sagres construction | general contracting services for ......prince william county route 28 widening...

298
PRINCE WILLIAM COUNTY ROUTE 28 WIDENING PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502 FHWA No. STP-5A01(509), UPC 105198 INVITATION FOR BID NO. IFB17004054 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: May 9, 2017 (unless changed by formal written addenda) NO LATER THAN 3:00 P.M. LOCAL TIME DELIVER SEALED BID TO: PRINCE WILLIAM COUNTY PURCHASING SUITE 205 McCOART ADMINISTRATION SHANA N. TERRY, SR. CONTRACT SPECIALIST 1 COUNTY COMPLEX COURT PRINCE WILLIAM, VA 22192-9201 Direct written technical questions to Owner Representative: Mark Gunn, PE, Project Manager, Rinker Design Associates, P.C. (703) 368-7373, or email at: [email protected] with a copy to Shana N. Terry at: [email protected] subject line “Rte. 28 Phase 2 Advertisement”. General and Informational Questions Contact: Shana N. Terry, Senior Contract Specialist at 703-792-7233, or email at: [email protected] with subject line “Rte. 28 Phase 2 Advertisement”. Advertisement Date: April 7, 2017

Upload: others

Post on 21-Sep-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

FHWA No. STP-5A01(509), UPC 105198

INVITATION FOR BID NO. IFB17004054

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: May 9, 2017 (unless changed by formal written addenda)

NO LATER THAN 3:00 P.M. LOCAL TIME

DELIVER SEALED BID TO: PRINCE WILLIAM COUNTY PURCHASING SUITE 205

McCOART ADMINISTRATION

SHANA N. TERRY, SR. CONTRACT SPECIALIST

1 COUNTY COMPLEX COURT

PRINCE WILLIAM, VA 22192-9201

Direct written technical questions to Owner Representative: Mark Gunn, PE, Project

Manager, Rinker Design Associates, P.C. (703) 368-7373, or email at:

[email protected] with a copy to Shana N. Terry at: [email protected] subject line

“Rte. 28 Phase 2 Advertisement”.

General and Informational Questions Contact: Shana N. Terry, Senior Contract

Specialist at 703-792-7233, or email at: [email protected] with subject line “Rte. 28

Phase 2 Advertisement”.

Advertisement Date: April 7, 2017

DJ
Highlight
DJ
Highlight
DJ
Arrow
Page 2: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 Table of Contents

TOC-1

PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2

INVITATION TO SUBMIT A BID NO. IFB7004054

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

FHWA No. STP-5A01(509), UPC 105198

TABLE OF CONTENTS

MISCELLANEOUS DOCUMENTS

Cover Page

Table of Contents

BIDDING DOCUMENTS

Invitation I-1

Proposal Form P-1

Summary/Schedule of Unit Prices S-1

Bid Bond BB-1

Insurance Checklist INS CK-1

Escrow Agreement EA-1

Conditions of the Contract

County Supplemental Specifications to SS-1

VDOT Road and Bridge Specifications

County Contract Special Provisions CSP-1

Contract Agreement (Sample) C-1

VDOT Special Provisions, Supplemental Specifications, VSP-1

and Special Provision Copied Notes

Contract Requirements

Bidder Certification of Prequalification BC-1

Classification and Work Capacity

Contractor’s Request for Payment RP-1

Change Order Approval CO-1

Page 3: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 Table of Contents

TOC-2

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

Contractor’s Proposal to Sublet/Source of Supplies CS-1

Appendices

APPENDIX A – Geotechnical Data and Revised Pavement Section Memorandum.

APPENDIX B – Environmental Permits

APPENDIX C – Septic Field Permit and Report and Permit extension.

END OF TABLE OF CONTENTS

Page 4: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 I-1 of 2 Invitation to Submit A Bid

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

INVITATION TO SUBMIT A BID NO. IFB7004054

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

FHWA No. STP-5A01(509), UPC 105198

Unless changed by formal written addenda, sealed bids for Route 28 Widening – Phase 2

construction project will be received until 3:00 P.M., May 9, 2017, 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.

Generally, the Project generally includes construction of the widening of Route 28 to a four-lane

divided facility from Fitzwater Drive to Realigned Vint Hill Road (project length approximately

2.2 miles). This segment of Route 28 is classified as a Rural Minor Arterial with a design speed of

60mph. Major project features include: 1) roadway widening and reconstruction, 2) storm

drainage improvements, 3) replacement of the existing Route 28 Bridge over Kettle Run, 4) major

culvert construction, 5) stormwater management facilities, 6) retaining walls, and 7) traffic signal

reconstruction (Route 28/ Fitzwater Drive).

Work includes, but is not limited to, the installation of erosion control devices, clearing and

grubbing, grading, excavation, installing storm sewers pipes and drainage structures, culvert

installation, stormwater management facilities, curb and gutter, placing aggregate, asphalt paving,

pedestrian facilities (sidewalk/shared use path), installation of traffic signage and pavement

markings, sanitary sewer construction, traffic signal, 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 at:

Rinker Design Associates, P.C.,

9385 Discovery Boulevard, Suite 200,

Manassas, VA 20109

Attention: Mark Gunn, P.E., (703) 368-7373

Checks shall be made payable to Rinker Design Associates, P.C. 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).

Page 5: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 I-2 of 2 Invitation to Submit A Bid

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 Sections 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

Page 6: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 P-1 of 3 Proposal Form

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING TO 4 LANES – PHASE 2

INVITATION TO SUBMIT A BID NO. IFB7004054

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

FHWA No. STP-5A01(509), UPC 105198

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, 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 Estimated Bid amount 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.

Page 7: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 P-2 of 3 Proposal Form

II. ACKNOWLEDGEMENTS AND CERTIFICATIONS: The undersigned Bidder

acknowledges and certifies:

FIRST: To begin Work within fifteen calendar 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 within 27

months of the Notice to Proceed for any and all Work, including Punch-list 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 and understands Liquidated Damages are set in accordance

with VDOT Road Bridge Specifications Section 108.6 (b) Liquidated Damages on this project

for each day beyond 27 months of the Notice to Proceed, in which the work including punch-

list items, all submittals and all other contractual requirements whatsoever under this project

remain incomplete.

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 Title 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.

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.

Page 8: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 P-3 of 3 Proposal Form

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. ___________________________________________

Page 9: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

1 100 513 MOBILIZATION LS 1 $ -

2 101 517 CONSTRUCTION SURVEYING LS 1 $ -

3 110 301 CLEARING & GRUBBING LS 1 $ -

4 120 303 REGULAR EXCAVATION CY 212,373 $ -

5 140 303 BORROW EXCAVATION CY 223,865 $ -

6 270 305, ATTD SELECT MATERIALS, TYPE I, MIN. CBR-30 - CONTINGENT (SEE CONTRACT SP) TON 10,000 $ -

7 25505 514, ATTD FIELD OFFICE TYPE I (SEE CONTRACT SP) MO 27 $ -

8 25565 103 108, ATTD BASELINE PROGRESS SCHEDULE LS 1 $ -

9 25565 103 108, ATTD PROGRESS SCHEDULE UPDATE EA 27 $ -

10 10013 307 CEMENT STABILIZED AGGREGATE MATERIAL NO. 21A TON 22,517 $ -

11 10062 313 ASPH. STAB. OPEN GRADED MATERIAL TON 8,217 $ -

12 10121 308, 309 AGGR. BASE MATERIAL TY. I NO. 21A OR 21B (ENTRANCE CONNECTIONS) TON 2,000 $ -

13 10128 305 AGGREGATE BASE MATL.TY.1 NO. 21B TON 27,852 $ -

14 10610 315 ASPHALT CONCRETE TY. IM-19.0A TON 11,846 $ -

15 10635 315 ASPHALT CONCRETE TY. SM-9.5A TON 2,327 $ -

16 10636 315 ASPHALT CONCRETE TY. SM-9.5D TON 13,661 $ -

17 10642 315 ASPHALT CONCRETE TY. BM-25.0A TON 36,707 $ -

18 24260 302 CRUSHER RUN AGGREGATE NO. 25 OR 26 TON 1,347 $ -

19 525 302, 504 CONCRETE CLASS A3 CONCRETE PLUGS CY 2 $ -

PAVEMENT ITEMS

INCIDENTAL ITEMS

ROUTE 28 PHASE 2 PAGE 1 OF 21 SHEDULE OF UNIT PRICES

Page 10: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

20 529 509 FLOWABLE BACKFILL CY 58 $ -

21 2090 501 NS PIPE (EXIST. PIPE TO BE CLEANED) LF 147 $ -

22 10011 307 PORTLAND CEMENT (FOR CTA @ 6% CEMENT BY VOLUME) TON 1,021 $ -

23 10628 515 FLEXIBLE PAVEMENT PLANING (PER INCH) SY 59,307 $ -

24 11070 501 NS SAW-CUT ASPH. CONC. (FULL DEPTH) LF 17,843 $ -

25 12020 502 STD.CURB CG-2 (CG-12) LF 365 $ -

26 12022 502 RADIAL CURB CG-2 (CG-12) LF 46 $ -

27 12030 502 STD.CURB CG-3 LF 11,207 $ -

28 12030 502 ST'D.CURB CG-3 (CG-12) LF 35 $ -

29 12032 502 RADIAL CURB CG-3 LF 341 $ -

30 12032 502 RADIAL CURB CG-3 (CG-12) LF 64 $ -

31 12600 502 STD.COMB.CURB & GUTTER CG-6 LF 458 $ -

32 12610 502 RAD.COMB.CURB & GUTTER CG-6 LF 163 $ -

33 12610 502 RAD.COMB.CURB & GUTTER CG-6 (CG-12) LF 35 $ -

34 12700 502 STD.COMB.CURB & GUTTER CG-7 LF 3,018 $ -

35 12700 502 STD.COMB.CURB & GUTTER CG-7 (CG-12) LF 23 $ -

36 12710 502 RAD.COMB.CURB & GUTTER CG-7 LF 333 $ -

37 12710 502 RAD.COMB.CURB & GUTTER CG-7 (CG-12) LF 48 $ -

38 12920 502 ENTRANCE GUTTER CG-9B SY 167 $ -

39 12940 502 ENTRANCE GUTTER CG-9D SY 899 $ -

40 13108 504 CG-12 DETECTABLE WARNING SURFACE SY 32 $ -

ROUTE 28 PHASE 2 PAGE 2 OF 21 SHEDULE OF UNIT PRICES

Page 11: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

41 13212 503 R/W MONUMENT RM-2 EA 95 $ -

42 13220 504 HYDR.CEMENT CONC.SIDEWALK 4" SY 815 $ -

43 13220 504 HYDR.CEMENT CONC.SW 4" (CG-12) SY 188 $ -

44 13315 506 GUARDRAIL TERMINAL GR-11 EA 7 $ -

45 13323 506 GUARDRAIL GR-2A LF 3,839 $ -

46 13345 506 ALT. BREAKAWAY CABLE TERM. (GR-9) EA 7 $ -

47 13355 506 GUARDRAIL GR-10 LF 250 $ -

48 13389 506 FIXED OBJECT ATTACH. GR-FOA-4 TY. I EA 1 $ -

49 13391 506 FIXED OBJECT ATTACH. GR-FOA-4 TY. III EA 1 $ -

50 13392 506 FIXED OBJECT ATTACH. GR-FOA-2 TY. I EA 1 $ -

51 13393 506 FIXED OBJECT ATTACH. GR-FOA-2 TY. II EA 1 $ -

52 13421 506 MEDIAN BARRIER MB-3 LF 181 $ -

53 13510 502 DIRECTIONAL ISLAND CURB SI-3 LF 39 $ -

54 13520 506, ATTD RETAINING WALL RW-2 (SEE CONTRACT SP) LS 1 $ -

55 13530 506, ATTD RETAINING WALL RW-3 (SEE CONTRACT SP) LS 1 $ -

56 21020 502 MEDIAN STRIP MS-1 SY 978 $ -

57 21110 502 MEDIAN STRIP MS-1A SY 2,588 $ -

58 21215 502 MEDIAN STRIP MS-2 LF 8,597 $ -

59 22643 507 FENCE FE-CL LF 2,271 $ -

60 22653 507 LINE BRACE UNIT FE-CL EA 7 $ -

61 22663 507 CORNER BRACE UNIT FE-CL EA 28 $ -

ROUTE 28 PHASE 2 PAGE 3 OF 21 SHEDULE OF UNIT PRICES

Page 12: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

62 22677 507 GATE FE-CL L=14' (DOUBLE SWING) EA 3 $ -

63 24400 508 OBSCURING ROADWAY (DRIVEWAY) UNIT 72 $ -

64 24410 508 DEMOLITION OF PAVEMENT SY 26,935 $ -

65 24501 302 NS REMOVE EXIST. PIPE LF 1,872 $ -

66 24602 507 NS REMOVE EXIST. FENCE LF 3,621 $ -

67 25002 504 HANDRAIL HR-1 TYPE I LF 511 $ -

68 NS ATTD NS DRAINFIELD (SEE CONTRACT SP) LS 1 $ -

69 14411 520 PIPE TIE-IN EA 3 $ -

70 24832 520 CONNECT TO EXIST. SAN. SEW. MANHOLE EA 1 $ -

71 40460 520 3"X2" REDUCER EA 2 $ -

72 42044 520 SANITARY SERVICE LATERAL CONNECTION LF 21 $ -

73 42080 520 8" PVC SANITARY SEWER PIPE LF 31 $ -

74 42490 520 3" BEND FORCE MAIN (11.25°) EA 5 $ -

75 42490 520 3" BEND FORCE MAIN (22.5°) EA 6 $ -

76 42490 520 3" BEND FORCE MAIN (45°) EA 1 $ -

77 42490 520 3" BEND FORCE MAIN (90°) EA 2 $ -

78 42500 520 3" BRANCH FORCE MAIN (3"X3" PVC) EA 1 $ -

79 42510 520 3" PLUG OR CAP FORCE MAIN EA 3 $ -

80 42510 520 8" PLUG OR CAP SANITARY EA 1 $ -

81 42764 520 MANHOLE FRAME & COVER EA 2 $ -

PRINCE WILLIAM COUNTY SERVICE AUTHORITY UTILITIES

ROUTE 28 PHASE 2 PAGE 4 OF 21 SHEDULE OF UNIT PRICES

Page 13: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

82 42765 520 ADJUST EXIST. FRAME AND COVER EA 3 $ -

83 42792 520 MODIFIED FLUSHING STATION COMBINED WITH AIR RELEASE VALVE ASSEMBLY EA 1 $ -

84 42840 520 SEWER CLEANOUT (4") EA 1 $ -

85 44301 520 NS SEWER UTILITY (3" PVC VALVE CLUSTER FORCE MAIN) EA 1 $ -

86 44301 520 NS SEWER UTILITY (3" PVC BALL VALVE & BOX FORCE MAIN) EA 5 $ -

87 45552 520 12" STEEL ENCASE. PIPE LF 177 $ -

88 49000 520 NS SANITARY SEWER (3" PVC SCH. 40 FORCE MAIN) LF 482 $ -

89 49000 520 RESTRAINING SANITARY FORCE MAIN LF 382 $ -

90 56205 700 TEST BORE EA 7 $ -

91 211 303 MINOR STR.EXCAV.PIPE CULVERT CY 2,257 $ -

92 505 302 BEDDING MATL.AGGR. NO.25 OR 26 TON 263 $ -

93 596 302 ENDWALL EW-12 EA 8 $ -

94 1150 302 PIPE 15" LF 743 $ -

95 1156 302 STORM SEWER PIPE 15" LF 8,887 $ -

96 1180 302 PIPE 18" LF 90 $ -

97 1180 302 PIPE 18" (METAL) LF 278 $ -

98 1186 302 STORM SEWER PIPE 18" LF 2,314 $ -

99 1240 302 PIPE 24" LF 217 $ -

100 1240 302 PIPE 24" (METAL) LF 48 $ -

101 1246 302 STORM SEWER PIPE 24" LF 1,912 $ -

DRAINAGE ITEMS

ROUTE 28 PHASE 2 PAGE 5 OF 21 SHEDULE OF UNIT PRICES

Page 14: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

102 1246 501 STORM SEWER PIPE (24" GASKETED) LF 62 $ -

103 1300 302 PIPE 30" LF 194 $ -

104 1306 302 STORM SEWER PIPE 30" LF 697 $ -

105 1366 302 STORM SEWER PIPE 36" LF 128 $ -

106 1540 302 PIPE 54" (METAL) LF 150 $ -

107 1600 302 PIPE 60" LF 538 $ -

108 1840 302 PIPE 84" (METAL) LF 79 $ -

109 1846 302 STORM SEWER PIPE 84" LF 373 $ -

110 2112 501 CONC. SAFETY SLAB SL-1 EA 4 $ -

111 6151 302 15" END SECTION ES-1 EA 54 $ -

112 6181 302 18" END SECTION ES-1 EA 10 $ -

113 6241 302 24" END SECTION ES-1 EA 10 $ -

114 6301 302 30" END SECTION ES-1 EA 6 $ -

115 6361 302 36" END SECTION ES-1 EA 1 $ -

116 6485 302 54" END SECTION ES-1 EA 1 $ -

117 6495 501 END WALL EW-1A EA 3 $ -

118 6495 501 60" END WALL EW-2 EA 4 $ -

119 6495 501 84" END WALL EW-2 EA 1 $ -

120 6495 501 84" END WALL EW-2S EA 1 $ -

121 6747 302 DROP INLET DI-2B L=4' EA 2 $ -

122 6748 302 DROP INLET DI-2B L=6' EA 3 $ -

ROUTE 28 PHASE 2 PAGE 6 OF 21 SHEDULE OF UNIT PRICES

Page 15: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

123 6749 302 DROP INLET DI-2B L=8' EA 2 $ -

124 6750 302 DROP INLET DI-2B L=10' EA 1 $ -

125 6758 302 DROP INLET DI-3BB, L=8' EA 2 $ -

126 6767 302 DROP INLET DI-2C L=10' EA 1 $ -

127 6815 302 DROP INLET DI-3A EA 1 $ -

128 6817 302 DROP INLET DI-3B, L=4' EA 6 $ -

129 6818 302 DROP INLET DI-3B, L=6' EA 18 $ -

130 6819 302 DROP INLET DI-3B, L=8' EA 15 $ -

131 6820 302 DROP INLET DI-3B, L=10' EA 14 $ -

132 6821 302 DROP INLET DI-3B, L=12' EA 4 $ -

133 6822 302 DROP INLET DI-3B, L=14' EA 3 $ -

134 6826 302 DROP INLET DI-3BB, L=4' EA 2 $ -

135 6829 302 DROP INLET DI-3BB, L=10' EA 1 $ -

136 6835 302 DROP INLET DI-3C, L=6' EA 2 $ -

137 6836 302 DROP INLET DI-3C, L=8' EA 3 $ -

138 6843 302 DROP INLET DI-3CC, L=6' EA 1 $ -

139 6852 302 DROP INLET DI-3DD EA 2 $ -

140 6854 302 DROP INLET DI-3E, L=6' EA 1 $ -

141 6855 302 DROP INLET DI-3E, L=8' EA 2 $ -

142 6857 302 DROP INLET DI-3E, L=12' EA 1 $ -

143 6864 302 DROP INLET DI-3EE, L=8' EA 1 $ -

ROUTE 28 PHASE 2 PAGE 7 OF 21 SHEDULE OF UNIT PRICES

Page 16: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

144 7004 302 DROP INLET DI-3F, L=6' EA 1 $ -

145 7506 302 DROP INLET DI-5 EA 13 $ -

146 7506 302 DROP INLET DI-5 (TYPE III GRATE) EA 2 $ -

147 7508 302 DROP INLET DI-7 EA 8 $ -

148 7508 302 DROP INLET DI-7 (TYPE III GRATE) EA 1 $ -

149 7508 302 DROP INLET DI-7 (MODIFIED) EA 2 $ -

150 8938 302 DROP INLET DI-12C, L=4' EA 1 $ -

151 8990 501 MONOLITHIC BOX EA 3 $ -

152 8990 302 JUNCTION BOX JB-1 EA 1 $ -

153 9056 302 MANHOLE MH-1 OR 2 LF 76.4 $ -

154 9057 302 FRAME & COVER MH-1 EA 29 $ -

155 9148 414 EROS. CONTR. STONE CL.A1, EC-1 TON 140 $ -

156 9150 414 EROS. CONTR. STONE CL.I, EC-1 TON 554 $ -

157 9152 414 EROS. CONTR. STONE CL.II, EC-1 TON 136 $ -

158 24825 510 NS MODIFY EXIST EA 1 $ -

159 27326 302 SOIL STAB. MAT. EC-3 TYPE B SY 15,281 $ -

160 525 302, 504 CONCRETE CLASS A3 (CONCRETE CRADLE) CY 21 $ -

161 588 501 UNDERDRAIN UD-4 (4" PIPE) LF 1,456 $ -

162 595 501 8" DIP DEWATERING PIPE LF 25 $ -

163 596 302 MODIFIED ENDWALL EW-12 EA 2 $ -

STORMWATER MANAGEMENT POND ITEMS/ BIORETENTION FILTERS

ROUTE 28 PHASE 2 PAGE 8 OF 21 SHEDULE OF UNIT PRICES

Page 17: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

164 2090 302 4" CORRUGATED PE PIPE (PERFORATED AND NON-PERF) LF 42 $ -

165 2110 501 LOW PERMEABILITY LINER SY 4,790 $ -

166 2112 501 AQUATIC BENCH VEGETATION & MARSH POOL EA 98 $ -

167 2112 PLAN, ATTD BIORETENTION FILTER (SEE CONTRACT SP) LS 4 $ -

168 2112 501 NS DRAINAGE CUTOFF TRENCH (USGS-CL MATERIAL, 735 CY) EA 1 $ -

169 10065 308, 309 NO. 1 COARSE AGGR. MATERIAL TON 16 $ -

170 14260 205 CRUSHER RUN AGGREGATE NO. 25 OR 26 (SWM ACCESS) TON 1,010 $ -

171 23043 507 WATER GATE FE-4 TY. III LF 16 $ -

172 26117 414 DRY RIPRAP CL.A1 TON 40 $ -

173 26119 414 DRY RIPRAP CL.1 18" TON 220 $ -

174 27030 501 12" TOPSOIL LAYER (LOW PERM. LINER) CY 1,600 $ -

175 27326 606 EC-3 TYPE B SPILLWAY SY 71 $ -

176 27500 303 GEOTEXTILE FABRIC SY 45 $ -

177 27545 303 STORM WATER MAN. BASIN EXCAV. CY 20,602 $ -

178 27550 302 STORM WATER MAN.DRAIN.STR.SWM-1 LF 63 $ -

179 27552 303 NO. 57 AGGREGATE BEDDING TON 4 $ -

180 39001 302 NS TREE (RED MAPLE) EA 13 $ -

181 39001 302 NS TREE (BLACK GUM) EA 14 $ -

182 39001 302 NS TREE (SHADBUSH) EA 14 $ -

183 39002 302 NS SHRUB (NORTHERN WILD RAISIN) EA 27 $ -

184 39002 302 NS SHRUB (SPICEBUSH) EA 28 $ -

ROUTE 28 PHASE 2 PAGE 9 OF 21 SHEDULE OF UNIT PRICES

Page 18: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

185 39002 302 NS SHRUB (INKBERRY) EA 28 $ -

186 39003 302 HERBACEAOUS COVER (BIRDSFOOT-TREFOIL, 4,100 SF) EA 1 $ -

187 39003 302 HERBACEAOUS COVER (REDTOP, 4,100 SF) EA 1 $ -

188 41008 520 8" SLUICE GATE VALVE EA 2 $ -

189 580 501 MODIFIED UNDERDRAIN UD-1 LF 357 $ -

190 585 501 UNDERDRAIN UD-2 (NON-PERFORATED) LF 230 $ -

191 585 501 UNDERDRAIN UD-2 (PERFORATED) LF 4,115 $ -

192 588 501 UNDERDRAIN UD-4 (NON-PERFORATED) LF 2,015 $ -

193 588 501 UNDERDRAIN UD-4 (PERFORATED) LF 19,766 $ -

194 590 501 COMB. UNDERDRAIN CD-1 LF 127 $ -

195 595 501 OUTLET PIPE LF 681 $ -

196 596 302 ENDWALL EW-12 (2:1) EA 2 $ -

197 596 302 ENDWALL EW-12 (3:1) EA 8 $ -

198 596 302 ENDWALL EW-12 (4:1) EA 13 $ -

199 150 303 OUTLET PROTECTON EA 83 $ -

200 150 303 CULVERT INLET PROTECTION EA 85 $ -

201 9150 303 EROS. CONTR. STONE CL. I, EC-1 (FOR SLOPE DRAIN) TON 52 $ -

202 9185 303 PAVED DITCH PG-2A SY 277 $ -

203 9250 303 SLOPE DRAIN EA 5 $ -

UNDERDRAIN SUMMARY

EROSION & SEDIMENT CONTROL

ROUTE 28 PHASE 2 PAGE 10 OF 21 SHEDULE OF UNIT PRICES

Page 19: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

204 14280 303 COARSE AGGREGATE NO. 3,357, OR 5 (SEDIMENT TRAP) TON 5 $ -

205 23560 303 TEMP.SAFETY FENCE 4' LF 20,000 $ -

206 26117 414 DRY RIPRAP CL.A1 (PG-3) TON 143 $ -

207 26618 414 DRY RIPRAP CL. 1 (SEDIMENT TRAP) TON 7 $ -

208 27284 303 EROSION CONTROL MULCH SY 1,530 $ -

209 27326 303 SOIL STAB.MAT.EC-3 TYPE B SY 5,119 $ -

210 27340 302 TEMP. STORMWATER CONVEYANCE CHANNEL EXCAVATION (TSCC) CY 242 $ -

211 27345 303 TEMPORARY DIVERSION DIKE LF 16,841 $ -

212 27415 303 CHECK DAM, ROCK TY.II EA 232 $ -

213 27422 303 DEWATERING BASIN EA 5 $ -

214 27430 303 SILTATION CONTROL EXCAVATION CY 8,250 $ -

215 27451 303 INLET PROTECTION, TYPE A EA 25 $ -

216 27461 303 INLET PROTECTION, TYPE B EA 118 $ -

217 27505 303 TEMP.SILT FENCE LF 23,713 $ -

218 27505 303 TEMP. SUPER SILT FENCE LF 1,484 $ -

219 27580 303 TEMP. SEDIMENT BASIN EXCAVATION (SEDIMENT BASIN) CY 1,740 $ -

220 27580 303 TEMP. SEDIMENT BASIN EXCAVATION (SEDIMENT TRAP) CY 718 $ -

221 ATTD 303 TMP EARTHWORK (SEE CONTRACT SP) LS 1 $ -

222 588 501 UNDERDRAIN UD-4 (PERFORATED) LF 2,954 $ -

223 588 501 UNDERDRAIN UD-4 (NON-PERFORATED) LF 224 $ -

TRANSPORTATION MANAGEMENT PLAN & SEQUENCE OF CONSTRUCTION

ROUTE 28 PHASE 2 PAGE 11 OF 21 SHEDULE OF UNIT PRICES

Page 20: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

224 13604 512, PLAN IMPACT ATTEN.SER.TY.I (TL-3,> 45 MPH) EA 64 $ -

225 22643 512 FENCE FE-CL LF 809 $ -

226 22676 512 GATE FE-CL L=12' EA 1 $ -

227 23560 512 TEMPORARY SAFETY FENCE 4' LF 20,000 $ -

228 24100 511 ALLAYING DUST HR 3,500 $ -

229 24150 512 TYPE III BARRICADE, 4' EA 14 $ -

230 24152 512 TMP - TYPE III BARRICATE, 8' EA 61 $ -

231 24160 512 CONSTRUCTION SIGNS SF 6,261 $ -

232 24272 512 TRUCK MOUNTED ATTENUATOR HR 1,432 $ -

233 24278 512 GROUP 2 CHANNELIZING DEVICES DAY 192,800 $ -

234 24279 512 PORTABLE CHANGEABLE MESSAGE SIGN HR 30,000 $ -

235 24281 512 ELECTRONIC ARROW HR 2,832 $ -

236 24282 512 FLAGGER SERVICE HR 9,500 $ -

237 24297 512 TRAFFIC BARRIER SERVICE CONC.DOUBLE FACE LF 23,539 $ -

238 24430 508 DEMO. OF PAVEMENT (FLEXIBLE) (REMOVE TEMP. PAVEMENT) SY 7,293 $ -

239 51955 512, ATTD TEMPORARY TRAFFIC CONTROL SIGNAL (NOKESVILLE ROAD @ FITZWATER ROAD PHASE I) (SEE CONTRACT SP) LS 1 $ -

240 51955 512, ATTD TEMPORARY TRAFFIC CONTROL SIGNAL(NOKESVILLE ROAD @ FITZWATER ROAD PHASE II) (SEE CONTRACT SP) LS 1 $ -

241 51955 512, ATTD TEMPORARY TRAFFIC CONTROL SIGNAL (NOKESVILLE ROAD @ FITZWATER ROAD PHASE III) (SEE CONTRACT SP) LS 1 $ -

242 51955 512, ATTD TEMPORARY TRAFFIC CONTROL SIGNAL (NOKESVILLE ROAD @ FITZWATER ROAD PHASE IV) (SEE CONTRACT SP) LS 1 $ -

243 51955 512, ATTD TEMPORARY TRAFFIC CONTROL SIGNAL (NOKESVILLE ROAD @ FITZWATER ROAD PHASE V) (SEE CONTRACT SP) LS 1 $ -

244 54105 512 ERADICATION OF EXIST. PAVE.MARKING (LINEAR) LF 34,350 $ -

ROUTE 28 PHASE 2 PAGE 12 OF 21 SHEDULE OF UNIT PRICES

Page 21: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

245 54106 512 ERADICATION OF EXIST. PAVE.MARKING (NONLINEAR) SF 204 $ -

246 54217 512 SNOW PLOW RAISED PAVEMENT MARKER ASPHALT CONCRETE (ONE-WAY) EA 42 $ -

247 54217 512 SNOW PLOW RAISED PAVEMENT MARKER ASPHALT CONCRETE (TWO-WAY) EA 686 $ -

248 54424 512 CONSTRUCTION PAVEMENT MARKING TYPE D ELONG.ARROW EA 27 $ -

249 54510 512 CONSTRUCTION PAVEMENT MARKING (TY.D, CI.I) 4" LF 91,733 $ -

250 54550 512 CONSTRUCTION PAVEMENT MARKING (TY.F, CI.I) 4" (CONTINGENT) (SEE CONTRACT SP) LF 90,000 $ -

251 54522 512 CONSTRUCTION PAVEMENT MARKING (TY.D, CI.I) 24" LF 1,611 $ -

252 80082 512, ATTD 4 IMPLEMENTATIONS OF TMP/SOC DETOUR (SHEETS 1J2 THRU 1J(2B) - ROUTE 28 CLOSURE LS 1 $ -

253 80082 512, ATTD IMPLEMENTATION OF TMP/SOC DETOUR (SHEETS 1J(2C) THRU 1J(2E) - PHASE III (SEE CONTRACT SP) LS 1 $ -

254 80082 512, ATTD IMPLEMENTATION OF TMP/SOC DETOUR (SHEETS 1J(2F) THRU 1J(2H) - PHASE IV (SEE CONTRACT SP) LS 1 $ -

255 80082 512, ATTD IMPLEMENTATION OF TMP/SOC DETOUR (SHEETS 1J(2J) THRU 1J(2L) - PHASE V (SEE CONTRACT SP) LS 1 $ -

256 516 ATTD D-1 - PARCEL 021 ENTRANCE FEATURE DEMOLITION (SEE CONTRACT SP) LS 1 $ -

257 516 ATTD D-700 - PARCEL 029 STONE SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

258 516 ATTD D-3 - PARCEL 029 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

259 516 ATTD D-4 - PARCEL 032 ENTRANCE FEATURE DEMOLITION (SEE CONTRACT SP) LS 1 $ -

260 516 ATTD D-701 - PARCEL 133 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

261 516 ATTD D-6 - PARCEL 038 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

262 516 ATTD D-7 - PARCEL 034 DRAINFIELD DEMOLITION (SEE CONTRACT SP) LS 1 $ -

263 516 ATTD D-8 - PARCEL 049 DRAINFIELD DEMOLITION (SEE CONTRACT SP) LS 1 $ -

264 516 ATTD D-9 - PARCEL 047 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

DEMOLITION SUMMARY

ROUTE 28 PHASE 2 PAGE 13 OF 21 SHEDULE OF UNIT PRICES

Page 22: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

265 516 ATTD D-10 - PARCEL 047 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

266 516 ATTD D-11 - PARCEL 047 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

267 516 ATTD D-12 - PARCEL 047 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

268 516 ATTD D-13 - PARCEL 047 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

269 516 ATTD D-14 - PARCEL 047 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

270 516 ATTD D-702 - PARCEL 055 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

271 516 ATTD D-703 - PARCEL 060 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

272 516 ATTD D-709 - PARCEL 019 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

273 516 ATTD D-710 - PARCEL 019 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

274 516 ATTD D-50 - PARCEL 036 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

275 516 ATTD D-51 - PARCEL 036 LIGHT DEMOLITION (SEE CONTRACT SP) LS 1 $ -

276 516 ATTD D-52 - PARCEL 036 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

277 516 ATTD D-53 - PARCEL 036 METAL GATE DEMOLITION (SEE CONTRACT SP) LS 1 $ -

278 516 ATTD D-54 - PARCEL 036 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

279 516 ATTD D-55 - PARCEL 036 LIGHT DEMOLITION (SEE CONTRACT SP) LS 1 $ -

280 516 ATTD D-56 - PARCEL 036 BRICK COLUMN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

281 516 512, ATTD D-60 - PARCEL 034 WELL DEMOLITION (SEE CONTRACT SP) LS 1 $ -

282 516 ATTD D-711 - PARCEL 039 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

283 516 ATTD D-712 - PARCEL 018 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

284 516 ATTD D-64 - PARCEL 035 DRAINFIELD DEMOLITION (SEE CONTRACT SP) LS 1 $ -

285 516 ATTD D-713 - PARCEL 015 SIGN DEMOLITION (SEE CONTRACT SP) LS 1 $ -

ROUTE 28 PHASE 2 PAGE 14 OF 21 SHEDULE OF UNIT PRICES

Page 23: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

286 516 ATTD D-65 - PARCEL 045 WOOD SHED DEMOLITION (SEE CONTRACT SP) LS 1 $ -

287 1000 306 LIME TON 89 $ -

288 27012 602 TOPSOIL 2" CLASS A ACRE 34 $ -

289 27102 603 REGULAR SEEDING LBS 6,480 $ -

290 27103 603 OVERSEEDING LBS 4,050 $ -

291 27104 603 LEGUME SEED LBS 327 $ -

292 27105 603 LEGUME OVERSEEDING LBS 4,050 $ -

293 27215 603 FERTILIZER 15-30-15 TON 10 $ -

294 50108 701 SIGN PANEL SF 118 $ -

295 51030 700 CONTROLLER EA 1 $ -

296 51137 700 INSTALL CONTROLLER EA 1 $ -

297 51160 700 ELECTRIC SERVICE GROUNDING ELECTRODE (10') EA 3 $ -

298 51170 700 ELECTRICAL SERVICE SE-5 EA 1 $ -

299 51184 700 TRAF. SIG. HEAD SEC 12" LED EA 42 $ -

300 51198 700 PEDESTRIAN ACTUATION PA-2 EA 2 $ -

301 51212 700 PEDESTAL POLE PF-2, 12' EA 2 $ -

302 51238 700 CONC. FOUND. SIGNAL POLE PF-8 CY 36 $ -

303 51240 700 CONCRETE FOUNDATION PF-2 EA 3 $ -

304 51247 700 CONCRETE FOUNDATION CF-3 EA 1 $ -

ROADSIDE DEVELOPMENT

TRAFFIC SIGNALIZATION

ROUTE 28 PHASE 2 PAGE 15 OF 21 SHEDULE OF UNIT PRICES

Page 24: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

305 51425 700 NS SIGNAL POLE (PF-2, 5') EA 1 $ -

306 51425 700 NS SIG. POLE (ST'D. MP-3 POLE) EA 4 $ -

307 51426 700 NS MAST ARM (60' ARM FOR ST'D. MP-3) EA 3 $ -

308 51426 700 NS MAST ARM (75' ARM FOR ST'D. MP-3) EA 1 $ -

309 51540 700 LOOP DETECTOR AMPLIFIER EA 7 $ -

310 51541 700 NS DETECTOR TEMPORARY VIDEO DETECTION EA 1 $ -

311 51600 700 14/2 CONDUCTOR CABLE LF 192 $ -

312 51607 700 14/7 CONDUCTOR CABLE LF 2,795 $ -

313 51615 700 14/1 ENCLOSED COND. CABLE LF 3,362 $ -

314 51700 700 14/2 CONDUCTOR CABLE SHIELDED LF 3,073 $ -

315 51830 700 HANGER ASSEMBLY SM-3, ONE WAY (CLUSTER) EA 5 $ -

316 51830 700 HANGER ASSEMBLY SM-3, ONE WAY (IN LINE) EA 37 $ -

317 51838 700 HANGER ASSEMBLY SMB-3, ONE WAY EA 2 $ -

318 51840 700 NS HANGER ASSEMBLY SMD-2 EA 23 $ -

319 51910 700 SAW CUT LF 1,174 $ -

320 51951 700 INSTALL SIGN EA 11 $ -

321 51963 700 NS REMOVE EXISTING SIGNAL EQUIPMENT (NOKESVILLE ROAD & FITZWATER ROAD) EA 1 $ -

322 52001 ATTD EMERGENCY PRE-EMPTION DETECTOR CABLE & CONDUCTOR (SEE CONTRACT SP) LF 567 $ -

323 52002 700 NS TRAFFIC SIGNALIZATION PIT EA 25 $ -

324 52002 700 NS TRAFFIC SIGNALIZATION UNINTERRUPTABLE POWER SUPPLY EA 1 $ -

325 52002 700 NS TRAFFIC SIGNALIZATION - UPS BATTERY EA 8 $ -

ROUTE 28 PHASE 2 PAGE 16 OF 21 SHEDULE OF UNIT PRICES

Page 25: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

326 52002 700 NS TRAFFIC SIGNALIZATION - UPS CABINET TYPE B EA 1 $ -

327 52002 ATTD EMERGENCY PRE-EMPTION (FOUR WAY) (SEE CONTRACT SP) EA 4 $ -

328 52002 ATTD AUXILIARY PRE-EMPTION OPTICAL DETECTOR (SEE CONTRACT SP) EA 4 $ -

329 52404 700 PEDSTRIAN SIGNAL HEAD SP-9 EA 2 $ -

330 55060 700 6 CONDUCTOR CABLE LF 12 $ -

331 55586 700 JUNCTION BOX JB-S1 EA 2 $ -

332 55587 700 JUNCTION BOX JB-S2 EA 18 $ -

333 55588 700 JUNCTION BOX JB-S3 EA 1 $ -

334 56020 700 1" CONDUIT LF 6 $ -

335 56022 700 1" METAL CONDUIT LF 137 $ -

336 56026 700 1 1/4" METAL CONDUIT LF 6 $ -

337 56030 700 2" CONDUIT LF 276 $ -

338 56034 700 3" CONDUIT LF 523 $ -

339 56038 700 4" CONDUIT LF 39 $ -

340 56050 700 BORED 2" CONDUIT LF 361 $ -

341 56051 700 BORED 3" CONDUIT LF 172 $ -

342 56052 700 BORED 4"CONDUIT LF 312 $ -

343 56200 700 TRENCH EXCAVATION ECI-1 LF 979 $ -

344 56205 700 TEST BORE EA 4 $ -

345 24150 704 TYPE III BARRICADE 4' EA 1 $ -

SIGNAGE AND PAVEMENT MARKING

ROUTE 28 PHASE 2 PAGE 17 OF 21 SHEDULE OF UNIT PRICES

Page 26: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

346 24152 704 TYPE III BARRICADE 8' EA 4 $ -

347 50108 704 SIGN PANEL SF 770 $ -

348 50430 704 STD. SIGN POST STP-1, 2" LF 630 $ -

349 50432 704 STD. SIGN POST STP-1,2 3/16" (INNER POST) LF 234 $ -

350 50434 704 STD. SIGN POST STP-1,2 1/2" (SINGLE POST) LF 28 $ -

351 50434 704 STD. SIGN POST STP-1,2 1/2" (OUTER POST) LF 546 $ -

352 50490 704 CONCRETE FOUNDATION STP-1 TY. A EA 45 $ -

353 50490 704 CONCRETE FOUNDATION STP-1 TY. B EA 41 $ -

354 50863 704 REM. - DISPOSE SIGN(S) SIGN POST AND FOUNDATION EA 42 $ -

355 51951 704 INSTALL SIGN EA 80 $ -

356 54032 704 TYPE B, CLASS I, PAVE. LINE MARKING, 4" (WHITE) LF 39,623 $ -

357 54032 704 TYPE B, CLASS I, PAVE. LINE MARKING, 4" (WHITE WITH BLACK CONTRAST) LF 339 $ -

358 54032 704 TYPE B, CLASS I, PAVE. LINE MARKING, 4" (YELLOW) LF 30,142 $ -

359 54032 704 TYPE B, CLASS I, PAVE. LINE MARKING, 4" (YELLOW WITH BLACK CONTRAST) LF 269 $ -

360 54034 704 TYPE B, CLASS I, PAVE. LINE MARKING, 6" (WHITE) LF 419 $ -

361 54037 704 TYPE B, CLASS I, PAVE. LINE MARKING, 8" (WHITE) LF 1,422 $ -

362 54042 704 TYPE B, CLASS I, PAVE. LINE MARKING, 24" (WHITE) LF 436 $ -

363 54042 704 TYPE B, CLASS I, PAVE. LINE MARKING, 24" (YELLOW) LF 214 $ -

364 54217 704 SNOWPLOWABLE RAISED PAVE.MARK. ASPHALT CONC. (ONE WAY) EA 549 $ -

365 54217 704 SNOWPLOWABLE RAISED PAVE.MARK. ASPHALT CONC. (TWO WAY) EA 112 $ -

366 54300 704 PAVEMENT MESSAGE MARK. ELONGATED ARROW SINGLE EA 54 $ -

ROUTE 28 PHASE 2 PAGE 18 OF 21 SHEDULE OF UNIT PRICES

Page 27: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

367 54400 704 PAVEMENT MESSAGE MARKING "ONLY" EA 6 $ -

368 55586 700 STD. JB-S1 EA 15 $ -

369 56030 700 2" CONDUIT LF 710 $ -

370 56050 700 2" BORED CONDUIT LF 85 $ -

371 56200 700 TRENCH EXCAVATION EC-1 TYPE 1 LF 625 $ -

372 100 513 MOBILIZATION LS 1 $ -

373 101 517 CONSTRUCTION SURVEYING LS 1 $ -

374 14502 406 REINFORCING STEEL (SUBSTRUCTURE) LBS 115,740 $ -

375 23600 ATTD NS ORNATE WIRE FENCE 8' (SEE CONTRACT SP) LF 85 $ -

376 24503 413 DISMANTLE, REMOVE, AND DISPOSE EXISTING STRUCTURE 0761033 LS 1 $ -

377 60120 401 STRUCTURE EXCAVATION (SUBSTRUCTURE) CY 3,489 $ -

378 60403 404 CONCRETE CLASS A 3 (SUBSTRUCTURE) CY 1,480 $ -

379 60404 404 CONCRETE CLASS A4 (SUPERSTRUCTURE) CY 346 $ -

380 60450 316 CONCRETE CLASS A4 BRIDGE APPR. SLAB (INCLUDING SLEEPER PADS) CY 202 $ -

381 60452 316 REINFORCING STEEL BRIDGE APPR. SLAB (INCLUDING SLEEPER PAD REINFORCING) LBS 32,280 $ -

382 61234 405 PREST. CONC. BEAM, BULB-T 53" DEPTH +80'-90' (INCLUDING BUT NOT LIMITED TO ALL BEARINGS, ANCHOR BOLTS, AND SOLE PLATES) EA 12 $ -

383 61711 406 CORROSION RESISTANT REINFORCING STEEL CLASS 1 LBS 87,690 $ -

384 61712 406 CORROSION RESISTANT REINFORCING STEEL CLASS 2 LBS 63,264 $ -

385 62041 410 RAILING, BR27C 1 RAIL (INCLUDES TERMINALS WALLS) LF 89 $ -

BRIDGE

LIGHTING

ROUTE 28 PHASE 2 PAGE 19 OF 21 SHEDULE OF UNIT PRICES

Page 28: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

386 62044 410 RAILING, BR27C 4 RAILS (INCLUDES TERMINAL WALLS) LF 89 $ -

387 62503 420 PREF. ELASTOMERIC JT. SEALER 3" LF 160 $ -

388 62534 ATTD ELASTIC INCLUSION (SEE CONTRACT SP) SY 110 $ -

389 64032 245 GEOCOMPOSITE WALLDRAIN SY 860 $ -

390 66120 401 COFFERDAM EA 2 $ -

391 66239 414 DRY RIPRAP CL. 2 38" TON 2,215 $ -

392 68090 404 BRIDGE DECK GROOVING SY 1,159 $ -

393 68115 407 STRUCT. STEEL LBS 9,417 $ -

394 69005 305 SELECT MATERIALS, TYPE I, MIN. CBR-30 TON 13,921 $ -

395 69010 401 PIPE UNDERDRAIN 6" LF 191 $ -

396 860 311, ATTD LIQUID ASPHALT ADJUSTMENT - ALLOWANCE (SEE CONTRACT SP) LS 1 $100,000.00 $ 100,000.00

397 27102 603, ATTD TEMPORARY SEEDING (CONTINGENT) (SEE CONTRACT SP) LBS 3,000 $ -

398 56205 700, ATTD TEST PIT (CONTINGENT) (SEE CONTRACT SP) EA 20 $ -

399 51966 ATTD EXISTING WELL TO BE TESTED (SEE CONTRACT SP) EA 18 $ -

PROJECT TOTAL

MISC. ITEMS AND CONTRACT SPECIAL PROVISIONS

ROUTE 28 PHASE 2 PAGE 20 OF 21 SHEDULE OF UNIT PRICES

Page 29: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NOKESVILLE ROAD RTE. 28  WIDENING (PHASE 2)VDOT:  Project No. 0028‐076‐982 C502 , UPC 105198  

IFB No. IFB7004054

ITEM VDOT ITEM CODE SPEC DESCRIPTION UNIT ESTIMATED

QUANTITY UNIT PRICE EXTENDED PRICE

__________________________________________Company Name                                              

__________________________________________            ______________________Authorized Signature                                                                             Date

_________________________________________              ______________________Printed/Typed Name                                                                            Title

ROUTE 28 PHASE 2 PAGE 21 OF 21 SHEDULE OF UNIT PRICES

Page 30: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 BB-1 of 1 Bid Bond

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

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)

Page 31: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

Route 28 Phase 2 INSURANCE CHECKLIST INS CK- 1

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

Page 32: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Antietam Road Sidewalk EA-1 of 4 Escrow Agreement

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING PHASE 2

VDOT (NFO) SRTS-076-155, UPC 105285, FHWA No. SRTS-5A01(728)

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.

