 6 inches, or as required by the Engineer, the entire length of the shaft at no additional cost to the Department. Enlarging the drilled shaft includes replacing the steel casing with steel casing the same size to which the drilled shaft is enlarged at no additional cost to the Department.

IX. EXCAVATIONS:

A. General

Shaft excavations shall be made at locations, shaft geometry and dimensions shown in the contract documents. The Contractor shall extend drilled shaft tip (base) elevations when the Engineer determines that the material encountered during excavation is unsuitable and/or differs from that anticipated in the design of the drilled shaft.

The Contractor shall maintain a construction method log during shaft excavation. The information recorded shall be as indicated in the “VDOT Excavation Form” provided by the Engineer. For each drilled shaft installed, record on the VDOT Excavation Form the location, dimensions, verticality,

Page 321: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

slurry test data, description of the materials encountered at all elevations, drilling time, elevation of the water table during excavation and seepage, description of any change in excavated material, elevation of top and bottom of the finished shaft, depth to the rock bearing stratum, condition of the bottom of the excavation or rock bearing surface, deviation from plan location, concrete data, a description of the tools and drill rigs used and any changes necessitated by changing ground conditions and other pertinent data to the drilled shaft operations. Submit a draft of this form for each completed drilled shaft within 24 hours of shaft completion. Report any unusual observation to the Engineer as soon as possible.

The Contractor shall provide areas for the disposal of unsuitable materials and excess materials removed from drilled shaft excavations and shall dispose them in accordance with applicable requirements of Section 106.04 of the VDOT Road and Bridge Specifications.

The Contractor shall not permit any worker to enter the drilled shaft excavation for any reason unless: a suitable casing has been installed, the water level has been lowered and stabilized below the level to be occupied, and an adequate safety equipment and procedures have been provided to the personnel entering the excavation which includes OSHA certification for confined space entry.

B. Classified Excavation:

When designated in the contract documents, the Contractor shall perform classified excavation under standard and special excavation items. Obstruction removal shall be paid separately.

1. Standard Excavation

Standard excavation is excavation accomplished with conventional tools such as augers fitted with either soil or rock teeth, drilling buckets, and overreaming buckets attached to drilling equipment of the size, power, torque, and down thrust (crowd) approved for use by the Engineer after successful construction of a trial drilled shaft.

2. Special Excavation

Special excavation is an excavation that requires special tools and/or procedures to accomplish hole advancement. Special excavation is paid for excavation, except obstructions, below the depth where conventional tools and the approved drilling equipment, operating at maximum power, torque and down thrust, cannot advance the hole more than 2 inches in 5 minutes and coring, air tools, etc. are required to advance the excavation.

3. Probe Holes

When required on the plans at the completion of Special Excavation, drill a minimum 2 inch probe hole one and one half shaft diameters below the base of the excavation for examination with a feeler probe.

C. Obstructions:

Surface and subsurface obstructions at drilled shaft locations shall be removed by the Contractor. Such obstructions may include, but are not limited to, man-made materials such as old concrete foundations and natural materials such as boulders. Special procedures and/or tools shall be employed by the Contractor after the hole cannot be advanced using conventional augers, drilling buckets and/or underreaming tools. Such special procedures/tools may include but are not limited

Page 322: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

to chisels, boulder breakers, core barrels, air tools, hand excavation, temporary casing, and increasing the hole diameter. Blasting shall not be permitted unless specifically approved by the Engineer.

D. Lost Tools

Drilling tools that are lost in the excavation shall not be considered obstructions and shall be promptly removed by the Contractor.

X. CASINGS

Casings shall be steel, smooth, clean, watertight, and of ample strength to withstand both handling and driving stresses and the pressure of both concrete and the surrounding earth materials. The outside diameter of casing shall not be less than the specified diameter of shaft, and the outside diameter of any excavation made below the casing shall not be less than the specified diameter of the shaft. No extra compensation will be allowed for concrete required to fill an oversized casing or oversized excavation. All casings, except permanent casings, shall be removed from shaft excavations. Any length of permanent casing installed below the shaft cutoff elevation, shall remain in place.

When the shaft extends above ground or through a body of water, the portion exposed above ground or through a body of water may be formed with removable casing except when the permanent casing is specified. Removable casing shall be stripped from the shaft in a manner that will not damage the concrete. Casings can be removed when the concrete has attained sufficient strength provided: curing of the concrete is continued for a 72-hour period; the shaft concrete is not exposed to salt water or moving water for 7 days; and the concrete reaches a compressive strength of at least 2500 psi, as determined from concrete cylinder breaks.

A. Temporary Casing

All subsurface casing shall be considered temporary unless specifically shown as permanent casing in the Contract. The Contractor shall be required to remove temporary casing before completion of concreting the drilled shaft. Telescoping, predrilling with slurry, and/or overreaming beyond the outside diameter of the casing may be required to install casing.

If the Contractor elects to remove a casing and substitute a longer or larger-diameter casing through caving soils, the excavation shall be either stabilized with slurry or backfilled before the new casing is installed. Other methods, as approved by the Engineer, may be used to control the stability of the excavation and protect the integrity of the foundation materials.

Before the casing is withdrawn, the level of fresh concrete in the casing shall be a minimum of 10 feet above either the hydrostatic water level in the formation or the level of drilling fluid in the annular space behind the casing, whichever is higher. As the casing is withdrawn, care shall be exercised to maintain an adequate level of concrete within the casing so that fluid trapped behind the casing is displaced upward and discharged at the ground surface without contaminating or displacing the shaft concrete.

Temporary casings which become bound or fouled during shaft construction and cannot be practically removed shall constitute a defect in the drilled shaft. The Contractor shall be responsible to improve defective shafts to the satisfaction of the Engineer. Such improvement may consist of, but is not limited to, removing the shaft concrete and extending the shaft deeper to compensate for loss of frictional capacity in the cased zone, providing straddle shafts to compensate for capacity loss, or providing a replacement shaft. All corrective measures including redesign of footings caused by defective shafts shall be done to the satisfaction of the Engineer by the Contractor

Page 323: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

without either compensation or an extension of the completion date of the project. Additionally, no compensation will be paid for casing remaining in place.

B. Permanent Casing

Permanent casing shall be used when shown in the Contract. The casing shall be continuous between top and bottom elevations prescribed in the plans. After installation is complete, the permanent casing shall be cut off at the prescribed elevation and the shaft completed by installing necessary reinforcing steel and concrete in the casing.

In cases where special temporary casings are shown on the plans or authorized in writing by the Engineer to be used in conjunction with permanent casing, the Contractor shall maintain both alignment of the temporary casing with the permanent casing and a positive, watertight seal between the two casings during excavation and concreting operations.

XI. SLURRY:

Mineral or polymer slurries shall be employed when slurry is used in the drilling process unless other drilling fluids are approved by the Engineer. Mineral slurry shall have both a mineral grain size that will remain in suspension and sufficient viscosity and gel characteristics to transport excavated material to a suitable screening system. The percentage and specific gravity of the material used to make the mineral suspension shall be sufficient to maintain the stability of the excavation and to allow proper concrete placement.

In locations with hard water or acidic groundwater, the slurry manufacturer shall measure the hardness, acidity, chloride and organic content of the mix water and groundwater and furnish for review and approval recommendations for modifications to the slurry that will ensure successful results in the conditions at the project site.

In locations or areas where saline or chemically contaminated ground water occurs, the use of attapulgite or sepiolite and/or additives instead of bentonite maybe needed. Furnish for review and approved recommendations for the type and modification to the proposed mineral slurry that will ensure successful results in the conditions at the project site.

During construction, the level of the slurry shall be maintained at a height sufficient to prevent caving of the hole. In the event of a sudden significant loss of slurry to the hole, the construction of that foundation shall be stopped until either a method to stop slurry loss or an alternate construction procedure has been approved by the Engineer.

The level of mineral slurry in the shaft excavation shall be maintained at a level not less than 5 feet above the highest expected piezometric pressure head along the depth of the shaft, and the level of polymer slurry shall be maintained at a level not less than 6 feet above the highest expected piezometeric pressure head along the shaft. It is anticipated that the highest piezometric pressure head is the static water elevation or the ground water elevation, however, the Contractor is responsible for determining the highest piezometric pressure head. If at any time the slurry construction method fails, to produce the desired final results, in the opinion of the Engineer, the Contractor shall both discontinue this method and propose an alternate method for approval by the Engineer.

A. Mineral Slurry

Mineral slurry shall be premixed thoroughly with clean fresh water with adequate time (as prescribed by the mineral manufacturer) allotted for hydration prior to introduction into the shaft excavation. Slurry tanks of adequate capacity will be required for slurry circulation, storage, and

Page 324: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

treatment. No excavated slurry pits will be allowed in lieu of slurry tanks without the written permission of the Engineer. Desanding equipment shall be provided by the Contractor as necessary to control slurry sand content to less than 4 percent by volume at any point in the borehole at the time the slurry is introduced, including situations in which temporary casing will be used. The Contractor shall take all steps necessary to prevent the slurry from “setting up” in the shaft. Such methods may include but are not limited to agitation, circulation and/or adjusting the properties of the slurry. Disposal of all slurry shall be done off site in suitable areas by the Contractor.

It is the responsibility of the Contractor to maintain a stable suspension at all times and keep the stability of the excavation. The Contractor shall adjust the slurry properties as necessary to bring the slurry to specifications.