Page 33: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Antietam Road Sidewalk EA-2 of 4 Escrow Agreement

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

Page 34: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Antietam Road Sidewalk EA-3 of 4 Escrow Agreement

profit of not less than $25,000,000, provided the obligation of the Bank to repurchase is

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

Page 35: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Antietam Road Sidewalk EA-4 of 4 Escrow Agreement

the parties.

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

Page 36: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 1 of 34

PRINCE WILLIAM COUNTY SUPPLEMENTAL SPECIFICATIONS TO

VIRGINIA DEPARTMENT OF TRANSPORTATION ROAD AND BRIDGE SPECIFICATIONS DATED 2016

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 106.04 Disposal Areas

Page 37: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 2 of 34

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)

Page 38: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 3 of 34

COUNTY SUPPLEMENTAL SPECIFICATIONS TO

VIRGINIA DEPARTMENT OF TRANSPORTATION ROAD AND BRIDGE SPECIFICATIONS

DATED 2016 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.

Page 39: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 4 of 34

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 Specifications”, current Edition, the County’s Supplemental Specifications and Special

Page 40: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 5 of 34

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. 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. 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:

Page 41: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 6 of 34

“If 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 sseventh paragraph from item (a) in its entirety. Delete from item (d) referencing submission of electronic bids after the third sentence in its entirety. 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:

Page 42: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 7 of 34

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

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

Page 43: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 8 of 34

Summary/Schedule of Unit Bid Prices, as may be amended PWC. 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. Section 102.12 – Public Opening of Bids Delete Section 102.12 in its entirety and replace with the following:

Page 44: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 9 of 34

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 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.

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:

Page 45: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 10 of 34

“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 calendar (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 calendar (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”. 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.

Page 46: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 11 of 34

(a) Contract: The written instrument which binds the County and Contractor and is evidence of the 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 shall 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 save 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, defend at its own expense and hold harmless Prince William County, Virginia, its officers, agents, employees, and volunteers, from any and all claims for property damage, 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. The Contractor shall 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:

Page 47: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 12 of 34

(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 (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

Page 48: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 13 of 34

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) calendar 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: “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.

Page 49: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 14 of 34

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.

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

Page 50: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 15 of 34

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; 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.

Page 51: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 16 of 34

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 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

Page 52: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 17 of 34

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 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:

Page 53: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 18 of 34

(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; 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.

Page 54: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 19 of 34

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”. Section 105.10 – Plans and Working Drawings Delete second paragraph in item (C) “Working Drawings” in its entirety and replace with following: “Reviewed Working Drawings will be returned to the Contractor within 45 calendar 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 calendar 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,

Page 55: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 20 of 34

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, 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.

Page 56: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 21 of 34

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: 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)

Page 57: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 22 of 34

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: “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.

Page 58: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 23 of 34

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, defend at its own expense, and save harmless the Prince William County Board of County Supervisors, and its officers, agents, and employees, as well as the city, town, county, or other municipality 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 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.

Page 59: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 24 of 34

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 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.

Page 60: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 25 of 34

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 Section 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) calendar 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.”

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:

Page 61: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 26 of 34

“The County will deduct an amount equivalent to 5 percent of the monthly progress estimate and shall 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 shall 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: The Contractor shall 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 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.

Page 62: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 27 of 34

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. 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:

Page 63: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 28 of 34

1. repair such defective land or areas, or 2. 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 3. 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”. 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:

Page 64: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 29 of 34

(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. 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; or 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;

Page 65: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 30 of 34

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. 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

Page 66: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 31 of 34

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:

(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

Page 67: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 32 of 34

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 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”:

Page 68: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 33 of 34

“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 whatever 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: (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 calendar 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

Page 69: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 2016 VDOT Spec PWC Supplemental Specifications Page SS 34 of 34

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”.

End of Supplementary Specifications

Page 70: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 Page CSP-1 of 38 Contract Special Provisions

CONTRACT SPECIAL PROVISIONS

for

PRINCE WILLIAM COUNTY ROUTE 28 WIDENING TO 4 LANES – PHASE 2

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502 FHWA No. STP-5A01(509), UPC 105198

Item CONTRACT SPECIAL PROVISIONS

CSP-1  CONTINGENT ITEMS IN SCHEDULE OF UNIT PRICES. 

CSP-2  UNDERDRAIN. 

CSP-3  CROSS SECTIONS. 

CSP-4  RIPRAP BEDDING. 

CSP-5  INCLEMENT WEATHER. 

CSP-6  CONSTRUCTION SAFETY AND HEALTH STANDARDS. 

CSP-7  SHOP AND WORK DRAWINGS. 

CSP-8  AS-BUILT DRAWINGS AND SPECIFICATIONS. 

CSP-9  UNDERCUT—CONTINGENT. 

CSP-10  MAJOR/MINOR ITEMS. 

CSP-11  ENVIRONMENTAL PERMIT PRECONSTRUCTION MEETING. 

CSP-12  FLOWABLE BACKFILL—CONTINGENT. 

CSP-13  PROJECT MOWING—CONTINGENT. 

CSP-14  MULTIPLE HANDLING OF MATERIAL. 

CSP-15  CBR-30 REPLACEMENT MATERIAL—CONTINGENT. 

CSP-16  TMP EARTHWORK. 

CSP-17  AGGREGATE BEDDING MATERIAL #57—CONTINGENT. 

CSP-18  PIPE BEDDING MATERIAL. 

CSP-19  EROSION AND SEDIMENTATION CONTROL. 

CSP-20  SILTATION CONTROL EXCAVATION. 

CSP-21  EROSION CONTROL MULCH—CONTINGENT. 

CSP-22  SPREAD FOUR-INCH TOPSOIL CLASS A OR B 

Page 71: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 Page CSP-2 of 38 Contract Special Provisions

CSP-23  STORMWATER MANAGEMENT BASIN EXCAVATION. 

CSP-24  LIQUID ASPHALT ADJUSTMENT—ALLOWANCE. 

CSP-25  FUEL ADJUSTMENTS. 

CSP-26  STEEL ADJUSTMENTS. 

CSP-27  REMOVAL OF EXISTING ENTRANCES. 

CSP-28  RIGHT OF WAY COMMITMENTS. 

CSP-29  STAMPED PATTERN ON CONCRETE MEDIANS. 

CSP-30  PRE-EMPTION EQUIPMENT & INSTALLATION. 

CSP-31  DETOURS NOT IN PLAN. 

CSP-32  SHEETING & SHORING – NOT A PAY ITEM 

CSP-33  RETAINING WALLS 

CSP-34  ARCHITECTURAL FINISH, CONCRETE FORM LINERS AND COLOR STAIN COATING FOR RETAINING WALLS AND BRIDGE/STRUCTURES. 

CSP-35  ARCHITECTURAL FINISH, CONCRETE FORM LINERS AND COLOR STAIN COATING. 

CSP-36  WELL TESTING 

CSP-37  NS TEMPORARY SAFETY FENCE 4’ 

CSP-38  FIELD OFFICE 

CSP-39  KETTLE RUN BRIDGE - ORNAMENTAL WIRE FENCE 

CSP-40  CONSTRUCTION SIGNS 

CSP-41  TEMPORARY SEEDING 

CSP-42  CONNECTION TO EXISTING DRAINAGE STRUCTURES 

CSP-43  DEMOLITION OF EXISTING DRAINFIELDS 

CSP-44  CONSTRUCTION OF DRAINFIELD PARCEL 049 

CSP-45  TREATMENT OF SUBGRADE MATERIAL 

CSP-46  ROCK EXCAVATION 

CSP-47  BIO FILTRATION FACILITIES 

CSP-48  GABION BASKETS WITH #1 COARSE AGGREGATE 

CSP-49  STORMWATER MANAGEMENT DRAINAGE STRUCTURE SWM 

CSP-50  SIGNAL TIMINGS 

CSP-51  IN PLAN DETOURS 

CSP-52  TEST PIT 

Page 72: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 Page CSP-3 of 38 Contract Special Provisions

CSP-53  NS REMOVE EXIST. SIGNAL EQUIPMENT 

CSP-54  UNINTERRUPTIBLE POWER SUPPLY AND BATTERY BACK-UP 

CSP-55  MAINTENANCE OF ENTRANCES DURING CONSTRUCTION 

CSP-56  PARCEL 018 ENTRANCE CONSTRUCTION PRIOR TO 10/17/2017 

CSP-57  NOT USED 

CSP-58  SEQUENCE OF CONSTRUCTION AND TIMING OF UTILITY RELOCATION 

CSP-59  PROJECT CLEARING RESTRICTION AND CONTRACT TIME EXTENSION 

CSP-60  ABANDONMENT OF EXISTING WELL 

CSP-61  DEMOLITION OF SIGNS, SHEDS, AND MISC ITEMS 

Page 73: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

4

Route 28 Phase 2

CONTRACT SPECIAL PROVISIONS

For

RTE. 28 WIDEN TO 4 LANES (PHASE 2)

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, post-construction inspection, 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 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-4 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-5 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 twenty-five (25) 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-6 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.

Page 74: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

5

Route 28 Phase 2

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-7 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-8 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, compatible with the latest version of Adobe Acrobat DC) 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 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.

Page 75: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

6

Route 28 Phase 2

CSP-9 UNDERCUT—CONTINGENT.

Undercut excavation as identified by the geotechnical investigation and shown on the plans and cross sections, is included in the Regular Excavation pay item. All unidentified undercut encountered during construction shall be paid as additional regular excavation for the first foot and as “Undercut Excavation—Contingent” item for the remainder. The Unit Price Bid for the contingent Undercut Excavation Pay Item shall not be more than twice the Unit Price Bid for Regular Excavation. The “Undercut Excavation—Contingent” quantity is not reflected in any earthwork volume considerations. Areas to be undercut shall be backfilled as directed by the Engineer, with the backfill material to be paid separately at the contract bid unit price for the backfill material selected by the Engineer. In areas requiring undercut, Contractor shall place a woven geotextile fabric over the entirety of the undercut area prior to backfilling. Furnishing and placing woven geotextile fabric shall be considered incidental to the “Undercut Excavation – Contingent” item, and will not be paid separately.

CSP-10 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-11 ENVIRONMENTAL PERMIT PRECONSTRUCTION MEETING.

The Contractor shall, within 14 calendar days after receipt of notice to proceed by the County, hold a preconstruction meeting on-site to review the environmental permit for the project. The contractor shall coordinate scheduling this meeting with the County, the Engineer and all other interested parties. Any cost incurred for coordination of this meeting shall be included in the price of mobilization.

CSP-12 FLOWABLE BACKFILL—CONTINGENT.

This work shall consist of furnishing and placing flowable backfill for use as backfill material for plugging designated abandoned pipes and culverts. Flowable Backfill shall be installed as directed by the Engineer on a contingent basis and paid for in cubic yards complete-in-place and the price bid shall include furnishing and placing of backfill material, furnishing and installing plugs, and any incidentals required to complete the work.

CSP-13 PROJECT 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 of the specifications.

A pay item is set up for the mowing. All associated costs for the mowing shall be considered part of this pay item. The measurement is in units of each which will include all activities and costs necessary for each complete mowing.

CSP-14 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-15 CBR-30 REPLACEMENT MATERIAL—CONTINGENT.

A contingent item for CBR-30 Replacement Material is included in the Schedule of Unit Prices. At the direction of the Engineer, Contractor shall place CBR-30 replacement material completely wrapped in woven geotextile stabilization fabric. The cost of furnishing and installing geotextile stabilization fabric shall be included in the Contract Unit Price for CBR-30 material.

CSP-16 TMP EARTHWORK.

Additional grading required for TMP/SOC shall be paid as lump sum.

Page 76: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

7

Route 28 Phase 2

CSP-17 AGGREGATE BEDDING MATERIAL #57—CONTINGENT.

This work shall consist of furnishing and placing Aggregate Bedding Material #57 for use as pipe bedding material where standing or running water is present in the pipe foundation excavation. Aggregate Bedding Material #57 shall be installed as directed by the Engineer and paid for in tons, complete-in-place. The price bid shall include furnishing, handling, stockpiling, and placing of aggregate bedding material, and any incidentals required to complete the work.

CSP-18 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 pipe. 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-19 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.

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.

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 shall 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-20 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.

Page 77: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

8

Route 28 Phase 2

CSP-21 EROSION CONTROL MULCH—CONTINGENT.

Erosion control mulch shall be installed 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-22 SPREAD FOUR-INCH TOPSOIL CLASS A OR B

Topsoil Class A or B shall be spread to a depth of 4” 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. 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-23 STORMWATER MANAGEMENT BASIN EXCAVATION.

The following items shall be considered incidental to Stormwater Management Basin Excavation:

1. Cutoff Trench

2. Clay Liner (Impervious Pond Liner)

3. 12” Topsoil Layer (Impervious Liner)

No separate payment shall be made for these items. All work associated with the installation of the Clay Liner and Cutoff Trench, including but not limited to excavation, rock excavation, import of material, and placement of material in accordance with plan requirements shall be included in the Contractor’s cost for Stormwater Management Excavation.

These items have not been quantified by the Engineer and are not reflected in the Grading Summary.

CSP-24 LIQUID ASPHALT ADJUSTMENT—ALLOWANCE.

In conjunction with VDOT Special Provision S109G03 “Asphalt Material Price Adjustment”, an estimated amount of $100,000 is included in this contract to be used as an allowance item for payment of asphalt adjustment when necessary. This amount of $100,000 dollars is included in the schedule of unit prices and shall be added in the final bid amount submitted by all bidders to be part of the final bid amount. This amount shall not to be interpreted as either a minimum or maximum allowable amount. The actual amount of asphalt price adjustment shall be calculated based on VDOT S109G03 special provision and billed against this item during monthly progress billing when required.

CSP-25 FUEL ADJUSTMENTS.

There shall be no fuel adjustments on this project.

CSP-26 STEEL ADJUSTMENTS.

There shall be no steel adjustments on this project.

CSP-27 REMOVAL OF EXISTING ENTRANCES.

Description. In areas where entrances are to be relocated or existing entrances removed, Contractor shall obscure the existing entrance at no additional charge.

Procedures. All construction procedures shall be performed in accordance with Section 508 of the 2007 VDOT Road and Bridge Specifications.

Measurement and Payment. No payment shall be made for the removal and obscuring of existing entrances.

Page 78: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

9

Route 28 Phase 2

CSP-28 RIGHT OF WAY COMMITMENTS.

The Contractor shall comply will the following parcel-specific requirements during the execution of the work:

Parcel 062 – The Contractor shall extend the paving of the existing driveway to include the entire existing driveway. Prince William County will provide the Contractor written authorization to extend the work beyond the temporary easement depicted on the approved plans.

Parcel 025/131 – The Contractor shall salvage the two culverts under the existing driveways and place them for storage behind the wall at the end of the property driveway. Prince William County will provide the Contractor written authorization to perform this work beyond the temporary easement depicted on the approved plans.

Parcel 020 – The Contractor shall comply with the following: All access to the easement areas shall be from Fitzwater Drive. All sidewalks that are disturbed during the project shall be entirely replaced. There shall be no disruption of utility service without at least one-hour notice. Disruptions requiring more

than one hour of outage shall require twenty-four-hour notice. Construction activity in the vicinity of the property shall cease during funeral services. Church officials

shall provide twenty-four-hour notice to the PWCDOT Project Manager. There shall be no active construction on the property during the following dates: May 6-21, 2017, October

7-22, 2017. In addition, if the easement areas have been disturbed by the contractor prior to these dates, the areas shall be properly graded and reseeded prior to the contractor departing the subject property.

Parcel 037 – The Contractor shall install a chain link fence along the perimeter of the temporary construction easement during construction. Parcel 052 - The Contractor shall comply with the following:

Should any violations of these provisions occur the Contractor shall be required to pay the sum of $1,000.00 per day for each separate violation. Said payment to continue until such time as the violation ceases.

Any petroleum leaks shall be cleaned in accordance with County and State requirements and the area restored to a pre-construction conditions.

All work within the area and easements conveyed shall be confined to daytime hours, defined as the local time of day between 7:00am and 10:00pm weekdays, 9:00am to 10:00pm on Saturdays and that no work will occur on Sundays.

The Contractor shall place a physical barrier delineating the extent of the acquired area and easements and the residue of the Grantor’s property. Barrier shall be a chain link fence, minimum 4’ height. The fence shall be constructed along the perimeter of the acquired Temporary Construction Easement/Temporary Construction Entrance Easement making the area accessible only from the road side of the area, and shall be maintained for the duration of time that the area and easements are in use.

Driveway material shall be replaced in kind (gravel). Access to the Grantor’s property shall be available to the grantor at all times during construction.

No toilet facilities will be located within the area and easements on Parcel 052. All utilities currently available to the Parcel 052 Property shall remain available at all times during

construction. Parcel 032/133 - The Contractor shall comply with the following:

The Contractor shall notify the property owner 30 calendar days in advance of commencing construction activities on the property.

The Contractor shall not disturb the brick column entrance features to the property.

CSP-29 STAMPED PATTERN ON CONCRETE MEDIANS.

All Proposed Concrete Medians on Route 28 Widen to 4 Lanes (Phase 2) shall be stamped and colored concrete. The intent of the stamped concrete treatment is to provide an appearance of conventional red brick. The stamped pattern shall be a brick paver type with a basket weave pattern. The Contractors construction methods for providing the stamped and colored concrete shall be submitted to the Prince William County Department of Transportation and VDOT for review and approval prior to construction, and test panels for the stamped and colored concrete treatment areas shall be provided to PWC Department of Transportation for review and approval. No additional payment will

Page 79: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

10

Route 28 Phase 2

be added for the coloring or stamping of concrete. The Contractor shall include the coloring and stamping of medians in the price of MS-1 or MS-1A in the Schedule of Unit Prices.

CSP-30 PRE-EMPTION EQUIPMENT & INSTALLATION.

I. DESCRIPTION

This work shall consist of furnishing emitters, and furnishing and installing all other emergency preemption equipment in accordance with these specifications and as shown on the plans or as directed by the Engineer.

II. EQUIPMENT

Emergency preemption equipment shall be optically activated providing all features and functions as within Prince William County’s emergency preemption system and shall fully interface with existing equipment in the County. Contact Prince William County Department of Fire and Rescue for specifications. The Fire & Rescue Department current contact is Chief Kevin McGee, at 703-792-7440 (email at [email protected]).

Emergency preemption detector cable between the optical detectors and the phase selector(s)/system chassis shall be in accordance with the County or manufacturer's recommendations, as directed by the County.

Mounting assemblies for the detectors shall be fabricated from corrosion resistant materials or shall be galvanized.

III. PROCEDURES

Locations of optical detectors shown on plans are approximate; exact locations shall be as required for proper alignment. Installation of all emergency preemption equipment shall be in accordance with the manufacturer's/County’s recommendations, as directed by the County. Emergency preemption conductor cables shall be permanently identified in accordance with Section 703.03(g) of the Specifications except tags shall indicate preempt detector and the direction of approach. The Contractor shall provide the manufacturer's installation, operational and maintenance manuals to the Engineer for each piece of furnished equipment.

The auxiliary wiring harness shall be supplied to the Department for each Phase selector card furnished and installed. The auxiliary wiring harness shall be placed in the cabinet prior to acceptance of the project.

IV. TESTING

Initial testing of the emergency preemption system shall be accomplished in the presence of the VDOT and Prince William County. The Contractor shall contact the VDOT and Prince William County at least 14 calendar days in advance to arrange system testing. The Department will provide an operator and vehicle equipped with the above emitter for the test to determine if the installed equipment is operating properly and logging vehicles as required. Deficiencies shall be corrected by the Contractor (at no additional cost to the Department) with the approval of the VDOT and Prince William County or their representative; where deficiencies are not corrected in an approved manner, faulty equipment shall be replaced by the Contractor at no additional expense to the Department.

V. MEASUREMENT AND PAYMENT

Emergency preemption equipment will be measured in units of each for the number of ways (directions) the system will receive inputs from emitters and will be paid for at the contract unit price per each. This price shall include furnishing and installing the detector(s), system chassis, phase selector(s), auxiliary wiring harness(s), mounting assemblies, relay(s), detector panel(s), cabinet connecting cables, transient protection and all system documentation and testing.

Emergency Preemption Detector Cable between the optical detectors and the phase selector(s)/system chassis will be measured in units of linear feet and will be paid for at the contract unit price per linear foot. (Contact Prince William County for cable type/size required prior to ordering materials.) This price shall include furnishing and installing conductors, markings and identifications, electrical, tape and connections.

Page 80: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

11

Route 28 Phase 2

Auxiliary Preemption Optical Detector will be measured in units of each and paid for at the contract unit bid price per each. The price bid shall include furnishing and installing the preemption optical detector, mounting assembly, cabinet connecting cables, transient protection and all system documentation and testing.

Payment will be made under:

Pay Item (Pay Unit)

Emergency Preemption(1-Way) (Each)

Emergency Preemption Detector Cable (LF)

Auxiliary Preemption Optical Detector (Each)

CSP-31 DETOURS NOT IN PLAN.

Additional detours are considered part of the Contractor’s means and methods of construction activities and therefore are the COMPLETE, EXCLUSIVE and SOLE responsibility of the contractor. Detours at a minimum require plan preparation, coordination and approval through regulatory agencies, sealing and stamping of the approved plans, and execution. All detours shall be signed and sealed by a professional engineer, holding a valid license to practice engineering in the Commonwealth of Virginia. It is the Contractor’s responsibility to coordinate and staff the proposed Detour through the appropriate County and State Agencies, including Fire & Rescue and Police. Any Traffic Pattern that deviates from the approved plans and latest edition of the Manual of Uniform Control Traffic Devices, any VDOT Supplements, and the Virginia Work Area Protection Manual may require a detour. No additional compensation SHALL be provided to the Contractor to implement additional detours.

CSP-32 SHEETING & SHORING – NOT A PAY ITEM

Various project elements may require temporary sheeting and/or shoring for excavation and construction. Any sheeting or shoring, whether required for construction or used for the convenience of the Contractor, shall not be measured and paid and shall be considered incidental to the work.

CSP-33 RETAINING WALLS

Two (2) Retaining walls are required for project construction. Retaining walls have been depicted in the plans as VDOT Standard or Mod. RW-2 or 3 Retaining Walls. Contractor shall have the option of constructing Mechanically Stabilized Earth (MSE) Walls (Segmental Block or Concrete Panel Facing) in lieu of the VDOT Standard RW-2 or 3 Retaining Walls. Wall systems shall be from the Approved VDOT Retaining Wall Systems List.

In the event that Contractor elects to construct MSE Walls, Contractor shall be wholly responsible for the design of the wall and obtaining approval of the wall design from VDOT and Prince William County. Design plans shall be signed and sealed by a Professional Engineer licensed in the Commonwealth of Virginia. Contractor shall prepare and submit to the Engineer final design plans for the retaining wall system, including all calculations, details, and supporting geotechnical analysis required for plan approval.

Each of the two retaining walls on the project shall be paid as a Lump Sum item. Payment shall include all required design efforts, and construction labor and materials including but not limited to concrete, retaining wall excavation, backfill, leveling pads, footers, and other retaining wall appurtenances.

All retaining walls with vertical concrete facing shall be treated with the architectural finish described in the Contract Special Provision “Architectural Finish, Concrete Form Liners, and Color Stain Coating”. The cost of applying the architectural finish shall not be paid separately and shall be considered incidental to retaining wall construction.

CSP-34 ARCHITECTURAL FINISH, CONCRETE FORM LINERS AND COLOR STAIN COATING FOR RETAINING WALLS AND BRIDGE/STRUCTURES.

Concrete bridge elements and retaining walls shall receive Architectural Treatments in accordance with the Special Provision for Architectural Finish, Concrete Form Liners and Multi Color Stain Coating. Aesthetic treatments on elements within the clear zone that are not otherwise protected shall not exceed maximum relief guidelines given in VDOT Structure and Bridge Volume V Part 2, Chapter 25. Architectural finish is not depicted

Page 81: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

12

Route 28 Phase 2

on the approved Plans, and shall be included in Contractor’s shop drawing submittals for approval prior to construction.

CSP-35 ARCHITECTURAL FINISH, CONCRETE FORM LINERS AND COLOR STAIN COATING.

GENERAL Description This work shall consist of developing, furnishing and placing simulated stone masonry by means of concrete form liners and color stain coating designed to duplicate closely the appearance of natural stone (size shape, color range and variation, texture, pattern and relief). The Contractor shall furnish all materials, labor, equipment, and incidentals necessary for the construction of simulated stone masonry on all exposed, vertical faces of retaining walls. Design Requirements Patterning of simulated stone masonry shall appear natural and non-repeating. Seam lines or match lines caused from two of more molds coming together will not be apparent when viewing final wall. Final coloration of cast stone concrete surface shall accurately simulate the appearance of real stone including the multiple colors, shades, flecking, and veining that is apparent in real stone. Note that, a sample and mockup are required, as described elsewhere in this Special Provision. Upon approval by Engineer, the mockup shall serve as quality standard for the project. Submittals Sample Panel: The Contractor is required to submit a 24” by 24” sample of the simulated stone masonry finish. Sample is to demonstrate the finish described in 1 A. and 1 B. above. Any sample panel that is not accepted by the Engineer is to be removed and a new sample panel is to be produced at no additional expense to the Department. Approval of sample panel is required by the Engineer and Owner. After the acceptance of the completed structure(s), the Contractor shall dispose of the sample panel(s). Shop Drawings: Plan, elevation, and details to show overall pattern, joint locations, form tie locations, and end, edge, corners, and other special conditions. Shop drawings shall indicate the specific form liner arrangement that exactly correlates to the position that each form liner will be used on the proposed structure(s). The form liners shall be patterned to produce a continuous coursed stone pattern without obvious repetition of the pattern. Shop drawing shall be of sufficient scale to show the detail of all stone and joint patterns, and the layout of the finish pattern. The size of the sheets used for the shop drawings shall be 22” x 34”. If necessary, the shop drawings shall be revised by the Contractor, at no additional expense, until the proposed form liner patterns and arrangement receive the approval of the Engineer. Shop drawings shall be reviewed and accepted prior to fabrication of form liners. Samples: Form ties, sample and description, showing method of separation when forms are removed. Quality Assurance Manufacturer of simulated stone masonry molds and custom coloring system: Five years’ experience making stone masonry molds and color stains to create formed concrete surfaces to match natural stone shapes, surface textures, and colors. Installer shall be trained in manufacturer's special techniques in order to achieve realistic surfaces. The Engineer shall approve the pattern, color and texture of the sample walls prior to proceeding with the work. The Engineer shall also approve the finished product. Pre-Installation Meeting: Schedule conference with manufacturer(s) representative to assure understanding of simulated stone masonry, molds use, color application, requirements for construction of mockup, and to coordinate the work. Job Conditions

Page 82: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

13

Route 28 Phase 2

Environmental requirements: Apply color stain when ambient temperatures is between 50 and 100 degrees F. Consult manufacturer if conditions differ from this requirement. Sequencing Schedule color stain application with earthwork and back-filling of any wall areas making sure that all simulated stone texture is colored to the minimum distance below grade. Delay adjacent plantings until color application is completed. Coordinate work to permit coloring applications without interference from other trades. CONCRETE FORM LINERS MATERIALS The materials used in construction of the architectural treatment shall comply with VDOT 2007 Road and Bridge Specifications for concrete materials and form work. Form liners shall be used at locations designated on the Plans or Special Provisions to receive an architectural finish. Simulated Masonry Form Liners Form liners shall be a high quality re-usable product manufactured of high strength urethane that attaches easily to conventional forming systems and shall not compress more than ¼ inch when poured at a rate of 10 vertical feet per hour. Single use form liners will not be acceptable for this project. The simulated stone form liners shall be capable of withstanding anticipated concrete pour pressures without leakage or without causing physical or visual defects. The liners shall be removable without causing concrete surface deterioration or weakness in the substrate. The pattern consists of a random dry stack stones, with individual stones that are generally rectangular in shape, vary in height and width, and are consistent with size, shape and variation of the natural stone of the Beverley Mill. It would be acceptable to provide the form liner in up to four segments that can be keyed together, and have the capability of being rotated 180 degrees to result in different pattern combinations. Any proposed segments shall be shown on shop drawing submittals. Any variation in the length of the form liner modules shown on the Contract Documents shall be accommodated by field adjusting (splicing in a matching textured liner or removing a segment and blending the joint) of the form liner without impacting the overall appearance of the pattern or individual stones. Any field adjustment shall be done within the body of the stones and not allow joints to line up between modules. Form Release Agent Form release agent shall be a non-staining petroleum distillate free from water, asphaltic and other insoluble residue, or equivalent product. Form release agents, form stripping methods, and patching materials shall be mutually compatible with the simulated stone masonry and with the color stain system to be applied to the surface. Form Ties Form ties shall be made of either metal or fiberglass. Using metal ties, which result in a portion of the tie permanently embedded in the concrete, shall be designed to separate at least one inch back from finished surface, leaving only a neat hole that can be plugged with patching material. When form or wall ties are used which result in a portion of the tie permanently embedded in the concrete, the Contractor shall submit the type of form ties to the Engineer or Owner for approval prior to use in this work. Color Stain Color Stain coating shall be federal standard color 595B-20400. CONSTRUCTION Mockup

Page 83: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

14

Route 28 Phase 2

The Contractor shall provide, and erect on site, a mockup of the form liner patterns and coloration. The location of the mockup shall be readily visible from the proposed work where possible and placed as approved by the Engineer. The mockup shall be constructed on site a minimum of six weeks prior to the construction of concrete elements to be architecturally treated. The mockup shall measure 50 sq. ft., or larger, if needed to adequately illustrate the pattern or texture selected. The mockup shall be unreinforced, vertically cast, and shall be constructed with all materials including form or wall ties proposed for use for constructing the simulated stone masonry finish. After concrete work on mockup is completed and cured for a minimum of 28 days, and after surface is determined to be acceptable for coloring, apply color stain system. After coloring is determined to be acceptable by the Engineer and Owner, construction of project may proceed, using mockup as quality standard. The Engineer reserves the right to change to another similar color if the color of the finished sample product differs from that required herein. Any mockup deemed unacceptable by the Engineer shall be removed from the project and replaced by additional mockup at no additional cost to the Department. The Contractor shall dispose of the mockup at the completion and acceptance of all work pertaining to the simulated stone finishes as determined by the Engineer. Architectural Finish Simulated stone form liners shall be installed, prepared, stripped, handled or otherwise utilized in conformance with the manufacturer's recommendations, or as directed by the Engineer. Form Liner Preparation Prior to each concrete pour, the form liners shall be clean and free of build-up. Each liner shall be visually inspected for blemishes and tears. Repairs shall be made in accordance with the manufacturer’s recommendations. Form liner panels that do not perform as intended or are no longer repairable shall be replaced. Form Liner Attachment Form liners shall be securely attached to forms in accordance with the manufacturer’s recommendations, with less than a ¼” seam. If the pattern selected has molds connecting through the middle of the stones, carefully remove the seam line created by abutting molds. Match the texture and shape of the surrounding stone, avoiding visible seams or mold marks. Wall ties shall be coordinated with the form liner system. Generally, place form ties at thinnest points of molds (high points of finished wall). Neatly patch the remaining hole after disengaging the protruding portion of the tie so that it will not be visible after coloring the concrete surface. Where an expansion joint must occur at a point other than at mortar or rustication joints, such as at the face of concrete texture that is to have the appearance of stone, the manufacturer for proper treatment of expansion material shall be consulted. Form Release Form release agent shall be applied in accordance with the manufacturer’s recommendations. Form release agent should be worked into all areas, especially pattern recesses. Finishing Reinforced concrete shall be finished in accordance with the VDOT 2016 Road and Bridge Specifications except that curing of concrete should been done to accommodate the application of coloring and surface finish treatment. Finished texture and pattern shall be continuous without visual disruption to the satisfaction of the Engineer.

Page 84: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

15

Route 28 Phase 2

Form liner butt joints shall be carefully blended into the approved pattern and finished off to the final concrete surface. No visible vertical or horizontal seams or conspicuous form marks created by butt joining form liners will be allowed. All form tie holes and other defects in finished uncolored surface shall be filled or repaired within 48 hours of form removal. Use patching materials and procedures in accordance with the manufacturer’s recommendations. Final surface shall be free of blemishes, discolorations, surface voids, and other irregularities. Liquid curing compound shall not be used on concrete surfaces that are to receive penetrating color stain. COLOR STAIN COATING Locations Except as otherwise specified on the plans, the color stain coating shall be applied to all concrete surfaces which have the simulated dry stack stone pattern. Procedures The concrete stain coating shall be applied in accordance with the manufacturer's recommendations, except as otherwise specified. All concrete surfaces that are to be stained and any patching that had been done in these areas shall be at least 30 days old. Clean surface prior to application of stain materials to assure that surface is free of latency, dirt, dust, grease, efflorescence, paint, or other foreign material, following manufacturer's instructions for surface preparation prior to application of color stain. Do not sandblast. Preferred method to remove latency is pressure washing with water, minimum 3000 psi (a rate of three to four gallons per minute), using fan nozzle perpendicular to and at a distance of one or two feet from surface. Completed surface shall be free of blemishes, discoloration, surface voids, and unnatural form marks. All work shall be performed by experienced workmen familiar with concrete finishing work and with the materials specified. Surfaces not to be treated shall be protected from splatter. Any areas lacking a uniform appearance (consistent with the approved sample) shall be recoated to the satisfaction of the Engineer. Materials shall be delivered to the job site in sealed containers bearing the manufacturer's labels. Materials shall be mixed and applied in accordance with the manufacturer's printed instructions of which two copies shall be furnished the Engineer. Protection Where exposed soil or pavement is adjacent which may spatter dirt or soil from rainfall, or where surface may be subject to over spray from other processes, provide temporary cover of completed work. Job Conditions Environmental requirements: Apply color stain in accordance with the manufacturer’s specifications. Schedule color stain application with earthwork and back-filling of any wall areas making sure that all simulated stone texture is colored to the minimum distance below grade. Coordinate work to permit coloring applications without interference from other trades. MEASUREMENT AND PAYMENT No separate measurement for payment purposes will be made for this work. All cost for the development and preparation of shop drawings, the furnishing of all form liners, the construction and finishing of the test panel, the services of the manufacturer's representative, the application of the simulated stone form liner finish including

Page 85: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

16

Route 28 Phase 2

application of color stain coating, and all labor, equipment, and incidentals necessary to complete the work as specified above and in the plans should be included in the lump sum price bid for the pertinent walls.

CSP-36 WELL TESTING

Water quality testing for a Class III water well, shall be performed on existing water wells in accordance with the State Department of Health Private Well Regulations April 1, 1992, Virginia Water Control Board, and local jurisdiction requirements. Testing shall be performed before and after construction of the Route 28 Widen to 4 Lanes (Phase 2) and in the presence of the Engineer. The Contractor shall provide all equipment, tools, labor, materials, and incidentals necessary to perform the testing. Testing shall be repeated until satisfactory results are obtained according to section 12 VAC 5-630-370 of the State Department of Health Private Well Regulations. If tests indicate that the water is unsatisfactory, refer to section 12 VAC 5-630-370 for proper treatment. Payment shall be made for EACH well test performed.

CSP-37 NS TEMPORARY SAFETY FENCE 4’

The Contractor shall install temporary “orange” safety fence as directed by the County and shall be paid for by the schedule of unit prices pay item setup for NS Temporary Safety Fence 4’. Maintenance or replacement of safety fence shall be incidental to the project once installed.

Additionally, the Contractor shall install orange safety fence on Parcel 014 along the entire temporary construction easement within the property lines, and shall maintain the safety fence for the duration of construction activities along Parcel 014.

CSP-38 FIELD OFFICE

The Contractor shall provide office space, equipment, and services consistent with requirements for a “Modified” Type I Field Office for the Project. The field offices should be configured and equipped for joint operations by Contractor and the County staff, with the County staff field office as a separate trailer from the Contractor’s field office. The configuration and equipping of the field office shall be coordinated between the Contractor and the County Project Manager prior to on-site placement of the field office. The field offices will be operational throughout the duration of the Project construction and shall be removed upon final Project acceptance. Field Office requirements for Prince William County staff shall be in accordance with requirements below. The contractor shall provide a field office complex that is “similar” to the PWC Hornbaker trailer. Similar for the purpose of this RFP shall be defined as the sameness in all essential particulars including functions, office area, dimensions and spatial relationships. At a minimum it shall include (4) four private offices, (1) conference room, (1) an open area with room for two cubicles, a modular office and a functioning bathroom. A site visit to the Hornbaker trailer can be arranged on your request. SECTION 514—FIELD OFFICE of the Specifications is amended as follows:

Section 514.01—Description—Modified Field Office Type I

This work shall consist of furnishing, erecting, maintaining, and removing upon completion a field office of the type specified for the exclusive use of PWCDOT at a location on the project approved by PWCDOT. The PWCDOT field office shall be similar to the existing PWCDOT trailer located in the vicinity of the Hornbaker Road/University Drive intersection, with the additional of one additional modular office and two cubicles in the common area. The existing trailer is available for inspection by the Contractor upon request.

Section 514.02—Procedures

The field office and equipment as required herein shall remain the property of the Contractor. The field office shall be separated from buildings and trailers used by the Contractor and shall be erected and made functional immediately as an initial operation. Failure to have the field office functional when work first begins on the project will result in withholding payment of the Contractor’s monthly progress estimate, except that the estimate

Page 86: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

17

Route 28 Phase 2

will not be withheld if the Contractor has shown that failure is not due to negligence on his part or for reasons beyond his control. The field office shall be operational throughout the duration of the project and shall be removed upon completion and final acceptance of the project. Furnishings and equipment specified shall be in sound and functional condition throughout the duration of the project.

The Modified Field Office Type I shall be weatherproof, tightly floored and roofed, constructed with an air space above the ceiling for ventilation, supported above the ground and anchored against movement. The Modified Field Office Type I shall have a minimum interior space and layout equivalent to the existing PWCDOT Hornbaker Road/University Drive field office, with the additional of one additional modular office and two cubicles in the common area.

The Modified Field Office Type I shall have a minimum of one plan room with and interior area of 96- square feet with 2 plan tables and adjustable stools with casters. In addition there shall be two exterior outlet doors a minimum of 36-inches wide with Type ABC fire extinguishers mounted at the exits. All electrical, water, and sanitation hookups will be made by the Contractor, and bills for heat, electricity, water and sanitation paid by the Contractor.

Page 87: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

18

Route 28 Phase 2

Quantity Item

8 Double-pedestal desk, keyed (approximately 60-inch by 34-inch) 2 Plan and drafting table (approximately 30-inch by 72-inch) with 2-Adjustable stools 3 Rolling Plan racks for 24 by 36 inch drawings with 18 plan clamps 4 Printing Calculators 2 Computer tables -29 inch height, with surface area approximately 48 inches by 30 inches 6 4-Drawer metal fire protection, 15 inch drawer width, minimum UL rating of Class 350 4 2-Drawer fire protection cabinets, 15 inch drawer width, minimum UL rating of Class 350 2 Bookcase 36 inches by 42 inches with four shelves

1 Dry erase board—wall mounted, minimum 15 square feet, with Erasers and Markers 1 Refrigerator & Freezer 1 Microwave 8 Office Chairs, with casters

24 Stackable chairs for conference room 1 Conference Room table 36 inches by 16 feet (may be 2—Folding 36 inches x 8 feet tables) 8 Waste baskets 2 feet in height

1 Facsimile machine with optional memory and service contract for preventative maintenance, including replacement print cartridges

1 Copy machine with the following features: Capability of copying 8 ½ in x 11 in, 8 ½ in x 14 in, and 11 in x 17 “ Sized originals, Bin sorter, Automatic Feed, Auto paper selection Size magnification/reduction from 200% to 50% of original image size Service contract with preventative maintenance, including drum Replacement and toner supply Size magnification/reduction from 200% to 50% of original image size Color scanner capable of scanning 11”x17”

2 First Aid kits containing eyes and skin protection for emergencies mounted to wall by fire extinguishers at exterior outlet doors

2 Smoke detectors with batteries 1 Burglar Alarm /Anti-Theft System (Key Pads @ exterior door) 1 Flat panel TV (not less than 48”) 1 Color Printer 1 36” large format color scanner with minimum scanning resolution of 400 DPI

In addition, there shall be a minimum of 4-electrical outlets per room, and computer network wiring provided for a minimum of 8-computers with router.

Section 514.02(a)—Modified Field Office Type 1: Windows and Doors: The field office shall have at least six windows with removable screens and appropriately sized blinds or shades. Each window shall have an area of at least 540 square inches, capable of being easily opened and secured from the inside. All field office types shall have at least two exterior doors. Doors shall be 36 inches in width and 78 inches in height. Exterior passage doors shall be equipped with locks and at least six keys per door shall be furnished to the VDOT Project Manager.

In addition, each exterior door shall be equipped with a steel security bar that is installed horizontally and fabricated to lock with a 3/8-inch diameter padlock shank. The Department will furnish the padlocks for the security bars.

Section 514.02(b)—Steps: Steps shall conform to the requirements of the State Building Code and shall be maintained free from obstruction.

Page 88: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

19

Route 28 Phase 2

Section 514.02(c)—Storage Facility for Nuclear Gage(s): The field office shall be furnished with an outside storage facility for the Department’s nuclear gage(s), which shall not be located within ten feet of any structure. This facility shall be provided electrical power and shall be equipped for an interior light and one single-phase, 120V, 15 amps, grounded, weatherproof, tightly floored and roofed, having a tamper resistant key operated lock with four keys furnished to the VDOT Project Manager.

Section 514.02(d) —Storage Facility for Test Equipment: The Modified Field Office Type 1 shall be provided with a storage facility separate from the office for storage of test equipment, other than the nuclear gage. The storage facility shall have a minimum floor space of 64 square feet and include four shelves of at least 11-inches deep mounted along the length of one wall. The storage facility for test equipment shall be weatherproof, tightly floored and roofed, having a tamper resistant key operated lock with 4-keys furnished to the VDOT Project Manager.

Section 514.02(e) —Lighting, Heating, and Air Conditioning: The Modified Field Office Type 1 shall have satisfactory functional lighting, electrical outlets, heating equipment, and Exhaust fan, and air conditioning system connected to an operational power source. At least two of the light fixtures shall be fluorescent situated over the plan and drafting tables. There shall be at least 100 watt exterior light fixtures at each exterior doorway. Electrical Power and fuel for heating equipment shall be furnished by the Contractor.

Section 514.02(f) —Fire Extinguishers: The Contractor shall furnish and maintain one Fire extinguisher for each required exterior passage door. Fire extinguisher(s) may be Chemical or dry powder, UL classification 10B:C (minimum), suitable for Type A:B:C fires and shall be mounted and maintained in accordance with OSHA Safety and Health Standards.

Section 514.02(g) Toilets—Toilets shall conform to the requirements of the state and local boards of health or other bodies or courts having jurisdiction in the area.

The Contractor shall provide toilet facilities inside the Modified Field Office Type I, the Toilet facilities shall have a continuous supply of water at a flow rate of not less than five gallons per minute. The Toilet facilities shall be connected to either a septic line or a permitted sewage holding tank with sewage pumping at a frequency that prevents overflows or back ups. The toilet facilities shall have a positive functional lock on the inside of the doors. The Contractor shall provide washing facilities in accordance with VOSH regulations.

Section 514.02(h) Drinking Water: The Contractor shall provide potable water inside the Modified Field Office Type I or bottled drinking water that includes a dispenser capable of providing both hot and cold water, and disposable cups. The Contractor shall cause the bottle service to replenish both bottled water and disposable cups no less frequently than four times per month.

Section 514.02(i) Utilities: Except for phone services, the Contractor shall make arrangements for necessary utility connections, maintain utilities, pay utilities service fees and bills, and make arrangements for final disconnection of utilities. The Contractor shall furnish four touch tone telephones for the Modified Field Office Type I, and permit the work necessary to install them. Utilities shall include basic cable with wi-fi service.

Section 514.02—Procedures of the Specifications is amended to replace (j) with the following:

(j) Miscellaneous Items: The field office shall also include the following:

1. A certification that the office is free of asbestos and other hazardous material.

2. A broom, dust pan, mop, mop bucket, general cleaning supplies, and trash bags.

3. An all weather parking area for either twelve vehicles (for a Type I office) or six vehicles (for either a Type II or a Type III office), and all weather graveled access to the public roadway. The Contractor shall maintain the parking area and graveled access such that it is passable with

Page 89: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

20

Route 28 Phase 2

a compact sedan without causing vehicular damage. The parking lot shall be sufficiently lighted to illuminate all areas of the lot.

4. Security measures for the Field Office during other than normal working hours shall be

equivalent to that used by the Contractor for his job site and office facilities.

5. The trailer and bathrooms shall be cleaned at a minimum of two times per week

6. The contractor will be responsible to apply and obtain the necessary permits for the use and location of the trailer. No later than thirty (30) days after the Final Project closeout and acceptance with VDOT, the contractor will grade and seed any and all grassy areas used, unless otherwise directed by the County.

7. The contractor shall be responsible for any and all damages to the Property caused by its facilities

and shall indemnify and hold the County, its employees and agents harmless from any and all claims by the contractor or any third party which may occur.

Installation and service fees for the telephone(s) will be paid for by the Department.

CSP-39 KETTLE RUN BRIDGE - ORNAMENTAL WIRE FENCE

1.0 DESCRIPTION This work shall consist of furnishing and installing ornamental welded wire fencing in accordance with this special provision, Section 410 and 507 of the VDOT Standard Specification, and in conformity with the details and at the location indicated on the plans. This fence is located on the top of concrete pedestal as shown on the bridge plans. A. This Section includes the following:

1. Polyester powder coated, steel fencing panel, post and accessory system. 1.1 GENERAL CONDITIONS

A. Contractor shall fabricate and install these fences using procedures similar to pedestrian fences as defined in the VDOT specifications.

B. Ornamental wire fence shall be fabricated to follow the lines and grades of the top of the respective walls they are attached to and in accordance with the contract documents.

C. Fabricator shall design wire mesh, rails, posts and anchorages into concrete to resist all applied loads as would normally be used for a pedestrian fence as defined above.

D. References to ASTM standards shall be the most recent edition of that standard. 2.0 SUBMITTALS

A. The Contractor shall submit to the Engineer all relevant product data for approval: material descriptions, construction details, dimensions of individual components and profiles, and finishes for the fence.

B. Shop Drawings: Show locations of fence panels, each post, rails, and details of hardware, and accessories. Indicate materials, dimensions, sizes, weights, and finishes of components. Include plans, elevations, sections, and other required installation and operational clearances, and details of post anchorage, attachment and bracing. Include installation procedures and instructions by manufacturer’s or fabricator’s recommendations describing all details required for correct alignment and installation. The Contractor shall submit the shop drawings to the Engineer for approval.

C. Samples for Initial Selection: Manufacturer's fence dimensions and color charts shown on its internet site.

D. Samples for Verification: Request a fence sample and color chip from the manufacturer.

Page 90: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

21

Route 28 Phase 2

E. Qualification Data: For firms and persons specified in "Quality Assurance" article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and current addresses of architects and owners, and other information to establish valid qualifications.

2.1 QUALITY ASSURANCE

A. Installer Qualifications: an experienced installer with at least 5 years experience who has completed fences similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance.

B. Source Limitations for Fences: Obtain each color, grade, finish, type, and variety of components for fences from one source with resources to provide fences of consistent quality in appearance and physical properties.

2.2 MANUFACTURER: Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, the following:

TWINBAR Fencing System Atlantis Products, Inc. 8185 S. Cass Ave Darien, IL 60561 TEL: 877-638-2526 FAX: 630-627-7912 Website: www.metalco.us, e-mail: [email protected]

Wirewall Fence Product 130 Riverdale Street • P.O. Box 200 • Northbridge, MA 01534 Tel: 800.762.6374 Fax: 508.234.9593 http://www.wirewall.com/decorative.htm

BOUNDARY FENCE & RAILING SYSTEMS, INC. 131-02 Jamaica Avenue, Richmond Hill, NY 11418 TEL 800-628-8928 / 1718-847-3400 FAX 1718-805-9816 http://www.boundary-fences.com/ornamental_classic.htm

JERITH MANUFACTURING COMPANY, INC. ORNAMENTAL FENCES OF DISTINCTION 14400 McNulty Road Philadelphia, PA 19154 (toll free) 800-344-2242 (local) 215-676-4068 (fax) 215-676-9756 Contact us at [email protected] http://www.jerith.com/patriotOrnamentalWire.htm or functional and aesthetic approved equals.

3.0 MATERIALS 3.1 FENCE and ACCESSORIES:

A. Fence panel height: As shown on the contract plans. B. Posts: are made of square tubular steel of the size required for strength defined above. Minimum

steel thickness shall be 0.100 inches. Posts shall be flanged on the bottom to attach to the concrete wall coping, and have a weather-tight cap on top. The posts are to be cold rolled from 1008 grade steel and shall meet the requirements of ASTM 513 and ASTM A787. The post shall be installed using the manufacturer recommended brackets, collars, bolts, nuts, washers, post caps, etc. Special

Page 91: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

22

Route 28 Phase 2

panel fittings shall be furnished and used to attach fence panels to the bridge and ramps. The posts shall be coated as defined below.

C. Steel Mesh Fence Panels: Fabricated welded wire mesh for these panels shall be of a uniform width for each wall and formed by a vertical wire placed between two horizontal wires. All wires shall be a minimum of 4 gauge wire (0.25” nominal thickness). As per the requirements of ASTMA185 the wires shall be welded by resistance weld at each crossing to form rectangles 1 15/16” x 7 7/8” (2” x 8” nominal). The cold rolled wire shall have a tensile strength of at least 75,000 lbs per square inch and a 3150 pound break strength for the predefined wires. Wire mesh shall be coated as defined below.

D. Rails: are made of square tubular steel of the size required for strength defined above. The rails shall be coated as defined below. Wire mesh shall be attached to the rails in such a manner as to not have any sharp edges or points projecting above, below or beyond the face of the rail toward the pedestrian side of the fence.

E. Miscellaneous Attachment Hardware: shall be as required to install the fence per the manufactures recommendations. Attachments of posts to concrete wall copings shall be in accordance with Section 410 of the VDOT specifications. All hardware shall be coated to a similar level of protection and to match the color of the coatings defined for the fence below.

F. Fence Grounding Hardware: Contractor shall provide grounding hardware as necessary defined in Section 410.03(b) of the VDOT specifications.

3.2 COATINGS

A. Zinc coating: 1 The wire meshes shall be coated with a minimum of 366 g/m2 ( 1.6 on./ft.2) zinc in

conformity with the requirements of ASTM A123 for zinc ( hot dip galvanized ) coating on iron and steel products, known as galvanized after welding (GAW) or the wire meshes shall be coated with a minimum of 150 g/m2 ( 0.5 on./ft.2) zinc in conformity with the requirements of ASTM A 641 Standard Specification for Zinc-Coated (Galvanized) Carbon Steel Wire, known as galvanized before welding (GBW).

2 The fence posts and rails shall be zinc coated to a minimum of 0.27kg/m2 (0.90 oz/ft.2)in accordance with the requirements of ASTM A787 for Electric-Resistance- Welded Metallic- Coated Carbon Steel Mechanical Tubing.

B. The polyester surface coating shall match Federal color number 595-34084. The Polyester coating is to be minimum 4 mils applied by an electrostatic method. Coating shall cover all surfaces of the wire and post sections. Coating shall be capable of withstanding the following tests: 1 Mechanical adhesion test as per ASTMD 3359 - Method B. 2 Shock resistance tests as per ASTM D 2794. 3 Salt spray testing with a min. of 1,000 hrs without red rust appearance, as per ASTM B

117. 4 Humidity resistance in a weather meter chamber as per ASTM D 2247.

4.0 INSTALLATION 4.1 SITE EXAMINATION

A. Prior to fence installation the Contractor shall examine the various wall locations and conditions, with installer present, for compliance with requirements for the installation and these provisions including but not limited to verify as-built lines and grades of the wall and other conditions that may affecting installation and performance. The Contractor shall not begin fence installation until the pedestal installation is complete, and all backfill and paving operations adjacent to the top of the wall are complete.

B. If unsatisfactory conditions are encountered the Contractor shall proceed with installation only after unsatisfactory conditions have been corrected to ensure a fully functional and aesthetically pleasing installation.

4.2 FENCE INSTALLATION

A. Fence shall be installed in strict adherence to the manufacturer’s specifications and in accordance with the contract plans and specifications.

Page 92: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

23

Route 28 Phase 2

B. Post Setting: Verify that posts are set plumb, aligned, and at correct height and spacing, and install into top of concrete coping as specified in Section 410 of the VDOT specifications. Space the line posts uniformly at center to center as shown on the approved shop drawings.

C. Panel Installation: Apply and attach panels as shown on the approved shop drawings. Install attachment hardware (such as nuts and wire ties) in such as manner that they do not project the plane of the fence panel on the pedestrian side of the fence.

D. Fence Touch Up: Contractor shall repair any damaged coating using field applied zinc rich coating and with touch up paint in accordance with the manufacturer’s recommendations.

E. Fence Grounding Installation: Contractor shall install and test grounding hardware as necessary defined in Section 410.03(b) of the VDOT specifications.

F. Upon completion of the fence installation, clean up all waste material resulting from fence construction.

4.3 MEASUREMENT AND PAYMENT

Ornamental Wire Fence will be measured along the top of the concrete pedestal, complete-in-place, and will be paid for at the contract unit price per linear foot. This price shall include design, fabrication and installation of the fence, anchorage into the concrete, the grounding as well as the concrete pedestal and reinforcement, as shown in the plans and described in this Special Provision.

Payment will be made under:

Pay Item Pay Unit NS Ornamental Wire Fence 8' Linear Feet

CSP-40 CONSTRUCTION SIGNS

Construction signage associated with the project’s detours is NOT included in the unit price bid for Construction Signs. All construction signage associated with the project’s TMP/SOC detour and TMP/SOC signals are incidental to the detour and/or temporary signals. Separate payment shall not be made for construction signs associated with detours and temporary signals.

CSP-41 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 other Bid Items.

CSP-42 CONNECTION TO EXISTING DRAINAGE STRUCTURES

Where plans call for proposed storm sewer to tie into an existing drainage structure, the Contractor shall determine what will be required to make proper connection to the existing structure. Costs associated with structure modifications shall not be paid for as a separate item, but shall be included in the price for other storm drainage items.

CSP-43 DEMOLITION OF EXISTING DRAINFIELDS

The project requires the demolition/abandonment of existing drainfields on three (3) parcels (Parcels 034, 049 and, 035). Drainfield abandonments will be included in the Lump Sum payment for the “Drainfield Demolition” item for each parcel. This lump sum shall include all necessary work associated with properly closing and abandoning the drainfield in accordance with the Virginia Department of Health Regulations & Requirements, including but not limited to application and permit fees, inspections, and all work necessary to close the drainfield.

CSP-44 CONSTRUCTION OF DRAINFIELD PARCEL 049

The project requires the construction of a proposed drainfield on parcel 049. The Drainfield construction will be included in the Lump Sum payment for the “NS DRAINFIELD” item. This lump sum shall include all necessary work associated with properly sequencing and constructing the proposed drainfield in accordance with the Virginia

Page 93: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

24

Route 28 Phase 2

Department of Health Regulations & Requirements, including costs associated with the construction, permitting, inspection, and testing of the replacement drainfield, abandonment/removal of the existing drainfield in accordance with all applicable regulations, and restoration of the property following construction. An approved drainfield permit/design has been provided and attached to the bid documents as “Parcel 049 – Septic Field Permit and Report”

CSP-45 TREATMENT OF SUBGRADE MATERIAL

Geotechnical recommendations for project construction have identified locations throughout the project limits where wet subgrade material is anticipated. For purposes of the grading summary and project quantity estimates this material has been considered unsuitable material. The geotechnical recommendations identify three methods of acceptable treatment for these soils as an alternative to removing and disposing of this material:

A. Disc soils to a minimum depth of 2 feet below subgrade, leave uncovered, and allow to dry in-place prior to use as embankment foundation. B. Excavate unsuitable material to a minimum depth of 2 feet below subgrade and allow to dry prior to use as embankment foundation. C. Dry to a minimum depth of 2 feet below subgrade using pelletized quicklime, 4% by weight.

Contractor shall have the option of treating wet soils by any of the recommended treatments. No payment shall be made for the treatment of wet soils for subgrade preparation or for onsite earthwork operations.

CSP-46 ROCK EXCAVATION

Contractor should note that rock excavation within the project site is anticipated. Limited geotechnical data has been provided in the geotechnical report titled “Route 28 Widening – Linton Hall Road to Fitzwater Drive” (attached as an appendix to the Bid Documents). No additional payment shall be made for rock excavation. The cost for rock excavation shall be included in the unit price bid for Regular Excavation.

CSP-47 BIO FILTRATION FACILITIES

Bio Filtration Facilities (10-1, 14-2, 15-1 and 17-1) shall be constructed with the project as described in the plans and on detail sheet provided. The construction of the Bio Filtration facilities shall be paid as a Lump Sum, as indicated in the schedule of unit prices. Bio Filtration facilities shall include all labor and materials necessary to construct the facilities including but not limited to grading, weirs, perforated pipes, outlet pipes, spillway construction, filter fabric, planting soil, gravel, level spreaders, seeding, and plantings.

CSP-48 GABION BASKETS WITH #1 COARSE AGGREGATE

“Gabion Baskets with #1 Coarse Aggregate” shall include all costs associated with materials and installation of the Gabion Basket Wall as shown on the plan, including but not limited to grading, gabion baskets, aggregate, and filter fabric.

CSP-49 STORMWATER MANAGEMENT DRAINAGE STRUCTURE SWM

“Stormwater Management Drainage Structure SWM” shall include all costs associated with materials and installation of the Ponds 10-1 and 17-1 Stormwater Management Pond riser structures. This cost shall include all items related to the stormwater management drainage structure, including but not limited to the riser structure, trash rack, concrete base/footer, rebar, and Class A-3 Concrete.

CSP-50 SIGNAL TIMINGS

The Contractor shall be responsible for signal timings to maintain orderly flow of traffic for the life of construction, through all temporary signal configurations during the project’s construction/TMP-SOC. The cost to perform this work shall be included in the cost of each phase’s “Temporary Traffic Control Signal” pay item.

The County will provide the final signal timings to be installed with the final signal configuration. The Contractor shall notify the County a maximum 120 days (& minimum 100 days) prior to the actual scheduled activation, so that coordination with Engineer may start. No extension will be granted to the project’s schedule due to failure to notify County of signal activation schedule.

Page 94: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

25

Route 28 Phase 2

CSP-51 IN PLAN DETOURS

Approved detours are included in the plans. Four detours are included in the plans, and each detour is given a pay item as follows:

1 - “Implementation of TMP/SOC Detour – Route 28 Closure” o May implement up to four (4) times, with advance notice and approval to the County. Additional

implementations of this detour, subject to County approval, will be permitted but will be at the Contractor’s expense.

2 - “Implementation of TMP/SOC Detour – Phase III” o Contractor may implement only once to complete activities shown in TMP/SOC Phase III

3 - “Implementation of TMP/SOC Detour – Phase IV” o Contractor may implement only once to complete activities shown in TMP/SOC Phase IV

4 - “Implementation of TMP/SOC Detour – Phase V” o Contractor may only implement once to complete reconstruction of Aden Road

The lump sum payment for each of these detours shall include all costs associated with detour implementations. For item “Implementation of TMP/SOC Detour – Route 28 Closure” the lump sum cost shall include all allowed detour implementations. The lump sum cost includes, but is not limited to:

• All PCMS signage required for advance notices • All PCMS signage during implementation of detour • All signage panels, posts (installation and removal) – No tripod installations are permitted • All traffic control devices (i.e., barricades, group 2 channelization devices, TMA etc.) • Coordination with Prince William County Fire & Rescue, and State/County Police • Costs for Police Presence • Maintenance/Replacement of all signage, post and detour control devices, regardless of reason. • Public notice (including mailing/postage for up to 500 addresses) for each detour 14 days prior to first

implementation It is the Contractor’s responsibility to coordinate and staff the proposed Detour through the appropriate County and State Agencies, including Fire & Rescue and Police. The scheduling of detours shall not conflict with major school events, such as home sporting events at nearby schools. The Contractor shall provide a schedule for detour implementation for County review at least 30 days in advance, and detour schedules are subject to County approval. Any detour that deviates from the approved plans and latest edition of the Manual of Uniform Control Traffic Devices, any VDOT Supplements, and the Virginia Work Area Protection Manual may require a separately approved plan, as noted in CSP-31. The Contractor shall inspect detours daily and keep a daily detour maintenance log when detours are implemented and restore/remedy any maintenance issues at no cost to the project. County reserves the right to see daily inspection logs.

CSP-52 TEST PIT

A plan quantity and an additional contingent quantity for Test Pit is included in the Schedule of Unit Prices. Contingent quantities shall be used as required and per direction of the County.

CSP-53 NS REMOVE EXIST. SIGNAL EQUIPMENT

I. DESCRIPTION

This work shall consist of the removal and disposal of existing signal equipment as shown on the plans or as directed by the Engineer. II. REMOVAL OPERATIONS

Existing signal poles, pedestals, mast arms, signal head sections, signs, wires, hanger assemblies, tether attachments and back-plates shall be removed and appropriately disposed of by the Contractor. Underground items such as

Page 95: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

26

Route 28 Phase 2

conduit and conductors may be abandoned in place. In-ground items such as foundations, manholes and junction boxes shall be removed to a point at least 3 feet below finished grade. Any remaining hollow portion of an in-ground item shall be filled, properly compacted and finished with material matching its surrounding area. Existing traffic signal controller and cabinet must be salvaged intact and delivered to VDOT Northern Region Operation traffic field operations facility located at 8010 Mason King Court, Manassas, VA 20109. The Contractor shall contact the traffic field operations facility at least 72 hours in advance to arrange delivery of salvaged equipment. Existing power and telephone shall be appropriately disconnected and removed in accordance with the related utility company’s requirements. III. MEASUREMENT AND PAYMENT

Remove Existing Signal Equipment will be paid for at the contract lump sum price. This price shall be considered full compensation for the removal and disposal of the signal pole, pole foundation, mast arm, signal heads, hanger assemblies, signs, and conductor cables. For the purposes of this section, a signal head assembly is defined as an arrangement of signal head sections, hanger assembly and tether assembly to form one complete assembly. Removal of the pole foundation shall include removal and disposal of the foundation and anchor bolts, and restoration of the disturbed area in kind to existing line and grade. Payment will be will made under:

Pay Item Pay Unit

NS Remove Exist. Signal Equipment Lump Sum

CSP-54 UNINTERRUPTIBLE POWER SUPPLY AND BATTERY BACK-UP

Description This work shall consist of furnishing and installing uninterruptible power supplies (UPS) at asset locations in accordance with these specifications and as shown on the plans or as directed by the Engineer. Material The UPS shall be specifically designed for applications. UPS shall be UL 1778 and FCC, Part 15, Cat. B approved. An uninterruptible power supply (UPS) assembly shall be furnished and installed in all assets designated in the Plans to provide complete non-interruptible power protection, voltage regulation and surge and spike protection for electrical and communication components. The UPS shall meet the requirements of FCC-A and UL-1778. The UPS shall be a commercially available package containing all wiring connectors, software, mounting brackets, and cables. The UPS assembly shall consist of a UPS with batteries, surge suppression, LED indicators, customizable output relays and input contacts, and network management cards (IP addressable). The UPS shall be provided with remote monitoring and control functions and a software/firmware package that is web-based and, at a minimum, provides the ability to determine in real time the status of the commercial power (on-off), the status of the available UPS backup battery time at the rated UPS load (Hours/Minutes), on or off backup, and errors. The UPS shall be provided with a standard RJ-45, 10/100 network interface and a Cat5e jumper for interfacing to the MFES layer 2 switch located in the ground/pole mount cabinet. The UPS shall be of sufficient design to fully operate all devices and communications equipment for a minimum of eight (8) hours. The Contractor shall determine the appropriate size/capacity of the UPS. In no case shall the UPS be smaller than 2.2KVA. The Contractor shall supply the calculations and all software and hardware manuals at the time of catalog cut submission. The Contractor shall install the software, test all functions, and set the initial UPS parameters. The UPS shall instantly transfer the cabinet to the battery back-up mode in the event the main AC power source goes offline and conform to the following minimum requirements:

• The UPS size shall be suitable for installation in the ITS controller cabinet in which it will be installed

Page 96: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

27

Route 28 Phase 2

• LED status indicators for "On-line", "Battery On", "Replace Battery", and "Overload" The Contractor shall provide services to setup each UPS assembly as defined herein for installation in each cabinet.

(a) Mechanical Specifications:

The input line shall be a NEMA 5-20P plug with a 6’ cord. It shall have five 5-15R (5 IEC 320) Standard backup receptacles and one 5-15R (5 IEC320) Standard surge-only receptacle.

(b) Electrical Specifications:

The acceptable input voltage shall be 75-164 VAC. The nominal input frequency shall be between 44 and 66 Hz, auto-selectable. Input protection shall be accomplished by resettable circuit breakers.

• Power Output: 115 VAC single phase 60 Hz • Output Connections: six (6) NEMA 5-15R • Input Connections:

NEMA 5-20P For installations with solar power, power from the solar power batteries shall connect

directly to the UPS • Surge protection shall be rated at 320 joules. • Line filtering shall be full time multi-pole noise filtering • 0.3% IEEE surge let through, zero clamping response time meeting UL-1449 Brownout voltage

protection, 95 VAC user adjustable • Recharge the batteries to 90% capacity within twenty-four (24) hours maximum

1. UPS Controller/Power Regulator

The UPS shall be have a transfer time of 4 milliseconds maximum. The UPS shall produce pure sine wave outputs that automatically conditions and stabilizes the line voltage. The UPS shall incorporate line-interactive voltage regulation that protects against all voltage irregularities. The UPS shall include EMI/RFI filtering to eliminate line noise and harmonics.

2. Battery

External battery packs shall be supplied by the manufacturer of the UPS. the battery packs shall be 36 VDC and a minimum of 14.4 AH. The battery housing shall be rack mounted in a standard 19” rack. The external battery unit shall incorporate an internal charger with an unlimited runtime.

• Battery output shall have selectable voltages of 108, 113 and 117 VAC. The on-line operation

output voltage for the standard 115 VAC unit shall be 105-128 VAC. • The on-battery waveshape shall be true sinewave. It shall have a surge energy rating of 508 Joules,

with a surge response time of 0 ns (instantaneous). • Typical recharge time shall be 2 to 5 hours from total discharge • Batteries shall be user replaceable and be maintenance free, leak-proof, sealed lead acid with

suspended electrolyte with a minimum of three (3) year lifetime; • UPS shall have an audible alarm when the batteries are in the "ON" condition and a separately

distinctive "LOW BATTERY" alarm; the end user shall have the capability to turn off the audible alarms

(c) Environmental Specifications:

The UPS shall have the following characteristics:

Operating Temperature: -40 to 74° C (-40 to 165° F) Operating Relative Humidity: 5 to 95%

(d) Physical Specifications

Page 97: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

28

Route 28 Phase 2

The UPS shall be no more than 16” deep and rack-mountable in a standard 19” wide rack.

(e) Communication Standards:

The UPS unit shall include an Ethernet port and be supplied with a data cable and all software necessary to interface with existing Department platforms and protocols (SNMP, Telnet).

(f) Management Capability:

The UPS supply access and monitoring shall be accomplished by remotely connecting through a Web browser and/or IP-based Telnet system.

Procedures: Install and integrate UPS components in the respective Communication Hub Cabinets and Controller Cabinets assets, in accordance with the electrical requirements for the respective asset.

(a) Testing:

Training and documentation shall be provided to the Engineer on logging in, configuration of IP addresses, and alarm capabilities. Test procedures shall be approved by the Department prior to commencement of testing.

The tests shall be performed at each site. Upon successful test completion, provide the Engineer with a written test report within 15 calendar days showing the tests performed and the results of each test. The report shall include the completed test data and certification that the test results fall within the manufacturer's recommended limits and meet the specified requirements performance. The Engineer reserves the right to witness final acceptance tests. Testing shall include but not be limited to verifying proper functioning of the following automatic and manual operations. Testing shall include but not be limited to:

1. Loss of Utility:

Initiate a normal power failure with connected load. Record voltage and frequency overshoot and that components/loads are operating within designated thresholds. Confirm battery levels are within manufacturer specification for initial installation. Verify that network management transmits loss of utility power alert to central software. Run on battery power for extended period (e.g. hours).

2. Return of Utility:

Return normal power and record time to recharge batteries using network management communications. Verify that return of utility is recorded/transmitted by network management.

(b) Warranty/Guaranty Provision:

The UPS shall carry a manufacturer’s warranty of no less than 3 years. The battery packs shall carry a warranty of no less than 3 years.

Warranty periods shall begin on the date of final acceptance by the Department.

Measurement and Payment: Uninterruptible power supply will be measured in units of each and will be paid for at the contract unit price item listed below. The price shall include furnishing and installing the complete package of uninterruptible power supply, cables and cabling, software, testing, training, certifying, complete documentation, and all incidental items necessary for a fully functioning supply. The price shall include furnishing and installing the external battery pack (with the number of batteries as recommended by UPS manufacturer), cables and all incidental items necessary for a fully functioning supply. (A minimum of 8 batteries are required per signal and the UPS shall be able accommodate 8 batteries.)

Page 98: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

29

Route 28 Phase 2

Payment will be made under the following three pay items which shall completely cover the materials, labor and equipment to install the provisions outlined in this special provision:

Pay Item Pay Unit NS Traffic Signalization Uninterruptible Power Supply Each (EA) NS Traffic Signalization UPS Battery Each (EA) NS Traffic Signalization UPS Cabinet, Type B Each (EA)

CSP-55 MAINTENANCE OF ENTRANCES DURING CONSTRUCTION

The Contractor shall maintain all entrance connections for the life of construction, to the satisfaction of the County. In certain phases of construction, the Contractor shall maintain access through the construction site with Aggregate Base Material Type I, Type 21A or 21B and traffic control devices. All drums utilized for the maintenance of entrance connections shall be installed with a flashing yellow light at no additional cost to the project. This pay item shall include the following in addition to the stone material:

All labor, material and equipment to obtain, install, maintain, and remove/dispose stone Maintenance of entrance connections to all properties on the project for the life of construction

o The entrance and entrance connections shall be free of dips (“pot-holes”) greater than 2”, and stone shall be replenished at no additional cost to the project.

o The minimum width of any entrance shall be no less than existing connection at Route 28 unless specified/shown in the project’s TMP/SOC.

o The Contractor shall provide snow removal for all entrance connections, within 4 hours of a snow event.

o The County has the sole authority to determine the definition of a properly maintained entrance connection.

When the connection serves 3 or more than properties, Contractor shall provide Signage (not shown on plans) for entrance location on a 30” x 30” panel consistent with VWAPM Sign Standard, M4-V6br, listing the addresses the connection serves.

Payment will be made under the following pay items which shall completely cover the materials, labor and equipment to comply with the provisions outlined in this special provision:

Pay Item Pay Unit Aggr. Base Material, Ty. 1, No. 21A or 21B Ton (Entrance Connections)

CSP-56 PARCEL 018 ENTRANCE CONSTRUCTION PRIOR TO 10/17/2017

Contractor shall construct and complete all entrance features associated with Parcel 018 Fitzwater Drives connection including curb and gutter, sidewalk, CG-12, and sanitary lateral as shown sheets 6D and 37(2) prior to Oct 17, 2017.

CSP-57 NOT USED

Not Used.

CSP-58 SEQUENCE OF CONSTRUCTION AND TIMING OF UTILITY RELOCATION

When Notice To Proceed is provided to the Contractor by the County, utility relocations along existing Nokesville Road may be ongoing. Areas which are active with utility relocations will be unavailable to the Contractor at the start of construction and may remain unavailable until the utility relocations are complete. The Contractor shall sequence, plan and execute his work such that no work will interfere with or be dependent upon the completion of any uncompleted utility relocation activities.

Page 99: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

30

Route 28 Phase 2

The County shall coordinate the remaining utility relocation activities. Contractor shall coordinate with Prince William County to receive approval of any construction activities within areas where utility relocation is ongoing. Phasing of construction due to utility relocation activities shall not be the basis of any claim. The Contractor shall not under any circumstances be compensated for inconveniences or delays suffered due to earthwork or other material imbalances resulting from the sequencing of the construction. The Contractor may find it necessary to temporarily stockpile excavated material at sites within project right of way outside of the above listed areas in order to properly conduct the work within the sequencing limitations. The Contractor shall coordinate with the County to identify these sites. The Contractor is responsible for means, methods and sequencing of the work based upon on-going utility relocation during construction as indicated herein. Depending on the details of his own sequencing, the Contractor may also find it necessary to import offsite embankment material before other on site material can be excavated for use within the project. No additional compensation shall be made for these activities. The Contractor may find it necessary to stage multiple mobilizations, including clearing and grubbing, in order to prosecute the work in the sequence described herein. No separate payment shall be made by the County for multiple mobilization(s) or multiple clearing and grubbing activities. The Contract Unit price for mobilization, clearing and grubbing and any other activities necessary to perform the Work described herein shall include all costs for performing all activities related to these items, regardless of the time or distance between the individual activities being performed. In the event that utility relocations are not completed by 6/30/2017 and it is proven by the Contractor, beyond any reasonable doubt, that the ongoing utility relocation adversely impacts the project’s critical path (CPM), the County may extend the Contract Time of the project’s completion date concurrently with the number of interruption days caused by the utility relocation to the project’s critical path. No monetary compensation will be made due to delays resulting from ongoing utility relocation. At the time of issuance of the IFB, the following describes the status of utility relocations for the project:

Dominion Virginia Power – Relocation Complete Verizon – Relocation Complete (Pole Removal To Be Performed Following Comcast Completion) NOVEC – Relocation Complete (Street Light Coordination Required During Construction) Level 3 – Relocation Complete (Existing Facilities have been abandoned and left in place) Fiberlight – Relocation Complete Comcast – Relocation Ongoing

CSP-59 PROJECT CLEARING RESTRICTION AND CONTRACT TIME EXTENSION

A Time Of Year Restriction (TOYR) exists for all clearing within the Project Limits. Clearing shall not be permitted from April 15 to September 15 due to the potential presence of the federally endangered Indiana Bat (Myotis sodilis). Due to the TOYR, the County may extend the Contract’s final completion date of 27 months by an additional two (2) months. This extension will be granted at the sole discretion of the County and this delay shall be non-compensatory.

CSP-60 ABANDONMENT OF EXISTING WELL

The project requires the abandonment of a well on parcel 034. Well abandonment shall meet 12 VAC 5-630-450 requirements. Abandoned water wells will be measured and paid for on an each basis, which price shall include all necessary work associated with properly closing and abandoning the well in accordance with 12 VAC 5-630-450 and the Virginia Department of Health Regulations & Requirements. Well abandonment is governed jointly by the Department of Environmental Quality and the Department of Health pursuant to 62.1-44.92(6) of the Ground Water Act of 1973 (Repealed). In addition, the abandonment of any private well governed by this chapter, or any private well abandoned as a condition of a permit issued under this chapter, shall be administered by the Department of Health in conformance with this section. The object of proper permanent abandonment is to prevent contamination from reaching ground water resources via the well. A permanently abandoned well shall be abandoned in the following manner:

Page 100: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

31

Route 28 Phase 2

1. All casing material may be salvaged. 2. Before the well is plugged, it shall be checked from land surface to the entire depth of the well to ascertain

freedom from obstructions that may interfere with plugging (sealing) operations. 3. The well shall be thoroughly chlorinated prior to plugging (sealing). 4. Bored wells and uncased wells shall be backfilled with clean fill to the water level. A two-foot-thick

bentonite plug shall be placed immediately above the water level. Clean fill shall be placed on top of the bentonite plug and brought up to at least five feet from the ground surface. The top five feet of the well casing, if present, shall be removed from the bore hole. In an open annular space is present around the well casing, the annular space shall be filled with grout to the maximum depth possible, but less than or equal to 20 feet. A one-foot-thick cement or bentonite grout plug that completely fills the bore void space shall be placed a minimum of five feet from the ground surface. The remaining space shall be filled with clean fill which is mounded a minimum of one foot above the surrounding ground surface. Bored wells or uncased wells abandoned in this manner shall be treated as wells with respect to determining the minimum separation distance to sources of contamination listed in Table 3.1. The location of these wells shall be permanently marked for future location.

5. Wells constructed in collapsing material shall be completely filled with grout or clay slurry by introduction through a pipe initially extending to the bottom of the well. Such pipe shall be raised, but remain submerged in grout, as the well is filled.

6. Wells constructed in consolidated rock formations or which penetrate zones of consolidated rock may be filled with sand or gravel opposite the zones of consolidated rock. The top of the sand or gravel fill shall be at least five feet below the top of the consolidated rock and at least 20 feet below land surface. The remainder of the well shall be filled with grout or clay slurry.

CSP-61 DEMOLITION OF SIGNS, SHEDS, AND MISC ITEMS

Demolition work items D1, D3, D4, D6, D9, D10, D11, D12, D13, D14, D50, D51, D52, D53, D54, D55, D56, D65, D700, D701, D702, D703, D709, D710, D711, D712, D713 shall include removing and disposing of all items.