Property at 70°F At the Time of During Drilling and Test Method

(Units) Slurry Introduction

in the Drilled Shaft

Before Concrete

Placement in the

Drilled Shaft

Density in Fresh

Watera lb/ft3)

63 to 69 64 to 75 Mud density balance API13B-

1, Section 1

Viscosity

(sec per quart)

28 to 45 28 to 45 Marsh Cone Method API13B-

1, Section 22

pH 8 to 11 8 to 11 Electric pH meter or pH

indicator paper strips

Sand Contentb(%) 4% maximum 4% maximum API-13B-1

(a) Density values shall be increased by two pounds per cubic foot (lb/ft3) in salt water.

(b) At time of concreting, sand content at any point in the drilled shaft excavation shall not exceed 4% (by volume); test for sand content as determined by the American Petroleum Institute.

(c) Minimum mixing time shall be 10 minutes.

(d) Storage time to allow for hydration shall be a minimum of 6 hours.

B. Polymer Slurry

If the Contractor proposes to use a polymer slurry, either natural or synthetic, it must be a product approved for use by the Department. Mixing of polymer slurry in the borehole will not be permitted. Slurry properties at the time of mixing and at the time of concreting must be in conformance with the written recommendations of the manufacturer. However, whatever product is used, the sand content at the base of the drilled shaft excavation shall not exceed 1 percent when measured by Method API 13B-1, Section 5, immediately prior to concreting.

The Contractor’s slurry management plan shall include detailed provisions for controlling the quality of the slurry, including tests to be performed, the frequency of those tests, the test methods, and the maximum and/or minimum property requirements that must be met to ensure that the slurry meets it intended functions in the subsurface conditions at the construction site and with the construction methods that are to be used. The slurry management plan shall include a set of the slurry manufacturer’s written recommendations.

Polymer slurry shall have the following properties:

Page 325: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Property at 70°F

(Units)

At the Time of

Slurry Introduction

in the Drilled Shaft

During Drilling and

Before Concrete

Placement in the

Drilled Shaft

Test Method

Density in Fresh

Watera lb/ft3)

63 to 65 65 to 67 Mud density balance API13B-

1, Section 1

Viscosity

(sec per quart)

50 maximum 50 maximum Marsh Cone Method API13B-

1, Section 2.2

pH 8 to 10 8 to 10 Electric pH meter or pH

indicator paper strips

Sand Contentb(%) 0.3% maximum 1% maximum API-13B-1

(a) Density values shall be increased by two pounds per cubic foot (lb/ft3) in salt water.

(b) At time of concreting, sand content at any point in the drilled shaft excavation shall not exceed 1% (by volume); test for sand content as determined by the American Petroleum

Institute.

(c) Minimum mixing time shall be 15 minutes.

(d) Storage time to allow for hydration shall be minimum of 4 hours.

C. Water as Drill Fluid

If approved by the Engineer, the Contractor may use only water as a drilling fluid. All of the provisions in the table shown in this section for mineral slurries shall be met, except that the maximum density shall not exceed 70 pcf.

D. Slurry Testing

Slurry testing shall include the following tests, as a minimum: Density test (API 13B-1, Section 1), viscosity test (Marsh funnel and cup, API-13B-1, Section 2.2 or approved viscometer), pH test (pH meter, litmus paper), and sand content test (API sand content kit, API 13B-1, Section 5).

Tests shall be performed when the slurry temperature is above 40 degrees Fahrenheit.

Tests to determine density, viscosity and pH value shall be performed during the shaft excavation to establish a consistent working pattern. A minimum of four sets of tests shall be made during the first 8 hours of slurry use. When the results show consistent behavior, the testing frequency may be decreased to one set every four hours of slurry use.

The Contractor shall ensure that a heavily contaminated slurry suspension, which could impair the free flow of concrete, has not accumulated in the bottom of the shaft. Prior to placing concrete in any shaft excavation, the Contractor shall take slurry samples using a sampling tool approved by the Engineer. Slurry samples shall be extracted from the base of the shaft and at intervals not exceeding 10 feet up the slurry column in the shaft, until two consecutive samples produce acceptable values for density, viscosity, and pH.

When any slurry samples are found to be unacceptable, the Contractor shall take whatever action is necessary to bring the slurry within specifications requirements. Concrete shall not be poured until the slurry in the hole is re-sampled and tests results produce acceptable values.

Reports of all tests required above signed by an authorized representative of the Contractor, shall be furnished to the Engineer on completion of each drilled shaft.

Page 326: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

XII. EXCAVATION INSPECTION:

The Contractor shall provide equipment for checking the dimensions and alignment of each shaft excavation. The dimensions and alignment shall be determined by the Contractor. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final cleaning. Unless otherwise stated in the plans, a minimum of 50 per cent of the base of each shaft will have less than 1/2 inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 1-1/2 inches. Shaft cleanliness will be determined by visual inspection for dry shafts or other methods deemed appropriate by the Engineer for wet shafts.

For dry excavations, the maximum depth of water shall not exceed 3 inches prior to concrete pour.

For dry shafts, the sidewalls shall be visually free of cuttings that may have been smeared on the walls during the removal and insertion of drilling tools.

XIII. CONSTRUCTION TOLERANCES:

The following construction tolerances apply to drilled shafts unless otherwise stated in the Contract:

(a) The center of the drilled shaft shall be within 3 inches of plan position in the horizontal plane at the plan elevation for the top of the shaft.

(b) The vertical alignment of a vertical shaft excavation shall not vary from the plan alignment by more than 1 1/2% of the total length of the shaft.

(c) After all the concrete is placed; the top of the reinforcing steel cage shall be no more than 6 inches above and no more than 3 inches below plan position.

(d) The top elevation of the shaft shall have a tolerance of plus 1 inch or minus 3 inches from the plan top-of-shaft elevation.

(e) Excavation equipment and methods shall be designed so that the completed shaft excavation will have a planar bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of ± 3/8 inch per foot of diameter.

Drilled shaft excavations and completed shafts not constructed within the required tolerances are unacceptable. The Contractor shall be responsible for correcting all unacceptable shaft excavations and completed shafts to the satisfaction of the Engineer. Materials and work necessary, including engineering analysis and redesign, to complete corrections for out-of-tolerance drilled shaft excavations shall be furnished to the Department. No extension of the completion date of the project will be provided.

XIV. REINFORCING STEEL CAGE CONSTRUCTION AND PLACEMENT:

The reinforcing steel cage, consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances, shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted, and prior to concrete placement. Internal stiffeners shall be removed as the cage is placed in the shaft so as not to interfere with the placement of concrete.

Page 327: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in Section XIII of this specification. Plastic spacing devices shall be used at sufficient intervals [near the bottom and at intervals not exceeding 10 feet up the shaft] to ensure concentric spacing for the entire cage length. Use a minimum of one spacer per 30 inches of circumference of the casing with a minimum of three at each layer. The spacers shall be of adequate dimension to ensure a minimum 3 inch annular space between the outside of the reinforcing cage and the side of the excavated hole. Approved cylindrical feet (bottom supports) shall be provided to ensure that the bottom of the cage is maintained the proper distance above the base.

Hooks at the top of the reinforced steel cage shall not be bent outward if a temporary casing is to be used. Interior hooks must be designed to permit adequate clearance for the concrete tremie pipe or concrete pump (i.e. 10 inches minimum space). Hooks may be placed on dowels that may be rotated after concrete placement or casing removal and repositioned after the tremie or concrete pump is removed. The concrete must be fluid during dowel repositioning.

The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the upward displacement of the rebar cage exceeds 6 inches or if the downward displacement exceeds 3 inches, the drilled shaft will be considered defective. Corrections shall be made by the Contractor to the satisfaction of the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer.

If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length by adding longitudinal reinforcing bars at the bottom of the cage. Tie or spiral bars shall be continued for the extra depth and the stiffener bars shall be extended to the final depth. All longitudinal and transverse bars must be lap spliced or spliced with mechanical splices. Welding to the reinforcing steel will not be permitted unless specifically shown in either the plans or special provisions.

When concrete placement does not immediately follow cage placement, remove the steel from the excavation unless the Engineer directs otherwise. If the cage is removed, recheck excavation cleanliness in accordance with this special provision prior to reinstallation of the cage.

XV. INSTALLATION REQUIREMENTS FOR CSL INTEGRITY TESTS:

Drilled shafts shall be fitted with CSL test tubes to evaluate their integrity as indicated in the plans, Contract, or as designated by the Engineer. Install the access tubes or pipes as nearly parallel and far as possible from the longitudinal bars. The number of tubes to be installed per each drilled shaft diameter is as indicated in the table below:

Drilled Shaft Diameter Number of CSL Tubes Tube Spacinga

3 ft to 5 ft 4 minimum 90 degrees

5.5 ft. to 7 ft 6 minimum 60 degrees

7.5 ft to 9 ft 8minimum 45 degrees

Page 328: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Greater than 10 feet 10 minimum 36 degrees

(a) Spacing based on a central angle in degrees

The tubes shall be securely attached to the interior of the reinforcement cage with a minimum concrete cover of 3 inches, and they shall be wire-tied to the reinforcing cage every five feet to secure the tubes in position during placement of the reinforcing steel cage. In all cases the tubes shall be as near to vertical and parallel as possible. The Contractor shall install the tubes in the drilled shafts in a regular and symmetric pattern such that each tube is spaced a maximum distance possible from its adjacent tube and distributed around the drilled shaft perimeter as indicated by the central angle in the table above.

The tubes shall extend from the bottom of the drilled shaft to at least 3 feet above the top of the drilled shaft, or 2 feet above the ground surface for shafts with cut-offs below the ground surface. The tubes must be capped to prevent concrete or debris from entering during manipulation of the cage and concreting. Care must be taken during lifting and lowering the steel reinforcement so as not to damage the tubes. The CSL tubes shall be filled with clean water no later than 4 hours after concrete placement. Do not break the bond between the tube and the concrete by applying excessive torque, hammering, or other sort of stress while removing the caps or plugs from the pipes. For production shafts and upon completion of the CSL tests, remove all the water from the access tubes or drilled holes and fill with an approved grout. CSL testing procedures are found in Section XVII of these Specifications.