Page 101: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

COUNTY OF PRINCE WILLIAM

1 County Complex Court, (MC460) Prince William, Virginia 22192-9201

(703) 792-6770 Metro 631-1703 Fax (703) 792-4611

Route 28 Phase 2 C-1 of 12 Sample Contract

PRINCE WILLIAM COUNTY

ROAD/HIGHWAY CONSTRUCTION CONTRACT

CONTRACT NO.: XXXXX

PWC: Project No. SPR2016-0020

FHWA No. STP-5A01 (509)

VDOT: Project No. 0028-076-982 C502 , UPC 105198

SUBJECT: ROUTE 28 WIDENING – PHASE 2

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 with all applicable requirements of 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 __, 2017

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: Route

28 Widening – Phase 2 identified herein, on the following terms and conditions.

Page 102: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 2 of 12 Sample Contract

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, Virginia

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”.

Contract Documents: The Contract Documents are complimentary, and what is required

by one shall 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

Page 103: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 3 of 12 Sample Contract

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 applicable laws, ordinances,

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 Contractor’s

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 No. 1 ranked the highest

precedence:

1. Prince William County Purchasing Regulation

2. This Contract

3. Addenda, issued prior to receipt of bids

4. Contract Special Provisions

5. The Plans

6. Supplemental Specifications

7. Special Provision Copied Notes

8. VDOT Road and Bridge Specifications

9. VDOT Road and Bridge Standards

10. Contractor’s Bid Response

D. Statement of Work

Generally, the Project generally includes construction of the widening of Route 28 to a four-lane

divided facility from Fitzwater Drive to Realigned Vint Hill Road (project length approximately

2.2 miles). This segment of Route 28 is classified as a Rural Minor Arterial with a design speed of

Page 104: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 4 of 12 Sample Contract

60mph. Major project features include: 1) roadway widening and reconstruction, 2) storm drainage

improvements, 3) replacement of the existing Route 28 Bridge over Kettle Run, 4) major culvert

construction, 5) stormwater management facilities, 6) retaining walls, and 7) traffic signal

reconstruction (Route 28/ Fitzwater Drive).

Work includes, but is not limited to, the installation of erosion control devices, clearing and

grubbing, grading, excavation, installing storm sewers pipes and drainage structures, culvert

installation, stormwater management facilities, curb and gutter, placing aggregate, asphalt paving,

pedestrian facilities (sidewalk/shared use path), installation of traffic signage and pavement

markings, sanitary sewer construction, traffic signal, 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.

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) days after the written Notice-to-Proceed and to

finally complete the entire work including, all punch-list work resulting from the final inspection

by VDOT and the County, within 27 months of the Notice to Proceed. 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 27 months of the Notice to Proceed, in which the work including punch-list

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 _____________, 2017 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 Contractor, 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.

Page 105: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 5 of 12 Sample Contract

H. Examination of Records

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.

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

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:

Page 106: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 6 of 12 Sample Contract

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

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.

Page 107: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 7 of 12 Sample Contract

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 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.

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;

Page 108: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 8 of 12 Sample Contract

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 (6) 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.

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.

Page 109: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 9 of 12 Sample Contract

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 and all employees and volunteers, from any and all

claims for property damage, bodily 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.

The Contractor hereby agrees to defend, indemnify and hold PWC; it heirs, successors and

assigns, from and against all costs, liabilities, damages, fines, mitigation and obligations of any

type, resulting from any violation of the terms and conditions of the permit in the Contractor’s

(or any subcontractor’s) construction of the Project. Contractor further agrees that PWC is an

intended third party beneficiary of this Contract.

P. Termination for Non-Appropriation of Funds

If funds are not appropriated for any succeeding fiscal year subsequent to the one in which this

Contract is entered into, for purposes of this Contract, then the County may terminate this

Contract upon thirty (30) calendar days prior written notice to the Contractor. Should

termination be accomplished in accordance with this section, the County shall be liable only for

payments due through the date of termination.

Page 110: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 10 of 12 Sample Contract

Q. Governing Law

This Contract and any disputes hereunder shall be governed 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, 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

local laws, regulations 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 will comply with all current applicable federal and state Occupational Safety and

Health Acts and all current applicable rules, regulations, and standards.

R. 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

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

Page 111: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 11 of 12 Sample Contract

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.

S. 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. T. 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.

U. 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.

V. Immigration Reform and Control Act

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.

Page 112: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Contract No. XXXX

Route 28 Phase 2 Page 12 of 12 Sample Contract

W. 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

Page 113: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 VSP-1 VDOT SP’s & CN’s

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

VDOT SPECIAL PROVISIONS

AND SPECIAL PROVISION COPIED NOTES

TO

VIRGINIA DEPARTMENT OF TRANSPORTATION

ROAD AND BRIDGE SPECIFICATIONS

DATED

2016

The following lists all VDOT Special Provisions and Special Provision Copied Notes

(herein under) which govern the work and are incorporated by reference. Note that

“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, and SQ=Special Provision.

SPEC No. DOCUMENT TITLE SEC**

cn100-000050-00

VDOT SUPPLEMENTAL SPECIFICATIONS (SSs), SPECIAL

PROVISIONS (SPs) AND SPECIAL PROVISION COPIED NOTES

(SPCNs) (Local Assistance) 7-12-16

100

cq103-010100-00 NEGOTIATION WITH THE LOWEST SOLE BIDDER 7-12-16 103

SS106-002016-01 SECTION 106—CONTROL OF MATERIAL 7-12-16 106

SS107-002016-01 SECTION 107—LEGAL RESPONSIBILITIES 7-12-16 107

cn108-010100-00 SECTION 108.01—PROSECUTION OF WORK (Schedule Work) R-7-12-

16 108

cq108-000120-00 LIMITATIONS OF OPERATIONS R-7-12-16 108

SP108-000130-00 CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS R-7-12-

16 108

cn109-000110-00 NO FUEL ADJUSTMENT ELIGIBILITY FOR SPECIFIC SCHEDULE

ITEMS R-7-12-16 109

cn109-000120-00 NO STEEL PRICE ADJUSTMENT ELIGIBILITY FOR SPECIFIC

SCHEDULE ITEMS R-7-12-16 109

cn109-000200-00 CRACK SEALING WORK CONTRACT EXTENSION R-7-12-16 109

SP208-000100-00 SECTION 208—SUBBASE AND AGGREGATE BASE MATERIAL

[Crushed Hydraulic Cement Concrete (CHCC)] 7-12-16 208

cn211-000100-00 POLISHING AGGREGATE IN ASPHALT CONCRETE R-7-12-16 211

SP211-000100-00 SECTION 211—ASPHALT CONCRETE 7-12-16 211

SS212-002016-01 SECTION 212—JOINT MATERIALS I-7-12-16 212

SQ223-020100-00 CORROSION RESISTANT REINFORCING STEEL R-7-12-16 223

SS232-002016-01 SECTION 232—PIPE AND PIPE ARCHES I-7-12-16 232

Page 114: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 VSP-2 VDOT SP’s & CN’s

SPEC No. DOCUMENT TITLE SEC**

SS245-002016-01 SECTION 245—GEOSYNTHETICS AND LOW PERMEABILITY

LINERS 7-12-16 245

SP102-050100-00 USE OF DOMESTIC MATERIAL (Buy America) R-7-12-16 102

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

SQ302-000100-00 PIPE REPLACEMENT R-7-12-16 302

SS302-002016-01 SECTION 302—DRAINAGE STRUCTURES I-7-12-16 302

cn303-000100-00 AGGREGATE MATERIAL R-7-12-16 303

SP314-000100-00 ASPHALT SURFACE TREATMENT 7-12-16 314

SP314-000110-00 BLOTTED SEAL COATS 7-12-16 314

SP315-000100-00 SECTION 315—ASPHALT CONCRETE PLACEMENT 7-12-16 315

SP315-000310-00 PLACEMENT OF ASPHALT CONCRETE OVERLAYS R-7-12-16 315

SP315-070100-00 RIDEABILITY (For Asphalt Concrete Pavement) 7-12-16 315

SS403-002016-01 SECTION 403—BEARING PILES I-7-12-16 403

SS404-002016-01 SECTION 404—HYDRAULIC CEMENT CONCRETE OPERATIONS 7-

12-16 404

SQ406-000100-00 SECTION 406—REINFORCING STEEL R-7-12-16 406

SP407-000100-00 METALLIZATION OF FERROUS METAL SURFACES 7-12-16 407

cq505-030100-01 SECTION 505.03—PROCEDURES (Guardrail & Attenuator ID Stamps) R-

7-12-16 505

cn510-000100-00

LOCATING, REMOVING AND DISPOSING OF RECESSED

PAVEMENT MARKERS AND RAISED SNOW-PLOWABLE MARKERS

R-7-12-16

510

cn512-000100-00 TABLE V-1, ADT GROUPS 7-12-16 512

cn512-000110-00 CONTRACTOR PROPOSED ALTERNATIVE TRAFFIC CONTROL

PLANS R-7-12-16 512

cn512-030100-00 POLICE PATROLS R-7-12-16 512

cq512-030100-00 SECTION 512—MAINTAINING TRAFFIC R-7-12-16 512

SP515-000100-00 COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS 7-

12-16 515

SP516-000110-00 ASBESTOS REMOVAL FOR ROAD CONSTRUCTION DEMOLITION

PROJECTS R-7-12-16 516

SP516-000120-00 DEMOLITION OF STRUCTURES CONTAINING NON-FRIABLE

ASBESTOS CONTAINING MATERIALS R-7-12-16 516

SP600-000100-00 ROADSIDE DEVELOPMENT AND SOIL STABILIZATION 7-12-16 600

cn700-030100-00 SECTION 700.03—GENERAL REQUIREMENTS I-7-12-16 700

Page 115: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 VSP-3 VDOT SP’s & CN’s

SPEC No. DOCUMENT TITLE SEC**

SP703-000100-00 MAST ARM HANGER ASSEMBLY STD SM-3 AND SMD-2 I-7-12-16 703

cn704-000100-00 SWEEPING PRIOR TO PAVEMENT MARKING (Surface Treatment) R-7-

12-16 704

cn704-000110-00 COVERING CLEANING AND INSPECTING EXISTING RAISED

PAVEMENT MARKERS R-7-12-16 704

cn704-040100-00 SECTION 704.04—MEASUREMENT AND PAYMENT (Bonus) 7-12-16 704

SP704-000100-00 SECTION 704—PAVEMENT MARKINGS AND MARKERS (ASPHALT

SCHEDULES) 7-12-16 704

SP704-000110-00 REPLACEMENT OF PAVEMENT LINE MARKINGS, PAVEMENT

MARKERS AND LOOP DETECTORS R-7-12-16 704

SS704-002016-01 SECTION 704—PAVEMENT MARKINGS AND MARKERS I-7-12-16 704

SQ404-000100-00 ELASTIC INCLUSION (Expanded Polystyrene) R-7-12-16 404

SS700-002016-01 SECTION 700-GENERAL 1-7-12-16 700

SS102-002016-01 SECTION 102-BIDDING REQUIRMENTS AND CONDITIONS 7-12-16 102

SQ505-000100-00

REPLACEMENT OF GUARDRAIL, MEDIAN BARRIER, IMPACT

ATTENUATOR, AND GUARDRAIL TO BRIDGE ATTACHMENTS R-7-

12-16

505

Page 116: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 117: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 118: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn108-010100-00 SECTION 108.01—PROSECUTION OF WORK is amended to add the following:

Once the Contractor has begun work on a given schedule or portion thereof he shall endeavor to prosecute such work fully and continuously according to the details and requirements of the Contract to its completion. In the event the Contractor has to temporarily suspend the work on a given schedule or portion thereof he shall notify the Engineer at least 24 hours in advance of the time and date he plans to pull off the work site. Prior to leaving the work site, the Contractor shall ensure the work site has been properly and safely secured to protect the traveling public according to the provisions of the Virginia Work Area Protection Manual, the MUTCD, Section 512 of the Specifications, and other requirements included in the Contract.

8-17-10; Reissued 7-12-16 (SPCN)

Page 119: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn109-000110-00 NO FUEL ADJUSTMENT ELIGIBILITY FOR SPECIFIC SCHEDULE ITEMS —

If the fuel adjustment form(s), as required in the special provision for Optional Adjustment for Fuel, is not included in the Contract for a specific schedule, the items in that schedule are not eligible for fuel adjustment. 9-3-08; Reissued 7-12-16 (SPCN)

Page 120: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn109-000120-00 NO STEEL PRICE ADJUSTMENT ELIGIBILITY FOR SPECIFIC SCHEDULE

ITEMS — If the steel price adjustment form(s), as required in the special provision for Price Adjustment For Steel, is not included in the Contract for a specific schedule, the items in that schedule are not eligible for steel price adjustment. 12-10-09; Reissued 7-12-16 (SPCN)

Page 121: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn109-000200-00 CRACK SEALING WORK CONTRACT EXTENSION — The Department

reserves the right to extend the work in the special provision for Sealing Cracks in Asphalt Concrete Surfaces or Hydraulic Cement Concrete Pavement for this contract. This extension of work shall be accomplished by work order for intervals of one year (not to exceed two intervals), providing the Department and Contractor are in agreement and the following conditions are met:

• The Contractor’s bonding agency is in agreement to the Contract extension

• There is no increase in contract unit prices and

• There are no new bid items added to the Contract 7-13-10; Reissued 7-12-16 (SPCN)

Page 122: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn211-000100-00 POLISHING AGGREGATE IN ASPHALT CONCRETE - Section 211—Asphalt

Concrete of the Specifications is amended as follows: Section 211.02—Materials is amended by replacing (e) with the following:

Fine or coarse aggregate that tend to polish under traffic will not be permitted in any final surface exposed to traffic except as permitted within the limits of Section 211.04(a) and (b) of the Specifications and as designated by the Engineer or as permitted elsewhere in these Specifications.

Section 211.04—Asphalt Concrete Mixtures is amended by replacing (a) and (b) with the following:

Asphalt concrete mixtures shall conform to Table II-14 and the following:

(a) Types SM-9.0A, SM-9.0D, SM-9.0E, SM-9.5A, SM-9.5D and SM-9.5E asphalt concrete shall consist of crushed stone, crushed slag, or crushed gravel and fine aggregate, slag or stone screenings or a combination thereof combined with asphalt cement. NOTE: For all surface mixes, except where otherwise noted, no more than 5 percent of all aggregate retained on the No. 4 sieve and no more than 20 percent of the total aggregate may be polish susceptible. At the discretion of the Engineer, a SM-9.5AL may be specified and polish susceptible aggregates may be used (without percentage limits).

(b) Types SM-12.5A, SM-12.5D, SM-12.5E, IM-19.0A, IM-19.0D,

and IM-19.0E asphalt concrete shall consist of crushed stone, crushed slag, or crushed gravel and fine aggregate, slag or stone screenings or a combination thereof combined with asphalt cement. NOTE: At the discretion of the Engineer, an intermediate mix may be designated as either a SM-19.0A or SM-19.0D. For SM-12.5 and SM-19.0 surface mixes, no more than 5 percent of the aggregate retained on the No. 4 sieve may be polish susceptible. All material passing the No. 4 sieve may be polish susceptible. No more than 35 percent of the total aggregate composition (polish and non-polish susceptible) shall be passing the No. 8 sieve. At the discretion of the Engineer, a SM-12.5AL may be specified and polish susceptible aggregates may be used (without percentage limits).

10-7-09; Reissued 7-12-16 (SPCN)

Page 123: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 124: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 125: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn510-000100-00 LOCATING, REMOVING AND DISPOSING OF RECESSED PAVEMENT

MARKERS AND RAISED SNOW-PLOWABLE MARKERS — The Contractor shall locate, remove and dispose of existing recessed pavement markers and raised snow-plowable markers prior to resurfacing. The cavity left by the removal of the existing recessed pavement markers shall be cleaned of debris, filled with the approved mix for resurfacing and compacted. Locating, removing and disposing of recessed pavement markers and raised snow-plowable markers; cleaning and filling the cavity, and compacting the material placed in the cleaned cavity will not be measured for payment. The cost for performing this work shall be included in the price bid for other appropriate items of work. 10-17-10; Reissued 7-12-16 (SPCN)

Page 126: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 127: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn512-000110-00 CONTRACTOR PROPOSED ALTERNATIVE TRAFFIC CONTROL PLANS —

The Contractor may prepare his own Contractor Alternative Traffic Control Plan (CATCP) as an alternative to that shown in the Contract. This alternative plan must be prepared in conformance with the requirements of AASHTO; the latest approved editions of the Manual of Uniform Traffic Control Devices (MUTCD) and the Virginia Work Area Protection Manual. The Contractor must provide, as part of this alternative plan, information and explanations consistent with, and to the same level of detail, as the project-specific Traffic Control plans in the Contract prepared by VDOT or its consultants. The alternative plan must clearly demonstrate coordination with the Contractor’s overall, comprehensive plan for prosecuting the work, through its various phases or stages of construction and sequencing. The plan must be supported by a detailed transportation network traffic operations analysis, consistent with the complexity of the project, using a methodology or computer software program approved by the Department. This analysis must satisfactorily demonstrate the operating conditions of the network, and particularly, the work zone given expected traffic volumes during the length of the construction schedule. As a necessary and integral part of the plan, the Contractor shall be responsible for identifying all utilities and right of way that will be impacted by his proposed CATCP, to include but not be limited to: underground utility designations, securing any additional or supplemental permissions or permits required to construct the project and preparing all analyses, plans, summaries, specifications, special provisions, etc., necessary to secure approvals to construct the project according to his alternative plan. The analyses, plans, summaries, specifications, and special provisions shall be directly prepared by or prepared under the supervision of a Professional Engineer registered to practice civil engineering in the Commonwealth of Virginia who is trained and\or certified in traffic control analysis and design. All such documents shall be signed and sealed by the Professional Engineer. The Department reserves the right to accept or reject any CATCP developed under the provisions of this specification. The Contractor must obtain the Engineer’s written approval before beginning any work using a Contractor Alternative Traffic Control Plan for Maintenance of Traffic. The Engineer’s written approval is required for all modifications to the accepted Contractor Alternative Traffic Control Plan. The Engineer will permit changes to the CATCP without proper documentation and authorization only in emergency situations where incident management is critical. The Engineer’s acceptance of the Contractor’s Alternative Traffic Control Plan will not relieve the Contractor of his responsibility for all related project impacts, costs, delays, or damages, whether direct or indirect, resulting from Contractor initiated changes in the design or construction activities from those detailed in the original Contract specifications, design plans, including the Department’s temporary traffic control plans or other Contract Documents and which effect a change in project work different from that shown in the plans, joint project agreements, or other project construction schedules. No additional compensation or extension of time for contract completion will be considered in conjunction with the Contractor’s decision to proceed with use of a Contractor Alternative Traffic Control Plan that is approved by the Engineer. 3-27-08; Reissued 7-12-16 (SPCN)

Page 128: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn512-030100-00 POLICE PATROLS — The Contractor is advised that the Department will use

Police patrols in construction work zones when traffic flow problems are anticipated, to enhance the safety of both the public and construction personnel, during the life of this contract. 4-25-88c; Reissued 7-12-16 (SPCN)

Page 129: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn700-030100-00 SECTION 700.03—GENERAL REQUIREMENTS of the Specifications is

amended as follows:

Section 700.03(a) Sign Structures is amended by replacing the first paragraph with the following:

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. All overhead sign structures having a single pole, or a single pole at each end, shall have a minimum of eight 2-inch diameter (minimum) anchor bolts. Structures with more than one pole at each end shall have a minimum of four 2-inch diameter (minimum) anchor bolts per pole. Washers are required above and below the base plate. Tubular pole shafts shall have a removable cap fastened by at least three screws.

Section 700.03(b)1 High Mast Lighting Structures is replaced with the following:

High Mast Lighting Structures (Lengths of 55 feet or greater) shall be galvanized steel and shall have at least twelve 2-inch diameter (minimum) anchor bolts. Aluminum structures will not be allowed. Washers are required above and below the base plate.

Section 700.03(c)1 Mast Arm Signal Poles is amended by replacing the fourth paragraph with the following:

Mast arm poles shall have a round base plate designed for a minimum of eight 2-inch diameter anchor bolts equally spaced on a minimum 24-inch bolt circle. Type A and Type D poles may be installed with six 2-inch diameter anchor bolts in the eight-bolt design circle if the Contractor’s design calculations demonstrate that six bolts will be sufficient for the design and loading requirements detailed herein. The upper ends of anchor bolts shall be threaded and furnished with nuts for pole attachment in accordance with Section 700.05(k) of the Specifications.

4-19-16; Issued 7-12-16_(SPCN)_

Page 130: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn704-000100-00 SWEEPING PRIOR TO PAVEMENT MARKING — No earlier than 7 days after

completion of surface treatment the Contractor shall sweep the roadway surface prior to installation of permanent pavement markings. Permanent pavement markings shall be installed within 30 calendar days after completion of surface treatment placement. The cost of sweeping the roadway prior to installing pavement marking shall be included in the price bid for pavement marking. 7-28-14; Reissued 7-12-16 (SPCN)

Page 131: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn704-000110-00 COVERING CLEANING AND INSPECTING EXISTING RAISED PAVEMENT

MARKERS — The Contractor shall cover all existing raised pavement markers with a non-stick covering. The Contractor shall ensure that no resurfacing material, duct tape, or adhesive comes into contact with the retroreflector. The covering shall extend to include an area of 12 inches in front and in back of the casting, and the entire width of the casting. After completion of the resurfacing operation, the covering shall be removed. If the existing raised pavement marker retroreflectors are dirtied during paving operations (including dirtying from adhesive residue), they shall be fully cleaned or replaced by the Contractor to ensure minimum retroreflectivity as defined in Section 235 of the Specifications. Any raised markers (including retroreflectors and/or castings) damaged by the Contractor’s operations shall be replaced by the Contractor and properly disposed of at no expense to the Department. Replacement castings shall not be placed in the same location as the existing castings. The void left by the dislodged casting shall be repaired according to the Specifications, and the replacement raised pavement marker properly installed in a new location at least 3 inches from the repair. The covering, cleaning, and inspection of the raised markers will not be measured for payment. All cost for performing this work shall be included in the price bid for other items of work. 9-17-15c; Reissued 7-12-16 (SPCN)

Page 132: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

cn704-040100-00 SECTION 704.04—MEASUREMENT AND PAYMENT of the Specifications is

amended to include the following: The Schedule of Items may contain permanent pavement marking bid items designated as “Bonus” in addition to the regular permanent pavement marking bid items. This “Bonus” designation indicates an adjustment of 1.25 to be made to the regular Contract unit bid price for the designated item according to Section 102.05 of the Specifications which is to be paid to the Contractor if the conditions specified herein are met. For items with the “Bonus” designation the Contractor will be paid at the adjusted price instead of at the regular bid price for the linear foot of permanent pavement marking installation completed if the following conditions are met: ● Plant Mix: Pavement markings (not including Type B, Class VI) are

installed on Plant Mix surfaces within 14 days or less after the last day of paving.

● Non-Plant Mix: Pavement markings (not including Type B, Class VI) are installed on Non-Plant Mix surfaces within 21 days or less after the last day of paving.

7-12-16 (SPCN)

Page 133: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

NEGOTIATION WITH THE LOWEST SOLE BIDDER — In the event the Department receives a single responsive and responsible bid that exceeds available funds, the agency may negotiate with that sole

bidder to obtain a contract price within available funds in accordance with the provisions of §2.2-4318 of the Code of Virginia. For the purpose of determining when such negotiations may take place, the term “available funds” shall mean those funds, which were budgeted by the agency for this Contract prior to the issuance of the written Invitation for Bids for the same. Negotiations with the sole bidder may include a change in requirements; including price(s). The agency shall initiate such negotiations by written notice to the sole bidder that its bid exceeded the available funds and that the agency wishes to negotiate a lower contract price within the designated available funds. The time, place, and manner of negotiating shall be agreed to by the agency and the sole bidder. 7-12-16_(SPCN)_

Page 134: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

LIMITATIONS OF OPERATIONS — The Contractor shall schedule milling and asphalt overlaying operations in such a manner that asphalt overlay operations are performed as quickly as possible after milling operations are performed. Such time period shall not exceed 48 hours for such work on roadways designated as traffic group XIV and as designated elsewhere in the Contract; and shall not exceed five consecutive calendar days for such work on all other roadways; or as directed by the Engineer. No milled areas shall be left unpaved from Thursday evening through Sunday evening. 2-12-09; Reissued 7-12-16_(SPCN)

Page 135: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 136: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 137: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 138: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 139: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 140: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP108-000130-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

CPM PROGRESS SCHEDULE FOR CATEGORY IV 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 cost loaded 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 141: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 forty-five (45) 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 142: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 be based on the Baseline Progress Schedule and shall be prepared on the VDOT Form C-13CPM according to Section IV (C).

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 cost 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 remaining payment periods. The Progress Earnings Schedule Update shall be prepared on the VDOT Form C-13CPM according to Section IV (C).

Page 143: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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.

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

Page 144: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 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.

Page 145: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 event(s). The fragnet activities shall be logically linked to the affected activities to show the direct impact on the work.

Page 146: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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:

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

Page 147: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 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,

Page 148: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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.

a) For Contracts that include an “Early Completion” incentive provision to

finish earlier or no later than a Contract specified interim completion milestone date, the “Early Completion” incentive interim milestone -activity shall be constrained with a “Finish On or Before” date equal to the Contractor’s proposed early completion interim milestone date or the Contract specified “Early Completion” interim milestone date for the maximum early completion incentive allowed in the Contract, whichever is later.

b) For Contracts that include a “Must Finish By” disincentive provision for

finishing later than a Contract specified interim completion milestone date, the disincentive interim milestone activity shall be constrained with a “Finish On or Before” date equal to the Contract specified “Must Finish By” interim completion milestone date.

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.

Page 149: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 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. For Contracts that include a disincentive only provision for finishing later than a Contract specified “Must Finish By” interim milestone date, total float shall be calculated relative to the Contract specified “Must Finish By” date. For Contracts that include an early completion incentive/disincentive provision to finish earlier or no later than a Contract specified “Must Finish By” interim milestone date, total float shall be calculated relative to the later of either the Contractor’s proposed early completion date or the Contract specified early completion date for the maximum early completion incentive allowed in the Contract. In which case, the Contractor shall declare in writing, at the time of submitting his/her Baseline Progress Schedule or as specified in the incentive/disincentive provision, his/her intended early completion date(s) for the applicable Contract interim milestone or Contract fixed completion, as reflected on the Baseline Progress Schedule. 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. Cost Loading: The Contractor shall cost load each activity in the Progress Schedule that represents work that will be measured for payment. The Progress Schedule shall be reasonably cost loaded to allow for accurate determination of progress of the individual activities and the overall progress of the Work based on total actual cost (earnings). For the purposes of this provision, “cost” shall

Page 150: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

mean the proportion of the Contract bid item amount of the work that the activity represents. At the Contractor’s discretion, a bid item may be assigned to multiple activities or multiple bid items may be assigned to an activity as appropriate. Supporting items of work such as MOT, flagging, E&S, etc., that are typically performed intermittently over long periods of time may be assigned to a summary “Level of Effort” activity as appropriate. The Progress Schedule shall be cost loaded using the software “Material” resource type and according to the following:

a) “Material” resources shall be defined for each Contract line item as

shown on the Contract Schedule of Items and assigned to the applicable activities. The Resource ID shall be unique and shall be based on the associated Contract Bid Item Number and prefixed by the Contract ID (e.g., C00012345B01.00100).

b) Quantities and costs shall be assigned to applicable activities to allow for

an accurate determination of progress of the activity based on total units (quantity) of work completed.

c) Activities shall be cost-loaded to allow for summarization of the budgeted

quantity and budgeted costs by Resource ID. The aggregate sum of the budgeted quantity and budgeted costs for all activities to which the resource is assigned shall equal the total Contract amount for the associated Contract Bid Item Number as shown in the Contract Schedule of Items.

d) The aggregate sum of the budgeted costs for all cost loaded activities

shall equal the Total Contract Value. Total Contract Value will be considered to mean the current Contract amount including the original Contract amount and any authorized adjustments for changes in the Work according to, but are not limited to, the provisions of Sections 109.04 and 109.05 of the Specifications.

e) Anticipated payments for Material on Hand according to Section 109.09

of the Specifications or for other adjustments such as asphalt, fuel, retainage, incentives, disincentives, etc., will not be considered in the Progress Schedule, unless specifically directed otherwise by the Engineer.

12. 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:

Page 151: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 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

Page 152: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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.

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.

C. Progress Earnings Schedule – The Progress Earnings Schedule shall consist of the following: 1. Activity Cost-loading Report (ACR): An Activity Cost-loading Report (ACR) to

show a listing of the budgeted costs for each cost loaded activity, an aggregate sum of the budgeted costs for each resource (bid item), and an overall summary of the budgeted costs for the project. The ACR shall be grouped by Resource ID and sorted by Activity ID and shall show for each activity the Activity ID, Activity Name, Price/Unit, Budgeted Unit (Quantity), Budgeted Cost, Actual Cost, Remaining Cost, and At Completion Cost.

2. Progress Earnings Schedule S-Curve: The Progress Earnings Schedule shall

depict in a Progress S-Curve the Contractor’s anticipated monthly cumulative progress, expressed as a percentage of cumulative planned earnings to date relative to the Total Contract Value, based on remaining cost data generated from the cost-loaded Progress Schedule. The Progress Earnings Schedule shall be updated monthly to show the current actual monthly and cumulative earnings to date based on the Contractor’s progress payment estimate and the projected monthly and cumulative earnings for the remaining payment periods based on the remaining cost data generated from the Progress Schedule. The Progress Earnings Schedule S-Curve shall be submitted in an electronic format on the VDOT Form C-13CPM.

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:

Page 153: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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); 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 Activity Cost-loading

Report (ACR). e) Electronic “PDF” copy of the Progress Earnings Schedule S-Curve. f) A working file of the Progress Earnings Schedule (VDOT Form C-

13CPM).

VI. FAILURE TO SUBMIT PROGRESS SCHEDULES

Page 154: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 forty-five (45) 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.

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

Page 155: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 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 twenty-one (21) calendar days. 3. The calculated project completion date is later than the Contract fixed completion

date by more than forty-five (45) 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.

Page 156: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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.

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

Page 157: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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

Baseline Progress Schedule Lump Sum Progress Schedule Update Each

Page 158: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP208-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 208—SUBBASE AND AGGREGATE BASE MATERIAL Crushed Hydraulic Cement Concrete (CHCC)

July 12, 2016

SECTION 208—SUBBASE AND AGGREGATE BASE MATERIAL of the Specifications is amended as follows:

Section 208.02—Materials is replaced with the following:

(a) Subbase material may consist of any mixture of natural or crushed gravel, crushed stone or slag, crushed hydraulic cement concrete (CHCC), and natural or crushed sand; with or without soil mortar. Subbase material may be used in a stabilized or unstabilized form.

(b) Aggregate base material may be designated as Type I or Type II as follows:

Type I shall consist of crushed stone, crushed slag, crushed hydraulic cement concrete (CHCC), crushed gravel or any combination of these material: with or without soil mortar or other admixtures. Crushed gravel shall consist of particles of which at least 90 percent by weight of the material retained on the No. 10 sieve shall have at least one face fractured by artificial crushing. Type II shall consist of gravel, stone, or slag screenings; fine aggregate and crushed coarse aggregate; sand-clay-gravel mixtures; crushed hydraulic cement concrete; or any combination of these materials; with or without soil mortar or other admixtures. Aggregate base materials Type I or II may be used in a stabilized or unstabilized form.

(c) Crushed Hydraulic Cement Concrete shall not be used as Subbase or aggregate base

material when any subsurface drainage system, such as standard underdrains (UD-4 or UD-5) and /or a stabilized open graded aggregate drainage layer (OGDL) is present, except when the CHCC is cement stabilized.

Section 208.03(b) Atterberg Limits is amended to include the following:

Plasticity: Subbase and aggregate base materials shall be either non-plastic (PI=0) or shall

conform to Table II-11 of the Specifications when tested according to VTM-7. If the material is classified as non-plastic (PI=0), according to VTM-7, the Liquid Limit requirement will be waived. Exceptions to this provision are noted as follows: 1. 100% CHCC and 20% or less CHCC Blends will be tested and subject to penalty

as noted in Table II-11 of the Specifications for the plasticity index, excluding Liquid Limit penalties.

2. Greater than 20% CHCC Blends will follow testing guidelines as set forth in

Section 208.06 (b) for Atterburg limits.

Section 208.03 is amended to add the following:

(h) Deleterious Material: The quantity of deleterious materials present in stockpiles of Crushed Hydraulic Cement Concrete, to be used in blending with virgin aggregates or as 100 percent CHCC, shall not exceed the following values:

Page 159: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

MATERIAL PERCENT BY WEIGHT (MASS) Asphalt Concrete 5.0 Glass and Metals 5.0

Wood, Plastic, Brick and other foreign matter 0.5

Section 208.04—Job-Mix Formula is replaced by the following:

(a) The Contractor shall submit, or shall have the source of supply submit, for the Engineer’s approval, a job-mix formula for each mixture to be supplied for the project prior to starting work. The formula shall be within the design range specified in Table II-9 of the Specifications. If unsatisfactory results or other conditions make it necessary, the Contractor shall prepare and submit a new job-mix formula for approval.

(b) A job mix formula shall be submitted for the engineer’s approval for each category of CHCC

mixture used. Designated categories shall indicate the mixture percentage of CHCC used according to the following criteria:

1. Category 1: 100% CHCC

Category 2: 20% or less CHCC ( 20%) Category 3: greater than 20% CHCC but less than 100% CHCC (>20%<100%)

2. The quantity of CHCC in the mix shall be expressed as a percentage of the total mix. Section 208.06—Acceptance is amended to include the following:

The following applies specifically to the use of Crushed Hydraulic Cement Concrete (CHCC) mixtures in addition to the acceptance criteria specificed in this section: 1. 100% CHCC shall conform to this special provision. 2. 20% or Less CHCC Blends shall conform to this special provision. 3. Greater than 20% CHCC Blends shall conform to the following:

a. The virgin aggregate portion of the blend will be tested for Atterberg limits, prior to CHCC

blending. b. Price adjustments for Liquid Limit and the Plasticity Index of the virgin aggregates used in

the blend with CHCC shall be according to Table II-11 of the Specifications.

c. No additional testing for Liquid Limit or Plasticity Index will be required on the final blended product.

4. All shipments of products containing CHCC must be designated on the shipping ticket (scale

ticket) by the use of the letter “R”. Examples: [22R, 21AR and 21BR] for: Aggregate Base material, Type I or Subbase materials.

Page 160: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP211-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 211—ASPHALT CONCRETE

July 12, 2016 SECTION 211—ASPHALT CONCRETE of the Specifications is amended as follows:

Section 211.03—Job-Mix Formula is amended to replace TABLE II-14 with the following:

TABLE II-14 Mix Design Criteria

Mix Type VTM (%)

VFA (%)

VFA (%)

Min. VMA

Fines/Asphalt Ratio

No. of Gyrations

Production Design Production (%)

N Design

SM-9.0A 1,2 2.0-5.0 75-80 70-85 16 0.6-1.3 65

SM-9.0D 1,2 2.0-5.0 75-80 70-85 16 0.6-1.3 65

SM-9.0E 1,2 2.0-5.0 75-80 70-85 16 0.6-1.3 65

SM-9.5A 1,2 2.0-5.0 75-80 70-85 16 0.7-1.3 50

SM-9.5D 1,2 2.0-5.0 75-80 70-85 16 0.7-1.3 50

SM-9.5E 1,2 2.0-5.0 75-80 70-85 16 0.7-1.3 50

SM-12.5A 1,2 2.0-5.0 73-89 68-84 15 0.7-1.3 50

SM-12.5D 1,2 2.0-5.0 73-89 68-84 15 0.7-1.3 50

SM-12.5E 1,2 2.0-5.0 73-89 68-84 15 0.7-1.3 50

IM-19.0A 1,2 2.0-5.0 69-76 64-81 13 0.6-1.2 65

IM-19.0D 1,2 2.0-5.0 69-76 64-81 13 0.6-1.2 65

IM-19.0E 1,2 2.0-5.0 69-76 64-81 13 0.6-1.2 65

BM-25.0A 2,3 1.0-4.0 67-87 67-92 12 0.6-1.3 65

BM-25.0D 2,3 1.0-4.0 67-87 67-92 12 0.6-1.3 65

1Asphalt content should be selected at 4.0% air voids for A & D mixes, 3.5% air voids for E mix. 2Fines-asphalt ratio is based on effective asphalt content. 3Base mix shall be designed at 2.5% air voids. BM-25.0A shall have a minimum asphalt content of 4.4% unless otherwise approved by the Engineer. BM-25.0D shall have a minimum asphalt content of 4.6% unless otherwise approved by the Engineer. For SM-9.5 and SM-12.5 mixes, the minimum asphalt contents shall be based on the following unless otherwise approved by the Engineer:

Bulk Specific Gravity of the Total Aggregate

Minimum Design AC Content Mix Type (%) SM-9.5 SM-12.5

Less Than 2.65 5.5 5.3

2.65 - 2.74 5.4 5.2

2.74 - 2.85 5.3 5.1

Page 161: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Greater Than 2.85 5.2 5.0

Section 211.09—Adjustment System is amended to replace the third paragraph with the following:

If the total adjustment for a lot is greater than 25 points, the Contractor shall remove the failing material from the road. If the total adjustment is 25 points or less and the Contractor does not elect to remove and replace the material, the unit price for the material will be reduced 3 percent of the unit price bid for each adjustment point the material is outside of the process tolerance. The Engineer will apply this adjustment to the tonnage represented by the sample(s). If the Engineer applies adjustment points against two successive lots, the Contractor shall ensure plant adjustment is made prior to continuing production.

Section 211.09—Adjustment System is amended to replace the last paragraph with the following:

The Engineer will reduce the unit bid price by 1.0 percent for each adjustment point applied for standard deviation. If the standard deviation for A.C is is within the ranges of 0.0 – 0.15, and there are no adjustment points assigned for any sieve sizes as noted in Table II-16, the Engineer will increase the unit bid price for AC mixture by five (5) percent.

Page 162: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 163: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 164: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP314-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

ASPHALT SURFACE TREATMENT

September 13, 2012; Reissued July 12, 2016 I. DESCRIPTION

This work shall consist of the application of a single or multiple course of asphalt surface treatment according to the Specifications and as specified herein.

II. DEFINITION OF TERMS Seal Treatment is defined as one application of asphalt material and one application of cover aggregate. Modified Single Seal is defined as two applications of asphalt material, one application of cover aggregate and one application of blot fine aggregate. Modified Double Seal is defined as three applications of asphalt material, two applications of cover aggregate and one application of blot fine aggregate.

III. MATERIALS The Contractor shall demonstrate the compatibility of the asphalt emulsion and cover aggregate (excluding the blot seal) prior to construction of the surface treatment. This testing shall be conducted according to VTM-65 in the presence of the Engineer for each asphalt and aggregate combination. In addition, the Contractor shall conduct the compatibility test at least once a week on stockpiled materials and any additional test, as deemed necessary by the Engineer. Compatibility test results shall be submitted to the Engineer. All material combinations shall pass the compatibility test unless waived in writing by the Engineer. If during the life of this project excessive loss of cover aggregate occurs, the Engineer may suspend the work according to Section 108 of the Specifications until the cause of the loss of cover material is corrected. (a) Asphalt Materials shall conform to Section 210 of the Specifications except as specified

herein. CRS-2 shall be a rapid setting cationic emulsified asphalt when tested according to ASHTO T59 Testing Emulsified Asphalt. CRS-2 shall meet the requirements of Type II coating ability. CRS-2h shall conform to CRS-2 except that the penetration shall be 40 to 100. RC-250 when permitted during the period of May 1 to October 1 shall meet the requirements of Type I coating ability. When permitted during the period of October 1 to May 1 Type II coating ability shall apply. CRS-2M (Polymer Modified Cationic Emulsified Asphalt) shall meet the physical requirements of asphalt material per AASHTO M316 for CRS-2L or CRS-2P except as

Page 165: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

modified herein. The minimum elastic recovery for CRS-2L, as tested according to AASHTO T301, shall be 50 percent.

The Contractor shall provide written certification of the test results.

(b) Cover Material — Coarse and Fine aggregate shall conform to Section 203 and 202 of the Specifications. Coarse aggregate shall be a minimum Grade B. Lightweight aggregate shall conform to Section 206 of the Specifications except as noted herein. For light weight aggregate when the material passing the No. 200 sieve by washing is dust of fracture, the percentage of deleterious material shall not exceed 1.7 percent. Crushed stone shall only be used on roads of Traffic Groups VI and above unless the surface treatment consists of modified single seal treatment or modified double seal treatment. Aggregates shall not be used within 24 hours of washing. Aggregate from more than one source shall not be furnished for a specified route or a group of sub-division routes unless permitted by the Engineer. The following modifies the aggregate material as defined in Section 203 of the Specifications:

Designation Modification

N Non-polishing material only L Lightweight G Washed gravel only

Notes: Where 8N is specified, it shall meet the gradation requirements of No. 8P. Where 8L is specified it shall meet the following gradation:

Sieve Size Percent Passing

1/2 100 3/8 75-100

No. 4 10-40 No. 8 max. 5

Where 8G is specified, it shall meet the gradation requirements of No. 8P.

IV. PROCEDURES

Weather limitations for asphalt surface treatment work shall be according to Section 314 of the Specifications. The Contractor shall have a certified Surface Treatment Technician present during the surface treatment operation. The Contractor shall use one steel wheel roller and one pneumatic-tire roller on modified single seal, modified double seal and seal treatments using CRS-2L asphalt material in a sequence approved by the Engineer. The Contractor is directed to the exceptions to these requirements found in IV.(c) of this special provision. These treatments shall be subjected to a minimum of one complete pass of each type of roller on either the cover aggregate or the blot seal coat. (a) Seal Treatment shall conform to Section 312 of the Specifications. When seal treatment

is specified, the Contractor shall protect the cover aggregate from traffic until the asphalt material has sufficiently cured to carry traffic without damage to the treatment.

Page 166: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

The rate of application shall be according to VTM-66. The rate of application for the cover aggregate and asphalt emulsion shown in the contract are approximate and the actual rate shall be determined by the Contractor and approved by the Engineer. After the roadway has been treated and cured, the Contractor shall lightly broom the surface to remove any excessive aggregate according to Section 312.04 of the Specifications and as directed by the Engineer. Brooming shall be performed in such a manner as not to damage the embedded aggregate material.

(b) Modified Single Seal and Modified Double Seal Treatments, when specified, shall be lightly broomed on the surface by the Contractor to remove any excessive aggregate according to Section 312.04 of the Specifications and as directed by the Engineer. Brooming shall be performed in such manner as not to damage the embedded aggregate material. No traffic, including delivery trucks, shall be allowed on modified seal treatments until after the blot coat material has been placed and rolled. 1. Modified Single Seal Treatment

a. Approximately 0.17 gallons per square yard of asphalt material, of the

type specified, shall be applied to the existing surface immediately followed by an application of approximately 15 pounds per square yard of aggregate size No. 8P. The aggregate shall be spread uniformly (one aggregate deep) over the treated surface. The aggregate shall be rolled immediately at least once with a self-propelled roller of an approved design. When a continuous uninterrupted modified single seal treatment train method is employed, rolling of the initial aggregate course may be omitted.

b. Immediately after the seal coat has been rolled according to IV.(b)1.a., herein a blot seal coat consisting of approximately 0.15 gallons per square yard of asphalt material, of the type specified, shall be applied to the surface treated pavement followed by a uniform application of approximately 10 pounds per square yard of fine aggregate. The fine aggregate shall be Grading A, B or F natural or manufactured according to Section 202 or No. 9 aggregate according to Section 203 of the Specifications, except that the material shall have no more than 5 percent passing the No. 200 sieve by washed analysis. The Contractor is directed to the exceptions to these requirements found in IV.(c) of this special provision. An increase in the application rate for blotter material may be necessary when using natural sand and if the desired results are not achieved with this material, the Engineer may require the use of manufactured sand. Fine aggregate from more then one source shall not be used intermittently. The fine aggregate shall be applied by the use of a self-propelled aggregate spreader of approved design. The blot coat shall be rolled immediately at least once with a self-propelled roller of an approved design. At least 48 hours after the blot coat application, the roadway surface shall be lightly broomed as directed by the Engineer.

2. Modified Double Seal Treatment

a. Two applications of asphalt material and cover aggregate shall be applied according to Section IV.(b)1.a. herein, except that at least one

Page 167: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

complete pass shall be made with the roller after each aggregate application.

b. A blot coat shall be applied according to IV.(b)1.b. herein.

The application temperature for liquid asphalt material shall conform to Table III-1 of Section 310 of the Specifications, except that the minimum application temperature for CRS-2 and CRS-2L shall be 160 degrees F.

(c) District-Specific Exceptions for Modified Single Seal and Modified Double Seal

Treatments and Seal Treatment

Bristol District — The blot coat for use in modified single seal and modified double seal shall be No. 9 aggregate conforming to Section 203 of the Specifications and applied at a rate of 12 pounds per square yard in lieu of sand. Two pneumatic-tire rollers shall be used on modified single seal, modified double seal and seal treatments using CRS-2L asphalt material. Lynchburg, Salem, and Staunton Districts — The blot coat for use in modified single seal and modified double seal shall be No. 9 aggregate conforming to Section 203 of the Specifications and applied at a rate of 12 pounds per square yard in lieu of sand. Hampton Roads District — The blot coat for use in modified single seal and modified double seal shall be manufactured sand only conforming to Section 202 of the Specifications. Fredericksburg District (only Caroline, Spotsylvania, and Stafford Counties) — The blot coat for use in modified single seal and modified double seal shall be manufactured stone sand conforming to Section 202 of the Specifications.

(d) Prime Coat, when specified, shall be applied according to Section 311 of the Specifications. When cover material is specified, rolling shall be performed according to Section 312 of the Specifications. The prime coat shall be permitted to cure prior to the next application of asphalt. During the period between application of the prime coat and the seal coat, the primed surface shall be kept in repair. Holes, ravels, and areas deficient in primer shall be patched and repaired with asphalt-treated materials by penetration methods or other approved procedures.

(e) Maintenance, Protection and Performance of the Work — The Contractor shall be responsible for the maintenance and protection of the seal treatment on the roadway for a period of 48 hours after application. The Contractor shall exercise control of the delivery and application of the surface treatment materials to prevent damage to the roadway surface. The speed of the delivery equipment and pilot truck shall be limited to a maximum 15 miles per hour. The maintenance and protection shall include, but not be limited to, the placement of signs; the use of flaggers and pilot trucks; and placement of additional asphalt and aggregate material. In the event a failure occurs prior to acceptance, the Contractor shall repair or replace the failed treatment as directed by the Engineer, at no additional cost to the Department.

V. EQUIPMENT

Page 168: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

(a) Asphalt Distributors and Aggregate Spreaders 1. Distributors and spreaders shall be calibrated by the Contractor in the presence

of the Engineer prior to placing surface treatment; to ensure an even and accurate spray, and aggregate distribution.

2. Asphalt distributors shall be equipped with proper spray nozzles including end

nozzles for the application rate specified, to provide uniform coverage throughout the width of the application.

(b) Rollers

1. One steel wheel roller and one pneumatic-tire roller shall be used on modified

single seal, modified double seal and seal treatment using CRS-2L asphalt material. The Contractor is directed to the exceptions to these requirements found in IV.(c) of this special provision. The steel wheel roller weight shall be between 6 and 8 tons for the tandem type and between 8 and 10 tons for the three-wheel type.

2. Two pneumatic-tire rollers shall be used on the conventional type seal treatment.

VI. MEASUREMENT AND PAYMENT Liquid asphalt material for seal treatment will be measured and paid for according to Section 312 of the Specifications. Aggregate for seal treatment will be measured and paid for in square yards on a plan quantity basis, which price bid shall include furnishing and applying aggregate, protection of the asphalt surface treatment and all incidentals necessary to complete the work. Authorized increases or decreases to the plan quantity will be adjusted according to Section 109 of the Specifications. Modified single seal and modified double seal treatments will be measured and paid for in square yard on a plan quantity basis, which price bid shall include all cost for furnishing and applying liquid asphalt material and cover aggregate, protection of the asphalt surface treatment and all incidentals necessary to complete the work. Authorized increases and decreases to the plan quantities will be adjusted according to Section 109 of the Specifications. Brooming shall be included in the price bid for other appropriate items. Payment will be made under: Pay Item

Pay Unit

Aggregate (type) Square Yard Modified Single Seal Square Yard Modified Double Seal Square Yard

Page 169: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP314-000110-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR BLOTTED SEAL COATS

August 22, 2008c; Reissued July 12, 2016

I. DESCRIPTION

This work shall consist of application of asphalt surface treatment according to this provision and in conformity with the line and grades indicated in the Contract or designated by the Engineer. Type B Blotted Seal is defined as two applications of liquid asphalt material, one application of cover aggregate and one application of blot fine aggregate. Type C Blotted Seal is defined as three applications of asphalt material, two applications of cover aggregate and one application of blot fine aggregate. Type D Blotted Seal is defined as four applications of asphalt material, three applications of cover aggregate and one application of blot fine aggregate.

II. MATERIALS

Liquid asphalt materials shall conform to Section 210 of the Specifications. Cover aggregate shall conform to Section 203 of the Specifications.

Fine aggregate for blotting shall conform to Section 202 minimum Grading B of the Specifications except that material shall have no more than 5 percent passing the 200 sieve by washing.

III. APPLICATION Application rates for asphalt and aggregate material shall be as indicated in the Contract. These rates of application are approximate only and such rates may be altered at the direction of the Engineer. During application, liquid asphalt material shall be maintained between 160 to 175 degrees F. Cover material shall be applied to a complete coverage of only one aggregate depth over the treated surface.

IV. PROCEDURES

Procedures shall be according to the Asphalt Surface Treatment special provision and the following provisions:

Each coat of liquid asphalt material shall be applied to existing surface and immediately followed by an application of aggregate. Aggregate shall be rolled one pass immediately with a self-propelled steel wheel roller. The roller weight shall be between 6 and 8 tons for tandem type and between 8 and 10 tons for the three wheel type. Blot coat shall be applied with a self-propelled aggregate spreader of approved design and shall be rolled one pass immediately with a self-propelled roller.

V. MEASUREMENT AND PAYMENT

Page 170: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Blotted seal coat will be measured and paid for in square yards for type specified complete-in-place, which price shall be full compensation for furnishing and applying liquid asphalt material, cover material and blot fine aggregate, protection of treatment, rolling, brooming and for all labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Pay Item

Pay Unit

Blotted Seal Coat (Type) Square Yard

Page 171: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP315-000100-00 VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR SECTION 315— ASPHALT CONCRETE PLACEMENT

July 12, 2016

SECTION 315—ASPHALT CONCRETE PAVEMENT of the Specifications is replaced with the following:

Section 315.05(e)—Density is amended to replace the second paragraph of 1. with the following:

(e) Density: Density shall be determined according to the following:

Density shall be determined with a thin-lift nuclear gauge conforming to VTM-81 or from the testing of plugs/cores taken from the roadway where the mixture was placed. Density test locations shall be marked and labeled according to VTM-76. When acceptance testing is performed with a nuclear gauge, the Contractor shall have had the gauge calibrated within the previous 12 months by an approved calibration service. In addition, the Contractor shall maintain documentation of such calibration service for the 12-month period from the date of the calibration service. The required density of the compacted course when tested with a nuclear gauge shall not be less than 98.0 percent and not more than 102.0 percent of the target control strip density.

Section 315.05(e)—Density is amended to replace TABLE III-3 with the following:

TABLE III-3

Minimum Control Strip Density Requirements

Mixture Type

Min. Control Strip Density (%)1

SM-9.5A, 12.5A 92.5

SM-9.5D, 12.5D 92.5

SM-9.5E, 12.5E 92.5

IM-19.0A, IM-19.0D, IM-19.0E 92.2

BM-25.0A, BM-25.0D 92.2

1The control strip density requirement is the percentage of theoretical maximum density of the job-mix formula by SUPERPAVE mix design or as established by the Engineer based on two or more production maximum theoretical density tests.

Section 315.05(e)—Density is amended to replace TABLE III-4 with the following:

TABLE III-4 Payment Schedule for Failing Control Strips

% TMD % of Payment 90.0-92.2/92.51 95

88.0-89.9 90

Less than 88.0 75

Page 172: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

1 For SM-9.5 and SM-12.5 mixes, the minimum density value is 92.5% per Table III-3. For IM-19.0 and BM-25.0 mixes, the minimum density value is 92.2 per Table III-3.

Section 315.05(e)1.b Test section (lot) is replaced with the following:

b. Test section (lot): For the purposes of determining acceptance, the Engineer will consider each day’s production as a lot unless the paving length is less than 3,000 linear feet or greater than 7,500 linear feet. When paving is less than 3,000 feet, that day’s production will be combined with the previous day’s production or added to the next day’s production to create a lot as described below. The standard size of a lot will be 5,000 linear feet (five 1,000 foot sublots) of any pass 6 feet or greater made by the paving train for the thickness of the course. If the Engineer approves, the lot size may be increased to 7,500 linear foot lots with five 1,500 foot sublots when the Contractor’s normal daily production exceeds 7,000 feet. Pavers traveling in echelon will be considered as two passes. When a partial lot occurs at the end of a day’s production or upon completion of the project, the lot size will be redefined as follows:

● If the partial lot contains one or two sublots, the sublots will be added to the previous lot.

● If the partial lot contains three or four sublots, the partial lot will be redefined to be an entire lot.

The Contractor shall perform acceptance testing for density for each sublot by obtaining one sawed 4 inch by 4 inch specimen, or one 4-inch-diameter cores, at a single random test site selected by the Engineer.

● The sub-lot site shall be marked as described in VTM-76.

● The bulk specific gravity of the cores shall be determined according to VTM-6.

● The density of the cores shall be determined according to VTM-22.

Cores or plugs shall be bulked in the presence of the Engineer. The Department reserves the right to have the cores or plugs bulked on the project site. The Contractor shall number sublot test sites sequentially per lot, mark these on the pavement, fill them with the paving mixture, and compact them prior to the completion of each day of production. The tonnage of each lot will be based on the lot’s width and length and the mixture application rate as designated in the Contract or as revised by the Engineer. Payment will be made according to Table III-5. If a minimum of 80% of each sublot’s core/plug samples is no lower than 92.5% of TMD for Surface Mixes and 92.2% of TMD for Intermediate and Base Mixes and the lot average results in 100% payment, then the Engineer will increase the unit bid price for AC mixture by five (5) percent.

Page 173: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

TABLE III-5 Payment Schedule for Surface, Intermediate and Base Courses

% TMD % of Payment

Greater than 96.51 95

92.22/92.53 – 96.5 100

90.0 – 92.12/92.43 95

88.0 – 89.9 90

Less than 88.0 75

1 For BM-25.0 HMHB(+0.4), the maximum TMD percentage shall be 98%. 2 For Intermediate and Base Mixes, the minimum TMD percentage is 92.2 per Table III-3 3 For Surface Mixes, the minimum TMD percentage is 92.5% per Table III-3

The Engineer at any time on any project may perform lot density verification testing. Lot density verification is performed by testing plugs. The Contractor shall be responsible for taking plugs for testing. The Engineer will perform verification testing of the plugs per the VDOT Manual of Instructions Section 503.03 – Verification Density Testing. If the Contractor disputes either the density of the plugs determined or the resulting pay factor does not provide for at least 100% payment of the unit bid price, then the Contractor may request the referee procedure to be invoked as outlined in Section 503.03(a)(1). Payment for that lot, will be according to the specifications in Table III-5. Longitudinal joints shall also be tested for density using a nuclear density gauge at each test site in the sublot. For surface and intermediate mixes, the edge of the gauge shall be placed within 4 inches of the joint. For base mixes, the edge of the gauge shall be placed within 6 inches of the joint. The Contractor shall not place the gauge over top of the joint. The joint density value shall be recorded. The Contractor shall report to the Engineer and institute corrective action if a single longitudinal joint density reading is less than 95 percent of the target control strip density. The Engineer will not use the values obtained from the joint readings in payment calculation. The Contractor shall furnish the test data developed during the day’s paving to the Engineer by the end of the day’s operations.

Section 315.05(e)2—Surface, intermediate, and base courses is replaced with the following:

2. Surface, intermediate, and base courses not having a sufficient quantity of material to run a roller pattern and control strip shall be compacted to a minimum density of 91.5 percent of the theoretical maximum density as determined according to VTM-22. The Contractor shall be responsible for cutting cores or sawing plugs for testing by the Department. One set of plugs/cores shall be obtained within the first 20 tons of small quantity paving and every 100 tons thereafter for testing by the Department. Core/plug locations shall be randomly selected by the Engineer. If the density is determined to be less than 91.5 percent, the Engineer will make payment according to Table III-6.

Page 174: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

TABLE III-6 Payment Schedule for Surface, Intermediate and Base Courses

(Not sufficient quantity to perform density roller pattern and control strip)

% TMD % of Payment

Greater than 91.5 100

90.2-91.4 95

88.3-90.1 90

Less than 88.2 75

Any section in which a mixture (e.g., SM-9.0) is being placed at an application rate of less than 125 pounds per square yard (based on 110 pounds per square yard per inch) that does not have a sufficient quantity of material for a roller pattern and control strip shall be compacted by rolling a minimum of three passes with a minimum 8-ton roller. The Engineer will not require density testing. For asphalt patching, the minimum density of 91.5 percent of the maximum theoretical density will be determined according to VTM-22. The Contractor is responsible for cutting cores or sawing plugs. One set of plugs/cores shall be obtained within the first 20 tons of patching material and every 100 tons thereafter for testing by the Contractor or the Department. The Engineer will randomly select core/plug locations. If the density is less than the 91.5 percent, payment will be made on the tonnage within the 20 or 500 ton lot according to Table III-5.

Section 315.05(g)—Density is amended to replace the first and second paragraphs with the following:

(g) Rumble Strips: This work shall consist of constructing rumble strips on mainline

shoulders of highways by cutting 1/2-inch-deep concave depressions into existing asphalt concrete surfaces as shown on the VDOT Standards Drawings and as directed by the Engineer. Rumble strips shall be installed according to the details of the RS-1 (shoulders) or RS-3 (centerline) Standard Drawings. The Contractor shall demonstrate to the Engineer the ability to achieve the desired surface regarding alignment, consistency, and conformity with these specifications and the Standards Drawings prior to beginning production work on mainline shoulders. The test site shall be approximately 25 feet longitudinally at a location mutually agreed upon by the Contractor and Engineer.

315.07(b) Finished Grade Tolerance is amended to replace the first paragraph with the following:

(b) Finished Grade Tolerance: After placement of the final pavement layer, finished grade

elevations shall be within +/–0.04 foot of the elevations indicated in the plans unless otherwise specified, provided that the actual cross slope does not vary more than 0.20 percent from the design cross slope indicated in the plans and the pavement thickness conforms to the thickness tolerances specified herein.

315.08—Measurement and Payment is amended to replace “Rumble strips” with the following: Rumble strips will be measured in linear feet and will be paid for at the contract unit price per linear foot of shoulder where the rumble strips are actually placed and accepted, excluding the

Page 175: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

test site. This distance will be measured longitudinally along the edge of pavement with deductions for bridge decks, acceleration/deceleration lanes, surface drainage structures, and other sections where the rumble strips were not installed. This price shall be full compensation for installation, cleaning up debris and disposal of waste material. The test site will not be measured for payment but shall be included in the unit price for rumble strip.

315.08—Measurement and Payment is amended to replace “Saw-cut asphalt concrete pavement” with the following:

Saw-cut asphalt concrete pavement will be measured in linear feet for the depth specified and will be paid for at the contract unit price per foot, which price shall be full compensation for saw-cutting the asphalt pavement to the depth specified. These prices for asphalt shall also include heat stabilization additive, furnishing samples, and maintaining traffic.

315.08—Measurement and Payment is amended to delete “Patching”.

Page 176: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP315-000310-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

PLACEMENT OF ASPHALT CONCRETE OVERLAYS

December 3, 2015; Reissued July 12, 2016 I. DESCRIPTION

This work shall consist of furnishing and placing asphalt concrete overlay pavement courses on existing roadway surfaces according to the requirements herein and in conformity with the lines, grades, and thickness as established in the Contract or directed by the Engineer. This work shall be performed according to Section 211 and Section 315 of the Specifications, and where Stone Matrix Asphalt (SMA) is specified in the Contract, Sections 248 and 317 of the Specifications.

II. EQUIPMENT Equipment for placing asphalt concrete overlay material shall be conform to Section 315.03 of the Specifications, and where Stone Matrix Asphalt (SMA) is specified, Section 317 of the Specifications.

III. PROCEDURES Where pavement planing is required it shall be performed according to the Special Provision for COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS and Section 515 of the Specifications. No placement of an overlay or deck planing will be permitted on a bridge deck without the prior written approval of the District Bridge Engineer. Limitations of operations for placing asphalt concrete overlays shall be according to Section 108.02 of the Specifications, the Contract requirements, and as specified herein. Prior to commencement of paving overlay operations the Contractor shall clean the existing pavement surface to the satisfaction of the Engineer of accumulated dust, mud, or other debris that may adversely affect the bond of the new overlay. In the event the thoroughness of the Contractor’s efforts to clean the existing pavement is questionable, the Engineer may require the Contractor to perform a bond strength test according to the referee system for Nontracking Tack Coat in Section 310 of the Specifications. The cost for cleaning and surface preparation shall be included in the bid price for the asphalt concrete. The following will be corrected by the Engineer ahead of the Contractor’s operations or included in the work performed by the Contractor. When such corrective work is performed by the Contractor, the work will be paid for as designated by the specific pay item(s) in the Contract.

● Pavement irregularities greater than 1 inch in depth shall be filled with a material approved by the Engineer.

● Pavement cracks or joints shall be cleaned and filled according to the Special Provision

for SEALING CRACKS IN ASPHALT CONCRETE SURFACES OR HYDRAULIC CEMENT CONCRETE PAVEMENT.

The Contractor shall remove thermoplastic and tape pavement markings and raised pavement markers prior to performing paving overlay operations. Thermoplastic and tape pavement markings shall be 90 percent removed so as not to interfere with bonding of pavement overlay or

Page 177: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

the transfer of the existing marking thickness up through the overlay. In lieu of grinding to eradicate thermoplastic, the Contractor will be permitted to mechanically scrape off thermoplastic markings employing adequate controls so as not to damage the affected pavement to a point where such markings are flush with the existing pavement surface. This work shall be performed according to Section 512 and Section 704 of the Specifications except as otherwise permitted herein. The Contractor shall protect and reference utility structures prior to paving in order to locate and/or adjust these structures, if necessary, after paving operations are completed. The protection and referencing of utility structures shall be at no cost to the Department. Temporary transverse pavement-wedge tie-ins shall be constructed where pavement overlay operations are temporarily halted as allowed or required herein, in Section 315 of the Specifications, elsewhere in the Contract, or by the Engineer. Each temporary tie-in shall be no less than 3 feet in length for every inch of depth of overlaid pavement and shall consist of a mix that is suitable as a surface mix asphalt to provide a smooth transition between the installed overlay and existing pavement or bridge deck. Such temporary tie-ins shall be constructed prior to the overlaid pavement being opened to traffic. Final transverse pavement tie-ins shall be constructed to provide a smooth transition between newly overlaid pavement and existing pavements, bridge decks, and existing pavement underneath bridge overpasses. Such tie-ins shall conform to Standard Drawing ACOT-1 or Section 315.05(c) of the Specifications, as applicable, except that all joints at tie-in locations shall be tested using a 10-foot straightedge according to Section 315.07(a) of the Specifications. The variation from the testing edge of the straightedge between any two contact points with the pavement surface shall not exceed 1/4 inch. When planing is necessary at tie-ins to existing pavement or bridge decks to obtain the required overlay depth specified in the Contract; the existing pavement shall be planed according to the ACOT-1 Standard or the requirements herein. No pavement overlay shall decrease the vertical clearance under a bridge. In situations where the pavement under the overpass cannot be planed in direct proportion to the overlay to be placed, the new pavement is to be tied down to the existing pavement under the overpass a minimum of 75 feet from the outer edges of the bridge overpass according to Standard Drawing ACOT-1. The ACOT-1 Standard for asphalt concrete overlay transitions shall apply when there is at least one (1.00) inch of grade change between the finished asphalt concrete overlay surface and the existing pavement surface and where any of the following conditions exist:

a. Bridge decks or bridge overpasses are located within the project site to receive the

overlay. b. The Contractor has to tie-in the top course of asphalt concrete overlay to an existing

hydraulic cement concrete pavement surface.

c. The Contractor has to tie-in the top course of the asphalt concrete overlay to an existing asphalt concrete pavement surface and planing is included in the Contract as pay item.

When tying in the top course of the asphalt concrete overlay to an existing asphalt concrete pavement surface and there is no pay item in the Contract for planing, the asphalt concrete overlay tie-in shall conform to Section 315.07(a) of the Specifications. When the Special Provision for RIDEABILITY applies as specified in the Contract, a distance of 105 feet (0.02 of a mile), measured from the line of the tie-in will be exempted from pay

adjustment.

Page 178: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

The following restrictions, based on the type of roadway, will apply:

Roadways with Posted Speed Limit of 55 Mph or Greater The Contractor shall install asphalt concrete overlays to the depths specified for the specific routes identified in the Contract. Where asphalt concrete is being overlaid by 2 inches or less on roadways carrying traffic, the Contractor shall have the option of squaring up the overlay operation at the end of each workday or squaring up all travel lanes, excluding shoulders, before the weekend. Shoulders must be squared up within 48 hours after the weekend and prior to continuing mainline paving. All lanes including shoulders must be squared up before holidays or any temporary shutdowns. Where overlays of more than 2 inches are being placed, the Contractor must square up the overlay operation at the end of each workday. This requirement shall apply to travel lanes and shoulders. Asphalt concrete pavement overlay operations shall be performed in only one travel lane at a time. Under no circumstance will the Contractor be permitted to overlay a portion of the width of a travel lane, ramp or loop and leave it exposed to traffic. Where uneven pavement joints exist either transversely or longitudinally at the edges of travel lanes due to the overlay operations, the Contractor shall provide advance warning signage and traffic control devices for the scope of the overlay operation the Contractor is performing according to the details provided in the Contract. The cost for the advance warning devices and signage shall be included in the cost of other appropriate items. Temporary pavement markings and markers required as a result of staging such operations will be measured and paid for according to the Special Provision for SECTION 704—PAVEMENT MARKINGS AND MARKERS included in the Contract. In the event an emergency or an unforeseen circumstance such as equipment failure or breakdown occurs during the Contractor’s operations that prevents the Contractor from squaring up the overlaid surface on adjacent lanes prior to a weekend, a holiday or a temporary shutdown, any additional signage, traffic control devices, or markings or markers required to protect the traveling public shall be provided at the Contractor’s expense. Ramps, exits, and turn lanes are to be paved in such a manner that a longitudinal joint with a surface elevation of 1 inch or more between the existing pavement and the overlay (where the overlay is the higher of the two elevations) will not be left for vehicles to cross within the posted speed limits in a “run-on” situation. Ramps, exits, and turn lanes are to be paved to the extent that the joint crossed by traffic is traversed at an angle close to 90 degrees (perpendicular), or the ramp, exit and turn lane shall be squared up with the adjacent mainline lane at the time of installation. Only approved mixes that have been verified according to Section 211.03(f) of the Specifications and have met the requirement for roller pattern density shall be placed on limited access roadways.

The Contractor shall ensure positive drainage is provided for all overlaid surfaces according to Section 315.05(c) of the Specifications.

B. All Other Roadways Where asphalt concrete is being overlaid to a height of 2 inches or less on roadways carrying traffic, the Contractor shall have the option of squaring up the overlay operation at the end of each workday or squaring up all lanes including shoulders at least once

Page 179: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

every 4 consecutive workdays, excluding weekends. All lanes including shoulders must be squared up before weekends, holidays, or any temporary shutdowns. Where overlays of more than 2 inches are being placed on roadways carrying traffic the Contractor shall square up the overlay operation at the end of each workday. This requirement shall apply to travel lanes and shoulders. Asphalt concrete pavement overlay operations shall be performed in only one travel lane at a time. Under no circumstance will the Contractor be permitted to overlay a portion of the width of a travel lane, ramp or loop and leave it overnight. Where uneven pavement joints exist either transversely or longitudinally at the edges of travel lanes due to the overlay operations, the Contractor shall provide advance warning signage and traffic control devices at his expense according to the details provided in the Contract for the scope of overlay operation he is performing. In the event an emergency or an unforeseen circumstance such as equipment failure or breakdown occurs during the Contractor’s operations that prevents the Contractor from squaring up the overlaid surface on adjacent lanes prior to a weekend, a holiday or a temporary shutdown, any additional signage, traffic control devices required to protect the traveling public shall be the Contractor’s expense Overlay tie-in requirements to intersecting roads or streets shall be according to the Special Provision for LIMITS OF MAINLINE OVERLAY AT INTERSECTIONS TO PAVED ROADS. The Contractor shall ensure positive drainage is provided for all overlaid surfaces according to Section 315.05(c) of the Specifications.

(STANDARD DRAWING ACOT-1 is attached)

Page 180: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

(Attachment) STANDARD DRAWING ACOT-1 December 2012

Page 181: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP315-070100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

RIDEABILITY (For Asphalt Concrete Pavement)

January 22, 2015; Reissued July 12, 2016

SECTION 315—ASPHALT CONCRETE PAVEMENT Section 315.07—Pavement Tolerances of the Specification is amended to include the following:

For pavements designated in the Contract, the final ride quality acceptance will be based on the lowest average International Roughness Index (IRI) for each 0.01-mile section produced by a minimum of two test runs, using a South Dakota style road profiling device and reported for each travel lane. The device shall measure both wheelpaths with laser height sensing instruments. The Department will conduct the testing within 30 calendar days from Contractor’s written request for testing following the completion of the final surface course and final pavement striping over the designated section. If temporary pavement marking is placed and the lanes are clearly delineated over the completed final surface course, the Contractor may request ride testing in writing and the Department will conduct testing within 30 calendar days from the request. The Department will conduct the testing as soon as possible upon receipt of the Contractor’s testing request, providing the Contractor can arrange unimpeded access to the paved surface for constant highway speed test runs. Testing will be conducted according to VTM–106. I. Acceptance

An IRI number in inches per mile will be established for each 0.01-mile section for each designated lane. The last 0.01-mile (52 feet) section before a bridge, the first 0.01-mile (52 feet) section after a bridge, and the beginning and end 0.01-mile (52 feet) sections of the final surface will not be subject to a pay adjustment. Areas excluded from testing by the road profiling device will be tested using a 10-foot straightedge. The variation of the surface from the testing edge of the straightedge between any two contacts with the surface shall not be more than 1/4 inch. Humps and depressions exceeding the specified tolerance shall be subject to correction as directed by the Engineer, at no additional cost to the Department.

A. Incentive-disincentive projects

1. General

The following tables provide the acceptance quality of pavement based on the finished rideability for interstate and non-interstate roadways.

TABLE A - INTERSTATE SYSTEM

IRI After Completion (Inches Per Mile)

Pay Adjustment (Percent Pavement Unit Price)

45.0 and Under 115

45.1-55.0 110

55.1-70.0 100

Page 182: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

TABLE A - INTERSTATE SYSTEM

IRI After Completion (Inches Per Mile)

Pay Adjustment (Percent Pavement Unit Price)

70.1-80.0 90

80.1-90.0 80

90.1-100.0 70

100.1-120.0 60 or Subject To Corrective Action

120.1-140.0 40 or Subject to Corrective Action

140.1-160.0 20 or Subject to Correction Action

Over 160.1 0 or Subject to Corrective Action

TABLE B - NON-INTERSTATE SYSTEM

IRI After Completion (Inches Per Mile)

Pay Adjustment (Percent Pavement Unit Price)

55.0 and Under 115

55.1-65.0 110

65.1-80.0 100

80.1-90.0 90

90.1-100.0 80

100.1-110.0 70

110.1-130.0 60 or Subject To Corrective Action

130.1-150.0 40 or Subject to Corrective Action

150.1-170.0 20 or Subject to Corrective Action

Over 170.1 0 or Subject to Corrective Action

The Engineer reserves the right to require corrective action according to Table A and B. The method of correction shall be reviewed and approved by the Engineer and correction shall be performed at the Contractor’s expense. The Engineer may require correction of any or all adjoining traffic lanes or shoulders at the Contractor’s expense to assure uniform cross section. Methods of correction may include, but are not limited to diamond grinding, remove and replace, and asphalt concrete (AC) overlay. Where corrections are made after the initial Department rideability test, the pavement will be retested by the Department to verify that corrections have produced the acceptable ride surface. No incentives will be provided for sections on which corrective actions have been required by the Engineer. Additional corrections may be required by the Engineer based on the retested IRI measurements at the Contractor’s expense. In the event the corrective action(s) do not result in 100 percent payment, and not subject to further corrective action, the Contractor will be assessed the corresponding percent payment.

2. Single-Lift Construction

An AC layer is defined as a material lift equal to or greater than 2.5 times the maximum nominal aggregate size for the AC mix(es) specified in the Contract. A

Page 183: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

material lift less than the specified application rate or less than 2.5 times the maximum nominal aggregate size for the AC mix(es) specified in the Contract is considered a “scratch course” and not an AC layer. Where only one AC layer shall be placed, the Department will test pavement sites subject to this special provision prior to work by the Contractor. Upon request by the Contractor, the Department will provide the IRI testing results. If this IRI testing is conducted more than 180 calendar days prior to the scheduled beginning of the work, the Department or Contractor may request new IRI testing. Based on the average IRI (original surface and completed overlay) for each 0.1-mile length of each travel lane subject to this special provision, no corrective action will be required if the completed surface has IRI test results which indicate a 30 percent or more improvement in the ride quality. This percent improvement is based on the 0.1-mile paved section average IRI and not the individual 0.01-mile increments. When the percent improvement is achieved for a 0.1-mile section, the payments (incentives, disincentives and full payment) for the individual 0.01-mile increments will be summed. The Contractor will then be paid the greater of the total adjusted payments or 100 percent for that 0.1-mile section. This rideability specification does not relieve the Contractor from responsibility concerning workmanship according to the Specifications, other contract requirements or as defined by the Engineer.

B. Incentive Only Projects For projects designated as “incentive only”, Table C will be applied for calculating pay adjustment. A pay adjustment calculation will be made at each 0.01 mile segment and summed over each 0.1 mile. Any penalties, calculated at each 0.1 mile, will be ignored for incentive only projects. Only pay adjustment calculation producing an incentive for each 0.1 mile (if any) section will be summed to determine the total incentive over the project. Therefore, no disincentive will be assessed over the entire project. The contractor will be paid the greater of the total incentive or 100 percent payment for the project. The standard exemptions will be applied to calculate the average IRI over the lane.

TABLE C – INCENTIVE ONLY PROJECT

IRI After Completion (Inches Per Mile)

Pay Adjustment (Percent Pavement Unit Price)

60.0 and Under 115

60.1-70.0 110

70.1-85.0 100

85.1-95.0 90

95.1-105.0 80

105.1-115.0 70

115.1-135.0 60

135.1-155.0 40

155.1-175.0 20

Over 175.1 0

Page 184: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Incentive only projects will not be subject to corrective action as a result of the rideability results. Ride testing prior to paving by the Department is not required for incentive only projects. Pay adjustments will be applied to the theoretical tonnage of the surface mix asphalt material for the lane width and section length tested. This rideability specification does not relieve the Contractor from responsibility concerning workmanship according to the Specifications, other contract requirements or as defined by the Engineer.

II. Payment Pay adjustments will be applied to the theoretical tonnage of the surface mix asphalt material for the lane width and section length tested (generally 12 feet wide and 52.8 feet long) based on testing prior to any corrective action directed by the Engineer. For the section(s) where corrective action is required, pay adjustment will be based on the testing after the corrective action has been accomplished.

Page 185: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP407-000100-00 VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR METALLIZATION OF FERROUS METAL SURFACES

January 5, 1998c; Reissued July 12, 2016

SECTION 407—STEEL AND OTHER METAL STRUCTURES of the Specifications is amended as follows:

Section 407.01—Description is amended to include the following:

All non-stainless ferrous metal, unless galvanized or protected with other specified coatings, shall be metallized as specified herein.

Section 407.02—Materials is amended to include the following: Wire material for metallizing shall be zinc, or 85/15 zinc/aluminum alloy as certified by the manufacturer. The materials shall conform to the following quantitative requirements:

Zinc: Element Content (%) Iron (Fe) 0.0015% max. Cadmium (Cd) 0.0015% max. Lead (Pb) 0.003% max. Copper (Cu) 0.004% max. Zinc (Zn) Balance 85/15 zinc/aluminum: Element Content (%) Iron (Fe) 0.020% max. Copper (Cu) 0.004% max Cadmium (Cd) 0.004% max. Lead (Pb) 0.004% max. Titanium (Ti) 0.002% max. Aluminum (Al) 14.0%-16.0% Zinc (Zn) Remainder

The manufacturer shall furnish a Certificate of Analysis for each batch of material supplied. Each container or coil wrapping shall be properly labeled to identify component type, supplier, size, batch number and wire lot number. The size of wire material shall be according to the manufacturer's recommendations for the Flame or Arc Sprayed method. Powder material shall not be used. All bolts, nuts, and washers shall be hot dipped galvanized, according to ASTM A153. Sealers and topcoats, if specified on the plans, shall be selected from one of the following systems:

Manufacturer DFT, mils

Page 186: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Carboline: Rustbond Penetrating Sealer 1.0-2.0 or Rustbond LT 1.0-2.0 Carboline 133 HB topcoat 2.0-3.0 ICI Devoe Coatings: Pre-Prime 167 0.5-1.5 Devthane 378 topcoat 2.0-3.0 Xymax: Monolock PP 1.5-2.5 Bridge Finish topcoat 1.0-2.0

Material as applied shall not exceed 3.5 pounds per gallon VOC.

Section 407.04—Fabrication Procedures is amended to include the following: Surface preparation for, and application of, metallizing shall be performed according to ANSI/AWS C2.18-93. Flame cut edges shall be ground to remove the carburized surface prior to blasting. Blasting or metallizing shall not be performed when the surface temperature of or metallizing shall not be performed when the surface temperature of the steel is less than 5 degrees F above the dew point as determined by a surface thermometer. Surfaces to be metallized shall be blast cleaned with a grit abrasive to provide a surface profile of 2.0-4.0 mils with an anchor tooth profile that is sharp, clean and free of embedded friable material with minimal peening effect. Steel shot and silica sand shall not be used. Surfaces shall be metallized within 8 hours after blasting. If flash rusting should occur prior to metallizing, the metal surface shall be reblasted. Surfaces shall be metallized to a thickness of at least 5 mils according to the wire manufacturer's recommendation. Before starting work, the Applicator shall apply the recommended thickness of the coating to a 2-inch by 4-foot 8-inch by 0.05-inch steel coupon and bend it 180 degrees around a 0.5-inch mandrel to demonstrate the quality and adherence of the coating. Any disbonding or delamination of the coating which exposes the substrate shall require corrective action and additional testing before the metallizing process may continue. If a sealer is specified, after metallization, bolted surfaces shall be masked off and all other surfaces shall be sealed within 8 hours of metallizing. Sealer and topcoat shall be applied according to the manufacturer's recommendations with regard to application temperature and humidity. All fully coated and cured assemblies shall be protected from handling and shipping damage with the prudent use of padded slings, dunnage, separators and tie downs. Loading procedures and sequences shall be designed to protect all coated surfaces. Any damaged areas shall be repaired according to the manufacturer's recommendations. Where sealer and/or topcoating is specified, all bolts and areas that were not sealed or topcoated in the shop shall be prepared and sealed or topcoated after erection according to the manufacturer's recommendations. The Contractor shall provide the Engineer with documentation, which indicates that the applicator has performed successful metallizing work for the last three years.

Section 407.07—Measurement and Payment is amended to include the following: No separate measurement and payment will be made for metallization of surfaces; therefore, the cost for all labor, materials, transportation, blasting, cleaning, metallizing, sealing and topcoating to the proper completion of the work shall be included in the lump sum price bid for structural steel.

Page 187: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502
Page 188: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP515-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS

July 12, 2016 I. DESCRIPTION

This provision shall govern cold planing (milling) asphalt concrete operations in preparation for pavement repair and/or pavement overlay. Cold planing of asphalt concrete pavement shall be performed according to Section 515 of the Specifications and the requirements herein.

II. GENERAL PROCEDURES The Contractor is permitted to perform either regular pavement planing or performance pavement planing to the Contract specified depth or as directed by the Engineer in order to provide a uniform sound substrate prior to paving roadways designated in the schedules according to Section 315 of the Specifications, the requirements herein, or elsewhere in the Contract. A. Regular and Performance Planing

The following general conditions apply to either type of cold pavement planing:

Limitations of operations for planing shall be performed according to Section 108.02 of the Specifications, other Contract specific requirements, and as specified herein. Where the depth of planing designated in the Contract or directed by the Engineer is 2 inches or less, the Contractor shall have the option of planing the abutting lane or shoulder on alternate days or squaring up the planing operation at the end of each work shift. However, abutting lanes or shoulders shall be planed and squared up regardless of planing depth prior to holidays or any temporary shutdowns. Where the depth of planing designated in the Contract or directed by the Engineer is greater than 2 inches in the Contract, the Contractor shall square up the planing operation at the end of each workday or plane adjacent lanes including abutting shoulders within the same day for the length of that day’s planing operation. The Contractor will not be permitted to plane a portion of the width of a travel lane, ramp, loop or shoulder and leave it unpaved and open to traffic. Abutting shoulders may also be planed during single and multiple lane planing operations. Planing operations shall be planned and performed to maintain positive drainage according to Section 315.05(c) of the Specifications. In the event an emergency or an unforeseen circumstance such as equipment failure or breakdown occurs during the Contractor’s operations and such emergency or unforeseen circumstance within his control prevents the Contractor from squaring up the planed surface on adjacent lanes prior to a holiday or temporary shutdown, any additional signage, traffic control devices or temporary markings or markers required to protect the traveling public shall be the Contractor’s responsibility and at his expense.

Page 189: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Where uneven pavement joints exist either transversely or longitudinally at the edges of travel lanes, the Contractor shall provide advance warning signage and traffic control devices to inform the traveling public according to the details provided in the Contract for the scope of operation he is performing. The cost for such advance warning signage and traffic control devices shall be included in the cost of other appropriate items Where appropriate according to Contract requirements and site specific conditions, the existing asphalt concrete layers shall be planed to permit the transition of the top course of the asphalt concrete overlay according to the details of the ACOT-1 Standard. Any sub-courses termination may be notched into the existing pavement or blended with the next course of pavement.