XVI. CONCRETE PLACEMENT:

A. General

Concrete placement shall be performed in accordance with the applicable portions of the general specifications on concrete materials in Section VI. A above and with the requirements herein.

Concrete shall be placed as soon as possible after reinforcing steel placement. Concrete placement shall be continuous from the bottom to the top elevation of the shaft. Concrete placement shall continue after the shaft excavation is filled until good quality concrete is evident at the top of shaft. Concrete shall be placed either by free fall or through a tremie or concrete pump. Free fall placement shall only be permitted in dry holes. Concrete placed by free fall shall fall directly to the base without contacting either the rebar cage or hole sidewall.

Subject to performance satisfactory to the Engineer in the construction of the trial shafts, concrete to be placed in dry shafts less than 5 feet in diameter may be placed by allowing the concrete to free fall up to 60 feet into the excavation; for shafts at least 5 feet in diameter the free fall distance may be increased to 100 feet. Drop chutes shall be used to direct concrete to the base during free fall placement.

The elapsed time from the beginning of concrete placement in the shaft to the completion of the placement shall not exceed 2-hours. Admixtures such as water reducers, plasticizers, and retarders shall not be used in the concrete mix unless permitted in the Contract or as approved by the Engineer. All admixtures, when approved for use, shall be adjusted for the conditions encountered on the job. The Contractor may request a longer placement time provided he supplies a concrete mix that will maintain a minimum 4 inch slump throughout the drilled shaft concrete elapsed time in section VI. A. (c) Paragraph 3 as demonstrated by trial mix and slump loss tests.

Page 329: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

During concrete placement the Contractor shall plot the theoretical and actual concrete volume curves on the” DRILLED SHAFT CONCRETE VOLUMES FORM.”

Within the first 16 hours after a drilled shaft has achieved its initial concrete set (as determined by the Engineer), do not drill adjacent shafts or allow any equipment wheel loads or excessive vibrations to occur at any point within a 20 foot radius of the drilled shaft unless the concrete has reached a strength of at least 1500 psi as determined by the Maturity Test Method in accordance with ASTM C 1074.

B. Tremies

Tremies may be used for concrete placement in either wet or dry holes. Tremies used to place concrete shall consist of a tube of sufficient length, weight, and diameter to discharge concrete at the shaft base elevation. The tremie shall not contain aluminum parts that will have contact with the concrete. The tremie inside diameter shall be at least 6 times the maximum size of aggregate used in the concrete mix but shall not be less than 10 inches. The inside and outside surfaces of the tremie shall be clean and smooth to permit both flow of concrete and unimpeded withdrawal during concreting. The wall thickness of the tremie shall be adequate to prevent crimping or sharp bends. Tremie pipe clamps shall not be placed below water or below an area where they cannot be observed or are inaccessible to personnel unless otherwise approved in writing by the Engineer.

The tremie used for wet excavation concrete placement shall be watertight. Underwater or under-slurry placement shall not begin until the tremie is placed to the shaft base elevation, and the concrete shall be kept completely separated from the water or slurry prior to the time it is discharged. Valves, bottom plates or plugs may be used for this purpose only if concrete discharge can begin within one tremie diameter of the base of the drilled shaft. Plugs shall either be removed from the excavation or be of a material, approved by the Engineer, which will not cause a defect in the shaft if not removed. The discharge end of the tremie shall be constructed to permit the free radial flow of concrete during placement operations. The tremie discharge end shall be immersed at least 7 feet in concrete at all times after starting the flow of concrete. The flow of the concrete shall be continuous. The level of the concrete in the tremie shall be maintained above the level of slurry or water in the borehole at all times to prevent water or slurry intrusion into the shaft concrete.

If at any time during the concrete pour, the tremie line orifice is removed from the fluid concrete column and discharges concrete above the rising concrete level, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal directed by the Engineer and repour the shaft.

C. Pumped Concrete

Concrete pumps and lines may be used for concrete placement in either wet or dry excavations. All pump lines shall have a minimum 4 inch diameter and be constructed with watertight joints. Concrete placement shall not begin until the pump line discharge orifice is at the shaft base elevation. Pipe clamps or pipe welded shall not be below water or below an area where they cannot be observed or inaccessible to personnel unless otherwise approved in writing by the Engineer.

For wet excavations, a plug or similar device shall be used to separate the concrete from the fluid in the hole until pumping begins. The plug shall either be removed from the excavation or be of a material, approved by the Engineer, that will not cause a defect in the shaft if not removed.

Page 330: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

The discharge orifice shall remain at least 7 feet below the surface of the fluid concrete. When lifting the pump line during concreting, the Contractor shall temporarily reduce the line pressure until the orifice has been repositioned at a higher level in the excavation.

If at any time during the concrete pour the pump line orifice is removed from the fluid concrete column and discharges concrete above the rising concrete level, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal directed by the Engineer, and repour the shaft.

D. Drop Chutes

Drop chutes shall be used to direct placement of free-fall concrete in excavations where the maximum depth of water does not exceed 3 inches. Free fall placement is not permitted in wet excavations. Drop chutes shall consist of a smooth tube of either one piece construction or sections that can be added and removed. A drop chute can also be a hopper with a short tube to direct the flow of concrete. Concrete may be placed through either the hopper at the top of the tube or side openings as the drop chute is retrieved during concrete placement. If concrete placement causes the shaft excavation to cave or slough, or if the concrete strikes the rebar cage or sidewall, the Contractor shall reduce the height of free fall and/or reduce the rate of concrete flow into the excavation. If caving or sloughing of the shaft walls occurs during free-fall placement of concrete, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal and repour the shaft. If concrete placement cannot be satisfactorily accomplished by free fall, the Contractor shall use either tremie or pumping techniques to accomplish the pour.

XVII. NONDESTRUCTIVE EVALUATION:

A. General

When called for in the Contract, specific completed drilled shafts, the number and/or location of which are specified, shall be subjected to nondestructive tests to evaluate their structural integrity. The Contractor shall be responsible for performing and submitting reports of such tests to the Engineer in a timely manner. All testing shall be conducted after the concrete has cured for at least 48 hours. The Contractor shall employ a registered Professional Engineer registered in the Commonwealth of Virginia who has been qualified by the Department to perform, evaluate and report the tests. The report on the tests on any given shaft must be submitted to the Engineer within 3 working days of the performance of the tests on that shaft. The Engineer will evaluate and analyze the results and provide to the Contractor a response regarding the acceptability of the shaft that was tested within 3 working days of receipt of the test report.

The Contractor may continue to construct drilled shafts before the receipt of notice of acceptance of the tested shaft or shafts by the Engineer; however, if the Engineer finds the tested shaft(s) to be unacceptable, the Contractor shall be required to repair the unacceptable shaft to the satisfaction of the Engineer and (a) prove to the satisfaction of the Engineer that the acceptability of all shafts constructed since the unacceptable shaft was constructed and the acceptability of the procedure to be used in constructing future shafts, or (b) cease all drilled shaft construction until a new construction procedure acceptable to the Engineer has been proposed by the Contractor and accepted by the Engineer. In the latter case, those drilled shafts constructed after the unacceptable shaft was constructed shall be repaired or tested to determine if they are of sound quantity. If any repair procedures or revisions to the Contractor’s installation procedure are proposed by the Contractor, the Contractor shall submit a written plan to the Engineer to repair defects and revise construction procedures. If these plans involve changes to the structural design of the shafts, shaft caps, or to the geometry of the shafts, any redesign proposed in the Contractor’s plan to the

Page 331: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Engineer shall be performed by a Professional Engineer registered in the Commonwealth of Virginia.

B. Crosshole Sonic Logging CSL Test

1. General

Crosshole Sonic Logging, CSL, is a nondestructive testing, NDT, method that measures the time for an ultrasonic pulse to travel from a signal source inside an access tube to a receiver inside another access tube and evaluates the integrity of drilled shafts. In uniform, good quality concrete, the travel time between these equidistant tubes will be relatively constant from the bottom to the top of the drilled shafts and correspond to a reasonable concrete pulse velocity. In uniform, good quality concrete, the CSL test will also produce records with good signal amplitude and energy. Longer travel times and lower amplitude/energy signals indicate the presence of irregularities such as poor quality concrete, voids, honeycombs, or soil intrusions. The signal will be completely lost by the receiver and system recorder for more severe defects such as voids and soil intrusions.

The Contractor shall install access tubes intended for Crosshole Sonic Logging CSL testing and perform the test(s) as indicated in the plans, and in Sections IV. A. (l), VI. D., and XV herein. When the Contractor is required to perform CSL tests in the Contract, he must only employ experienced personnel and engage the services of approved independent testing firm with previous experience in this sort of testing. The Contractor shall submit to the Engineer for his approval the list of personnel and testing firms he intends to use during the CSL testing program along with their competence and field experience to perform evaluate, and report the results of CSL tests. The Contractor shall perform the CSL tests in the number and locations specified or as requested by the Engineer, and he shall execute the test after at least 48 hours of concrete curing to allow for curing of the concrete. The Engineer may specify a longer curing time when retarders are used in the mix design, or other factors that may result in a slower rate of concrete setting. All CSL testing must be completed within forty five calendar days of concrete placement.