B. Performance Planing Only Limitations: When the Contractor elects to performance plane on roadways specified to be planed to a depth of 2 inches or less, the Contractor shall performance plane only that amount of pavement which can be paved back within the time allowance specified herein for completion of planing the roadway or portion of roadway. The Contractor is required to perform pavement surface testing as specified in Section 515.04 of the Specifications to verify the Contractor has achieved the acceptable surface texture specified in that Section prior to opening the performance planed surface to traffic. Additional traffic control devices and signage required for the extended pave back time allowance specified herein for performance planing operations versus the traffic control devices required for the pave back operations for regular pavement planing operations specified herein shall be at the Contractor’s expense.

III. ROADWAY CLASSIFICATION LIMITATIONS The following restrictions, based on the type of roadway, shall apply:

A. All Interstates and other Limited Access Roadways including Ramps and Loops posted at 55 Mph or Greater

1. Regular planing and performance planing in multiple lanes

The Contractor shall plan, execute and maintain pavement planing operations to avoid trapping water on the roadway. On roadways with a combination of 3 or 4 lanes and shoulders (i.e. 2 travel lanes and 1 or 2 shoulders in one direction) where the travel lanes and shoulders will not be completely planed to drain prior to the start of paving operations, planing shall be performed so that water will not pond on the travel surface. When the Contract does not include the removal of the shoulder at the specific roadway planing location, the Contractor shall cut drainage outlets through the shoulder at locations the Engineer designates (excluding curb and gutter sections) for those portions of the planed roadway that are to be opened to traffic. The Contractor shall restore the shoulders to their original grades once paving operations are completed, unless otherwise directed by the Engineer. The cost for cutting and restoring roadway shoulders shall be included in the price bid for other items of work. On roadways with a combination of 5 or more lanes and shoulders (i.e. 3 or more travel lanes and 2 shoulders in one direction, the extent to which the interior lanes shall be planed will be such that the planed portions can be repaved within the work-zone time limits unless provisions are made to mitigate the ponding of

Page 190: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

water (i.e., milling adjacent lane(s) and shoulders or cutting drainage outlets through the shoulder). Ramps and exits shall be planed in such a manner that an even longitudinal joint (elevation difference of greater than 1 inch) is not left for vehicles to cross within the posted speed limits in a “run on” situation. To prevent this, the Contractor can plane ramps and exits to the extent that the joint line between new and existing pavement crossed by traffic is traversed at an angle close to ninety (90) degrees per the ACOT-1 Standard for temporary transverse joints or can perform tapered planing along the ramp/exit longitudinal joint to provide a smooth transition for vehicles to cross, or can square up ramp or exit pavement with the adjacent mainline lane at the time of installation. The following additional restrictions will apply to roadways where regular pavement planing is applicable: ● The Contractor will be limited in the case of regular pavement planing,

whether in a single lane or multiple lane operation, to only that amount of pavement that can be paved back within 24 hours of completion of planing that roadway or portion of roadway.

● The Contractor shall pave all roadways, ramps and loops planed during the

week before that weekend. ● On roadways with a combination of 4 or more lanes and shoulders (i.e. 2 or

more travel lanes and 2 shoulders) in one direction, all travel lanes must be paved back before the weekend. Up to two thousand five hundred (2,500) feet of shoulder may be planed and left over the weekend provided the portion of planed shoulder left unpaved over the weekend is paved within 24 hours after the end of the weekend period.

The following additional restrictions will apply to roadways where performance pavement planing is planned by the Contractor: ● Performance planing may be performed in multiple lanes across the entire

widths of the lanes up 4 miles of travel lane unless otherwise stated in the Contract. Performance planed travel lanes surfaces must be paved back within 96 hours from the end of the performance planing operation

● Where the Contractor decides to performance plane multiple lanes, the

Contractor shall be responsible for furnishing and installing advance warning signage and traffic control devices to inform the traveling public according to the details provided in the Contract. Temporary pavement markings and markers used for lane demarcation on performance planed surfaces will be according to Section 704.04 of the Specifications and the Special Provision for SECTION 704—PAVEMENT MARKINGS AND MARKERS included in the Contract. The cost for such warning devices and advance signage required by multiple lane planing operations shall be included in the cost of other appropriate items unless otherwise specified in the Contract by a specific pay item(s) for separate payment.

B. Non-Limited Access Roadways with an ADT of 10,000 or Greater (Traffic Group XV and above) and a Posted Speed Limit of 45 Mph or Greater

1. Regular planing and performance planing in multiple lanes

Page 191: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

The Contractor shall plan and procede with the pavement planing operation to avoid trapping water on the roadway. On roadways with a combination of 3 or 4 lanes and shoulders (i.e. 2 travel lanes and 1 or 2 shoulders) in one direction where the travel lanes and shoulders will not be completely planed prior to the start of paving operations, planing operations shall be performed so water will not pond on the travel surface. When the Contract does not include the removal of the shoulder, the Contractor shall cut drainage outlets through the shoulder at locations the Engineer designates, excluding curb and gutter sections, for those portions of the planed roadway that are to be opened to traffic. The Contractor shall restore the shoulders to their original grades once paving operations are completed, unless otherwise directed by the Engineer. The cost for cutting and restoring the roadway shoulder shall be included in the price bid for other items of work. On roadways with a combination of 5 or more lanes and shoulders (i.e. 3 or more travel lanes and 2 shoulders in one direction), the extent of pavement planing on the interior lanes shall be such that the planed surface can be repaved within the timeframe of the work-zone time limits unless provisions are made to mitigate the ponding of water (i.e.planing adjacent lane(s) to mitigate the ponding of water). The following additional restrictions will apply to roadways where performance pavement planing is planned by the Contractor: ● Performance planing may be performed in multiple lanes across the entire

widths of the lanes up a total of 4 miles of travel lane unless otherwise stated in the Contract.

● Performance planed travel lane surfaces must be paved back within 10 days

from the start of the performance planing operation. ● Where the Contractor decides to performance plane multiple lanes, the

Contractor shall be responsible for furnishing and installing advance warning signage and traffic control devices to inform the traveling public according to the details provided in the Contract. The cost for such warning devices and advance signage required by multiple lane planing operations shall be included in the cost of other appropriate items unless otherwise specified in the Contract by a specific pay item(s) for separate payment. Temporary pavement markings required by such operations will be handled according to Section 704.04 and the Special Provision for SECTION 704—PAVEMENT MARKINGS AND MARKERS included in the Contract.

The following additional restrictions will apply to roadways where regular pavement planing is applicable: ● The Contractor will be limited whether in a single lane or multiple lane

operation, to only that amount of pavement that can be paved back within 24 hours of completion of planing that roadway or portion of roadway.

● The Contractor shall pave all roadways that have been regular planed during

the week before that weekend. ● On roadways with a combination of 4 or more lanes and shoulders (i.e. 2 or

more travel lanes and 2 shoulders in one direction, all travel lanes must be paved back before the weekend. Up to two thousand five hundred (2,500) feet of shoulder may be planed and left over the weekend provided the

Page 192: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

portion of planed shoulder left unpaved over the weekend is paved within 24 hours after the end of the weekend period.

C. All Other Roadways

1. Regular Pavement Planing (single or multiple lanes)

If the Contractor elects to perform regular pavement planing the Contractor will be permitted to leave up to two miles of travel lane open to the traveling public provided such planing (milling) is performed across the entire lane width. This same total length restriction will apply in cases where multiple-lane regular pavement planing is permitted in the Contract or allowed by the Engineer. The Contractor will be limited in the case of regular pavement planing, whether in a single lane or multiple lane operation, to only that amount of pavement that can be paved back within 96 hours of completion of planing that roadway or portion of roadway.

2. Performance Pavement Planing

When the Contractor elects to performance plane roadways specified to be planed to a depth of 2 inches or less, the Contractor shall plane only the amount of pavement that can be paved back within 14 calendar days of completion of planing that roadway or portion of roadway. The Contractor is required to perform pavement surface testing as specified in Section 515.04 of the Specifications to verify the Contractor has achieved the acceptable surface texture prior to opening the performance planed surface to traffic. The additional traffic control devices and signage required for the 14 calendar day pave back operation allowance for performance planing operations shall be at the Contractor’s expense. Temporary pavement markings required by such operations will be handled according to Section 704.04 and the Special Provision for SECTION 704—PAVEMENT MARKINGS AND MARKERS included in the Contract. Roadways on which the roadway edges (i.e. edge milling) are to be planed shall be paved back within 10 days from the completion of the planing operation.

IV. MEASUREMENT AND PAYMENT Measurement and payment will be according to Section 515.05 of the Specifications.

Page 193: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP516-000110-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

ASBESTOS REMOVAL FOR ROAD CONSTRUCTION DEMOLITION PROJECTS

November 19, 2015; Reissued July 12, 2016 I. DESCRIPTION

1. The Special Provision shall only apply to the removal of asbestos from structures that will

be demolished and not re-occupied. Asbestos removal from any structure that is to be re-occupied (e.g. construction project offices, leased structures, etc.) shall comply with the Special Provision for the Removal of Asbestos for Re-Occupied Structures.

2. The Contractor shall furnish all labor, materials, supplies, and equipment necessary to

legally remove and dispose of the materials identified in the Department’s asbestos inspection report(s), as required for removal/abatement. All quantities are estimates. The bidder shall be responsible for ascertaining the exact amount of material to be removed and to base their bid on that quantity. Payment shall be made for separate layers of similar Asbestos Containing Material (ACM) (e.g. floor tiles, roofing, etc.) only if it is physically separated by a layer(s) of non-ACM.

3. This work may require the removal of existing flashing and miscellaneous trim in order to remove asbestos containing materials.

II. DEFINITIONS AND ABBREVIATIONS

1. ABATEMENT: Procedures to control fiber releases from asbestos containing building

materials. Includes securing the work area, removing the material, and clearing the area and disposal of the material.

2. ABATEMENT CONTRACTOR: The company or individual properly licensed in the

Commonwealth of Virginia by the Virginia Department of Professional and Occupational Regulations who conducts asbestos abatement activities such as, but not limited to, removal, encapsulation or enclosure of asbestos-containing materials.

3. ACM: Asbestos-Containing Material(s). 4. AIRBORNE ASBESTOS FIBERS: Suspended, settling or moving asbestos fibers or fiber

bundles in air. 5. AIR LOCK: A system for permitting ingress and egress with minimum air movement

between a contaminated area and an uncontaminated area, consisting of two curtained doorways separated by a dead air space of at least four feet.

6. AIR MONITORING: The process of measuring the fiber content of a specific volume of

air in a stated period of time.

Page 194: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

7. AMBIENT AIR: Air in an area outside of the asbestos containment area. Areas chosen for air sampling shall not be located near access/egress routes for the project, nor shall they be located in areas known to contain friable asbestos containing materials.

8. AMBIENT SAMPLING: Air sampling of an area performed under normal or “as found”

activity conditions. 9. AMENDED WATER: Water containing a wetting agent or surfactant. 10. AIHA: American Industrial Hygiene Association. 11. ANSI: American National Standards Institute. 12. ASBESTOS ANALYTICAL LABORATORY: A laboratory accredited by the National

Institute of Standards and Technology (NIST) and licensed by the Virginia Department of Professional and Occupational Regulation to perform analysis of asbestos samples.

13. ASBESTOS-CONTAINING MATERIAL (ACM): The material or product containing more

than 1% asbestos. 14. ASBESTOS CONTAINMENT AREA: An area where an asbestos response action takes

place. 15. ASBESTOS DEBRIS: Pieces of ACM that can be identified by an accredited inspector

through color, texture, or composition, or particulate matter (i.e. dust) to contain more than 1.0% asbestos by volume.

16. ASBESTOS REGULATED AREA: An area where asbestos removal operations and

some support activities are performed. This area is isolated by physical barriers with warning signs and includes regions where the airborne concentration of asbestos exceeds or can be reasonably expected to exceed the permissible exposure limit.

17. AREA MONITORING: Sampling of asbestos fiber concentrations within the asbestos

regulated area. Sampling strategy must be designed to yield fiber counts representative of airborne fiber levels in the breathing zone.

18. AUTHORIZED PERSON OR VISTOR: The building Owners, or their authorized

representative, or any representative of a regulatory, or other agency having jurisdiction over the project.

19. CATEGORY I, NON-FRIABLE ACM: Asbestos-containing resilient floor covering,

asphalt roofing products, packings and gaskets, and asbestos-containing mastics. 20. CATEGORY II, NON-FRIABLE ACM: Asbestos-containing material, excluding Category

I Non- Friable ACM, that, when dry, cannot be crumbled, pulverized, or reduced to powder by hand pressure.

21. CLASS I ASBESTOS WORK: Activities involving the removal of Thermal System

Insulation (TSI) and surfacing ACM and PACM. 22. CLASS II ASBESTOS WORK: Activities involving the removal of ACM that is not TSI or

surfacing material. This includes, but is not limited to, the removal of asbestos-containing wallboard systems, floor tile and sheeting material, roofing and siding shingles, and construction mastics.

Page 195: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

23. CLEARANCE AIR SAMPLING: The measurement of airborne asbestos fibers using sampling filters to determine the adequacy and completeness of the asbestos removal actions.

24. CLEARANCE LEVEL: 0.01 or fewer asbestos fibers per cubic centimeter (0.01 f/cc) of

air. 25. COMPETENT PERSON: An individual capable of identifying existing asbestos hazards in

the workplace, selecting the appropriate control strategy for asbestos exposure and who has the authority to take prompt corrective measures to eliminate them.

26. DEMOLITION: Wrecking or taking out any load-supporting structural member and any

related razing, removing, or stripping of asbestos products. 27. ENCAPSULATION: The treatment of ACM with a material that surrounds or embeds

asbestos fibers in an adhesive matrix to prevent the release of fibers, as an encapsulate creates a membrane over the surface (bridging encapsulate) or penetrates the material and binds its components together (penetrating encapsulate).

28. ENCLOSURE: An airtight, impermeable, permanent barrier around ACM to prevent the

release of asbestos fibers into the air. 29. EQUIPMENT ROOM (CHANGE ROOM): A contaminated room located within the

decontaminated area that is supplied with the impermeable bags or containers for the disposal of contaminated protective clothing and equipment.

30. FRIABLE ACM: any material containing more than one percent asbestos as determined

by polarized light microscopy that when dry, can be crumbled, pulverized, or reduced to powder by hand pressure.

31. GLOVEBAG TECHNIQUE (to be used following all OSHA and EPA rules and

regulations): A method with limited applications for removing small amounts of friable asbestos- containing materials from HVAC ducts, short piping runs, valves, joints, elbows, and other nonplanar surfaces in a non-contained work area. The glovebag assembly is a manufactured or fabricated device consisting of glovebag (typically constructed of 6-mil transparent plastic), two inward projecting long sleeve rubber gloves, one inward projecting waterwand sleeve, and internal tool pouch and an attached-labeled receptacle for asbestos waste. The glovebag is constructed and installed in such a manner that it surrounds the object or area to be decontaminated and contains all asbestos fibers released during the removal process. All workers who are permitted to use the glovebag technique must be highly trained, experienced, and skilled in this method. Glovebags must be under negative air pressure during use.

32. GOOD CONDITION: condition of Category I non-friable asbestos-containing material

wherein the binding of the material has not lost its integrity as indicated by the lack of peeling, cracking, or crumbling of the material.

33. HEPA FILTER EQUIPMENT: High efficiency particulate air filtered vacuuming equipment

with a filter system capable of collecting and retaining asbestos fibers. Filters shall be 99.97 % efficient for retaining particles and fibers with a minimum dimension of 0.3 micrometer.

34. LOGBOOK: A notebook or other book containing essential data and daily project

information and daily project diary. This book is kept on the project site at all times.

Page 196: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

35. MINI-ENCLOSURE: A method with limited applications for removing small amounts of friable asbestos-containing materials typical for small scale, short duration type projects.

36. NEGATIVE AIR PRESSURE EQUIPMENT: A portable local exhaust system equipped

with HEPA filtration and capable of maintaining constant, low velocity airflow into the contaminated area from adjacent uncontaminated areas.

37. NIOSH: National Institute for Occupational Safety and Health. 38. OSHA: United States Occupational Safety and Health Administration and the Virginia

Occupational Safety and Health Division of the Department of Labor and Industry. 39. OWNER: Virginia Department of Transportation. 40. PACM: Presumed ACM 41. PAT PROGRAM: Proficiency Analytical Testing Program 42. PERMISSIBLE EXPOSURE LIMIT (PEL): The Contractor shall ensure that no employee

is exposed to an airborne concentration of asbestos (1) in excess of 0.1 fiber per cubic centimeter of air as an eight (8) hour time-weighted average (TWA) or (2) in excess of 1.0 fiber per cubic centimeter over a 30 minute period (excursion limit), as determined by the method described in 29 CFR 1926.1101, Appendix A.

43. PERSONAL MONITORING: Sampling of asbestos fiber concentration within the

breathing zone of an employee (i.e. attached to or near the collar or lapel near the worker’s face).

44. PHASE CONTRAST MICROSCOPY (PCM): A laboratory analysis method for measuring

airborne asbestos fibers (National Institute of Occupational Safety and Health Method 7400).

45. PROJECT MONITOR: Individual employed by the Department and licensed by the

Virginia Department of Professional and Occupational Regulation to observe and monitor the activities of asbestos abatement contractors on asbestos projects to determine that proper work practices are used and that compliance with all federal, state, and local laws and regulations is maintained.

46. RACM: Regulated Asbestos Containing Materials includes:

A. Friable asbestos material B. Category I non friable ACM that has become friable. C. Category I non friable ACM that will be or has been subjected to sanding,

grinding, cutting or abrading, and D. Category II non friable ACM that has a high probability of becoming crumbled,

pulverized, or reduced to powder by the forces expected to act on the material in the course of demolition or renovation operations.

47. REMOVAL: All herein-specified procedures necessary to remove asbestos containing

materials from the designed areas and to dispose of these materials properly and legally at an acceptable site.

Page 197: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

48. RESPONSE ACTION: A method, including removal, encapsulation, enclosure, repair, operations and maintenance, to abate asbestos hazards to human health and the environment.

49. SHOWER ROOM: A room between the clean room, and the equipment room in the

worker decontamination unit with hot and cold or warm running water and suitably arranged for complete showering during decontamination. The shower room comprises an air lock between the contaminated and clean area. Shower water filtration system shall be used to remove asbestos fibers from wastewater.

50. SURFACING ACM: Any ACM that is sprayed, troweled on or otherwise applied to

surfaces. 51. SURFACTANT: A chemical wetting agent added to water to improve penetration. 52. TIME WEIGHTED AVERAGE (TWA): Representative samples are required to establish

the eight (8) hours time weighted average. The TWA is an eight- (8) hour time weighted average airborne concentration of fibers, as determined according to 29 CFR 1926. 1101, Appendix A. Workshifts, which differ from eight- (8) hour duration, may require adjustments of the standard, which applies.

53. TSI – Thermal System Insulation ACM 54. USEPA: United States Environmental Protection Agency. 55. VDOT: Virginia Department of Transportation. 56. VOSHA: Virginia Occupational Safety and Health Act 57. WASHROOM: A room between the work area and the holding area in the equipment

decontamination area. The washroom comprises an air lock. 58. WASTE SHIPMENT RECORD: The shipping document that is required to be originated

and signed by the asbestos waste generator and that is used to track and substantiate the disposition of asbestos-containing waste material.

59. WET CLEANING: The process of eliminating asbestos-contamination from building

surfaces and objects by using cloths, mops, or other cleaning tools which have been dampened with water, and after use, disposing of these tools as asbestos-contaminated waste.

60. WORK AREA: Designated rooms, spaces, or areas of the project in which asbestos

abatement actions are to be undertaken or which may become contaminated as a result of abatement actions. A contained work area is a work area that has been sealed, covered in plastic and equipped with a decontamination enclosure system. A non-contained work area is an isolated or controlled-access work area that contains ACM, that has not been covered in plastic nor equipped with a decontamination enclosure system.

III. CONTRACT LIMITATIONS 1. Asbestos abatement contractors are not eligible to bid on projects in which individuals or

firms employed by or financially affiliated with the Contractor performed the asbestos inspection or sample analyses during the time period in which these activities were completed.

Page 198: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

2. Asbestos Project Monitors are not eligible to contract for asbestos inspection, project

monitoring or clearance air monitoring work if they are financially affiliated with or employed by the project asbestos removal contractor. The Project Monitor shall only be accountable to Department officials.

3. All laboratories utilized to perform asbestos sampling analyses on projects shall not have

a business relationship or any financial affiliation with the Contractor(s) conducting the asbestos removal activities. Individuals performing clearance air sampling shall not be employed by, or have a financial affiliation with, the asbestos removal contractor conducting the asbestos abatement project.

IV. REGULATIONS 1. The Contractor shall comply with all applicable EPA, OSHA, VOSHA, and Virginia

Department of Professional and Occupation Regulation (DPOR) regulations, and shall follow EPA, VOSHA, and OSHA workplace guidelines unless they are shown as not applicable. EPA workplace guidelines include (1) those pertinent sections of Part I and II, EPA guideline document 560/5-85-024, “Guidance for Controlling Asbestos Containing Materials in Buildings”; (2) EPA regulations 40 CFR Part 61 Subparts A and M; and (3) “ Demolition Practices Under the Asbestos NESHAP” (TRC Environmental Corporation Work Assignment No. IA2-19). OSHA workplace guidelines include any currently applicable OSHA compliance directives or instructions. In any instance of conflict between the VOSHA and OSHA requirements, the VOSHA requirements shall take precedence. Any “de minimus” exemptions or reduced requirements for activities involving less than 25 linear feet or 10 square feet of ACM that are provided in the aforementioned references shall not apply to VDOT asbestos removal activities.

2. The Contractor is required to maintain at the job site copies of EPA, VOSHA, OSHA, and

applicable state and local government regulations regarding the handling of ACM. 3. The Contractor shall remove, transport, and dispose of the ACM from the job site

according to Virginia Department of Environmental Quality (VDEQ) regulations and this special provision. The Contractor shall be responsible for generating and maintaining a waste shipment record according to applicable local, state, federal, and disposal facility requirements and shall provide a copy to the Engineer for the Department’s records.

4. The Contractor, its supervisors, and its employees shall be licensed for asbestos

abatement activities according to Virginia Department of Professional and Occupational Regulation (DPOR) requirements. A copy of valid license shall be included with the submittals.

V. NOTIFICATIONS 1. Contractor shall make all required notifications at least twenty (20) days prior to

beginning removal of asbestos-containing materials. Contractors also performing demolition activities shall also provide the requisite ten (10) day demolition notifications. Notifications should be addressed to:

Virginia Department of Labor and Industry Asbestos Program Powers-Taylor Building 13 South Thirteenth Street Richmond, VA 23219

Page 199: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Land and Chemical Division EPA Region III LC62 1650 Arch Street Philadelphia, PA. 19103

2. The twenty (20) day notification is only required for the removal of RACM or Category II nonfriable ACM that is expected to become, or becomes, friable during removal. If any Category I or Category II non-friable ACM becomes friable during removal, the Contractor shall stop work and make all notifications. The on-site project monitor will determine friability.

3. The Contractor shall give both a twenty (20) day and a three (3) full business day

notification to the Asbestos Project Monitor, the VDOT Area Construction Engineer, the VDOT District Engineer, and VDOT Project Manager prior to work being performed.

4. If the Contractor is performing structure demolition, the required ten (10) calendar day

demolition notification to the aforementioned addressees pursuant to § 61.145(b), irrespective of minimum quantity or other exclusions, shall be provided.

VI. COMPETENT PERSON

1. The Contractor shall have a “competent person” (as defined herein) present at all times

while work on this contract is in progress. The competent person shall be thoroughly familiar and experienced with asbestos removal, related work, and shall monitor and enforce the use of all safety procedures and equipment and shall be knowledgeable of all EPA, OSHA, NIOSH, Virginia DPOR and Virginia Department of Labor and Industry VOSHA requirements and guidelines.

2. The competent person shall have a valid asbestos supervisor’s license issued by the

Virginia Department of Professional and Occupational Regulation according to the provisions of Chapter 7.01 (54-145.4 et seq.) of Title 54.

VII. SUBMITTALS

Prior to commencing work, two copies each of the following items, with the exception of the landfill manifest receipts, logs and air monitoring results, shall be submitted to and approved by the Department: 1. Asbestos Plan:

Submit a detailed plan of the work procedures to be used in the removal of the materials containing asbestos. Such plan shall include the location of the asbestos work areas, layout of change rooms, interface with other trades involved in this project, sequencing of asbestos-related work, disposal plan, type of wetting agent, asbestos sealer, air monitoring and detailed description of the methods to be employed in order to control air pollution. Prior to the start of any asbestos removal work, the Project Monitor must approve this plan. Prior to performing any deviations from the approved plan, the Contractor shall submit a written request to the Department for approval.

2. Notification:

Page 200: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Provide a copy of the required notification submitted to the Asbestos Control Clerk, Virginia Department of Labor and Industry.

3. Testing Laboratory: Provide the name, address, and telephone number of the independent testing laboratory selected for the monitoring of airborne concentrations of asbestos fibers along with a copy of the Commonwealth of Virginia Asbestos Analytical Laboratory License. Also, include evidence that the laboratory is accredited to analyze airborne asbestos fiber counts.

4. Monitoring Results: All monitoring results are to be received within 24 hours and retained at the work site where the Owner’s representative may review them. Submit copies of these results at the completion of the project.

5. Landfill Submit written evidence (copy of permit) that the landfill selected for disposal is approved for disposal of friable ACM (where friable materials are to be removed and disposed) and/or for disposal (where Non-friable ACM is to be disposed) by the USEPA and appropriate state or local regulatory agencies. Within thirty-five (35) days of the deposit of a load of ACM waste from this project at the designated landfill, the Contractor shall submit a copy of the certificates of disposal from the landfill to the Department. The Department shall have received all acceptable waste manifests and certificates of disposal prior to making any payments to the Contractor.

6. Certificate of Compliance A copy of the manufacturer’s certificate of compliance with ANSI 9.2 for each brand and model of vacuum, ventilation and other equipment used by the Contractor to contain or remove asbestos fibers.

7. Qualification of the Contractor’s Personnel and Personnel Training Prior approval by the Department is required of all proposed asbestos removal personnel. Approval shall be based on review and acceptance of the Contractor’s written submittals that all contractor personnel working on this asbestos project: A. Have a valid asbestos worker’s or supervisor’s license issued by the Virginia

Department of Professional and Occupational Regulation according to the provisions of Chapter 7.01 (54-145.4.et seq.) of Title 54;

B. Have been provided with a respirator fit test according to 29 CFR 1926.1101 at

the time of initial fitting, when facial conditions change, and at least annually thereafter for each employee wearing a negative pressure respirator; and

C. Have been trained in the proper procedures to follow in case of an emergency.

8. Medical Requirements Provide certification that the Contractor has an established medical surveillance program in compliance with OSHA regulations 29 CFR 1926.1101. This submittal shall include copies of the physician’s statement that each employee (working on this project) is able to perform the required duties while wearing a respirator.

Page 201: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

9. Respirator Program

Submit a copy of a written respirator program that complies with OSHA regulation 29 CFR 1910.134.

10. Logs Copies of daily progress log and visitor’s log.

11. Material Safety Data Sheets (MSDS) Copies of Material Safety Data Sheets shall be provided for any chemical solvents that will be used.

VIII. PERSONNEL PROTECTION

1. Respirators A. Workers shall wear properly fitted respirators in the work area. Respirator

selection shall be based on personal air monitoring as required by 29 CFR 1926.1101. All employees within the work zone shall have respiratory protection consistent with proper respiratory protection factors. Long sideburns, beards, etc., which interfere with proper respirator fit, will not be allowed. However, the Engineer may, at his discretion, allow the Contractor to provide a loose fitting, hood-type powered air purifying respirator (PAPR) for such employees.

B. All work requiring the use of Class “C” supplied air respirators shall utilize C.G.A.

Grade D breathing air or better from a certified air source and copies of the certifications shall be supplied to the Department or the Department’s representative.

C. Supplied air respirator systems must include a back-up provision approved for

maintaining air flow long enough for escape and decontamination from a contaminated atmosphere in the event of loss of the primary source of breathing air.

2. Exposure Control/Protective Clothing

A. Eating, gum/tobacco chewing, smoking, or drinking shall not be permitted in the

asbestos control area. B. Workers shall wear protective clothing according to 29 CFR 1926.1101. Use of

protective clothing in the asbestos control area shall be mandatory and irrespective of airborne asbestos concentrations or removal quantities.

C. Contractor shall make available to the Department’s representative complete

sets of personal protective equipment as required herein for entry to the asbestos control area at any time for inspection of the asbestos control area.

D. Street clothing shall not be worn inside of the asbestos control area. E. All persons who enter the control area shall shower after leaving the control area.

Page 202: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

F. Personnel of other trades not engaged in the demolition and removal of asbestos materials shall not be exposed at any time to airborne concentrations of asbestos.

3. Equipment

All air handling equipment shall arrive at the job site in a clean (uncontaminated) condition and will be compliant with ANSI 29.2 specifications.

4. Caution Signs and Labels Provide cautions signs at all approaches to the asbestos control areas containing concentrations of airborne asbestos fibers. Locate signs at such a distance that personnel may read the sign and take the necessary protective steps required before entering the area. Provide and affix caution labels to all asbestos materials, scraps, waste, debris and other products contaminated with asbestos.

A. Caution signs shall be in a vertical format conforming to 29 CFR 1926.1101 with

a minimum 20-inch by 14-inch size.

B. Caution labels shall be provided of sufficient size to be clearly legible and conforming to 29 CFR 1926.1101 and 1910.1200(f).

5. Decontamination Area

A. The Contractor shall set up a decontamination area according to 29 CFR

1926.1101.

B. The shower and any other decontamination water shall be drained and filtered to retain particles 5.0 microns or larger, to ensure that contaminated water is not released to uncontaminated areas; showers shall be drained after each use. If wastewater is inadvertently released, it shall be cleaned up as soon as possible to prevent any asbestos in the water from drying and becoming airborne in areas outside the work area. The Contractor shall be responsible for providing any necessary water source.

IX. PROCEDURES 1. General

A. Wet removal procedures shall be utilized.

B. Provide temporary power sources and equipment per applicable electrical code

requirements and provide 24-volt safety lighting and ground-fault interrupter circuits as power sources for electrical equipment.

C. Turn off all electricity to the work area other than that required in 1.B.

2. Preparation of Work Areas

A. Work areas shall be prepared according to EPA NESHAP Part 61 Subpart M regulations (as amended), applicable EPA guidance, OSHA 1926.1101 standards, any currently applicable OSHA compliance instructions, and any other applicable guidance.

Page 203: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

B. Contractor shall not begin removal procedures until the Project Monitor approves the preparation of work areas as meeting all applicable requirements.

X. ASBESTOS REMOVAL PROCEDURES

1. General Procedures A. Contractor shall comply with the applicable Class I and Class II work practices for

the removal of ACM pursuant to 29 CFR 1926.1101.

B. VDOT will provide (at its expense) a licensed asbestos project monitor to collect preabatement air samples and to inspect and approve the work area preparations before authorizing the Contractor to begin removal. The asbestos project monitor will also inspect and approve completeness of the removal and subsequent cleanup actions in the asbestos control area before the Contractor may remove any barricades. No removal of asbestos is to be conducted without the Project Monitor on-site. The Project Monitor does not have the authority to waive compliance with the requirements of this special provision.

C. The Contractor shall provide personnel to perform air monitoring as required by OSHA (29 CFR 1926.1101) and/ or VOSHA regulations.

2. Specific Work Procedures for Asbestos-contaminated Soil Removal Removal of contaminated soils may be required if ACM falls onto unprotected soil. Contamination shall be determined when fragments of ACM are visible as debris or when bulk sample analysis shows an asbestos fiber level in soil greater than 1%. Specific procedures shall be as follows: A. Construct a decontamination enclosure and seal all openings into the work area

with at least one (1) layer of 6-mil minimum polyethylene sheeting. B. Install negative air system using approved equipment unless the use of negative

air system is not practicable. The Department or its representative shall determine practicability.

C. Lightly wet with a surfactant or diluted encapsulate any contaminated soil to be

removed. D. Remove contaminated debris and/or soil to a depth of 4” from the original surface

or to hardpan and until all visible debris has been removed. E. Remove all remaining ACM in the area in conjunction with the contaminated soil

removal in a manner as not to re-contaminate the cleaned areas.

3. Pre- and Post-Removal Inspection/Clearance A. The Project Monitor shall collect pre-abatement air samples and must inspect

and approve the work area preparations before authorizing the Contractor to begin removal.

B. Clearance for removal of transite exterior siding materials, roofing materials (if

applicable), soil, and ACM removed through the use of glove bags shall be evaluated by the Department and shall be completed when all visible ACM has been removed and the area properly encapsulated (if applicable).

Page 204: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

C. Clearance for ACM removed in mini-enclosures, and all other removal operations

not specifically listed in 4B. shall be achieved when the requirements of Part VII – CLEARANCE AIR MONITORING have been met.

D. The Project Monitor shall inspect and approve removal and cleaning in the

asbestos control area before the Contractor may remove barricades. E. The Contractor shall be held responsible for the cost of re-inspections if the work

is determined to not be substantially complete.

4. Air Monitoring A. The Contractor shall perform daily personal air monitoring for asbestos exposure

and shall cooperate with the Project Monitor in all testing and sampling activities. B. The Project Monitor shall inform the Contractor of any area samples outside the

containment with results in excess of 0.01 fibers/cc. Contractor shall immediately discontinue operations until the violation is corrected.

C. All laboratory analytical air monitoring results shall be posted at the work site

entrance no later than 24 hours after sampling; and copies of the analytical results and signed “Certificates of Analysis” shall be transmitted to the Engineer. The form shall state: (1) Date and time sampling began (2) Flow rate of samples (3) Sampling time elapsed (4) Concentration of fibers (5) Location of area where sample was taken (building, floor, room, area

within room). (6) Activity occurring during sampling (removal, clean up, clean-air, etc.). (7) Name and phone number of person taking sample. (8) Name, phone number, and signature of person analyzing sample. (9) Name and phone number of contractor.

D. Exposure records: The Contractor shall maintain records of any personnel or environmental monitoring required by this specification. Records shall be maintained for a period of at least 30 years and shall be made available upon request to the Secretary of Labor for Occupational Safety and Health, the Director of the National Institute for Occupational Safety and Health, and to authorized representatives of either.

E. Copies of all exposure records and area monitoring records shall be submitted to

the Owner at the conclusion of the project. 5. Cleanup

Page 205: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

A. All external work areas shall be cleared of all construction debris and left in a neat and orderly condition.

B. For internal work areas, the Contractor shall remove visible accumulations of

asbestos material and debris and wet clean all surfaces within the work area and clean any other contaminated areas with water and/or HEPA-filtered vacuum equipment.

C. Contractor shall clean any sealed drums or equipment used in the work area and

subsequently remove these from the work areas, via the equipment decontamination enclosure system.

D. The Project Monitor shall make an initial visual inspection of the work area to

ensure that the work area is free of visible asbestos debris and; once approved, the Contractor shall subsequently apply one coat of asbestos encapsulating sealer.

E. Contractor shall keep the windows and doors sealed and the decontamination

system operational until final clearance is certified. Air filtration/negative pressure systems and decontamination enclosure systems shall remain in operation until the time of the initial inspection and in an operational condition until final clearance is certified.

F. The Project Monitor shall collect clearance air samples according to Part VII of

this special provision.

6. Site Inspection VDOT (or its representative) reserves the right to inspect all asbestos removal operations at any time. If any aspect of the work is found inconsistent with this special provision, a stop work order will be issued and operations will be immediately suspended. Until the inconsistency is corrected, any standby time and costs for corrective actions shall be at the Contractor’s expense.

7. Building Contamination If the results of the air or surface dust samples indicate that building contamination has occurred as the result of Contractor negligence and/or poor work practices, the Contractor shall clean the premises at no additional cost to the Department. In addition, the Contractor shall be liable for any damage claims or other legal actions brought against VDOT or it’s employees or brought by VDOT and/or any persons exposed to such contamination.

8. Disposal of Asbestos Waste Procedures for hauling and disposal of waste shall comply with 40 CFR 61 (SUBPART M), state, regional, and local standards. All asbestos waste, scrap, debris containers, asbestos contaminated clothing and equipment that may produce airborne concentrations of asbestos fibers shall be collected and placed in sealed and properly labeled, 6 mil impermeable bags. Sealed impermeable bags of asbestos waste shall be temporarily stored in asbestos waste containers (drums, skips, etc.). This waste material shall be transported in sealed, properly labeled, DOT approved containers and disposed of only at an USEPA or State approved sanitary landfill permitted to receive friable ACM. The procedures for hauling and disposal shall comply with 40 CFR61 (SUBPART M), state, regional and local standards. Sealed plastic bags may be hand placed from containers into the burial site unless the bags have been broken or damaged.

Page 206: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Damaged bags shall remain in the container and the entire contaminated container shall be buried. Uncontaminated containers may be recycled.

9. Asbestos Cement (A/C) Pipe A/C pipe shall not be ground, broken, crushed, sawed, abraded or handled in a manner which would cause asbestos material to become friable or airborne. Saw-cutting will only be allowed provided that specifically designed saws equipped with high efficiency particulate air filtered vacuums are used. Cuts shall be continuously sprayed with amended water during cutting and the water shall be collected and properly filtered or disposed of. With the approval of the Engineer, abandoned portions of A/C pipe may be left in place of origin and back-filled, provided that the pipe is not crushed; however, pipe that is to be abandoned may not be removed and re-deposited. With approval of the Engineer, the Contractor may pump grout into the buried lines that are no longer in service to maintain the structural bearing capacity of the area. No on-site burial of crushed A/C pipe shall be allowed.

XI. Clearance Air Monitoring Clearance air monitoring shall be conducted utilizing the specified sampling techniques whenever an asbestos containment area is utilized to control release of airborne asbestos fibers. 1. Limitations

Clearance air sampling techniques shall: (1) be used only in an asbestos containment area with effective negative air filtration; (2) be performed only by individuals meeting the licensing requirements described in Section D 1; and (3) not be initiated until a visual inspection is conducted and visible ACM and asbestos debris have been removed.

2. Equipment Requirements A. High volume air pumps with necessary peripheral equipment (hoses, connectors,

etc) calibrated to draw from four to 10 liters of air per minute through the filter shall be used for air sampling.

B. Filters shall be 25 millimeter mixed cellulose ester (MCE) filters with a 0.8-1.2

micrometer pore size if the filter is to be analyzed by PCM. Sampling cassettes shall have 50-millimeter extension cowls and shall not have been previously used.

3. Sampling Procedures A. Set up

(1) (a) Ensure that the area inside the enclosure is visibly clean of all ACM,

dust and debris; (b) that spray encapsulate utilized for lockdown purposes has dried; and (c) that the negative air system is and remains fully operational at a rate

of four air changes per hour.

Page 207: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

(2) Place the air pumps and sampling cassettes such that each covers approximately the same square footage of floor area, and the exposed filter faces of the sampling cassettes are oriented approximately 45 degrees from the horizontal using tape and clips as necessary to position the sampling cassettes.

(3) Start the pumps and sample for the required time; turning off the air

pumps when sampling is completed.

B. Number of samples The minimum required number of sample cassettes for each enclosure site is listed in the table below (each set of samples consists of inside air samples, field blanks, and a sealed blank):

Square Feet of Enclosure

Sample Cassettes (PCM Analysis)

Field Blanks*

Less Than 100 2 1

100-500 3 1

500-1000 4 1

1000-10,000 5 1

Greater than 10,000 5 + 1 sample per each 5,000 additional square feet

1

*The cap of each field blank cassette is to be removed for not more than 30 seconds and replaced (before air sampling is initiated) near the entrance to each abatement area.

C. Sampling times

The run time for each air pump is calculated by dividing the flow rate (1ppm) of the pump into the minimum number of liters of air required to be collected (1200 liters for PCM analysis) to obtain the required number of minutes.

D. Recording A floor plan indicating the locations of the collected sample cassettes, along with a data sheet indicating the project name, project monitor, location of project, date samples were collected, calibrated flows for each air pump, start and stop times for each air pump, the preferred method of analyses specified, and calculated number of liters drawn for each cassette sample, shall be transmitted to the laboratory with the cassette samples to be analyzed. The inclusion of these documents is required when generating reports on final clearance air sampling for the project.

E. Shipping

Air sample cassettes shall be shipped in separate containers from bulk samples to prevent sample cassette contamination. Avoid using expanded polystyrene and particle-based packaging materials.

4. Laboratory Analysis

Page 208: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

A. PCM analysis shall be conducted using the National Institute for Occupational Safety and Health (NIOSH) Method 7400 entitled “Fibers” published in the NIOSH Manual of Analytical Methods, (most current edition).

B. The following minimum information shall be provided by the analytical laboratory

to VDOT: (1) concentration in fibers per cubic centimeter (PCM); (2) analytical sensitivity used for the analysis; (3) area analyzed; (4) volume of air samples; (5) average grid size opening; (6) number of grids analyzed; (7) copy of the count sheet; (8) type of asbestos; (9) signature(s) of laboratory analyst; (10) official laboratory identification; and (11) floor plan indication location where samples were obtained.

5. Final Clearance

A. Final clearance shall be achieved when the concentration of fibers for each of the

samples is shown to be less than or equal to 0.01 fiber per cubic centimeter of air.

B. If the results of the clearance samples are above the level specified in 5(A.), the

abatement site must be re-cleaned, and new sets of sample cassettes collected and analyzed until the abatement area passes. This process must continue until the abatement area complies with the above standard.

XII. Measurement And Payment For the purposes described herein, asbestos shall be identified by type as either friable, Category II nonfriable (Cat II NF) or Category I non-friable (Cat I NF) not in “good” condition. Asbestos Removal will be measured and paid for at the contract unit per square foot or linear foot for the type specified. The price bid shall be full compensation for removal and disposal, sampling, testing, analysis, and encapsulation, if required, and for all required documentation and monitoring operations. Payment for removal and disposal will be made under:

Pay Item Pay Unit Friable ACM Square foot or linear foot

Page 209: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Cat II NF ACM Square foot or linear foot

Cat I NF ACM (not in “good” condition) Square foot or linear foot

Page 210: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP516-000120-00 VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR DEMOLITION OF STRUCTURES CONTAINING

NON-FRIABLE ASBESTOS CONTAINING MATERIALS

November 19, 2015; Reissued July 12, 2016

I. DESCRIPTION This work shall include the demolition of structures containing non-friable asbestos-containing materials (ACM) and in which all Regulated Asbestos-Containing Materials (RACM) have been removed. This special provision complements the Special Provision for Asbestos Removal for Road Construction Projects and Section 516 of the Specifications. ACM that may be present in the structures to be demolished may include Category I Non-friable ACM in “good condition” (e.g. resilient flooring, asphalt roofing products, mastics), and certain Category II Non-friable materials (e.g. floor tile mastics) that do not have a high probability of becoming or will not become crumbled, pulverized or reduced to powder by the forces expected to act on the material in the course of demolition.

II. LIMITATIONS 1. The Demolition Contractor shall not be financially affiliated with the Project Monitor on the

project. The project monitoring services shall be directly contracted for by VDOT and the monitoring personnel shall be accountable only to the Department.

2. The Contractor’s liability insurance or bonding shall not contain any pollution exclusion type of provisions.

3. No demolition of structures shall be performed by intentional burning when any amount of ACM is present in the structure.

III. DEFINITIONS

1. ADEQUATELY WET: means to sufficiently mix or penetrate with liquid to prevent the release of particulates. If visible emissions are observed coming from any asbestos containing material, then the material has not been adequately wet.

2. AIR MONITORING: The process of measuring the fiber content of a specific volume of air in a stated period of time.

3. ASBESTOS: The term asbestos includes Chrysotile, Amosite, Crocidolite, Tremolite, Anthrophyllite and Actinolite, and any of these minerals that have been chemically treated and/or altered.

4. ASBESTOS-CONTAINING MATERIAL (ACM): Material or product containing more than 1% asbestos.

5. CATEGORY I NON-FRIABLE ACM: Asbestos-containing packings, gaskets, resilient floor covering and asphalt roofing products containing more than one percent asbestos as determined using the method specified in Appendix A, subpart F, 40 CFR Part 763, Section 1, Polarized Light Microscopy.

Page 211: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

6. CATEGORY II NON-FRIABLE ACM: Any material, excluding Category I non-friable

ACM, containing more than one per cent asbestos as determined using the specified in Appendix A, subpart F, 40 CFR Part 763, Section 1, Polarized Light Microscopy -containing material, that, when dry, cannot be crumbled, pulverized, or reduced to powder by hand pressure.

7. CUTTING: To penetrate with a sharp-edged instrument and includes sawing, but does not include shearing, slicing, or punching.

8. FRIABLE ACM: Any material containing more than one percent asbestos as determined by polarized light microscopy that when dry, can be crumbled, pulverized, or reduced to powder by hand pressure.

9. DEMOLITION: The wrecking or taking out of any load-supporting structural member of a facility together with any related handling operations or the intentional controlled burning of a facility.

10. GRINDING: To reduce to powder or small fragments and includes mechanical chipping or drilling.

11. IN POOR CONDITION: The binding of the material is losing its integrity as demonstrated by peeling, cracking or crumbling of the material.

12. PROJECT MONITOR: Individual licensed by the Virginia Department of Professional and Occupational Regulation to observe and monitor the activities of the demolition contractor to determine that proper work practices are used and compliance with all federal, state and local laws and regulations are maintained.

13. REGULATED ASBESTOS-CONTAINING MATERIAL (RACM): Includes (1) friable asbestos material; (2) Category I nonfriable ACM that has become friable; (3) Category I nonfriable ACM that will be subjected to sanding, grinding, cutting or abrading, or (4) Category II nonfriable ACM that has a high probability of becoming or has become crumbled, pulverized or reduced to powder by forces expected to act on the material in the course of demolition or renovation operations.

14. VISIBLE EMISSIONS: Any emissions coming from asbestos-containing waste material that are visually detectable without the aid of instruments.

15. WASTE SHIPMENT RECORD: A shipping document required to be originated and signed by the waste generator and used to track and substantiate the disposition of asbestos containing waste material.

IV. NOTIFICATIONS

1. Contractors also performing any demolition activities shall provide the requisite 10-day demolition notifications pursuant to § 61.145(b), irrespective of any minimum quantity or other exclusions. Notifications should be addressed to:

Virginia Department of Labor and Industry Asbestos Program Powers-Taylor Building 13 South Thirteenth Street Richmond, VA 23219

Page 212: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Land and Chemical Division EPA Region III LC62 1650 Arch Street Philadelphia, PA 19103

2. The Contractor shall give a three (3) full business day notification to the Asbestos Project Monitor, the VDOT Area Construction Engineer, and the VDOT Project Manager prior to beginning work.

V. WORK PRACTICES

1. The Contractor shall keep all demolition materials and debris adequately wet so as to

prevent the release of air borne particulates throughout the demolition and loading operations.

2. The Contractor shall perform demolition of structures according to Section 516 of the Specifications and this special provision.

3. The Contractor shall perform demolition of structures containing non-friable asbestos-containing materials according to all applicable EPA, OSHA and VOSHA regulations, and shall follow EPA and OSHA workplace guidelines unless they are shown to not be applicable. EPA workplace guidelines include (1) EPA regulations 40 CFR Part 61 Subparts A and M and (2) “Demolition Practices Under the Asbestos NESHAP” (TRC Environmental Corporation Work Assignment No. IA2-19). OSHA workplace guidelines include any currently applicable OSHA compliance directives or instructions. In any instance of conflict between the VOSHA and OSHA requirements, the VOSHA requirements shall take precedence. Any “de minimus” exemptions or reduced requirements for demolition activities involving certain minimum quantities of non-friable ACM that may be provided in the aforementioned references shall not apply to VDOT demolition activities.

4. No sanding, grinding, cutting or abrading of any non-friable ACM shall be allowed prior to or during demolition.

5. Where possible, the Contractor shall separate concrete and other masonry materials from other demolition materials and legally dispose of the debris separately.

6. Segregating materials by intentionally running over debris with tractor treads will not be permitted (e.g. separation of flooring from concrete).

7. Waste consolidation efforts involving the use of pneumatic-hammers or other mechanical devices such as grinders to break up materials covered or coated with Category I non-friable ACM is prohibited.

8. Consolidating debris containing Category I non-friable ACM in the basement of a building and subsequently grinding or crushing is prohibited.

9. The use of cranes with clamshells or other heavy machinery with rakes or buckets to partially reduce debris-containing Category I non-friable ACM is permissible provided the material remains recognizable in its original form.

10. Concrete to which asbestos-containing resilient flooring is attached shall not be broken down using concrete-pulverizing machinery.

Page 213: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

11. VDOT shall provide, at its discretion and cost, project monitoring that may include collection of air samples to ensure that demolition practices are performed according to this special provision. The Contractor shall cooperate with the Project Monitor in all testing and sampling activities. The Project Monitor shall inform the Contractor of (1) any area samples outside of the containment with results in excess of 0.01 fiber/cubic centimeter and (2) any instance where the Contractor is using demolition methods prohibited by this section (the project Monitor shall also notify the VDOT Engineer). Where fiber counts are determined to exceed this standard, the Contractor shall immediately discontinue operations until the cause of the excursion can be identified and corrected. Where prohibited demolition practices are observed, the Contractor shall immediately discontinue such operations and employ proper work practices. The Contractor shall, at no additional expense to the Department, be responsible for the costs of any standby time and/or corrective measures if fiber counts exceed the standard or improper demolition practices are employed.

VI. DISPOSAL

1. The Contractor shall provide notification to the landfill that the debris contains non-

friable/non-regulated ACM and shall only dispose of debris containing non-friable ACM in a permitted landfill that provides daily soil cover.

2. The Contractor shall remove, transport, and dispose of ACM from the job site according to Virginia Department of Environmental Quality (VDEQ) regulations and other applicable federal, state, and local regulations.

3. The debris shall be transported in covered DOT-approved containers.

4. The Contractor shall be responsible for generating and maintaining waste shipment records, irrespective of whether the ACM-containing debris is, or is not, RACM.

5. Within thirty-five (35) days of the deposit of a load of waste at the designated landfill, the Contractor shall submit a copy of the certificate of disposal from the landfill to the Engineer. VDOT must receive all acceptable waste manifests and certificates of disposal prior to making any payments to the Contractor.

VII. MEASUREMENT AND PAYMENT Demolition with ACM will be paid for at the contract lump sum price per structure. This price shall include coordinating and performing all work associated with disconnecting utilities, employing appropriate demolition and loading practices, disposal of materials and cleaning up. The Contractor shall take into consideration any salvage value of any material removed and shall include the same in the lump sum bid price. Payment will be made under:

Pay Item Pay Unit Demolition with ACM (Structure) Lump Sum

Page 214: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 215: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 216: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 217: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 218: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 219: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 220: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP703-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

MAST ARM HANGER ASSEMBLY STD SM-3 AND SMD-2

May 25, 2016; Issued July 12, 2016

I. Description This work shall consist of furnishing and installing mast arm signal hanger assembly (Standard SM-3) and mast arm sign hanger assembly (Standard SMD-2) for new or relocated signals and signs on mast arms and replacing existing hanger assemblies.

II. Definitions The following terms are used as follows in this special provision: 1. Mast Arm Hanger Assembly (Complete): An inclusive mast arm hanger assembly that consists

of the main mount, swivel plate, mounting system, mounting tube, and miscellaneous hardware items.

2. Mast Arm Hanger Assembly (Components): Main mount, swivel plate, mounting system and miscellaneous hardware items (washers, screws, bolts, or nuts).

3. Main Mount: The bracket component that mounts against the mast arm signal pole. Once installed, this component is fixed and is not adjusted.

4. Swivel Plate: The bracket component(s) that mate to the main mount. The swivel plate can be adjusted along multiple axis to allow the signal mounting tube to be positioned at different angular orientations. The mounting tube is connected to the swivel plate.

5. Mounting System: Stainless steel cables which connect the main mount and mast arm signal pole.

6. Mounting Tube: The bracket component that holds the signal head assembly, camera, or sign panel bracing to the swivel plate.

7. Miscellaneous items: Other components of the hanger assembly not listed above, including but not limited to: tie back, or tether clamps which fasten the cable to the mounting tube; mounting arms; cover plates; hardware (washers, screws, bolts, or nuts); caps; and seals.

8. Special Tools: Unique tools identified by a specific item or product number in the manufacturer’s installation instructions

III. Materials

As used below: XX, XXX or xx refers to stainless steel cable length, which shall be determined by the Contractor for the specific mast arm diameter at each installation location; YY or yy refers to the mounting tube length for sign panels, which shall be determined by the Contractor for the specific sign height at each location; ## refers to the channel width, which shall be determined by the Contractor for the specific sign width at each location. 1. Mast Arm Signal Hanger Assembly (Components) for Relocation or Maintenance

Replacement – Signals

Page 221: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Mast arm hanger components (main mount, swivel plate, mounting system, and associated miscellaneous items) used for signal relocation or maintenance replacement of signal hanger assemblies shall be of the following or approved equal:

Table 1: MAST ARM SIGNAL HANGER ASSEMBLY (COMPONENTS) FOR RELOCATION OR MAINTENANCE REPLACEMENT - SIGNALS

MANUFACTURER MODEL

Pelco Products, Inc. Galaxy, Model AB-3055-XX-SS-PNC

Traffic Hardware & Design CAN-BRAC, Model CBL-VUB-2CXX-9

General Traffic Equipment Corp. RM - MAC - XX

Cost Cast, Inc. Cost Cast Item # 1816-A-CXX

Sky Bracket SKYBRACKET, Model SS-SBCXX-SCK-VA

2. Mast Arm Signal Hanger Assembly (Complete ) - Signals

Complete Mast Arm Hanger Assemblies used for new signals, relocated signals or maintenance replacement of signal hanger assemblies shall be of the following or approved equal:

Table 2: MAST ARM SIGNAL HANGER ASSEMBLY (COMPLETE) – SIGNALS (New Signals, Relocated Signals Or Maintenance Replacement)

1-SECTION HEAD HANGER ASSEMBLY (IN LINE) MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AG-0125-1-XX-SS-PNC

Traffic Hardware & Design CAN-BRAC, Model CBL-VUN1-T24-2Cyy-9

General Traffic Equipment Corp. RM-1000C-XX-1

Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-24

Sky Bracket SKYBRACKET, Model SS-SBCXX-18-VA

3-SECTION HEAD HANGER ASSEMBLY (IN LINE) MANUFACTURER MODEL

Pelco Products, Inc. Galaxy, Model AG-0125-3-XX-SS-PNC

Traffic Hardware & Design CAN-BRAC, Model CBL-VUN1-T46-2Cyy-9

General Traffic Equipment Corp. RM-1000C-xx-3

Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-48

Sky Bracket SKYBRACKET, Model SS-SBCXX-46-VA

4-SECTION HEAD HANGER ASSEMBLY (IN LINE) MANUFACTURER MODEL

Pelco Products, Inc. Galaxy, Model AG-0125-4-XX-SS-PNC

Traffic Hardware & Design CAN-BRAC, Model CBL-VUN1- T58-2Cyy-9

General Traffic Equipment Corp. RM-1000C-xx-4

Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-60

Sky Bracket SKYBRACKET, Model SS-SBCXX-60-VA

5-SECTION HEAD HANGER ASSEMBLY (CLUSTER) MANUFACTURER MODEL

Pelco Products, Inc. Galaxy, Model AG-0138-XX-SS-PNC

Traffic Hardware & Design CBL-VUN2-14-T37-2CXX-9

General Traffic Equipment Corp. RM-5C-5000C-xx

Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-5X

Sky Bracket SKYBRACKET, Model SS-SBCXX-SCB-46-VA

3. Mast Arm Sign Hanger Assembly (Components) for Relocation or Maintenance

Replacement – Signs Mast Arm Hanger Assembly components (main mount, swivel plate, mounting system, and associated miscellanies items) used for sign relocation or maintenance replacement of sign hanger assemblies shall be of the following or approved equal:

Page 222: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Table 3: MAST ARM SIGN HANGER ASSEMBLY (COMPONENTS) FOR RELOCATION OR MAINTENANCE REPLACEMENT - SIGNS

MANUFACTURER MODEL

Pelco Products, Inc. Galaxy, Model AB-3055-XX-SS-PNC 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Traffic Hardware & Design

CBS-HU-Exx-2Cyy-3 1-Bracket per 20 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

General Traffic Equipment Corp.

RM-MAC-XX 1-Bracket per 15 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Cost Cast, Inc. Cost Cast Item # 1816-A-Cxx 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Sky Bracket SKYBRACKET, Model SS-SBCXX-SCK-VA 1-Bracket per 13 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Xcessories Squared PAX2PC30-XXX and PASCL316-XXXX 1-Bracket per 10 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

4. Mast Arm Sign Hanger Assembly (Complete) - Signs

Complete Mast Arm Hanger Assemblies used for new signs, relocated signs or maintenance replacement of sign hanger assemblies shall be of the following or approved equal:

Table 4: MAST ARM SIGN HANGER ASSEMBLY (COMPLETE) – SIGNS (New Signs, Relocated Signs Or Maintenance Replacements)

MANUFACTURER MODEL

Pelco Products, Inc. Galaxy, Model AG-0142-XX-XX-SS-PNC Galaxy, Model AG-0144-XX-XX-SS-PNC 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Traffic Hardware & Design CAN-BRAC, Model CBS-HU-Exx-2Cyy-3 1-Bracket per 20 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

General Traffic Equipment Corp. SMA - 3000 – XX 1-Bracket per 15 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Cost Cast, Inc. Cost Cast Item # 1816-N-CXX-YY 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Sky Bracket SKYBRACKET, Model SS-SBXX-SBK-XXTK-##-VA 1-Bracket per 13 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

Xcessories Squared PAX2PC30-XXX and PASCL316-XXXX 1-Bracket per 10 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

IV. Procedures

All work shall be accomplished according to the manufacturer’s installation instructions. Only the tools, special tools, and anti-seize lubricants specifically noted in the manufacturer’s installation

Page 223: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

instructions shall be used. If the Contractor deviates from the manufacturer’s installation instructions, the Contractor shall provide documentation from the manufacturer authorizing such deviations, including the use of alternate tools. If a bolt tightening sequence is not specified in the manufacturer installation instructions, bolts shall be tightened in an alternating pattern for even compression. If a main mount with fully tightened bolts requires adjustment that necessitates loosening of the main mount bolts, the mounting system and associated hardware for the mounting system (washers, screws, bolts or nuts) shall be replaced at no additional cost to the Department. 1. Tools: If maximum torque values are provided in the manufacturer’s installation instructions, a

calibrated torque wrench shall be used to verify that torque has not been exceeded. The Contractor shall calibrate torque wrenches in accordance with torque wrench manufacturer recommendations at the interval recommended by the torque wrench manufacturer. The torque wrench calibration testing lab shall be ISO, or ANSI accredited for instrument calibration. If special tools are identified in the manufacturer’s instructions as being either required or recommended for installation the Contractor shall furnish no less than one set of tools to the Engineer per ten mast arm hanger assemblies or portion thereof, unless otherwise specified in the contract documents.

2. Packaging: All required components of each hanger assembly, except the mounting tube, shall

be packaged as one set. The mounting tube may be packaged separately. If special tools are required, or recommended, they may be packaged separately. Under no circumstances shall the parts from multiple assemblies be mixed.

3. New Signal or Sign Installations: A Mast Arm Hanger Assembly (Complete) shall be used - see Table 2 for signals and Table 4 for signs. The Mast Arm Hanger Assembly (Complete) may be attached to the mast arm and all bolts tightened to final tightness before lifting and placing the mast arm onto the signal pole (i.e. on the ground- attached to the mast arm prior to installation of the mast arm).

4. Relocate Existing Mast Arm Hanger Assemblies for Signals or Signs: Existing Mast Arm Hanger Assemblies (main mount, swivel plates, mounting systems and all associated miscellaneous items) that are in service before the commencement of any project shall not be relocated on the same mast arm or reused on a different mast arm. The initial relocation of each existing signal or sign from its location at commencement of the project (Location A) to a new location on a mast arm (Location B) may be accomplished using one of the following at the new location on a mast arm:

a. A new Mast Arm Hanger Assembly (Complete) – see Table 2 for signals and Table 4 for

signs or

b. New Mast Arm Hanger Assembly (Components) – see Table 1 for signals and Table 3 for signs. Existing mounting tubes, cover plates, tie backs, and tether clamps may be reused if they are compatible with the new components;

Subsequent relocations of the signal or sign from Location B to another location may be accomplished by the Contractor using one of the following at the new location on a mast arm:

a. A new Mast Arm Hanger Assembly (Complete) – see Table 2 for signals and Table 4 for

signs; or

Page 224: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

b. New Mast Arm Hanger Assembly (Components) – see Table 1 for signals and Table 3 for signs. Existing mounting tubes, cover plates, tie backs, and tether clamps may be reused if they are compatible with the new components; or

c. New mounting system. The existing hanger assembly equipment installed for the initial relocation from Location A to Location B may be reused.

5. Modify Existing Hanger Assembly: Modifying an existing mast arm hanger assembly at the

same location on a mast arm shall be accomplished in accordance with the following: New Mast Arm Hanger Assembly (Components) – see Table 1 for signals and Table 3 for signs. Existing mounting tubes, cover plates, tie backs and tether clamps may be reused if they are compatible with the new components;

6. Remove Existing Hanger Assembly: Removing and disposing of an existing hanger assembly or components shall be in accordance with Section 510 of the Specifications.

7. Prosecution of Work: The Contractor shall prosecute work in accordance with Section 703.03 of the Specifications. While performing this work, if the Contractor discovers any mechanical or electrical problems with the signals, or discovers any problems that require immediate repair, the Contractor shall log each problem by intersection and signal head and advise the Engineer immediately. The Engineer will instruct the Contractor how to proceed. The Contractor shall exercise caution during prosecution of work to prevent damage to any existing wiring, or signal component. If the Contractor damages any existing wiring, or signal equipment, repair and replacement shall be at no additional cost to the Department.

V. Reporting

For each mast arm hanger assembly (Complete or Components) installed, the Contractor shall submit the attached Mast Arm Bracket Installation Report form to the Engineer. The form shall also be submitted to the Department’s email [email protected]. Hard copy submission of the Mast Arm Bracket Installation Report to the Engineer shall not substitute for reporting to the required email address. The Mast Arm Bracket Installation Report shall be submitted within 7 business days of mast arm hanger assembly installation. By submitting the report, the Contractor certifies that the mast arm hanger assembly installation was accomplished in strict conformance with these specifications. Reporting will not be measured for separate payment but shall be considered incidental to the mast arm hanger assembly work.

VI. Warranty The Contractor shall furnish a manufacturer warranty for the Complete Mast Arm Hanger Assembly or installed components to cover defects for a minimum of three years from the date of installation. The warranty shall include providing replacements, within 10 calendar days of notification, for defective parts and equipment at no additional cost to the Department. When the warranty normally given by the manufacturer is longer than three years, the manufacturer’s normal warranty shall be furnished.

VII. Measurement and Payment

Page 225: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Mast Arm (Type) Hanger Assembly (Standard) will be measured in units of each for the standard and type specified to be paid for at the contract unit price per each. This price shall include furnishing and installing Mast Arm Hanger Assembly (Complete), including the main mount, swivel plate, mounting system, mounting tube, miscellaneous items, reporting, and special tools (when required). Remove Existing Traffic Signal Head Assembly will be measured in units of each and will be paid for at the contract unit price per each. Signal head assembly is defined as one or more traffic signal head sections (vehicular or pedestrian) assembled as one unit. This price shall include disconnecting the signal head assembly from existing conductor cables, removing the signal head assembly and backplate, removing and disposing of hanger assembly, and removing all associated mounting equipment, hardware, and accessories. If the traffic signal head assembly is to be reinstalled, the price also shall include reconnecting signal cables. When designated in the contract for salvage or if salvage is directed by the Engineer, this price shall include storing, protecting, and delivering to a designated Department facility. Relocate Existing Mast Arm (Signal or Sign) will be measured in units of each and will be paid for at the contract price per each. This price shall include removing and relocating an existing traffic sign, signal head, or pedestrian signal head from an existing to proposed location, disconnecting and reconnecting conductor cables, adjusting or relocating conductor cables, removing and disposing or salvaging the existing mast arm hanger assembly, installing a new Mast Arm Hanger Assembly (Complete) or installing new Mast Arm Hanger Assembly (Components) and relocating or replacing existing miscellaneous items. When relocation of signals or signs is accomplished when maintenance of the traffic signal is the responsibility of the Contractor as specified in Section 512 for the items Modify Signal or Temporary Traffic Control Signal, relocating existing mast arm hanger assemblies for signals or signs will not be measured separately and the cost thereof shall be included in the contract unit price of Modify Signal or Temporary Traffic Control Signal. Modify Existing Mast Arm Hanger Assembly (Type) will be measured in units of each and will be paid for at the contract price per each. This price shall include removing an existing traffic sign, signal head, or pedestrian signal head from the existing hanger, furnishing new hanger assembly components, disconnecting and reconnecting conductor cables, removing, salvaging, and disposing of existing mast arm hanger assembly components, installing new Mast Arm Hanger Assembly (Components) and reusing or replacing existing miscellaneous items.

Payment will be made under:

Pay Item Pay Unit Mast Arm (Type) Hanger Assembly (Standard) Each Remove Existing Traffic Signal Head Assembly Each Relocate Existing Mast Arm (Signal or Sign) Each Modify Existing Mast Arm Hanger Assembly (Type) Each

Page 226: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP704-000100-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 704—PAVEMENT MARKINGS AND MARKERS (ASPHALT SCHEDULES)

July 12, 2016

SECTION 704—PAVEMENT MARKINGS AND MARKERS of the Specifications is amended as follows: Section 704.02—Materials is amended to include the following:

(d) Flexible Temporary Pavement Markers (FTPMs) shall conform to Section 512.02(d) of the Specifications.

Table VII-3 Pavement Markings is amended to include the following:

Type Class Name

Surface Temp. at Time of

Application

Film Thickness

(mils) Pavement Surface

Application Limitations

Appr. List No.

F I & II Temporary Pavement Markings Paint

(Note 5)

15 max. when wet

(Note 6)

AC Temporary pavement marking

48

FTPM Flexible Temporary Pavement Markers

(Note 5) — AC Used in lieu of Type F temporary paint or Type D temporary pavement markings. (Note 3)

22

Note 5: Surface temperature at time of application shall be according to manufacturer’s installation instructions. If

the installation instructions do not specify minimum surface temperature, then the markings shall not be installed unless the surface temperature at time of application is 50 degrees F or higher.

Note 6: When Type F paint is used as a temporary marking on the final surface prior to installation of permanent markings, the film thickness shall be 8-10 mils when wet except lane lines on arterial roads 10,000 or greater with posted/statutory 45 mph or greater may be 10 to 15 mils if expected to be in service for greater than 14 days.

Note 7: Additional application limitation forType E pavement markings: Type E pavement markings shall not be used on hydraulic cement concrete.

Page 227: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Section 704.03—Procedures is replaced with the following: 704.03—Procedures

(a) Documentation of Existing Markings and Markers

The Contractor shall provide construction field staking in the field that documents, at a minimum: any changes in passing zones on undivided roads, exact placement of all aerial speed enforcement markings, and placement of railroad crossing markings. Any changes to these markings that are specified in the Contract shall be staked, as appropriate, to identify the proposed location of the new permanent markings instead of existing markings placement. All staking shall be completed and the Engineer notified at least 14 days prior to the scheduled start of resurfacing operations. The Contractor shall reference this staking when installing temporary markings (if required as specified herein), and for the premarking to be done in advance of permanent marking installation. The stakes shall be removed at the conclusion of the project. All existing markings shall be replaced with permanent markings of the same width, color, size, and location unless otherwise directed in the Pavement Marking (PM) Series of the VDOT Road and Bridge Standards, the Contract or by the Engineer. All existing markers shall be replaced with new markers of the same color unless otherwise directed in the Contract or by the Engineer.

(b) Temporary and Permanent Pavement Marking Installation Pavement markings shall be white or yellow markings (unless otherwise specified) as required by the MUTCD or the Virginia Supplement to the MUTCD for the specific location or as specified by the Engineer. The sizes and shapes of preformed symbols/characters, or the templates used to create such symbols/characters for non-preformed markings, shall match the size and shape specified in the VDOT Road & Bridge Standards and in the Contract. Hand-drawn or “stick” symbols/characters are not allowed. Once received by the Contractor, all pavement marking materials shall be stored according to the manufacturer’s requirements until the day of installation, unless the Engineer otherwise authorizes. Pavement marking materials shall not be installed if the material has exceeded its shelf life, has been improperly stored, has deteriorated or is otherwise damaged. The markings shall be installed according to Table VII-3 Pavement Markings unless otherwise recommended by the manufacturer and approved by the Engineer. The Contractor shall furnish a copy of the manufacturer’s installation instructions to the Engineer prior to installation. Glass beads shall be applied at the rate specified herein, and shall be evenly distributed over the entire surface of the marking. The Contractor shall apply beads to the surface of liquid markings with a bead dispenser attached to the applicator. The applicator shall uniformly dispense beads simultaneously on, and in the just-applied marking. The bead dispenser shall be equipped with a cut-off control synchronized with the cut-off control of the applied marking material so that the beads are applied throughout the completed marking. Beads shall be applied while the liquid marking is still fluid. Approximately 70 percent of beads shall be completely buried in the marking, and the remaining 30 percent shall be 50 to 60 percent embedded in the marking’s surface. Beads installed on crosswalks and stop lines on roadways with curbs only (no gutter) may be hand-applied for two feet at the end of each line next to the curb with 100 percent of the beads embedded 50 to 60 percent into the marking’s surface. The Contractor shall exercise caution and protect the public from damage while performing pavement marking operations. The Contractor shall be responsible for the complete preparation of the pavement surface, including but not limited to removing dust, dirt, loose particles, oily

Page 228: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

residues, curing compounds, concrete laitance, residues from eradication, and other foreign matter immediately prior to installing pavement markings. Liquid markings shall be applied so as to prevent splattering and overspray and shall be protected from traffic until track-free by the use of traffic control guarding or warning devices as necessary. If a vehicle crosses a pavement marking and tracks it or if splattering or overspray occurs, the affected marking and resultant tracking, splattering, or overspray shall be removed and new markings shall be applied at the Contractor’s expense. Equipment shall also be thoroughly cleaned between changes in colors or types of materials. Temporary and Permanent Pavement Markings shall have clean and well-defined edges without running, bleeding, overspray or deformation. Temporary markings to be covered by permanent pavement markings shall be completely covered by the permanent markings or shall be eradicated at no additional cost to the Department. Markings shall be uniform in appearance; free of waviness (waviness is defined as the edge of the marking shall not vary from a straight line more than ¼ inch in three feet or more than one inch in fifty feet for a maximum distance of 500 feet); shall be straight on tangent alignment; and shall be on a true arc on curved alignment. Message and symbol markings shall be free of overlaps. The widths of pavement markings shall not deviate more than 1/4 inch on tangent nor more than 1/2 inch on curves from the required width. The length of the gap and the length of the individual stripes that form skip lines shall not deviate more than 2 inches from their required lengths. The length of the gap and individual skip line shall be of such uniformity throughout the entire length of each that a normal striping shall be able to repeat the pattern and superimpose additional striping upon the existing marking.

1. Maximum Allowable Time Limits for Unmarked Roads:

Existing markings that are obscured, covered, or eradicated by resurfacing operations (including existing symbol/message markings where the need for temporary symbol/message markings has been identified in the Contract shall be replaced with either temporary or permanent markings within the time limits established in Table VII-4 Time Limits for Unmarked Roads, unless an extension is approved by the Engineer. If the Contractor begins the next resurfacing operation within the time limits specified in Table VII-4 Time Limits for Unmarked Roads for a non-final surface, then the time limits shall be recalculated as starting at the end of the work day from the time of that next resurfacing operation. For the straight segments of non-limited access road posted/statutory limit less than 45 mph, if all the lanes are delineated by the milled surface or asphalt overlay and “Unmarked Pavement Ahead” or “No Center Line” warning signs are properly installed, the Engineer may further extend the time limit for temporary markings on straight segments of non-freeway roads. The Engineer may approve an extension of the time limits, and set conditions, for roads posted/statutory limit less than 45 mph as follows:

● By up to 12 hours for 10,000 ADT or greater roads, ● Up to 24 hours for 9,999 to 3000 ADT roads and, ● Up to 48 hours for less than 3000 ADT roads, ● Or allow FTPM’s to be installed for lane delineation in curved segments and in

straight segments where lane delineation on the interim surface is not clear to the drivers.

Page 229: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

For final surfaces (including but not limited to plant mix operations, surface treatment, slurry seal, and latex emulsion surfaces) the Contractor shall determine if the permanent markings can be installed within these time limits, based on the installation requirements for that permanent marking material on that type of surface, and the weather conditions. If the permanent markings will not be installed within these time limits, then temporary markings shall be installed.

TABLE VII-4 Time Limits for Unmarked Roads

Road Type Maximum Allowable Duration for Unmarked Roads Note(s)

Interstates and other

freeways (limited access

roads) posted at 55 MPH

or greater (including

interstate/freeway ramps)

All lane line markings, at a minimum, shall be temporarily

or permanently installed before opening the lane to traffic.

Application of temporary markings on surface treatment,

slurry seal and latex emulsion shall be as soon as the

surface has cured enough to hold the temporary markings

(the texture has weathered-in).

All other markings shall be temporarily or permanently

installed within 24 hours after the end of the workday

when the corresponding existing markings were

obscured, removed, or eradicated.

Note 1

Non-freeway roads with

ADT of 10,000 or greater

(Traffic Groups XV and

above)

All lane line and center line markings shall be temporarily

or permanently installed within 24 hours after the end of

the workday when the corresponding existing markings

were obscured, removed, or eradicated.

Application of temporary markings on surface treatment,

slurry seal and latex emulsion shall be as soon as the

surface has cured enough to hold the temporary markings.

Note 2

Note 3

Note 4

Note 5

Non-freeway roads with

ADT between 3,000 and

9,999 (Traffic Groups XI

through XIV)

All lane line and center line markings shall be temporarily

or permanently installed within 48 hours after the end of

the workday when the corresponding existing markings

were obscured, removed, or eradicated.

Note 2

Note 3

Note 4

Note 5

Non-freeway roads with

ADT less than 3,000

(Traffic Groups I - X)

All lane line and center line markings shall be temporarily

or permanently installed within 72 hours after the end of

the workday when the corresponding existing markings

were obscured, removed, or eradicated.

Note 2

Note 3

Note 4

Note 5

Note 1: For the purposes of this Special Provision, freeways shall be defined as any fully limited-

access, divided roadway with two or more travel lanes in each direction and 55 mph or

greater speed limit.

Note 2: If an approach to a signalized intersection, has two or more approach through lanes, 45

mph or greater speed limit, greater than 3000 ADT and all markings on the approach are

obliterated, then all lane lines and centerlines within 250 feet of the location of the stop

line location shall be temporarily or permanently marked within 24 hours of opening the

approach to traffic, unless a time extension is approved by the Engineer and “Unmarked

Pavement Ahead” or “No Center Line” warning signs were properly installed when the

unmarked approach was first opened to traffic as per the Virginia WAPM.

Page 230: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Note 3: If the Contract requires temporary symbol/message markings or temporary edge line

markings, unless a time extension is approved by the Engineer, those markings shall be

temporarily or permanently marked within 72 hours after the end of the workday when

the corresponding existing markings were obscured, removed, or eradicated on non-

freeway roads with 10,000 or greater ADT and 96 hours on less than 10,000 ADT non-

freeway roads.

Note 4: If the milled surface or new pavement provides delineation of the lanes or if the next

resurfacing operation will obliterate the temporary markings within approximately 24 hours, the Engineer may approve an extension of time if the posted/statutory limit is less

than 45 mph and scheduling of the next interim surface is documented, and all

“Unmarked Pavement Ahead” or “No Center Line” warning signs were properly installed

when the unmarked approach was first opened to traffic.

Note 5: When Type F paint is used as a temporary marking on the final surface prior to

installation of permanent markings, the film thickness shall be at least 8-10 mils when

wet except lane lines on Interstate and Limited Access Roadways with AADT of

10,000 or greater with posted/statutory 45 mph or greater may be 10 to 15 mils if

expected to be in service for greater than 14 days

2. Temporary Pavement Markings:

Premarking, dotting or layout marking shall NOT be used as a substitute for temporary pavement marking. Temporary pavement markings specified in the Contract, including longitudinal lines and message markings, shall be installed at the same locations that the permanent pavement markings are to be installed. Type D-removable tape shall be installed and removed according to manufacturer’s installation instructions. Type F paint shall be installed according to the manufacturer’s installation instructions and as follows:

Page 231: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Milled Surface Intermediate Lifts or Final Surface

Thickness 15 mils 8 to 10 mils**

Glass Bead Application Rate

6 lbs. of glass beads per gallon of material

3 lbs. of glass beads per gallon of material for 8 to 10 mils and 6 lbs. per gallon for 11 to 15 mils

Long Line Width Same width as the permanent markings

75% of the permanent marking width

Skip Line Pattern 10-foot line segments / 30-foot gaps (approx.)

8-foot line segments / 32-foot gaps (approx.)

** Type A paint at approximately 15 mils thickness with 6 lbs. of glass beads per

gallon will be permitted for the temporary lane line markings provided that the Type A is worn down to no more than 10 mils thickness prior to permanent marking installation. The Contractor shall assess how long the temporary lane line, center-line and edge line temporary markings will be in service and may increase the thickness based upon the duration and expected wear.

Temporary Type F pavement markings on final surfaces shall be arranged and spaced so that they will be completely covered by the subsequent installation of permanent pavement markings atop those temporary paint markings. The following Temporary markings location and placement shall comply with the following:

a. Skip- and solid- lane line markings shall be required at all locations unless directed otherwise in the Contract.

b. Centerline markings shall be required at all locations unless directed otherwise in

the Contract. Temporary passing zone markings shall be at the same location and pattern as the permanent markings.

c. Edgelines shall be required only when specified in the Contract and only after the surface has reached a condition to support the markings and the equipment, or when directed by the Engineer. Temporary edgelines are not required when the shoulder surface is in a milled condition.

d. Dotted Line Extensions that delineate turning paths or offset lane alignments through intersections shall be required only when specified in the Contract.

e. Stop lines shall be required only when specified in the Contract. Temporary stop lines shall be 12 inches wide unless specified otherwise.

f. Turn Arrows shall be required only when specified in the Contract.

g. Lane Drop Arrows and “MERGE” markings shall be required only when specified in the Contract, or when directed by the Engineer.

Page 232: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

h. Railroad Crossing Symbols shall be required only when specified in the Contract, or when directed by the Engineer.

i. Crosswalks shall be required only when specified in the Contract. Temporary crosswalks shall be parallel 6 inch white lines unless otherwise specified.

j. Other markings shall be required only when specified in the Contract. Temporary lane lines, centerlines, and edge lines may be marked with Type D removable tape, Type F-temporary paint, or FTPMs. All temporary symbol/message markings and other types of temporary markings (including dotted line extensions, stop lines, and crosswalks) may be marked with Type D-removable tape or Type F-temporary paint with at least 3 lbs. of glass beads per gallon. The VTM-94 moisture test is not required for temporary pavement marking. However, if the VTM-94 moisture test is not performed, the Contractor shall make a qualitative surface wetness assessment and note the results on the Form C-85. If the surface is visibly dry (does not have puddling or free-standing water present), the Contractor is responsible for installing and maintaining the temporary pavement markings. If the Contractor opts not to perform the VTM-94 moisture test and the temporary markings applied to a visibly dry surface do not sufficiently adhere to the surface, no additional payment will be made by the Department for temporary pavement marking reapplication (including Maintenance of Traffic costs associated with temporary pavement marking reapplication). If the surface has puddling or free-standing water present, or if a VTM-94 moisture test result indicates that the condition of the surface is not suitable for temporary pavement marking application, the Engineer may direct the Contractor to install temporary pavement markings on the surface in order to avoid having traffic operate on an unmarked road. In such circumstances the Department may direct the Contractor to install one subsequent reapplication of the temporary markings once the surface has dried, if the previous installation did not satisfactorily adhere to the road. In such circumstances the Contractor will be compensated at the contract bid price for those temporary markings. The Contractor may employ approved methods of drying the pavement surface that will not damage the pavement. Methods that may damage the pavement, such as “torching” of the pavement, will not be allowed. Any drying of pavement will be at no extra cost to the Department. While in place, temporary pavement markings sizes, shapes and retroreflectivity shall be maintained at adequate visibility and retroreflectivity, as defined in Section 512 of the Specifications, until the permanent markings are installed. No additional application (refreshing) is required as long as the temporary markings continue to meet these requirements. If Type D-removable tape fails the visual evaluation or is deficient in any other respect prior to the installation of permanent markings, the tape shall be removed and new Type D-removable tape or Type F-temporary paint shall be reapplied. Under such circumstances, no additional payment will be made by the Department for temporary pavement marking reapplication, including Maintenance of Traffic costs for reapplication. If temporary pavement markings are Type F and do not meet the requirements of Section 512 of the Specifications prior to the installation of permanent markings, such temporary markings shall be refreshed by the application of a lighter application (applied so as to

Page 233: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

enhance visibility but not as to require eradication before application of permanent markings) of Type F-markings at the Contractor’s expense as directed by the Engineer. Permanent pavement markings shall not be installed atop Type F-markings if the paint exceeds the maximum specified thickness in Table VII-3 Pavement Markings, or is not fully dry. If the temporary pavement markings are not located directly underneath the location where the permanent markings are to be installed, they shall be 100 percent eradicated prior to installation of permanent markings. No additional payment will be made for eradication of excess temporary pavement markings, including Maintenance of Traffic costs, when eradication is required prior to installation of permanent markings.

3. Premarking: When establishing the location of pavement markings, the Contractor may mark the locations of proposed permanent markings on the roadway by installing premarking materials. Premarkings may be accomplished using Type D removable tape, chalk, or lumber crayons; except symbol/message pavement markings such as stop lines, crosswalks, messages, hatching, etc., shall be premarked using chalk or lumber crayons. Premarkings shall be of the same general color as the pavement markings being premarked. When tape is used as a premarking material, premarking shall consist of 4- inch by 4-inch-maximum squares or 4-inch-maximum diameter circles spaced at 100-foot minimum intervals in tangent sections and 50-foot-minimum intervals in curved sections. At locations where the pavement marking will switch colors (e.g. gore marking) the ends of the markings may be premarked regardless of the spacing. When the Contractor uses chalk or lumber crayon as premarking, the entire length of the proposed pavement marking may be premarked. Premarkings shall be installed so their installation will not affect the adhesion of the permanent markings. When Type D tape is used as the premarking material and the lateral location of such premarkings to the final pavement markings exceeds 6 inches, the Type D premarkings shall be removed at no additional cost to the Department.