Prior to beginning the CSL test, the Contractor shall assure that the test probes can pass through and down the tubes to the bottom of every installed tube. If a tube is obstructed, the Contractor shall core a hole large enough to accommodate the probe through its full length in the drilled shaft and near the obstructed tube to the depth indicated in the plans for that CLS tube. Core equipment, procedure, and location of the hole shall be approved by the Engineer prior to beginning coring. Logged results of the core drilling shall be submitted to the Engineer along with the cores. The CSL test may commence after the core hole is inspected and the probes can pass through.

The Contractor is responsible for submission of the CSL test report to the Engineer within 3 work days of its performance for a specific drilled shaft. The Engineer will evaluate and analyze the CSL test results within 3 working days of their receipt and provide the Contractor with a response regarding the acceptability of the drilled shaft tested.

2. Equipment for the Crosshole Sonic Logging, CSL, Test

The CSL test equipment consists of the following components:

a. A microprocessor-based CSL system or analyzer for display of individual CSL records, analog-digital conversion and recording of CSL data, analysis of receiver responses, and

printing of CSL logs.

Page 332: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

b. Ultrasonic emitter and receiver probes for 2 inches I.D. pipe.

c. An ultrasonic voltage pulse to excite the source with a synchronized triggering system to start the recording system.

d. Winch, tripod and connecting cables.

e. A depth measurement device to determine recorded depths.

f. Appropriate filter/amplification and cable systems for CSL testing.

3. Logging Procedures for Crosshole Sonic Logging, CSL, Test

The test should proceed from the bottom to the top of the test tubes and in depth increments of about 3 inches to include the full depth of both tubes. Any slack shall be removed from the cables prior to pulling the probes providing accurate depth measurement records. Test a pair of perimeter and/or diagonal tubes, and include evaluation of the condition of the drilled shaft bottom. The source and receiver should be lifted simultaneously at a speed less than 1 ft per second, and a set of readings carefully taken at their corresponding depths. The CSL tests shall be carried out with the source and receiver probes in the same horizontal plane unless test results indicate potential anomalies/defects, in which case the questionable zone may be further evaluated with fan shape or angled tests (source and receiver are vertically offset inside the tubes). Equipment, procedure, and evaluation shall be adjusted to detect, locate, and assess the extent of any irregularity or void that appears in the path of the sonic pulse. Any anomalies/defects indicated by longer pulse arrival times and significantly lower amplitude/energy signals should be reported to the Engineer on site and any further tests shall be carried out as necessary to evaluate the extent of such anomalies/defects.

Additional testing shall be conducted in the event anomalies should be detected or suspected during the test. Information of the drilled shaft bottom and top elevations, length, along with construction dates shall be provided to the testing organization before or at the time of the CSL tests. Levels will be taken on top of each tube, and actual tube plumbness and length be recorded. CLS tests shall be conducted between pairs of tubes, and the determination of which pairs to be tested made by the independent testing agency.

4. Reporting Results of the Crosshole Sonic Logging, CSL, Test

Results of CSL test shall be presented in a report including:

a. A brief explanation of how the test was performed, the CSL logs, the analyses, and the test results of each drilled shaft.

b. The arrangement of the tubes and their dimensions per drilled shaft tested.

c. A Plan View of the CSL test locations in relation to the bridge foundation.

d. Arrival time of acoustic pulse versus depth in each pair of tubes for every drilled shaft tested.

e. Pulse energy/amplitude versus depth in each pair of tubes for every drilled shaft tested.

f. A CSL log for each pair of tubes tested, and when applicable, with any anomaly/defect zones properly discussed. Any zone with long arrival times and low power relative to other zones should be considered anomalous.

XVIII. ACCEPTANCE OF DRILLED SHAFTS:

Acceptance of drilled shafts shall be based on meeting the requirements as set forth in the Contract Documents. Drilled shafts will not be acceptable if:

Page 333: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

A. Based on Specifications

1. Drilled shafts are constructed disregarding any requirements of the Specifications or this Special Provision for Drilled Shaft.

2. Drilled shaft excavations are constructed out of tolerance. The Contractor shall correct completed drilled shaft to acceptable tolerances before proceeding with new drilled shaft construction and submit correction for the Engineer’s approval.

3. When applicable, slurry out of tolerance, especially during late introduction into the drilled shaft and before concreting.

4. Cave-in of the drilled shaft walls due to improper use of casing or slurry; or failure to use weighting agents in the slurry in running groundwater.

5. Temporary casing that cannot be removed.

6. Horizontal separations or severe neck in the drilled shaft walls when pulling temporary casing with concrete adhering to it.

7. Failure to agitate slurry or to place concrete in a timely manner causing excessive build-up of mud cake on the wall of the excavation.

8. Horizontal sand lens in concrete produced by tremie or pump line pulled out of concrete when concreting under slurry or water.

9. Quarter-moon-shaped soil intrusion on the side of the drilled shaft created by interruption in flow of concrete being pumped or tremied into slurry-filled hole or use of telescoping casing where concrete from inner casing spills into the over break zone behind outer casing.

10. Soft or loose drilled shaft bottom caused by incomplete bottom cleaning, side sloughing, or sedimentation of cuttings from slurry column where base bearing is required.

11. Voids outside of the reinforcing steel cage when low slump concrete is introduced into the drilled shaft.

12. Honeycombing, washout of fines, or water channels in the concrete if concrete is placed directly into water.

13. Folded-in debris from insufficient cleaning of the drilled shaft excavation or excessive sand in the slurry.

14. Drilled shafts for which the mix design has been altered or extra water has been added without the approval of the Engineer.

15. Drilled shaft constructed in such a manner that the drilled shaft cannot be completed within the required tolerances. The Contractor shall submit correction methods for the Engineer’s approval.

Final acceptance decision on whether repairs can or should be made or if the drilled shaft is rejected and must be replaced will be made by the Engineer as necessary applying criteria set forth herein and sound engineering judgment on a drilled shaft by drilled shaft basis.

B. Based on the Cross Hole Sonic Logging (CSL) Tests

Rejection of a drilled shaft based on the drilled shaft cross hole sonic logging testing shall be conclusive evidence that a defect exists in the drilled shaft that will result in inadequate or unsafe performance of the drilled shaft under service loads. The acceptance of each drilled shaft shall be the decision of the Engineer based on the results of the drilled shaft integrity testing report(s) and other information on the drilled shaft placement. If the CSL records are inconclusive, the Engineer may require coring or excavation of the drilled shaft to verify drilled shaft conditions.

Page 334: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

In the event testing discloses voids or discontinuities in the concrete which indicate that the drilled shaft is not structurally adequate, the drilled shaft shall be rejected, and construction of additional drilled shafts shall be suspended until the Contractor repairs, replaces or supplements the defective work, and the Engineer approves the remedial work. The Contractor shall suspend drilled shaft construction until the Engineer approves proposed changes to the methods of drilled shaft construction submitted in writing by the Contractor.

In the case that any drilled shaft is determined to be unacceptable, the Contractor shall submit a plan for remedial action to the Engineer for approval. Any modifications to the foundation drilled shafts and load transfer mechanisms caused by the remedial action will require calculations and working drawings prepared by and stamped by a Professional Engineer, hired by the Contractor and registered in the Commonwealth of Virginia, for all foundation elements affected. The Contractor shall provide all labor and materials required to design and repair or remediate drilled shafts with no extension of the contract time.

The Contractor may continue to construct drilled shafts at his own risk before the receipt of notice of acceptance by the Engineer of the previously tested drilled shafts or drilled shafts constructed by a modified means and method of construction; however, if the Engineer finds the tested drilled shaft or drilled shafts to be unacceptable, the Contractor shall repair to the satisfaction of the Engineer, the unacceptable drilled shafts and (a) prove to the satisfaction of the Engineer, the acceptability of all drilled shafts constructed since the unacceptable drilled shaft was built and the acceptability of the procedure to be used in construction of future drilled shafts, or (b) cease all drilled shaft construction until a new construction procedure has been proposed by the Contractor and accepted by the Engineer. In the latter case, drilled shafts built after the unacceptable drilled shaft shall be repaired to the satisfaction of the Engineer.

XIX. METHOD OF MEASUREMENT:

A. Standard Excavation Drilled Shafts

When designated as classified excavation on the plans, the quantities shall be defined in terms of length in feet of completed STANDARD EXCAVATION of the diameter shown on the plans, exclusive of the linear feet of SPECIAL EXCAVATION, measured in linear feet along the centerline of shaft from the plan top of shaft elevation to the final accepted bottom of shaft elevation

B. Special Excavation Drilled Shafts

The quantities shall be defined in terms of length in feet of completed SPECIAL EXCAVATION of the diameter shown on the plans measured in linear feet along the centerline of the shaft from the elevation for measurements as SPECIAL EXCAVATION to the final accepted bottom of shaft elevation.

C. Reinforcing Steel

Reinforcing steel in drilled shafts will be measured in pounds of steel placed in the shaft as shown on the plans.

D. Undefined Obstructions

Undefined obstructions shall be paid for under the requirements of VDOT Road and Bridge Specifications Section 109.05-Extra and Force Account Work and there will be no measurement under this item.

Page 335: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

E. Trial Shaft

The quantity to be paid shall be the authorized linear feet of trial shaft holes drilled to the diameter shown on the plans, completed and accepted. The linear feet of trial shaft holes shall be determined as the difference between the existing ground surface elevation at the center of the trial shaft hole prior to drilling and the authorized bottom elevation of the hole.

F. Crosshole Sonic Logging (CSL) Testing

CSL testing will be measured per each shaft tested.

G. Permanent Steel Casing

The quantity of "Permanent Steel Casing" to be paid for will be the linear feet of perrmanent steel casing as directed or required to be used. The length to be paid for will be measured along the permanent casing from the top of the casing to the tip elevation shown on the plans or as directed by the Engineer. Permanent casing will be paid for only when permanent casing is authorized or when the Engineer directs the Contractor to le.ave a casing in place such that it becomes a permanent part of the shaft. No payment will be made for temporary steel casings that become bound or fouled during shaft construction and cannot be practically removed.

XX. BASIS OF PAVEMENT:

A. Standard Excavation Drilled Shafts

Standard Excavation Drilled Shafts shall be paid for at the contract unit price per linear foot for drilled shafts of the diameter specified. Such payment shall be full compensation for excavating the shaft, for temporary casing or slurry as necessary, installing crosshole sonic logging tubes, concrete complete and in place and furnishing all labor, tools, equipment, materials and incidentals necessary to complete the drilled shaft. Reinforcing steel will be paid for separately and will not be part of the unit bid price for Standard Excavation Drilled Shafts.

B. Special Excavation Drilled Shafts

Such payment shall be full compensation for excavating Special Excavation Drilled Shafts shall be paid for at the contract unit price per linear foot for the shaft, for temporary casing or slurry as necessary, installing crosshole sonic logging tubes, concrete complete and in place and furnishing all labor, tools, equipment, materials and Incidentals necessary to complete the drilled shaft. Reinforcing steel will be paid for separately and will not be part of the unit bid price for Special Excavation Drilled Shafts.

C. Reinforcing Steel

Reinforcing steel in drilled shafts will be paid for at the contract unit price per pound. This price shall include furnishing, fabricating, and placing reinforcement in the shaft.

D. Undefined Obstructions

Undefined obstructions shall be paid for under the requirements of VDOT Road and Bridge

Page 336: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Specifications Section 109.05-Extra and Force Account Work.

E. Trial Shaft

Trial shaft of the specified diameter will be paid for at the contract unit price per linear foot for trial shaft. Such payment shall be full compensation for excavating the trial shaft hole through whatever materials are encountered to the bottom of shaft elevation or as authorized by the Engineer, temporary casing, slurry, plan furnishing and placing the reinforcing steel, installing crosshole sonic logging tubes, concreting the shaft, restoring the site as required and all other labor, materials and equipment and incidentals necessary to complete the work.

F. Crosshole Sonic Logging (CSL) Testing

CSL testing wifl be paid for at the contract unit price for each shaft tested. Such payment shall be full compensation for all costs related to the mobilization, installation, instrumentation, performance and documentation of the CSL tests.

G. Permanent Steel Casing

Payment will be made at the contract unit price per linear foot for "Permanent Steel Casing for _ Dia. Drilled Shaft." Such payment will include, but is not limited to, furnishing all material, labor, tools, equipment and all incidentals necessary to install the casing in the shaft excavation.

Payment will be made under:

Pay Item Pay Unit Standard Excavation Drilled Shaft (___ - inch diameter) Linear Foot Special Excavation Drilled Shaft (___ - inch diameter) Linear Foot Reinforcing Steel Pounds Trial Shaft (___ - inch diameter) Linear Foot Crosshole Sonic Logging (CSL) Testing Each Permanent Steel Casing Linear Foot

ROCK SOCKETS where specified by pay item and detailed on the plans, the Contractor shall provide a minimum penetration into rock as shown or as field adjusted by the Engineer.

Rock Sockets, complete in place, will be measured in linear feet for each diameter of rock socket listed in the

estimated quantities . The final length will be determined as the difference between the top of the rock socket

elevation shown on the plans or as determined by the Engineer and the final bottom of the surface of the rock

socket excavation elevation, as determined and authorized, complete, and accepted by the Engineer.

Page 337: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Rock Sockets will be paid for at the contract unit price per linear foot of rock socket excavation of the diameter

shown on the plans, complete and accepted by the Engineer. Such payment will be full compensation for the

rock socket shaft excavation including slurry when necessary; removal from the site and disposal of excavated

materials including slurry; cleaning out of excavated socket and special drilling equipment to excavate the rock

socket to the depth indicated in the plans, or authorized by the Engineer; furnishing and placing of concrete and

access tubes for Crosshole Sonic Logging, and for supplying all labor, materials, equipment, temporary and

permanent casing, and incidentals necessary to complete the construction of rock socket. No extra

compensation will be allowed for concrete required to fill an oversized rock socket excavation.

Payment will be made under: Pay Item Pay Unit Rock Socket (___ - inch diameter) Linear Foot

04-26-07 (SPCN)

Measured Obstruction where specified by pay item and detailed on the plans, the Contractor shall remove any obstruction so that satisfactory completion of the drilled shaft can be accomplished.

The quantities to be paid shall be the number of hours of work, or fraction thereof per obstruction, after designation as an obstruction by the Engineer, required to remove the obstruction and resuming excavation.

Removal of measured obstructions shall be paid for at the contract unit price per hour for obstructions. Such payment shall be full compensation for all labor, materials, equipment and incidentals necessary to complete the work in an acceptable manner.

Payment will be made under: Pay Item Pay Unit Measured Obstructions Hours

10-02-07 (SPCN)

Page 338: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

General Decision Number: VA160135 01/08/2016 VA135 Superseded General Decision Number: VA20150135 State: Virginia Construction Type: Highway Counties: Alexandria*, Arlington, Clarke, Culpeper, Fairfax, Fairfax*, Falls Church*, Fauquier, Fredericksburg*, King George, Loudoun, Manassas Park*, Manassas*, Prince William, Spotsylvania, Stafford and Warren Counties in Virginia. *INDEPENDENT CITIES HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUVA2013-010 09/20/2013 Rates Fringes ASBESTOS WORKER..................$ 16.91 CARPENTER (STRUCTURE)............$ 16.02 CEMENT MASON/CONCRETE FINISHER...$ 21.71 ELECTRICIAN......................$ 29.27 FORM SETTER......................$ 14.00 IRONWORKER, REINFORCING..........$ 34.18 IRONWORKER, STRUCTURAL...........$ 19.13

Page 339: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

LABORER Asphalt Raker...............$ 15.85 Blaster.....................$ 35.00 Construction Worker I (Skilled Laborer)...........$ 15.77 Construction Worker II (Laborer)...................$ 14.14 Deckhand....................$ 13.00 Fence Erector...............$ 14.41 Flagger.....................$ 13.64 Grade Checker...............$ 13.42 Guardrail Erector...........$ 22.15 Landscape Worker............$ 11.97 Pipe Layer..................$ 19.00 Power Tool Operator.........$ 15.00 Sign Erector................$ 25.00 MASON (STRUCTURE)................$ 17.64 PAINTER..........................$ 15.00 PLUMBER..........................$ 25.00 POWER EQUIPMENT OPERATOR: Air Compressor..............$ 13.50 Asphalt Distributor.........$ 18.64 Asphalt Paver...............$ 19.35 Backhoe.....................$ 20.59 Boom/Auger..................$ 20.29 Bulldozer (Utility).........$ 15.50 Bulldozer...................$ 20.40 Concrete Finish Machine Operator....................$ 18.54 Concrete Finisher Machine Screed Operator (Bridge)....$ 14.60 Concrete Paving Machine Operator....................$ 20.75 Concrete Pump Operator......$ 33.00 Concrete Saw Operator.......$ 16.00 Crane, Derrick, Dragline (1 cm & under)..............$ 24.53 Crane, Derrick, Dragline (over 1 cm).................$ 25.00 Crusher Tender..............$ 14.25 Drill Operator..............$ 15.70 Excavator (Gradall).........$ 19.32 Front End Loader (2 cm & under)......................$ 19.00 Front End Loader (over 2 cm).........................$ 20.42 Hydro Seeder................$ 17.13 Log Skidder Operator........$ 18.50 Mechanic....................$ 21.75 Mobile Mixer................$ 17.00 Motor Grader (Fine Grade)...$ 27.25 Motor Grader (Rough Grade)..$ 13.58 Oiler, Greaser..............$ 14.00

Page 340: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Pavement Marking Operator...$ 17.00 Pavement Marking Truck Operator....................$ 16.72 Pavement Planing Groundman..$ 19.75 Pavement Planing Operator...$ 19.25 Pile Driver Operator........$ 20.35 Pile Driver, Leadsman.......$ 21.32 Pipe Boring/Jacking Machine Operator............$ 16.00 Plant Operator..............$ 14.88 Roller (Finish).............$ 17.94 Roller (Rough)..............$ 17.06 Scraper Pan Operator........$ 13.00 Shot Blast Machine Operator.$ 16.02 Shovel Operator (2 yds and under)......................$ 16.00 Shovel Operator (over 2 yds)........................$ 25.00 Slip-Form Paver.............$ 21.00 Slurry Seal Paver Machine Operator....................$ 13.75 Slurry Seal Paver Truck Operator....................$ 10.32 Stabilizer Operator.........$ 15.70 Stone-Spreader..............$ 13.35 Subgrade Machine Operator...$ 19.00 Tractor Operator, Crawlers..$ 12.47 Tractor Operator, Utility...$ 12.25 Trenching Machine...........$ 29.87 Vacuum Machine..............$ 18.20 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 21.16 TRUCK DRIVER Fuel & Lubricant Service Truck Driver................$ 17.73 Transit Mix Truck Driver....$ 15.00 Truck Driver (Multi-Rear Axle).......................$ 16.69 Truck Driver (Single Rear Axle).......................$ 17.50 Truck Driver (Tandem Rear Axle).......................$ 16.91 Truck Driver, Heavy Duty....$ 17.29 WELDER...........................$ 18.15 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after

Page 341: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers

Page 342: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W.

Page 343: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

Page 344: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

APPLICATION FOR PAYMENT

CONTRACTOR'S REQUEST FOR PAYMENT CONTRACT NO.: _______________________ DATE: _____________________REQUEST FOR PAYMENT NO. _____________________ SUBMISSION OF (Check One as applicable):

_____ Progress Payment ______ Semi-Final Payment ______ Final Payment ORIGINAL CONTRACT AMOUNT ________$________________________ (1) ORIGINAL WORK EARNED ________$________________________ (2) CHANGE ORDER WORK EARNED ________$________________________ (3) TOTAL AMOUNT EARNED (1+2) ________$________________________ (4) TOTAL RETAINAGE EARNED ________$________________________ (5) TOTAL RETAINAGE WITHHELD * ________$________________________ (6) RETAINAGE WITHHELD “Thru last Request” ________$________________________ (7) TOTAL AMOUNT OF RETAINAGE THIS REQUEST ________$________________________ (8) AMOUNT PREVIOUSLY INVOICED ________$________________________ (9) SUB TOTAL (3-5)-8 _______$________________________ (10) MATERIALS ON HAND ____ $________________________ (11) PRICE ADJUSTMENT “ASPHALT” _______$________________________ (12) PRICE ADJUSTMENT “STEEL GUARD RAIL”_ ___$________________________ (13) AMOUNT DUE THIS INVOICE _______ $________________________ (9+10+11+12) (*) 5 percent of amount earned Note: Submission of Final Application for Payment shall be for Retainage only. Owner/County Action: Powell’s Creek Pedestrian Bridge RP-1 Request for Payment

Page 345: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

CHANGE ORDER APPROVAL

Date No. Contract No.

OWNER’S IFB/PROJECT NO. PROJECT Powell’s Creek Pedestrian Bridge CONTRACTOR

CONTRACT FOR TO:

CONTRACTOR You are directed to make the changes noted below in the subject Contract: ATTEST Purchasing Manager BY DATE , 20 The total amount of this Change Order includes all amounts necessary to pay for and cover any and all Contract’s overhead, administrative fees, profits, labor and equipment charges and any delay claims or other chargers associated with the extension of time for Contract completion granted by the Change Order. Nature of Changes Enclosures: The changes result in the following adjustment of Contract Price and Contract Time:

Powell’s Creek Pedestrian Bridge CO- 1 Change Order

Page 346: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Contract Price Prior to This Change Order $ Net (Increase) (Decrease) Resulting from this Change Order

$

Current Contract Price Including This Change Order

$

Contract Time Prior to This Change Order (Days or Date) Net (Increase) (Decrease) Resulting from this Change Order

(Days) Current Contract Time Including this Change Order

The Above Changes are Approved

ENGINEER

BY

DATE , 20

The Above Changes are Approved

CONTRACTOR

BY

DATE , 20

The Above Changes are Approved

OWNER

BY

DATE , 20

Powell’s Creek Pedestrian Bridge CO- 1 Change Order

Page 347: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

County Resident Engineer: _______________________________________________ Approved By: County of Prince William Signed:________________________________ Date:_____________________

Powell’s Creek Pedestrian Bridge RP-2 Request for Payment

Page 348: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE

CONSTRUCTION CHANGE ORDER DIRECTIVE

DATE: C/O DIR. NO. CONTRACT NO. PROJECT NO (If applicable): CONTRACT TIME: (project final completion date) CONTRACTOR: ADDRESS/CITY/STATE/PHONE: CHANGE ORDER REQUESTED BY: TO:__________________. CONTRACTOR

You are directed to make the changes noted below in this Change Order Directive.

A Construction Change Directive is a written order prepared by the Engineer/County and signed by the County and Engineer, directing a change in the Work prior to agreement or adjustment, if any, in the Contract Sum or Contract Time, or both. This Change Order Directive is prepared in accordance with Virginia Department of Transportation Road and Bridge Specifications dated 2007, as modified by Prince William County Supplemental Specifications, Section 109.05. Nature of Changes: This Change Order Directive is to (fill in complete and detailed description of work)…...

Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the Engineer of the Contractor's

Powell’s Creek Pedestrian Bridge CD-1 of 3 Change Order Directive

Page 349: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

agreement or disagreement with the method, if any, provided in the Construction Change Directive for determining the proposed adjustment in the Contract Sum or Contract Time. If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum/Contract Unit Prices, the method and the adjustment shall be determined by the County on the basis of reasonable expenditures and savings of those performing the Work attributable to the change, including, in case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. In such case, the Contractor shall keep and furnish, in such form as the County may prescribe, an itemized accounting together with appropriate supporting data. Unless otherwise provided in the Contract Documents, costs for the purposes of this Section shall be limited to the following:

.1 costs of labor, including social security, and unemployment insurance, fringe benefits required by agreement or custom, and workers' compensation insurance;

.2 costs of materials, supplies and equipment, including cost of transportation, whether incorporated or consumed;

.3 rental costs of machinery and equipment, exclusive of hand tools, whether rented from the Contractor or others;

.4 costs of premiums for all bonds and insurance, permit fees, and sales, use or similar taxes related to the Work; and

.5 additional costs of supervision and field office personnel directly attributable to the change.

Pending final determination of the total cost of a Construction Change Directive to the County, amounts not in dispute for such changes in the Work shall be included in Applications for Payment accompanied by a Change Order indicating the parties' agreement with part or all of such costs. For any portion of such cost that remains in dispute, the County will make an interim determination for purposes of monthly certification for payment for those costs as acceptable to the County. That determination of cost shall adjust the Contract Sum on the same basis as a Change Order, subject to the right of either party to disagree and assert a claim. The County reserves the right to request the Contractor submit a Cost Proposal to perform the changes in the Work. The Cost Proposal shall include but, not limited to; a complete breakdown in a form showing all units of labor, materials, equipment for project overhead and profit. Such information shall include any/all supporting documentation/invoices for work provided by subcontractors and materials from suppliers. If County and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result, a Work Change Directive shall be ordered by the County and a claim may be made therefor as provided herein.

Powell’s Creek Pedestrian Bridge CD-2 of 3 Change Order Directive

Page 350: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

When the County and Contractor agree with the determination concerning the adjustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments, such agreement shall be effective immediately and shall be recorded by preparation and execution of an appropriate Change Order. ACKNOWLEDGEMENTS The Contractor is directed to proceed with changes: _______________________ ENGINEER BY ____________________ DATE____________, 20 ___ The Above Changes are Authorized: _______________________ COUNTY BY ____________________ DATE____________, 20 ___ The Contractor agrees to commence immediately with changes described in this Change Order Directive. Acknowledgement: _______________________ CONTRACTOR BY __________________ DATE____________, 20 ___

Powell’s Creek Pedestrian Bridge CD-3 of 3 Change Order Directive

Page 351: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY PERFORMANCE BOND

POWELL’S CREEK PEDESTRIAN BRIDGE

KNOW ALL MEN BY THESE PRESENTS: we, the undersigned: Name of Contractor: __________________________________________________________ Address of Contractor: ____________________________________________________________________________, a (Corporation, Partnership or Individual), hereinafter called Principal, and (Name of Surety) _________________________________________________________________________,hereinafter called Surety, are held and firmly bound unto Prince William County Board of Supervisors, 1 County Complex Court, Prince William, Virginia 22192, hereinafter may also be referred to as Owner, in the sum of: ______________________________________________________________________________ (100% of Contract Amount) dollars, ($_________________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. Performance Bond No. ___________________________ THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner, which is incorporated herein by reference and made hereto, dated the _____ day of ________________, 20___, Contract No. ____________________ for the Project entitled ______________________________________________________________________________ ______________________________________________________________________________ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the County of Prince William, with or without notice to the Surety and during one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the County of Prince William from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the County of Prince William all outlay and expense which the County of Prince William may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. IN WITNESS WHEREOF, this instrument is executed in _________ counterparts, each one of which shall be deemed an original, this the _____ day of __________________ 20 ___.

Powell’s Creek Pedestrian Bridge PB-1 of 2 Performance Bond

Page 352: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

IMPORTANT: Surety companies executing bonds must be licensed to do business in the Commonwealth of Virginia. The Surety Corporation providing the bond for this project shall obtain a written release from the Prince William County prior to releasing the bond before the expiration date. Surety must have AM Best Rating of A+ or better. Attach AM Best Rating Guide Card to Bond. Date of bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond.

PRINCIPAL WITNESS TO PRINCIPAL BY:____________________________(L.S.) BY: __________________________________ Principal Signature Witness Signature ____________________________ __________________________________ Typed/Printed Name Typed/Printed Name

SURETY (Power of Attorney) BY: ______________________________ Power of Attorney Signature

(AFFIX SEAL) ___________________________________ Typed/Printed Name SURETY (VIRGINIA RESIDENT AGENT) BY: ____________________________ ______________________________ Signature Agent Company ____________________________ ______________________________ Typed/ Printed Name Address ____________________________ ______________________________ Phone Number City/ State

Powell’s Creek Pedestrian Bridge PB-2 of 2 Performance Bond

Page 353: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY LABOR AND MATERIALS PAYMENT BOND POWELL’S CREEK PEDESTRIAN BRIDGE

BY KNOW ALL MEN THESE PRESENTS: we, the undersigned: Name of Contractor: __________________________________________________________ Address of Contractor: ____________________________________________________________________________, a (Corporation, Partnership or Individual), hereinafter called Principal, and (Name of Surety) _________________________________________________________________________, hereinafter called Surety, are held and firmly bound unto Prince William County Board of Supervisors, 1 County Complex Court, Prince William, Virginia 22192, hereinafter called Owner, in the sum of: ______________________________________________________________________________ (100% of Contract Amount) dollars, ($_________________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. Payment Bond No. ___________________________ THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner, which is incorporated herein by reference and made a part hereto, dated the _____ day of ________________, 20___, Contract No. ____________________ for the Project entitled: ______________________________________________________________________________ ______________________________________________________________________________ NOW, THEREFORE, if the Principal shall promptly make payments to all persons, firms, subcontractors, and corporations furnishing materials for contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal, coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said Work and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. IMPORTANT: Surety companies executing bonds must license to do business in the Commonwealth of Virginia. The Surety Corporation providing the Bond for this project shall obtain a written release from the Prince William County prior to releasing bond before the expiration date. Surety must have AM Best Rating of A+ or better. Attach AM Best Rating Guide Card to Bond. Date of bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond.

Powell’s Creek Pedestrian Bridge LM-1 of 2 Labor & Materials Bond

Page 354: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

IN WITNESS WHEREOF, this instrument is executed in _________ counterparts, each one of which shall be deemed an original, this the _____ day of __________________ 20 ___.

PRINCIPAL WITNESS TO PRINCIPAL BY:____________________________(L.S.) BY: __________________________________ Principal Signature Witness Signature ____________________________ __________________________________ Typed/Printed Name Typed/Printed Name

SURETY (Power of Attorney) BY: ______________________________ Power of Attorney Signature

(AFFIX SEAL) ___________________________________ Typed/Printed Name

Powell’s Creek Pedestrian Bridge LM-2 of 2 Labor & Materials Bond

Page 355: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

PRINCE WILLIAM COUNTY

PRINCE WILLIAM COUNTY AFFIDAVIT, WAIVER OF LIEN, AND RELEASE

OF CONTRACTOR

Project: POWELL’S CREEK PEDESTRIAN BRIDGE Contractor: Contract Dated: Type of Work Performed or Materials Supplied: The undersigned, for and in consideration of the payments made by Prince William County or Assignee (The "County") to the undersigned for labor employed in and/or materials furnished for the construction of the above referenced Project, does hereby acknowledge: 1. The undersigned has received payment in the sum of $______________ for all deliveries

of materials and/or for all work performed relating to the construction of the Project, for work completed through, and/or materials delivered through the ______ day of ___________, 20__.

2. The undersigned does hereby forever release and discharge the County, the Project and

the land upon which the Project is being constructed, from any and all causes of action, suites, debts, liens, damages, claims, and demands whatsoever in law or equity which the undersigned and/or its assigns ever had, now have, or ever will have against the County, the Project, and/or such land, by reason of delivery of materials and/or such performance of work through the date specified in paragraph one hereof, exclusive of any retainage withheld or for any pending disputes. Said retention as of the date hereof total $_____________________.

3. The undersigned does hereby certify that all persons, firms or corporations who have

supplied labor and/or materials to the undersigned or at the order of the undersigned in relation to the construction of the Project have been paid.

4. No security interest has been given or executed by the undersigned for or in connection with any materials, appliances, machinery, fixtures, or furnishings placed upon or installed in the Project.

5. The undersigned does hereby certify that neither final acceptance by the County of the

labor, services and/or materials nor the payment for the work by the County, shall release or discharge the Contractor from its obligations or liabilities, whether arising from the

Powell’s Creek Pedestrian Bridge WL-1 Waiver of Lien

Page 356: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

negligence of Contractor, faulty materials, services, or workmanship or from any warranties or guarantees under the Contract or applicable law.

IN WITNESS WHEREOF, the undersigned has executed this Release on the ________ day of _______________, 20 ___ ____________________________________ Name of Contractor WITNESS OR ATTEST: By:____________________________ By: _______________________________________ Title: ________________________ Subscribed and sworn to before me this _____ day of _____, 20 __. _______________________________ Notary Public My Commission Expires: _______________

Powell’s Creek Pedestrian Bridge WL-2 Waiver of Lien

Page 357: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-63 Rev. 7-06-07

FINAL

COMMONWEALTH OF VIRGINIA Page(s) Of

DEPARTMENT OF TRANSPORTATION (1a) Report No.

DBE AND SWAM PAYMENT COMPLIANCE REPORT (1b) Quarter Ending

(2a) Federally Funded (2b) State Funded (2c) Order No. (2d) Date of Execution (2e) Contractor/Subcontractor (2f) Route No. (2g)Project No. (2h)Contract Id. No. (2i)FHWA No (2j)District

(3) DBE and SWAM Firm Name,

Certification No.

(4) Tax I.D. No.

(5)DBE and

SWAM Category

(6) Allowable Credit of

Contract or Agreement

(7) Allowable Credit

(8) Disallowed Credit

(VDOT Use Only) (9) Type of Work

(Indicate Item Numbers & Work Description)

(7a) This Quarter

(7b) To Date

(8a) This Quarter

(8b) To Date

DBE/MBE

DBE/MBE

DBE/MBE

DBE/MBE

DBE./WBE

DBE/MBE Total Dollar Amount Paid by Quarter and To Date by DBE and SWAM Category

DMBE DWBE

SBE

WBE

MBE All "amounts paid" to certified DBE and SWAM firms are to be reported and submitted by VDOT’s quarterly submittal schedule. See Instructions.

I/WE certify under penalty of law that the information provided herein is accurate, current, and complete to the best of my/our Knowledge.

Signature and Title of Company Official Date Print Name and Phone Number of Individual

Completing Report

Page 358: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-63 Rev. 7-06-07

FINAL

VIRGINIA DEPARTMENT OF TRANSPORTATION INSTRUCTIONS FOR

DBE/SWAM PAYMENT COMPLIANCE REPORT – C63

The Prime Contractor is required to submit a DBE Payment Compliance Report and requested to submit payments made to Small, Women-owned, and Minority-owned (SWAM) Business Enterprises for the designated quarterly reporting period. All amounts paid to certified DBE and SWAM businesses are subject to monitoring and enforcement mechanisms. It is the responsibility of the prime contractor to provide evidence of DBE and SWAM payments in response to monitoring and enforcement compliance reviews. The instructions below correspond to each item on the report. Please follow the instructions. 1a. Report No.

Indicate the number of the report you are sending in sequence. For example: If this is the second report you are submitting, enter Report No. 2.

1b. Quarter Ending

Indicate the reporting period based on the Reporting Schedule listed in these instructions. 2a. Federally Funded Indicate if contract is federally funded. 2b. State Funded Indicate if contract is state funded. 2c. Order No. Enter the “Call Order” number assigned to your project by VDOT 2d. Date of Execution Enter the date the contract was executed by VDOT. 2e. Contractor/Subcontractor Enter your company’s name. 2f. Route No. Enter the highway route number shown in your contract. 2g. Project No.

Enter the project number assigned to your project by VDOT. 2h. Contract Id. No.

Enter the contract identification number assigned to your project by VDOT. 2i. FHWA No. Enter the FHWA number assigned to your project. 2j. District

Enter the District where the project under contract is located. 3. DBE and SWAM Firm Name, Certification No. Enter all DBE/SWAM subcontractors utilized and their certification number.

Page 359: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-63 Rev. 7-06-07

FINAL

4. Tax I.D. No. Indicate the Federal Employer Identification No. 5. DBE and SWAM Category (As certified by the Virginia Department of Minority Business

Enterprise) Designate type of DBE/SWAM business: DBE: DBE/MBE – Disadvantaged Minority-owned Business Enterprise

DBE/WBE – Disadvantaged Woman-owned Business Enterprise

SWAM: SBE – Small Business MBE – Minority-Owned Business Enterprise WBE – Woman-Owned Business Enterprise 6. Allowable Credit of Contract or Agreement

Dollar value of contract or agreement to be performed by the DBE and SWAM during the contract or agreement which is allowable for participation credit.

7a. Allowable Credit This Quarter

Dollar amount that can be credited for work performed in reporting quarter.

7b. Allowable Credit To Date Dollar amount that can be credited for work performed since work commenced.

8a. Disallowed Credit This Quarter

Dollar amount of payment paid to DBE and SWAM that is NOT allowable for participation credit in reporting quarter.

8b. Disallowed Credit To Date

Dollar amount of payment that is NOT allowable for participation credit since work commenced. 9. Type of Work (Indicate Item Numbers) State work item(s) performed and give description. Effective July 1, 2007, All Form C-63s for a particular reporting period shall be submitted in an electronic format to the respective person in responsible charge in each District by the following dates of each calendar year.

REPORTING SCHEDULE

Reporting Period Date Due To Responsible VDOT Residency July 1 – September 30 Five (5) working days after the reporting period

October 1 – December 31 Five (5) working days after the reporting period January 1 – March 31 Five (5) working days after the reporting period

April 1 – June 30 Five (5) working days after the reporting period If the submittal date falls on a weekend/holiday, the forms shall be submitted to the VDOT Responsible Charge District Office on the following business day.

Page 360: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Virginia Department of Transportation Date Printed: 8/24/2016 Project No.: FORM C-21C UPC: Rev 12-21-05

Page

Bid Items Eligible For Steel Price Adjustment

Instructions: This form shall be completed in accordance with the Special Provision. If you choose to have Steel Price Adjustment applied to any of the items listed below, write the word "Yes" in the "OPTION" column beside the item. The form must be signed, dated, and submitted to the Contract Engineer within the timeframe required in the Special Provision.

SECTION: 0001 ALL BID ITEMS

Item Number

Item Description

Option

Date: Signature: (Firm or Corporation)

(Vendor No.)

Page 361: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-63 Rev. 7-06-07

FINAL

COMMONWEALTH OF VIRGINIA Page(s) Of

DEPARTMENT OF TRANSPORTATION (1a) Report No.

DBE AND SWAM PAYMENT COMPLIANCE REPORT (1b) Quarter Ending

(2a) Federally Funded (2b) State Funded (2c) Order No. (2d) Date of Execution (2e) Contractor/Subcontractor (2f) Route No. (2g)Project No. (2h)Contract Id. No. (2i)FHWA No (2j)District

(3) DBE and SWAM Firm Name,

Certification No.

(4) Tax I.D. No.

(5)DBE and

SWAM Category

(6) Allowable Credit of

Contract or Agreement

(7) Allowable Credit

(8) Disallowed Credit

(VDOT Use Only) (9) Type of Work

(Indicate Item Numbers & Work Description)

(7a) This Quarter

(7b) To Date

(8a) This Quarter

(8b) To Date

DBE/MBE

DBE/MBE

DBE/MBE

DBE/MBE

DBE./WBE

DBE/MBE Total Dollar Amount Paid by Quarter and To Date by DBE and SWAM Category

DMBE DWBE

SBE

WBE

MBE All "amounts paid" to certified DBE and SWAM firms are to be reported and submitted by VDOT’s quarterly submittal schedule. See Instructions.

I/WE certify under penalty of law that the information provided herein is accurate, current, and complete to the best of my/our Knowledge.

Signature and Title of Company Official Date Print Name and Phone Number of Individual

Completing Report

Page 362: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-63 Rev. 7-06-07

FINAL

VIRGINIA DEPARTMENT OF TRANSPORTATION INSTRUCTIONS FOR

DBE/SWAM PAYMENT COMPLIANCE REPORT – C63

The Prime Contractor is required to submit a DBE Payment Compliance Report and requested to submit payments made to Small, Women-owned, and Minority-owned (SWAM) Business Enterprises for the designated quarterly reporting period. All amounts paid to certified DBE and SWAM businesses are subject to monitoring and enforcement mechanisms. It is the responsibility of the prime contractor to provide evidence of DBE and SWAM payments in response to monitoring and enforcement compliance reviews. The instructions below correspond to each item on the report. Please follow the instructions. 1a. Report No.

Indicate the number of the report you are sending in sequence. For example: If this is the second report you are submitting, enter Report No. 2.

1b. Quarter Ending

Indicate the reporting period based on the Reporting Schedule listed in these instructions. 2a. Federally Funded Indicate if contract is federally funded. 2b. State Funded Indicate if contract is state funded. 2c. Order No. Enter the “Call Order” number assigned to your project by VDOT 2d. Date of Execution Enter the date the contract was executed by VDOT. 2e. Contractor/Subcontractor Enter your company’s name. 2f. Route No. Enter the highway route number shown in your contract. 2g. Project No.

Enter the project number assigned to your project by VDOT. 2h. Contract Id. No.

Enter the contract identification number assigned to your project by VDOT. 2i. FHWA No. Enter the FHWA number assigned to your project. 2j. District

Enter the District where the project under contract is located. 3. DBE and SWAM Firm Name, Certification No. Enter all DBE/SWAM subcontractors utilized and their certification number.

Page 363: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

Form C-63 Rev. 7-06-07

FINAL

4. Tax I.D. No. Indicate the Federal Employer Identification No. 5. DBE and SWAM Category (As certified by the Virginia Department of Minority Business

Enterprise) Designate type of DBE/SWAM business: DBE: DBE/MBE – Disadvantaged Minority-owned Business Enterprise

DBE/WBE – Disadvantaged Woman-owned Business Enterprise

SWAM: SBE – Small Business MBE – Minority-Owned Business Enterprise WBE – Woman-Owned Business Enterprise 6. Allowable Credit of Contract or Agreement

Dollar value of contract or agreement to be performed by the DBE and SWAM during the contract or agreement which is allowable for participation credit.

7a. Allowable Credit This Quarter

Dollar amount that can be credited for work performed in reporting quarter.

7b. Allowable Credit To Date Dollar amount that can be credited for work performed since work commenced.

8a. Disallowed Credit This Quarter

Dollar amount of payment paid to DBE and SWAM that is NOT allowable for participation credit in reporting quarter.

8b. Disallowed Credit To Date

Dollar amount of payment that is NOT allowable for participation credit since work commenced. 9. Type of Work (Indicate Item Numbers) State work item(s) performed and give description. Effective July 1, 2007, All Form C-63s for a particular reporting period shall be submitted in an electronic format to the respective person in responsible charge in each District by the following dates of each calendar year.

REPORTING SCHEDULE

Reporting Period Date Due To Responsible VDOT Residency July 1 – September 30 Five (5) working days after the reporting period

October 1 – December 31 Five (5) working days after the reporting period January 1 – March 31 Five (5) working days after the reporting period

April 1 – June 30 Five (5) working days after the reporting period If the submittal date falls on a weekend/holiday, the forms shall be submitted to the VDOT Responsible Charge District Office on the following business day.

Page 364: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

EEO and Civil Right Contractor Informational Requirements EEO REQUIREMENTS: FEDERAL-AID WITH TRAINEES CONTRACTOR: PROJECT NO: FHWA NO:

I. The Contractor shall submit the following forms for Prime and Subcontractor

companies directly to: [email protected]

• Letter(s) designating the Company EEO Officer and DBE Liaison Officer • ANNUAL SUBMITTAL (Before preconstruction for first VDOT contract and

annually as long as Contractor has active contract(s) • Minutes of EEO Meeting /SEMI-ANNUAL SUBMITTAL (Prior to submission of

contractor’s first monthly estimate on their first VDOT contract and every six months as long as Contractor has an active contract)

• Form C-64 – SEMI-ANNUAL SUBMITTAL (Contractor’s first VDOT contract – prior to releasing the projects for construction and every six months as long as the Contractor has an active contract)

II. TWO-Bulletin Boards are required containing the following: EEO is the Law poster,

Contractor’s EEO Policy & EEO Officer; Predetermined Wage Rate Sheet, and posters labeled FHWA 1022 & FHWA-1495.

III. INFORMATION & FORMS DUE PRIOR TO 1ST. ESTIMATE. Such information

requested below should be sent to the address given at the preconstruction conference unless instructed otherwise:

• Company Payrolls:*-Submitted weekly and shall include the name, last four digits

of the social security number, Job Classification, race and sex. All approved subcontractors payrolls must be forwarded through the Prime Contractor to the project inspector and must bear certification that the Prime Contractor has reviewed them. * Local Government Payrolls are not submitted to Civil Rights.

• Davis Bacon Worksheets: The Locality Inspector conducts one random

interview per quarter with employees of the prime and or subcontractor(s) working on the project. The purpose of the interview is to make sure that the employees are earning the amount shown on the payroll and are working in the classification shown on the payroll. Classifications not covered under Davis Bacon are excluded from interviews.

• Form C-57 Total Project Employment: Due the first 3 Months of construction

during which work is performed covering the last full pay period of the month (Prime and Subs, and on-site haulers). Form C-57 is to be submitted within 3 weeks after the reporting period. Failure to do so may result in delay of approval of monthly estimate.

Powell’s Creek Pedestrian Bridge Page 1 of 2 EEO/CR

Page 365: PRINCE WILLIAM COUNTY · PRINCE WILLIAM COUNTY POWELL’S CREEK PEDESTRIAN BRIDGE VDOT UPC: 105243 FHWA No. TAP-5A01(726) INVITATION FOR BID NO. IFB7000012 Prince William County post

This form is also due annually (July) covering the last full pay period in July in which the prime and subs actively worked. (Could be the 1st full week in July). Summarizes New Hires for current Month indicating minorities, non-minorities and women by job categories (use additional forms if needed) see page 2 for instructions. *

• Form C-28 Hourly Wage Rates - Due by the date of the second estimate and

then every 90 calendar days for the duration of the project. (Prime submits C-28 compiling data from their workforce as well as subcontractors and on-site haulers).

IV. DBE CREDIT REQUIREMENTS:

• Forms C-111 & C112 - the Contractor may submit a revised C-111, if a DBE is

subcontracted to work and is not on the original C-111. This must be done prior to the DBE beginning work, if credit is sought.

• Form C-112, Evidence of Binding Agreement • The prime contractor will not receive DBE participation credit until the DBE(s) have

received full payment.

• DBE Progress Schedule – Submitted within 45 days after the preconstruction meeting as required by Section 103.06. Include a narrative of applicable DBE activities relative to work activities of prime’s contract schedule, approximate start times and durations of DBE participation to be claimed for credit.

• Form C-63 – Disadvantaged Business Enterprise Activity Report The C-63 report is required for submission to VDOT on a quarterly basis. Please refer to the C-63 for detailed instructions on completion of the form. Form C-63 is also to include payments to SWAMs.

V. SUBCONTRACT AGREEMENTS

Copies of Subcontract Agreements between the Prime, DBE and third party are to be submitted to this office. (All agreements must include required Contract Provisions Federal-Aid Construction Contract and Executive Order 11246, which are incorporated in every federal-aid contract). DBE Subcontract Agreements are to be submitted within fourteen (14) days after contract execution. If this information is not submitted within the specified time frame, the Contractor and any aforementioned affiliates may be enjoined from bidding until the District receives the submissions.

VI. TRAINEES:

• Form C-65 - Trainee Enrollment: Supplied to contractor at time of enrollment • Form C-67 - Weekly Trainee Report: Due every week the Trainee works

* ALSO REQUIRED OF THE SUBCONTRACTOR

Powell’s Creek Pedestrian Bridge Page 2 of 2 EEO/CR