4. Eradication: Eradication of existing pavement markings shall be according to Section 512(l) of the Specifications, except where new markings will cover the existing markings, at least 90 percent removal of the existing markings is required.

5. Permanent Pavement Markings: The pavement surface shall be clean and dry at the time of permanent pavement marking installation as tested according to VTM-94. The Contractor shall be responsible for providing the apparatuses that are needed to perform the moisture test prior to application. Permanent markings shall not be installed directly over longitudinal pavement joints except to cross the joint perpendicularly or at an angle. All permanent linear and message/symbol markings on (a) Interstate and Limited Access Roadways posted at 55 MPH or greater, (b) all other roadways with 10,000 ADT or greater and posted or statutory speed limit of 45 mph or greater, shall be placed within the following time limits:

Page 234: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

a. For Plant Mix operations:

1) All Type B Class VI shall be inlaid the same day as the final surface is placed as specified herein.

2) All other permanent markings shall be completed within 30 days after the end of the last workday of continuous paving on that section of roadway.

b. For Latex Emulsion and Surface Treatment operations:

1) The Contractor shall evaluate the pavement surface between 14 and 18 days after the end of the last workday of continuous paving on that section of roadway.

2) If that evaluation ascertains that the pavement surface meets the markings manufacturer’s requirements and specifications for application of permanent markings, the texture is weathered-in on the edges, and the temporary marking is worn down to 10 mils or less, then the Engineer shall be notified that the surface meets the markings manufacturer’s specifications. The permanent markings shall be installed between 14 days and 30 days after the end of the last workday of continuous paving on that section of roadway. Otherwise the Contractor shall notify the Engineer why the pavement surface does not meet the markers manufacturer’s requirements and all permanent markings shall be completed between 30 days and 45 days after the end of the last workday of continuous paving on that section of roadway.

On all other roadways (non-interstate and non-limited access/non-freeway) roads with less than 10,000 ADT or posted/statutory speed less than 45 MPH), all permanent linear and message/symbol markings shall be installed within 30 days on plant mix surfaces and between 30 and 45 days on surface treatment/slurry seal/latex emulsion surfaces, after the end of the last workday of continuous paving on that section of roadway. Exceptions will be granted by the Engineer only when pavement curing time or weather conditions prohibit installation or the texture is not weathered-in on the edges and the pavement surface does not meet the markings manufacturer’s requirements.

Any necessary refreshing and/or replacement of temporary pavement markings or FTPMs shall not affect the allowable time limit for completion of permanent pavement marking installation. Permanent pavement markings shall be of the material specified in the Contract. Permanent pavement markings shall not be installed atop surface-treatment/slurry seal/latex emulsion surfaces until at least 14 days (and up to 30 days if Type B Class VI is installed) after completion of the paving operation, and only after the Contractor determines that the surface has sufficiently cured (weathering-in of the texture) to support the permanent pavement markings according to the manufacturer’s written instructions. The Contractor shall thoroughly sweep surface-treated, slurry seal and latex emulsion roadways prior to installation of permanent pavement markings. Any loose aggregate remaining on the surface shall be blown-out with an air compressor or other approved method. Permanent pavement message and symbol markings shall be installed using Type B, Class I or Class II thermoplastic material as specified in the Contract. Messages and symbol markings shall include, but not be limited to: crosswalks, yield lines, stop lines,

Page 235: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

school markings, railroad crossing markings, accessible (handicapped) parking symbols, arrows, word messages, etc.

a. Type A Markings: Paint shall be applied as per the manufacturer’s installation

instructions. Paint shall not be applied over existing pavement markings of other materials unless the existing marking is at least 90 percent worn away or eradicated. Paint may be applied over existing Type A paint markings if the existing paint is clean and well adhered. The Contractor shall apply paint with a line painting machine that is capable of hot spraying paint and glass beads directly onto the pavement surface for widths of 4 through 8 inches. The machine shall be capable of simultaneously applying two pavement stripes, either solid or skip, at the same time when double line markings are required. Paint tanks on the equipment shall be equipped with a mechanical agitator and paint shall be thoroughly mixed and heated such that it will not track within 60 seconds after its application. Non-truck mounted equipment shall be self-propelled and regulated to allow for calibration of the amount of material applied. Glass beads shall be applied by the application equipment to the entire surface of the paint at the minimum rate of 6 pounds per gallon of paint, unless specified otherwise in the Materials Division’s Approved Products List.

b. Type B Markings (General): Type B markings shall be applied according to the manufacturer’s installation instructions. Type B markings shall not be applied over existing pavement marking materials unless the existing marking is at least 90 percent worn away or eradicated. The Contractor shall furnish a properly calibrated infrared instrument for the purpose of measuring the actual temperature of molten thermoplastic material. Multi-component material shall be applied using internally injected guns for the proper mixing of components. Truck mounted equipment for application of liquid long line Type B markings shall be capable of hot spraying liquid applied markings and glass beads uniformly over the entire surface of the marking for widths of 4 through 8 inches. Equipment tanks shall be equipped with a mechanical agitator and materials shall be thoroughly mixed, heated and applied according to the manufacturer’s installation instructions. Equipment shall be capable of applying two pavement stripes, either solid or skip, at the same time when double line markings are required.

c. Thermoplastic (Type B, Class I) Markings: Material shall be applied by screed extrusion, ribbon gun, or spray equipment. Alkyd thermoplastic may be applied directly to plant mix surfaces after the paving operations if the paved surface can support the equipment; however, hydrocarbon thermoplastic shall be applied between 30 and 45 days after the paving operations. Alkyd and hydrocarbon materials shall not be mixed together. Equipment shall be thoroughly cleaned before color or types of material are changed. Thermoplastic shall only be applied over existing thermoplastic markings if the existing thermoplastic marking is clean, chalk-free (not powdery), and well-adhered; or over previously-applied Type F-paint that is fully dry and is at a thickness of 10 mils or less.

Page 236: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Glass beads shall be applied by the application equipment to the surface of the marking at the minimum rate of 7 pounds per 100 square feet, unless specified otherwise in the Materials Division’s Approved Products List. Non–truck mounted equipment for application of thermoplastic material shall be of the screed extrude type with a screw drive and shall be self-propelled and regulated to allow for calibration of the amount of material applied. Type B, Class I hydrocarbon thermoplastic material shall not be used for the installation of messages or symbols. Alkyd thermoplastic material shall only be applied by screed extrude application equipment for the installation of messages or symbols.

d. Preformed Thermoplastic (Type B, Class II) Markings: When markings are installed on hydraulic cement concrete pavement, a primer/sealer shall be first applied according to manufacturer’s installation instructions. Additional glass beads shall be applied evenly at the rate of 7 pounds per 100 square feet to flood the entire surface of the preformed thermoplastic material immediately after installation and while the material is still molten.

e. Epoxy Resin (Type B, Class III) Markings: Markings shall be applied per the manufacturer’s recommendations. Epoxy resin shall not be applied over existing pavement markings unless the existing marking is at least 90 percent worn away or eradicated. Non–truck mounted equipment for application of epoxy resin material shall be self-propelled and regulated to allow for calibration of the amount of material applied.

f. Plastic-Backed Preformed Tape (Type B, Class IV) Markings: Markings shall be installed per the manufacturer’s installation instructions and as denoted herein. Unless otherwise specified, Tape applied to freshly paved asphalt surfaces shall be inlaid on the freshly installed asphalt surface before the pavement mat has cooled below 100 degrees F. Surface preparation primer/adhesive shall be used to enhance adhesion according to the manufacturer’s recommendations, except when tape is inlaid immediately following the final rolling of the new asphalt concrete surface. New surface treatment, slurry seal, and latex emulsion surfaces shall be fully cured and temporary markings worn according to manufacturer recommendations prior to installation of the primer/adhesive and surface application of the Tape. Tape for pavement line markings shall be applied by an application cart as recommended by the manufacturer. Tape shall be tamped into place with a tamper cart with a weight as recommended by the manufacturer. Vehicle wheels may be used to tamp line markings if recommended by the manufacturer’s installation instructions. If vehicle wheels are used to tamp the markings, then

Page 237: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

the Contractor shall ensure that the vehicle tires ride true down the length of the tape marking. 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.

g. Patterned Preformed Tape (Type B, Class VI) Markings: Pre-approved material shall be installed either under the guidance of the manufacturer’s representative or by the Contractor’s employee that is approved as an installer by the manufacturer. If the material is no longer approved for Surface Treatment applications (Latex Emulsion, Slurry, etc.) at the time of bid advertisement, the material shall not be installed on Surface Treatment applications (Latex Emulsion, Slurry, etc.). The pavement marking tape shall be warrantied by the manufacturer against failure resulting from improper installation and material defects regardless of method of manufacturer’s prescribed application or pavement type. The material shall be warranted to retain its color, retroreflectivity, adherence to the pavement and shall be free of other obvious defects or failures. All pavement marking tape that has failed to meet the warranty conditions shall be replaced at no additional cost to the Department. The warranty shall cover all pavement striping materials (regardless of method of installation), labor, equipment, mobilization\demobilization, tools, and incidentals required to remove (eradicate) and replace the pavement striping, including maintenance of traffic during the removal and reinstallation operations. The warranty shall include the following:

● Retroreflectivity: White and Yellow longitudinal pavement marking tape

shall remain effective for its intended use under normal traffic conditions and meet the minimum Coefficient of Retroreflected Luminance (RL) of 100 millicandelas per square foot per foot-candle [(mcd·ft-2)·fc-1] when measured according to ASTM E 1710 for six years.

● Color: Longitudinal pavement marking tape shall remain effective for its intended use under normal traffic conditions and meet the minimum Daytime and Nighttime color including Luminance Factor (Cap Y) per ASTM D 6628 for six years when inlaid on new asphalt concrete pavement or surface applied on existing asphalt concrete pavement or hydraulic cement concrete.

● Material Loss for Solid Longitudinal Lines: more than five percent of the substrate is exposed in any 2000 ft. section of pavement marking or 50 ft. or more of continuous loss.

● Material Loss for Skip Line: more than five percent of the substrate is exposed in any 2000 ft. section of pavement marking, or the loss of two consecutive skips.

When Type B, Class VI markings are specified for a paving schedule route that includes a concrete bridge deck greater than 75 feet in length within the paving schedule’s limits, Type B Class VI contrast (black-bordered) tape shall be surface-applied on the concrete bridge deck for the lane lines and edge lines unless otherwise specified in the Contract or directed by the Engineer.

Page 238: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Plant Mix Surfaces: Type B, Class VI markings applied to plant mix overlay surfaces shall be installed as per manufacturer’s installation instructions, except that non-embedded (adhesive) surface application will not be permitted; the markings shall be inlaid in the freshly installed asphalt surface before the pavement mat has cooled. The temperature of the asphalt mat shall be between 100 and 180 degrees. The Type B, Class VI markings shall be inlaid with a roller (minimum 2 tons) operating in a non-vibratory mode when the asphalt mat is between 100 and 180 degrees. The Contractor shall ensure that markings are not degraded by subsequent paving and shoulder 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. Non-Plant Mix Surfaces: The Contractor shall install Type B, Class VI markings on existing asphalt concrete roadway surfaces, hydraulic cement concrete surfaces, and existing or new surface treatment, slurry seal, and latex emulsion surfaces according to the manufacturer’s installation instructions for pavement surface preparation, sweeping, and installation techniques for non-embedded (adhesive) surface applications and splicing. When Type B, Class VI markings are to be installed on latex emulsion or other approved surface treatment, the selected marking material shall be a material that is warranted by the manufacturer and pre-approved by the Department for application on slurry seal/latex emulsion surfaces. Prior to tape installation on new latex emulsion surfaces, the following shall occur:

● The surface shall cure for at least 30 days unless otherwise documented that the pavement surface has sufficiently cured as specified herein.

● The surface shall be swept clear of all loose aggregate immediately prior to

applying (spraying) surface preparation primer adhesive. ● The primer adhesive shall be applied (sprayed) uniformly at the correct

thickness (shall not exceed the maximum thickness specified by the manufacturer), and cured according to the manufacturer’s installation instructions.

After proper application of the surface preparation primer adhesive, the tape shall be tamped to the road using a 200 pound minimum tamper cart and vehicle wheels. The Contractor shall ensure that the vehicle tires, if used, ride true down the length of the tape marking and according to manufacturer instructions.

h. Polyurea (Type B, Class VII) Markings: Markings shall be installed according to the manufacturer’s installation instructions, either under the guidance of the manufacturer’s representative or by a Contractor’s technician that has received manufacturer’s certification.

(c) Pavement Markers

The type, installation procedures, time limits, ambient air temperature, ambient moisture condition, and pavement surface condition for pavement markers shall be according to manufacturer’s

Page 239: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

installation instructions. A copy of those installation instructions shall be provided to the Engineer prior to installation. The front side (the side facing oncoming traffic) of pavement markers retroreflectors shall be the same color as the adjacent pavement marking. The backside of the pavement marker retroreflectors shall be as follows:

● One-way markers: The backside (the side facing wrong-way traffic) shall be red for pavement markers with a white retroreflector on the front side.

● Two-way markers: The backside shall match the color of the adjacent pavement marking.

The bonding material shall be from the Materials Division’s Approved Products List for the specific marker listed. The Contractor shall prepare the pavement surface by air blowing or a thorough brushing as necessary to ensure that the pavement surface is free of dirt, dust, debris, moisture, scale, oil, and any contaminant that might reduce bonding. The retroreflector surface shall be kept free of moisture, scale, dirt, oil, grease, and other contaminants that might reduce the retroreflectivity of the retroreflector. Permanent markers shall not be installed until after the installation of the adjacent permanent line marking.

1. Flexible Temporary Pavement Markers (FTPMs): The Contractor may choose to substitute FTPMs in lieu of Type F-temporary paint or in lieu of Type D temporary pavement markings. Prior to installing FTPMs the Contractor shall submit a plan for substituting FTPMs for temporary pavement markings to the Engineer for approval. The Contractor’s plan for FTPMs shall be according to the requirements and the Typical Plan for FTPM Placement drawings included herein. When FTPMs are used to simulate temporary edgelines, the FTPMs shall be placed on 20-foot centers and shall match the color of the line markings being simulated. FTPMs shall be installed at the same locations that permanent pavement markings will be installed. For surface treatment, slurry seal or latex emulsion treatment operations, the appropriate FTPMs with protective covering shall be installed prior to placing the new treatment. The lens protective covering shall be kept in place during the final surface placement to protect the lens from being obscured or damaged by the paving operation. Upon completion of surface treatment, slurry seal or latex emulsion treatment placement, the Contractor shall remove the protective covering from the reflective lens of the FTPMs prior to leaving the work site. Failure to remove such covering shall result in the non-payment for that portion type (skip or solid) of temporary pavement marking. For plant mix operations, the appropriate FTPMs shall be installed on the newly-placed pavement after the pavement is thoroughly compacted and has cooled to the FTPM manufacturer’s recommended temperature for installation. The Contractor shall maintain the FTPMs until the permanent pavement markings are installed. Damaged or missing FTPMs shall be immediately replaced at the Contractor’s expense with new FTPMs of the same manufacturing type, color and model. No more

Page 240: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

than one FTPM may be damaged or missing out of every skip line simulated segment. No two consecutive FTPMs may be damaged or missing on a simulated solid line application, and no more than 30 percent of the FTPMs may be damaged or missing on any measured 100-foot segment of simulated solid line. Once applied, FTPMs will be considered for a single use. If a FTPM requires replacement, it shall be properly disposed of and replaced with a new FTPM at no additional cost to the Department. FTPMs may remain in place, undamaged, after installation for up to 14 consecutive days. When FTPMs are applied prior to final surface placement (such as with surface treatment, slurry seal, or latex emulsion operations) this 14 -consecutive-day time limit shall begin at the time of actual installation of the FTPMs, not at the time of surface placement. The Engineer may approve an extension of the 14 days if all damaged FTPMs are replaced and the remaining FTPMs are maintained. FTPMs shall be removed and properly disposed of when permanent pavement markings are installed. Used FTPMs removed from the pavement, including all containers, packaging, damaged FTPMs and all other miscellaneous items of waste, shall be appropriately disposed of according to Section 106.04 of the Specifications.

2. Snow-plowable Raised Pavement Markers (SRPMs): SRPMs shall be installed by cutting two parallel grooves into the pavement at the depth and dimensions recommended by the marker manufacturer. Grooves shall be parallel to the adjacent pavement marking. Grooves shall be cut with saw blades having a diameter to match the curvature of the steel casting bottom and keels. Keel surfaces and the cut grooves shall be free from moisture, scale, dirt, oil, grease, debris, or any other contaminant that might reduce bonding. SRPMs shall be located at least two inches away from any joint, crack, or seam. Casting keels shall be bonded in the saw-cut grooves according to the manufacturer’s installation instructions. Front and rear keel tips of the casting shall be installed flush with or below the pavement surface. The installed height of the raised pavement marker shall be approximately ¼ inch to ½ inch above the pavement surface. The top of retroreflectors shall be mounted flush with or below the top of the casting. If the SRPM retroreflectors are dirtied or damaged during installation (including dirtying from adhesive residue), they shall be replaced by the Contractor at no additional cost to the Department. All SRPMs on plant mix surfaces shall be installed within 30 calendar days after the end of the last workday (final surface) of continuous paving on that section of roadway. All SRPMs on surface treatment, slurry seal, or latex emulsion surfaces shall be installed within 14 calendar days after the final markings are installed, unless a time extension is approved by the Engineer. Time extensions will be granted when weather conditions prohibit installation or other operations on the project would damage the markers. The time limit for installation of SRPMs shall be determined as follows:

● On a two-lane roadway, the time limit commences for the entire roadway at the end

of the last workday that the final surface is placed on a continuous section of that roadway.

● On a divided highway or a multi-lane undivided highway, the time limit commences for the entire roadway at the end of the last work day that the final surface is placed

Page 241: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

on a continuous section for that portion [direction] only. The time limit for the entire roadway in the opposite direction does not commence until at the end of the last work day that plant mix or surface treatment is placed on a continuous section for that opposite direction.

3. Raised Pavement Markers: Raised pavement markers shall be bonded to the pavement surface according to the manufacturer’s installation instructions.

4. Pavement Marker Retroreflector Replacement: Replacement of existing retroreflector lenses shall be according to the manufacturer’s installation instructions. If the new retroreflectors are dirtied or damaged during installation they shall be replaced at no additional cost to the Department. Properly dispose of the existing retroreflectors according to Section 106.04 of the Specifications.

(d) Quality Control

The Contractor shall have a certified Pavement Marking Technician present during all temporary and permanent pavement marking operations and marker installation operations, except FTPM operations. The Contractor shall maintain a daily log (Form C-85) for both temporary and permanent markings and markers. The C-85 form shall not be modified, all entries in the log shall be in ink, the log shall be legible and complete, and the log shall be signed by the Contractor and delivered to the inspector at the end of each workday. If the Form C-85 is in electronic format, it shall be kept current with VTM-94 testing throughout the day and a printed copy signed by the Contractor shall be delivered to the Inspector at the end of each workday. The Contractor shall also provide a printed or electronic copy of the signed Form C-85 to the Materials Quality Assurance Technician for materials notebook verification. The Contractor shall perform quality control testing for application thickness and glass bead rate according to VTM-94 at the beginning of each workday and every 3 hours thereafter. The Contractor shall be responsible for providing the apparatuses indicated in VTM-94 that are needed to perform the quality control testing. Testing for compliance with VTM-94 shall be performed in the presence of the Engineer and shall be documented on the Form C-85 immediately after testing is completed. If requested by the Engineer, the Contractor shall provide a Quality Control (QC) test plate and the provision of the test plate shall be documented on Form C-85. The Engineer will make a visual evaluation of the permanent markings and markers to assess the condition, retroreflectivity, and color of the pavement marking material, after installation but prior to final acceptance. If problem areas are found, a further inspection will be made by the Department, the Contractor, and marking manufacturer's representative to identify specific areas of concern. When required by the Engineer, the suspect areas shall be tested by the Contractor in the presence of the Engineer according to VTM-125 to define the evaluation sections and the number of measurements needed. The test results shall meet the requirements for retroreflectivity and color specified in Section 246 of the Specifications. Those markings found to be less than the Initial Approval values in Section 246 of the Specifications shall be eradicated and immediately replaced by the Contractor at no cost to the Department. Pavement markings that exhibits signs of significant tearing, roll back, lifting, shrinkage, or other signs of poor adhesion shall be immediately replaced by the Contractor at no cost to the Department.

Page 242: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

All costs associated with testing the marking material for retroreflectivity, color, and adhesion shall be borne by the Contractor. The Contractor will be paid for Maintenance Of Traffic during this testing at the contract unit price for the Maintenance Of Traffic items used. Commercially standard material guarantees that are furnished by the manufacturer shall be obtained by the Contractor and assigned to the Commonwealth in writing prior to final acceptance.

Section 704.04—Measurement and Payment is replaced with the following: 704.04—Measurement and Payment

Pavement line markings will be measured and paid at the contract unit price per linear foot for the type and/or class and width specified. This price shall include furnishing and installing the pavement marking material, surface preparation, premarking, documentation and staking of existing markings, quality control tests, daily log, guarding devices, primer/adhesive, glass beads, and manufacturer’s warranty. Pavement message markings will be measured and paid for at the contract unit price per each per location or linear foot as applicable for the message, size, and type and/or class specified. This price shall include furnishing and installing the pavement marking material, surface preparation, premarking, documentation and staking of existing markings, quality control tests, daily log, guarding devices, primer/adhesive, glass beads, and manufacturer’s warranty. Temporary pavement line markings will be measured and paid for at the contract unit price per linear foot for the type and/or class and width specified. This price shall include furnishing, installing, and maintaining the pavement marking material, surface preparation, quality control tests, daily log, guarding devices, primer/adhesive, glass beads, and disposal. If temporary line markings require refreshing, reapplication, or replacement before the final surface or the permanent markings are installed, all cost for refreshing, reapplication, or replacement shall be at the Contractor’s expense, unless the Contractor was directed to apply the temporary markings to a visibly wet surface at the direction of the Engineer as specified herein. In the event the Contractor uses FTPMs in lieu of Type F-temporary paint to simulate a longitudinal line marking as allowed herein, the Contractor will be paid at the linear foot pay unit for the length of simulated line marking at the Type F-temporary paint unit price. That measurement shall represent all FTPMs required for that simulated line marking. This cost shall include furnishing, installing and maintaining the FTPMs, removable covers, surface preparation, quality control tests, daily log, guarding devices, FTPMs removal, and disposal. Temporary pavement message markings will be measured and paid for at the contract unit price per each per location or per linear foot as applicable for the message, size and type and/or class specified. This price shall include furnishing, installing, and maintaining the pavement marking material, surface preparation, quality control tests, daily log, guarding devices, primer/adhesive, glass beads and disposal. If temporary pavement message markings require refreshing, reapplication, or replacement before the final surface or the permanent markings are installed, all cost for refreshing, reapplication, or replacement (including Maintenance of Traffic costs) shall be at the Contractor’s expense unless the Contractor was directed to apply the temporary markings to a visibly wet surface at the direction of the Engineer as specified herein. Pavement Markers will be measured and paid for at the contract unit price per each for the type specified. This price shall include surface preparation, furnishing and installing prismatic

Page 243: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

retroreflectors and castings, pavement cutting, adhesive, guarding devices, quality control tests, daily log, and manufacturer’s warranty. Pavement Marker Retroreflector Replacement will be measured and paid for at the contract unit price per each for the type specified. This price shall include furnishing retroreflectors, removal and disposal of the existing retroreflector, cleaning of the existing casting, adhesive, installation of the new retroreflector, quality control tests, daily log, and manufacturer’s warranty. Payment will be made under:

Pay Item Pay Unit

Pavement line marking (Type and/or class and width) Linear foot

Pavement message marking (Message, size, type and/or class) Each or linear foot

Temporary pavement line marking (Type and width) Linear foot

Temporary pavement message marking (Message, size, type and/or class) Each or linear foot

Pavement marker (Type, [ ]-way, and/or type pavement) Each

Pavement marker retroreflector replacement (Type) Each

Page 244: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

TYPICAL PLAN FOR FTPM PLACEMENT

Page 245: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SP704-000110-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

REPLACEMENT OF PAVEMENT LINE MARKINGS, PAVEMENT MARKERS AND LOOP DETECTORS

September 27, 2011; Reissued July 12, 2016

Certain plant mix line items will be designated to have traffic engineering items (pavement markings, pavement markers and loop detectors) replaced under this contract. Replacement of pavement line markings, pavement markers and loop detectors will have the same time limits or restrictions that apply to the plant mix line items and shall be performed according to the following, unless otherwise specified:

1. Pavement Markings shall be installed according to Section 704 of the Specifications, and

according to the procedures and within the time limits set forth elsewhere in the Contract. 2. Pavement Markers shall be installed within 30 calendar days after the affected area is resurfaced.

Pavement Markers shall not be installed prior to the installation of such pavement markings as centerline and lane-division pavement line markings.

3. Loop Detectors shall be installed according to Section 703 of the Specifications.

When replacement of loop detectors is included in the Contract, the Contractor will be required to install new loop detector items within the planed surface prior to the placement of new plant mix or new loop detector items may be installed through the finished riding surface. Loop detectors installed prior to overlay operations shall be installed 3 inches below the planed surface. Loop detectors installed after the final overlay shall be installed no more than 4.5 inches and no less than 4 inches below the top elevation of the final riding surface. Loops shall be installed with loop detector cable enclosed in tubing (IMSA 51-5). Loop cable and loop sealant shall be from the Virginia DOT Pre-approved Traffic Control Device Listing. Link: http://www.vdot.virginia.gov/business/resources/APPROVED_product_LISTING.pdf New loop detectors shall be of the same size, configuration and locations as existing loop detector(s) unless otherwise indicated. When an existing loop detector is taken “out of service” as a result of the Contractor’s planing operation the Contractor shall have the new loop detector items installed and operational within 96 hours of the “out of service” time and date, unless otherwise stated in the Contract. In no case shall any loop detector be “out of service” for more than 96 hours. If the Contractor chooses to install new loop detector items through the final riding surface, all loop detector items shall be installed and operational within 96 hours after completion of the paving operations in the affected intersection. PLEASE NOTE: Installation of loop detectors shall be performed in the presence of the Engineer. The Contractor shall notify the Engineer at least 72 hours prior to planing at locations that contain loop detectors.

Page 246: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 247: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

PIPE REPLACEMENT

February 28, 2013; Reissued July 12, 2016_ I. DESCRIPTION

This work shall consist of the replacement of existing storm water, surface water pipe culverts and/or sanitary sewer lines by the method or methods specified at the designated locations described in the Contract using various standard and non-standard methodologies/technologies according to this provision and as directed by the Engineer.

II. MATERIALS Cement grout shall conform to Section 218 of the Specifications except the grout shall be a non-shrink mix design. Pipe used in replacement operations shall conform to Section 232 of the Specifications.

III. GENERAL PROCEDURES All work shall be contained within the existing right-of-way. In the event a temporary construction easement is deemed necessary due to the selected method or product chosen by the Contractor, the Contractor shall obtain such additional easement for his convenience at no additional cost to the Department. The Contractor shall maintain all lanes of traffic at all times according to the Special Provision for Section 512—Maintaining Traffic – Non-Schedules (Lump Sum) unless otherwise directed by the Engineer. This maintenance of traffic shall include temporary detours if required by the Contractor’s method of operations to facilitate construction and where permitted by the locality and the Department. When temporary detours are required the Contractor shall design and construct temporary detours according to Sections 105.14 and 512 of the Specifications and Standard GS-10 of the Road and Bridge Standards respectively. The cost for maintenance of traffic including temporary detours shall be bid as a lump sum amount for the specific location of each pipe replacement as shown in the Contract according to the Special Provision for Section 512—Maintaining Traffic – Non-Schedules (Lump Sum) unless otherwise specified in the Contract. The Contractor shall contact Miss Utility prior to commencing any work that may conflict with existing utilities, and shall coordinate with the utility company(ies) and the Engineer for any adjustments deemed necessary to complete the work. The Contractor shall notify the VDOT Area Construction Engineer at least 48 hours prior to initiation of replacement operations at the site. In the event the selected method of replacement requires disturbing existing surfaces, these surfaces shall be restored in kind to original pre-construction conditions after replacement operations have been completed. The cost shall be included in the price bid for Pipe Replacement for the specified location. The Contractor shall obtain all required OSHA confined space entry permits where these are required by the Contractor’s operations and the scope of work in the Contract. The Department has performed an inspection of the existing pipes in the Contract to determine the extent and nature of each pipe’s deterioration or damage in each location so as to designate the allowable methods of replacement of the pipe at that specific site. Using the information collected from this inspection the Department has determined through its engineering analysis the best practical method(s) of replacement for each respective site (location) taking into account site

Page 248: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

specific conditions such as installation working space, hydraulic capacity before and after replacement, height of cover, soil density, and loading conditions, among other criteria. The Contractor shall select, according to the method or options of methods designated by the Department for each specified location or site indicated in the Contract, how he/she chooses to perform the work. Regardless of the final method selected, the Contractor shall provide the Engineer documentation of the procedures, materials, equipment, incidentals and resources he/she shall employ to ensure successful replacement of the existing culvert(s) and/or sewers to assist the Engineer in monitoring the Contractor’s operations. The Contractor will not be permitted to substitute a different method(s), if designated, than that or those specified for the location described in the Contract. Replacement procedures shall be performed according to the method specified according to Section 302.03 of the Specifications at the location shown or described in the Contract. Pipes shall be installed to the line and grade shown or derived from invert elevations specified in the plans. Unless otherwise specified, pipes abandoned in place shall be grouted to fill the entire inside void with flowable backfill conforming Section 509 of the Specifications. The following methods of pipe replacement are approved by the Department; however, not all methods may be appropriate for each individual location. The Contractor shall consult the Contract to determine the method or methods that are permitted per the location cited. Individual methods shall conform to the criteria specified.

Method A – Jacked pipe installation shall be the jack and bore method according to Section 302.03(a)1 of the Specifications. Method B - Open trench pipe installation shall be the open trench method according to Section 302.03(a)2 of the Specifications.

Post installation inspection shall be performed according to Section 302.03(d) of the Specifications. The cost of such inspection will be considered incidental to the cost of the installation.

IV. MEASUREMENT AND PAYMENT Pipe Replacement (Method A) will be measured and paid for in units of linear feet of “Jacked and Bored Pipe” according to Section 302.04 of the Specifications. Pipe Replacement (Method B) will be measured and paid for in units of linear feet of “Pipe” according to Section 302.04 of the Specifications. These prices shall also include excavating when not designated as a separate pay item attributable to this specific work; sheeting; shoring; dewatering; disposing of surplus and unsuitable material; backfilling and backfill material; compaction; restoring existing surfaces; clearing obstructions, and flowable backfill when not designated as a separate pay item attributable to this specific work. Payment will be made under:

Pay Item Pay Unit (Size) Pipe Replacement (Method A) (Size) Pipe Replacement (Method B)

Linear Foot Linear Foot

Page 249: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

ELASTIC INCLUSION Expanded Polystyrene (EPS)

June 24, 2003; Reissued July 12, 2016_

I. DESCRIPTION

Elastic Inclusion work shall consist of installation of an elasticized Expanded Polystyrene (EPS) and geotextile separation fabric between the back of concrete surfaces and backfill material, according to these specifications and in conformity with manufacturer’s recommendations, the lines shown on the plans or as established by the Engineer.

II. MATERIALS (a) Elasticized Expanded Polystyrene (EPS): EPS shall have a size tolerance of 1/8 inch

for each dimension and conform to the following:

Physical Property Test Method Requirements Compressive strength D-1621 720 psf +/-60 psf @10% strain Water absorption C-272 Max. 3% by volume Insect Resistance D-3345-74 Resistance to ants, termites, etc.

The EPS shall be elasticized, with a linear-elastic stress-strain behavior up to 10 percent strain and linear proportional stress-strain behavior up to 30 percent strain. The EPS shall contain no chlorofluorocarbons (CFCs), hydrochlorofluorocarbons (HCFCs), hydrofluorocarbons (HFCs) or formaldehyde. It shall be chemically and biologically inert when in contact with acidic and alkaline soils. It shall be treated to prevent insect attack. Materials shall withstand temperature variations from 0ºF to 140ºF without deforming and shall maintain their original dimensions and placement without chipping, spalling, or cracking. Material shall not deteriorate because of contact with sodium chloride, calcium chloride, mild alkalis and acids, or other ice control materials. The EPS shall contain a flame retardant additive.

(b) Geotextile Separation Fabric: A non-woven geotextile separation fabric shall be placed between the EPS and the backfill material. Fabric joints shall have a minimum overlap of twelve inches. Fabric shall extend a minimum of twelve inches beyond the EPS surface and overlap with adjacent concrete surface. The separation fabric shall have the following properties:

Physical Property Test Method Requirements Grab Strength D-4632 Min. 250 lb Puncture Strength D-4833 Min. 112 lb Tear Strength D-4533 Min. 90 lb Permittivity D-4491 Min. 0.5 sec-1 Apparent Opening Size D-4751 Max. No. 50 sieve

Geotextile separation fabric shall be protected from mud, dirt, dust, sunlight, and debris during transport and storage. Material shall be inert to commonly encountered chemicals; resistant to mildew, rot, insects, and rodents; and biologically and thermally stable.

Page 250: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Geotextile separation fabric for subsurface installation shall not be exposed to direct sunlight for more than 24 hours during installation. Tensile strength requirements are in the machine and cross-machine directions.

(c) Adhesive: Adhesive shall be used to bond the EPS to concrete surfaces and the separation fabric to the EPS. It shall be applied according to the EPS manufacturer’s recommendations.

(d) Backfill Material: Backfill material adjacent to the separation fabric shall be as specified in the Contract.

III. PROCEDURES

(a) Preparation of Concrete Surface: Before placement of EPS, concrete surfaces shall be

abrasive blast cleaned with a positive contact sandblaster or adhesives manufacturer’s recommendation and approved by the Engineer to remove all non-adherent laitance, oil, grease or other foreign or deleterious matter.

(b) Installation of Material: The EPS shall be attached to the back of the concrete surfaces with an adhesive compatible with the material. The concrete surface must be thoroughly dry and clean for adhesive for the application of the EPS. Adhesive shall be applied according to the adhesive manufacturer's recommendation or approval. The separation fabric may be installed after the EPS has been installed or it may be pre-attached to the EPS. The separation fabric shall cover all exposed surfaces of the EPS. EPS and separation fabric shall be installed according to the manufacturer's recommendations.

IV. TESTING

Elasticized EPS shall be tested by an independent commercial laboratory, to verify the material requirements specified herein. The Contractor shall provide written documentation of all tests specified. Documentation shall include style, lot, roll numbers, and actual results of each test. In addition, the name, address, phone number of the testing laboratory, and date of testing shall be provided. Geotextile separation fabric shall be tested by an independent commercial laboratory, to verify the material requirements specified herein. The Contractor shall provide written documentation of all tests specified. Documentation shall include style, lot, roll numbers, and actual results of each test. In addition, the name, address, phone number of the testing laboratory, and date of testing shall be provided. After the EPS has been installed and before the work has been accepted, the Contractor and Inspector shall perform a visual inspection of EPS coverage and adhesion to the concrete surface. Any area deemed unacceptable and questionable as to remaining in position during the placement of the backfill material shall be replaced or repaired, as required. REPAIR OF FAILED AREA OF EPS: Unacceptable portion of the EPS shall be removed and the concrete surface shall be prepared and the EPS installed according to this special provision.

Page 251: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

New EPS in the repair areas shall be visually inspected after curing. The cost of all additional work for repairing or replacing of the defective joint material shall be borne by the Contractor.

IV. MEASUREMENT AND PAYMENT

Elastic inclusion, when a pay item, will be measured in square yards along the back of backwall surface area, complete-in-place, and will be paid for at the contract unit price per square yard. Such price shall be full compensation for cleaning surface, for furnishing and installing the EPS material according to these Specifications and the manufacturer's recommendations, separation fabric, testing, and for all material, labor, tools, equipment and incidentals necessary to complete the work. When not a pay item, the cost thereof shall be included in the price for other appropriate pay items. Payment will be made under:

Pay Item

Pay Unit

Elastic Inclusion (Thickness) Square Yard

Page 252: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 253: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 254: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

† 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 255: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 256: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 257: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 258: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 259: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 260: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 261: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 262: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 263: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 264: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

SS106-002016-01 July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 106—CONTROL OF MATERIAL SECTION 106—CONTROL OF MATERIAL of the Specifications is amended as follows:

Section 106.08—Storing Materials is amended to replace the third paragraph with the following: Chemicals, fuels, lubricants, bitumens, paints, raw sewage, and other potential pollutant-generating materials as determined by the Engineer or defined in the VPDES General Permit For Discharge of Stormwater from Construction Activities shall not be stored within any flood-prone area unless no other location is available. A flood-prone area is defined as the area adjacent to the main channel of a river, stream or other waterbody that is susceptible to being inundated by water during storm events and includes, but is not limited to, the floodplain, the flood fringe, wetlands, riparian buffers or other such areas adjacent to the main channel. If stored in a flood-prone area, the material shall be stored in one or more secondary containment structures with an impervious liner and be removed entirely from the flood-prone area at least 24 hours prior to an anticipated storm event that could potentially inundate the storage area. Any storage of these materials outside of a flood-prone area that is in proximity to natural or man-made drainage conveyances where the materials could potentially reach a river, stream, or other waterbody if a release or spill were to occur, must be stored in a bermed or diked area or inside a secondary containment structure capable of preventing a release. Any spills, leaks or releases of such materials shall be addressed according to Section 107.16(b) and (e) of the Specifications. Accumulated rain water shall be pumped out of impoundment or containment areas into approved filtering devices. All proposed pollution prevention measures and practices must be identified by the Contractor in his Pollution Prevention Plan as required by the Specifications, other Contract documents and/or the VDPES General Permit for Discharge of Stormwater from Construction Activities.

Page 265: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 266: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

● 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 267: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 268: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 269: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 270: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 271: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 272: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 273: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 274: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 275: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 276: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 277: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 278: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 279: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 280: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 281: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 282: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 283: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

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 284: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 BC-1 Bidder Certification

ROUTE 28 WIDENING TO 4 LANES – PHASE 2

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

FHWA No. STP-5A01(509), UPC 105198

BIDDER CERTIFICATION OF PREQUALIFICATION

CLASSIFICATION AND WORK CAPACITY

KNOW ALL MEN BY THESE PRESENTS: we, the undersigned:

We, ______________________________________________________________________

(Name of Individual, Partnership or Corporation)

Hereby certify that we have the necessary classification and Maximum Capacity Rating (amount

approved the Prequalification Committee, less amount of all uncompleted work) to perform the

work covered by bids submitted for projects at the letting on ______________________(Date)

either with our 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.

A tabulation of all outstanding Contracts is to date furnished on the attached sheet entitled

“Status of Contracts on Hand”.

________________________________ _____________________________

(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.

Page 285: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 RP-1 Request for Payment

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

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.

Page 286: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 RP-2 Request for Payment

Owner/County Action:

County Resident Engineer: _______________________________________________

Approved By: County of Prince William

Signed:________________________________ Date:_____________________

Page 287: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 CO- 1 Change Order

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

CHANGE ORDER APPROVAL

Date No.

Contract No.

OWNER’S IFB/PROJECT NO. IFB7004054

PROJECT Route 28 Widening – Phase 2

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:

Page 288: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 CO- 1 Change Order

The changes result in the following adjustment of Contract Price and Contract Time:

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

Page 289: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 CD-1 of 3 Change Order Directive

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

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

Page 290: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 CD-2 of 3 Change Order Directive

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.

Page 291: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 CD-3 of 3 Change Order Directive

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 ___

Page 292: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 PB-1 of 2 Performance Bond

PRINCE WILLIAM COUNTY

PERFORMANCE BOND

ROUTE 28 WIDENING – PHASE 2

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 ___.

Page 293: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 PB-2 of 2 Performance Bond

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

Page 294: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 LM-1 of 2 Labor & Materials Bond

PRINCE WILLIAM COUNTY

LABOR AND MATERIALS PAYMENT BOND

ROUTE 28 WIDENING – PHASE 2

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.

Page 295: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 LM-2 of 2 Labor & Materials Bond

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

Page 296: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 WL-1 Waiver of Lien

PRINCE WILLIAM COUNTY

PRINCE WILLIAM COUNTY

AFFIDAVIT, WAIVER OF LIEN, AND RELEASE

OF CONTRACTOR

Project: ROUTE 28 WIDENING – PHASE 2

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

Page 297: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 WL-2 Waiver of Lien

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: _______________

Page 298: Sagres Construction | General Contracting Services for ......PRINCE WILLIAM COUNTY ROUTE 28 WIDENING – PHASE 2 PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

Route 28 Phase 2 Contractor’s Proposal to Sublet

CS-1 of 1

PRINCE WILLIAM COUNTY

ROUTE 28 WIDENING – PHASE 2

PWC Project No. SPR2016-00020, VDOT Project No. 0028-076-982, C502

FHWA No. STP-5A01(509), UPC 105198

CONTRACTOR'S PROPOSAL TO SUBLET/ SOURCE OF SUPPLIES

Submitted By

________________________________________________________________________

(Firm Name)

Date Bid Submitted

________________________________________________________________________

Contractor submits list of major subcontractor(s) designation including Dollar Amounts for the above

entitled project. Contractor shall also furnish Source(s) of Materials in space provided below.

Name of Subcontractor Description Dollar Amount

Source(s) of Materials: