155
ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River; VDOT Project No: 0060-114-R01, P101, M501, B618; City Project: 16-013; UPC: 107348 CITY OF HAMPTON Procurement Office Division of Finance Community, Municipal Services, Education Hampton, Virginia VDOT Hampton Roads District Issued: Tuesday, December 26, 2017 Mandatory Pre-Bid Conference: Tuesday, January 9, 2018 at 3:00 p.m. ET Mandatory Pre-Bid Meeting at: Public Works Conference Room 22 Lincoln Street, 4th Floor Hampton, VA 23669 Bids Due: Tuesday, Januray 30, 2018 at 3:00 p.m. ET to: Consolidated Procurement Office 1 Franklin Street, Suite 345 Hampton, VA 23669 INVITATION FOR BID PREPARED BY: Name: Carla Potter Title: Senior Buyer Telephone: (757) 727-2200 Fax: (757) 727-2207 Email: [email protected]

ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over

Hampton River; VDOT Project No: 0060-114-R01, P101, M501, B618; City Project:

16-013; UPC: 107348

CITY OF HAMPTON

Procurement Office Division of Finance

Community, Municipal Services, Education

Hampton, Virginia

VDOT Hampton Roads District

Issued: Tuesday, December 26, 2017

Mandatory Pre-Bid Conference: Tuesday, January 9, 2018 at 3:00 p.m. ET

Mandatory Pre-Bid Meeting at: Public Works Conference Room

22 Lincoln Street, 4th Floor

Hampton, VA 23669

Bids Due: Tuesday, Januray 30, 2018 at 3:00 p.m. ET to: Consolidated Procurement Office

1 Franklin Street, Suite 345

Hampton, VA 23669

INVITATION FOR BID PREPARED BY: Name: Carla Potter

Title: Senior Buyer

Telephone: (757) 727-2200

Fax: (757) 727-2207

Email: [email protected]

Page 2: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

TOC-1

Table of Contents

NOTICE OF ADVERTISEMENT ................................................................................................................................. 4

REQUIRED BID RESPONSE DOCUMENTS ................................................................................................................ 1

I. BID FORM ................................................................................................................................................................ 2 A. BID PROPOSAL ................................................................................................................................................... 2 B. CONTRACTOR BID TABULATION SHEET ............................................................................................................. 3 C. ADDENDA ACKNOWLEDGEMENT ...................................................................................................................... 5 D. BIDDER COMPLIANCE ........................................................................................................................................ 6 E. BIDDER SIGNATURE ........................................................................................................................................... 7 F. BIDDER CONTACT INFORMATION ...................................................................................................................... 8

II. VIRGINIA CONTRACTOR’S LICENSE ......................................................................................................................... 9 III. CERTIFICATION REGARDING DEBARMENT .......................................................................................................... 10 IV. ANTI-COLLUSION/NON-DISCRIMINATION/DRUG-FREE WORKPLACE REQUIREMENTS STATEMENT ................. 11 V. BID BOND FORM .................................................................................................................................................. 13 VI. SWAM BUSINESS PROGRAM FORMS .................................................................................................................. 14

SUBCONTRACTOR/SUPPLIER SOLICITATION FORM ............................................................................................. 15 PLANNED MINORITY AND WOMAN-OWNED BUSINESS UTILIZATION................................................................. 16

MINORITY AND WOMAN-OWNED BUSINESS PROGRAM INFORMATION AND INSTRUCTIONS ............................ 17

SAMPLE AGREEMENT TEMPLATE ......................................................................................................................... 20

SECTION 1. SCOPE OF WORK ............................................................................................................................................. 20 SECTION 1. PROJECT IDENTIFICATION ............................................................................................................................... 20 SECTION 2. STATEMENT OF WORK .................................................................................................................................... 21 SECTION 3. CONTRACT DOCUMENTS AND HIERARCHY ..................................................................................................... 21 SECTION 4. CONTRACT MODIFICATION and CHANGES IN THE SCOPE OF WORK .............................................................. 23 SECTION 5. PROJECT MANAGER ........................................................................................................................................ 23 SECTION 6. PRECONSTRUCTION MEETING ....................................................................................................................... 24 SECTION 7. STANDARD FOR WORKMANSHIP AND GUARANTEE ....................................................................................... 25 SECTION 8. CONTRACT TIME ............................................................................................................................................. 25 SECTION 9. CONTRACT VALUE ........................................................................................................................................... 26 SECTION 10. PAYMENTS ................................................................................................................................................... 26 SECTION 11. OBLIGATION TO SUBCONTRACTOR / INTEREST RATE .................................................................................. 27 SECTION 12. APPLICABLE LAW / COMPLIANCE .................................................................................................................. 27 SECTION 13. PERMITS AND UTILITY FEES .......................................................................................................................... 29 SECTION 14. PROTECTION OF THE PUBLIC AND OF WORK AND PROPERTY ...................................................................... 29 SECTION 15. FORMAL CORRESPONDENCE / REPRESENTATIVES AND NOTICES ................................................................ 30 SECTION 16. ACCESS TO WORK SITE ................................................................................................................................. 30 SECTION 17. SUPPLY OF MATERIAL AND APPLIANCES ...................................................................................................... 31 SECTION 18. ROYALTIES AND PATENTS ........................................................................................................................... 31 SECTION 19. SUPERINTENDENCE ...................................................................................................................................... 31 SECTION 20. EMPLOYEES .................................................................................................................................................. 31 SECTION 21. EMERGENCY WORK ...................................................................................................................................... 31 SECTION 22. SEPARATE CONTRACTS ................................................................................................................................ 31 SECTION 23. NON-ASSIGNMENT CLAUSE ......................................................................................................................... 31 SECTION 24. SUBCONTRACTS .......................................................................................................................................... 32 SECTION 25. RESPONSIBILITY FOR WORK ........................................................................................................................ 33 SECTION 26. SUSPENSION OF WORK ............................................................................................................................... 33 SECTION 27. TERMINATION .............................................................................................................................................. 33 SECTION 28. REMOVAL OF EQUIPMENT ........................................................................................................................... 33 SECTION 29. PARTIAL COMPLETION AND ACCEPTANCE ................................................................................................... 33 SECTION 30. CORRECTION OF WORK ............................................................................................................................... 34 SECTION 31. CLEAN UP ..................................................................................................................................................... 34 SECTION 32. FINAL ACCEPTANCE AND PAYMENT ............................................................................................................. 34 SECTION 33. HOLD HARMLESS-INDEMNIFICATION .......................................................................................................... 34 SECTION 34. INSURANCE .................................................................................................................................................. 35

Page 3: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

TOC-2

SECTION 35. PAYMENT/PERFORMANCE BONDS ............................................................................................................... 35 SECTION 36. SUBMISSION AND DISPOSITION OF CONTRACTUAL CLAIMS ........................................................................ 35 SECTION 37. DEBARMENT AND ENJOINMENT .................................................................................................................. 35 SECTION 38. SIGNATURE AUTHORITY ................................................................................................................................ 36

OTHER FORMS ..................................................................................................................................................... 40

PRE-BID QUESTION FORM........................................................................................................................................ 41 CONTRACTOR QUESTIONNAIRE FORM .................................................................................................................... 42 CONTRACT PERFORMANCE AND PAYMENT BOND .................................................................................................. 48 INSURANCE CERTIFICATES ....................................................................................................................................... 50 SWPPP AND VPDES GENERAL PERMIT FOR THE DISCHARGE OF STORMWATER FROM CONSTRUCTION ACTIVITIES –

CONTRACTOR CERTIFICATION STATEMENT ............................................................................................................. 52

PROJECT SPECIFIC CITY PROVISIONS .................................................................................................................... 53

CITY PROVISIONS ................................................................................................................................................. 61

CP100-00-01 UNITS OF MEASUREMENT ........................................................................................................................ 62 CP102-00-01 BID SUBMISSION INSTRUCTIONS ............................................................................................................. 63 CP102-04-01 SECTION 102.04(c)—NOTICE OF ALLEGED AMBIGUITIES, CONFLICTS, ERRORS OR OMISSIONS .............. 64 CP102-07-01 SECTION 102.07—PROPOSAL GUARANTY (BID BOND) ............................................................................ 65 CP103-02-01 SECTION 103.02—AWARD OF CONTRACT ............................................................................................... 66 CP103-05-01 SECTION 103.05—REQUIREMENTS OF CONTRACT BOND ........................................................................ 67 CP103-06-01 INSURANCE COVERAGE AND LIMITS REQUIRED ...................................................................................... 68 CP103-06-02 SECTION 103.06(g)—AUTOMOBILE LIABILITY INSURANCE ...................................................................... 69 CP105-17-01 INSPECTION OF WORK ............................................................................................................................. 70 CP107-15-01 SECTION 107.15 – USE OF SWAMS ........................................................................................................... 71 CP108-04-01 SECTION 108.04—DET. AND EXT. OF CONTRACT TIME LIMIT .................................................................. 73 CP500-00-01 PROJECT IDENTIFICATION SIGN ................................................................................................................ 74

VDOT SPECIAL PROVISION COPIED NOTES (SPCNS), SPECIAL PROVISIONS (SPS) AND SUPPLEMENTAL SPECIFICATIONS (SSS) REVISIONS ........................................................................................................................ 77

VDOT DIVISION I: GENERAL PROVISIONS (STANDARD 100 SERIES SPCNS, SPS, AND SSS) .................................. 78

cn100-000051-00 VDOT SSs, SPs AND SPCNs ................................................................................................................ 79 SP102-010100-00 NON-DISCRIMINATION (EO-61) 1-10-17 ......................................................................................... 80 cq103-010100-00 NEGOTIATION WITH THE LOWEST SOLE BIDDER 7-12-16 ................................................................ 81 cn105-060100-00 SECTION 105.06 SUBCONTRACTING (State Funded) R-7-12-16 ........................................................ 82 SP105-000100-00 INFORMAL PARTNERING .................................................................................................................. 83 SQ105-060100-01 SECTION 105.06–SUBCONTRACTING (STATE FUNDED PROJECTS) 2-9-17 ....................................... 85 SS106-002016-01 SECTION 106—CONTROL OF MATERIAL 7-12-16 .............................................................................. 86 SS107-002016-02 SECTION 107—LEGAL RESPONSIBILITIES 10-5-16 ............................................................................. 87 cq108-000110-00 CONTINUOUS PROSECUTION OF WORK R-7-12-16 .......................................................................... 91

VDOT DIVISION II: MATERIALS (STANDARD 200 SERIES SPCNS, SPS, AND SSS) .................................................. 92

SP208-000100-00 SECTION 208—SUBBASE AND AGGREGATE BASE MAT’L [CHCC] 7-12-16 ........................................ 93 SS208-002016-01 SECTION 208—SUBBASE AND AGGREGATE BASE MAT’LS 10-5-16 .................................................. 95 SS210-002016-01 SECTION 210—ASPHALT MATERIALS 8-22-16 .................................................................................. 96 SS212-002016-01 SECTION 212—JOINT MATERIALS ..................................................................................................... 97 SS232-002016-01 SECTION 232—PIPE AND PIPE ARCHES ............................................................................................. 98 SS242-002016-01 SECTION 242—FENCES 2-1-17 ........................................................................................................ 100 SS244-002016-01 SECTION 244—ROADSIDE DEVELOPMENT MATERIALS I-10-5-16................................................... 101 SS245-002016-02 SECTION 245—GEOSYNTHETICS & LOW PERMEABILITY LINERS I-10-5-16 ..................................... 103

VDOT DIVISION III: ROADWAY CONSTRUCTION (STANDARD 300 SERIES SPCNS, SPS, AND SSS) ...................... 105

cn302-030100-00 SECTION 302.03(b) PRECAST DRAINAGE STRUCTURES ................................................................... 106 SP302-000100-00 RESTORING EXISTING PAVEMENT .................................................................................................. 107 SS302-002016-01 SECTION 302—DRAINAGE STRUCTURES ......................................................................................... 109 cn303-000100-00 AGGREGATE MATERIAL .................................................................................................................. 112

Page 4: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

TOC-3

cn315-000100-00 SECTION 315.05(c) PLACING AND FINISHING 1-18-17 .................................................................... 113 SP315-000200-00 SEALING CRACKS IN ASPHALT SURF. OR CONCRETE PAVEMENT 7-12-16 ...................................... 114 SP315-000210-00 ASPHALT LEVELING COURSE PRIOR TO PLANT MIX OVERLAY 7-12-16 ........................................... 118 SP315-000220-00 SURFACE PREPARATION AND RESTORATION PRIOR TO PLANT MIX OVERLAY 7-12-16 ................. 120 SP315-000310-00 PLACEMENT OF ASPHALT CONCRETE OVERLAYS R-7-12-16 ........................................................... 122 SS315-002016-01 SECTION 315—ASPHALT CONCRETE PLACEMENT 11-29-16 ........................................................... 127

VDOT DIVISION IV: BRIDGES AND STRUCTURES (STANDARD 400 SERIES SPCNS, SPS, AND SSS) ...................... 129

SP404-000100-00 FILLING AND SEALING PATTERN CRACKS IN CONCRETE DECKS AND OVERLAYS 7-12-16 .............. 130

VDOT DIVISION V: INCIDENTAL CONSTRUCTION (STANDARD 500 SERIES SPCNS, SPS, AND SSS) ....................... 132

cn510-000100-00 RECESSED PAVEMENT & RAISED SNOW-PLOWABLE MARKERS R-7-12-16 ..................................... 133 cn512-000100-00 TABLE V-1, ADT GROUPS 7-12-16 ................................................................................................... 134 SP512-000110-00 SECTION 512—MAINTAINING TRAFFIC – NON-SCHEDULES (LUMP SUM) 7-12-16 ........................ 135 SP515-000100-00 COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS 7-12-16 .......................................... 139

VDOT DIVISION VI: ROADSIDE DEVELOPMENT (STANDARD 600 SERIES SPCNS, SPS, AND SSS) ........................ 144

VDOT DIVISION VII: TRAFFIC CONTROL DEVICES (STANDARD 700 SERIES SPCNS, SPS, AND SSS) ........................ 145

cn704-000110-00 EXISTING RAISED PAVEMENT MARKERS R-7-12-16 ........................................................................ 146 SP704-000110-00 REPLACEMENT OF PAVM’T LINE MARKINGS, MARKERS & LOOP DETECTORS R-7-12-16 ............... 147 SS704-002016-02 SECTION 704—PAVEMENT MARKINGS AND MARKERS 2-3-17....................................................... 148

ATTACHMENTS

PLAN SET ..................................................................................................................................................... SHEETS 1-16

Page 5: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

TOC-4

NOTICE OF ADVERTISEMENT

PROJECT: Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over

Hampton River

VDOT Project No: 0060-114-R01, P101, M501, B618 / UPC 107368

LOCATION: City of Hampton, Virginia

DATE: Tuesday, December 26, 2017

The City of Hampton, Virginia will receive sealed Bids for the above titled Project at the Procurement

Office, located at 1 Franklin Street, Suite 345, Hampton, VA 23669 until 3:00 p.m. ET on Tuesday,

January 30, 2018 at which time the Bids will be publicly opened and read aloud. Any Bids received after

the specified time and date will not be considered.

Faxed or emailed responses shall not be accepted. Submittal requires two (2) hard copies, one original

and one copy. Any Bids received after the specified time and date will not be considered.

The work under this Project generally consists of bridge repairs to the existing Settlers Landing Road bridge

(State Structure 1803) and Pedestrian bridge (State Structure 8003), including: crack sealing of the roadway

and sidewalks, crack sealing of the pedestrian structure, re-coating of structural steel elements adjacent to

expansion joints, deck patching, re-sealing of the bridge expansion joints, repairs to and fiber-wrap of

concrete piles, beam end repairs and minor railing repairs. All work will occur within the existing right-of-

way. These improvements are funded through the state Revenue Sharing program, which provides a state

match for local funds spent on the project.

This Project shall be constructed in accordance with: the Plans, the American Association of State Highway

and Transportation Officials – A Policy on Geometric Design of Highways and Streets, dated 2011; the City

of Hampton Public Works Design and Construction Standards, dated 2012; the Virginia Department of

Transportation Road and Bridge Specifications (VDOT R&B Specifications), dated 2016; the Virginia

Department of Transportation Road and Bridge Standards (VDOT R&B Standards), dated 2016; the

Virginia Work Area Protection Manual (WAPM), dated 2011; the 2009 edition of the FHWA Manual on

Uniform Traffic Control Devices (MUTCD) with Revision 1 and Revision 2, dated 2012; the 2011 Virginia

Supplement to the MUTCD with Revision Number 1, dated 2013; the Americans with Disabilities Act

Accessibility Guidelines (ADAAG) and Project Specific Provisions, City Provisions, Supplemental

Specifications, Special Provisions and Special Provision Copied Notes in this Bid Document.

A MANDATORY PRE-BID CONFERENCE will be held at 3:00 p.m. ET on Tuesday, January 9, 2018

in the Public Works Engineering Conference Room, 22 Lincoln Street, 4th, Hampton, VA 23669.

In accordance with the Code of Virginia § 2.2-4336, Bid Security in the amount of five percent (5%) of the

Bid shall be submitted with each Bid.

Contractor registration is required in accordance with the Code of Virginia Title 2.2 Chapter 43 and Title

54.1 Chapter 3.

VDOT Prequalified Contractors and/or Subcontractors are required for this Project. Prequalification of

Contractors and/or Subcontractors shall be in accordance with the VDOT Road and Bridge Specifications,

Section 102.

This is a state funded project with an MBE goal set at 4.34% and WBE goal set at 3.82%.

Page 6: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

TOC-5

Bid Documents are available electronically via the City’s Procurement website and eVA. Contact the

Procurement Office, City of Hampton at (757) 727-2200 if assistance is needed.

Withdrawal of Bids due to error shall be subject to and in accordance with the Code of Virginia § 2.2-4330

and the Contract Documents. The Owner reserves the right to reject any and all Bids and to waive any minor

non-substantive errors in the Bid.

The City of Hampton does not discriminate in the solicitation or awarding of contracts on the basis of race,

religion, color, national origin, age, disability, faith-based organizations as the term is defined in the Code of

Virginia § 2.2-4343.1, or any other basis prohibited by state or federal law.

FHWA policy prohibits the use of convict labor and material for projects located on this project.

All bids received in accordance with the terms of the advertisement shall be publicly opened and announced

by total amount. If any bid received is not read aloud, the name of the bidder and the reason for not reading

the bid aloud shall be publicly announced at the letting. Negotiation with contractors, during the period

following the opening of bids and before the award of the contract, shall not be permitted except as provided

in the Code of Virginia § 2.2-4318.

All proceedings, records, contracts and other public records relating to procurement transactions shall be

open to the inspection of any citizen, or any interested person, firm or corporation, in accordance with the

Virginia Freedom of Information Act (§ 2.2-3700 et seq.). Trade secrets or proprietary information

submitted by the Bidder in connection with this Bid pursuant to the Code of Virginia § 2.2-4317, subsection

B shall not be subject to the Virginia Freedom of Information Act (§ 2.2-3700 et seq.); however, the bidder,

offeror or contractor shall (i) invoke the protections of this section prior to or upon submission of the data or

other materials, (ii) identify the data or other materials to be protected, and (iii) state the reasons why

protection is necessary per the Code of Virginia § 2.2-4342.

Unless otherwise provided in the Invitation to Bid, the name of a certain brand, make or manufacturer shall

not restrict bidders to the specific brand, make or manufacturer named and shall be deemed to convey the

general style, type, character, and quality of the article desired. Any article that the public body in its sole

discretion determines to be the equal of that specified, considering quality, workmanship, economy of

operation, and suitability for the purpose intended, shall be accepted.

By: Carla Potter

Senior Buyer

City of Hampton

Procurement Department

NOTE: There is a note on Sheet 5 of the bid drawings that indicates the original bridge drawings for the Settlers

Landing Road Bridge are available for reference at the Procurement office located at 1 Franklin Street, Suite 345,

Hampton, VA. Bidders may review the drawings only. They may not be removed from our office. The drawings will

be given to the awarded bidder upon completion of the bid phase.

Page 7: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

1

REQUIRED BID RESPONSE DOCUMENTS

Page 8: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

2

I. BID FORM

Bids to be opened: 3:00 p.m. ET

Tuesday, January 30, 2018

Contract Time Limit 180 Days

Performance Bond: 100%

Payment Bond: 100%

Bid Security: 5%

To: City of Hampton, Virginia

1 Franklin Street, Suite 345

Hampton, VA 23669

A. BID PROPOSAL

In compliance with the Contract Documents, titled ITB #18-34/CLP, Proposed Improvements of

Bridge on Route 143 (Settlers Landing Road) Over Hampton River, VDOT Project No: 0060-114-

R01, P101, M501, B618 / UPC 107348, and all Addenda issued to date all of which are part of this Bid,

the undersigned hereby proposes to furnish all items including materials, supervision, labor, and

equipment in strict accordance with, said Contract Documents, for the total base sum of:

Total Contract Bid Price (Tabulation Sheet):

Written:

Figure: $

SEE CONTRACTOR BID TABULATION SHEET(S), STARTING NEXT PAGE

Page 9: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

3

B. CONTRACTOR BID TABULATION SHEET

ITEM

NO.

VDOT ITEM

CODE DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE

1 68574 Clean and Reseal Expansion Joint 1,353 LF

2 68455 NS - Prepare and Spot Coat Existing Structure 8,830 SF

3 68174 Crack Repair Type C 1,600 LF

4 68347 Gravity Fill Polymer Crack Sealing 7,890 SY

5 68330 Type C Patching 1 SY

6 68582 Post Replacement 1 EA

7 68584 Rail Replacement 2 EA

8 68580 Beam End Repair 80 EA

9 68192 Replace Bearing 5 EA

10 68590 Jacking and Blocking 30 EA

11 69902 NS - Glass Fiber Reinforced Polymer Pile Wrap 432 SF

12 68180 Embedded Galvanic Anodes 24 EA

13 69901 NS - Crack Repairs (Piers) By Epoxy Injection 24 LF

14 66127 Dry Riprap Cl. I 26" 47 TON

15 69491 Crack Repairs (Piers) 130 LF

16 69500 Concrete Substructure Surface Repair 19 SY

17 85011 Concrete Surface Color Coating 1 LS

18 85011 NS - Clean Concrete off Bottom Flange 1 LS

19 85011 NS - Reseal Longitudinal Joint in Median 1 LS

20 85011 NS - Clear Debris from Abutment Bearings 1 LS

21 85011 Graffiti Removal 1 LS

22 85011 NS - Repair Utility Conduit 1 LS

23 85011 NS - Replace Broken Light Fixtures 1 LS

Page 10: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

4

ITEM

NO.

VDOT ITEM

CODE DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE

24 85011 NS – Replace Photoelectric Control 1 LS

25 85011 NS - Replace Railing Bolts 1 LS

26 85011 NS - Replace Anchor Nuts 1 LS

27 24265 Maintenance of Traffic 1 LS

28 00100 Mobilization 1 LS

29 67908 Project Identification Sign 2 EA

BASE BID TOTAL

Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit

Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. The prices quoted shall include without

exception all materials, supervision, labor, equipment, appliances, clean-up, incidental items, applicable sales, use and other taxes, insurance, building

permit or fees, and the Contractor's labor, overhead, profit, mobilization and other mark-ups, and in full accordance with the Contract Documents. Include

allowance for waste where appropriate. The unit prices shall be maintained throughout the Contract Time.

Discrepancies between multiplication of units of work and unit prices will be resolved in favor of unit prices. Discrepancies between the indicated sum of

any column of figures and the correct sum thereof will be resolved in the favor of the correct sum. Discrepancies between words and figures will be

resolved in favor of words.

Page 11: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

5

C. ADDENDA ACKNOWLEDGEMENT

The undersigned acknowledges receipt of the following addenda (if applicable):

Addendum No. __ Dated: __________

Addendum No. __ Dated: __________

Addendum No. __ Dated: __________

Addendum No. __ Dated: __________

Addendum No. __ Dated: __________

Page 12: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

6

D. BIDDER COMPLIANCE

1. Bidder agrees that the City of Hampton, Virginia shall have the right to reject any and all Bids and to

waive any minor non-substantive errors in the Bid. Award shall be based on the lowest responsive and

responsible Bid for Base Bid.

2. Bidder agrees that all prices stated herein shall be Firm for a period of _____ Calendar Days (90 Days

minimum).

3. Bidder has carefully examined the Plans, Specifications, and all other documents pertaining thereto and

thoroughly understand the contents thereof.

4. Bidder has examined the location of the proposed Work and source of supply of materials.

5. Bidder meets the prequalification requirements for bidding on this proposal. Prequalification of

Contractors and/or Subcontractors is in accordance with the VDOT R&B Specifications, Section 102.

6. Bidder agrees to bind himself upon award of the City of Hampton, Virginia under this proposal to a

contract with necessary surety bond to start work within ten (10) calendar days of Notice to Proceed or

as excepted by other contract language permitted by the Specifications, and to complete all Work in

accordance with the Plans and Specifications within the Contract Time Limit.

7. Upon acceptance of Bidder’s response, the Bidder will be asked to execute a formal Contract and required

to furnish a payment bond and a performance bond (per Code of Virginia § 2.2-4337) and a certificate of

insurance (per Code of Virginia § 2.2-4332). Bidder will execute and furnish the same within ten (10)

calendar days of such notice. Failure to do so will mean forfeiture of any Surety Bidder may have been

required to post as part of Bidder’s response.

8. Bidder’s Business, whether organized as a stock or non-stock Corporation, limited liability company,

Business trust, limited partnership, or registered as a registered limited liability partnership, is authorized

to transact business in the Commonwealth of Virginia as a domestic or foreign Business entity if so

required by Title 13.1 or Title 50 of the Code of Virginia, as amended, or as otherwise required by law.

Bidder shall include in his proposal the identification number issued to it by the State Corporation

Commission or a statement describing why the Bidder is not required to be so authorized.

9. Bidder meets all licensing and permit requirements to conduct business in the City of Hampton, Virginia.

10. CONTRACTOR'S REGISTRATION:

Registered Virginia Contractor Class and No. ______________________________

(issued to Contractor by DPOR)

State Corporation Commission Registration No. _____________________________

(issued to Contractor by the SCC)

***In Accordance with §54.1-1115(A)(1) and (A)(6) of the Code of Virginia, Bidder shall include a

copy of Contractors License with Bid Response.***

(NOTE: FAILURE TO INCLUDE A COPY OF CONTRACTOR’S LICENSE IS GROUNDS FOR REJECTION OF

THE BID.)

Page 13: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

7

E. BIDDER SIGNATURE

Name of Contractor:

Authorized Signature:

Printed Name:

Title:

Date:

(NOTE: If Bidder is a corporation, write state of incorporation next to Name of Contractor.)

Vendor / Federal ID Number (FIN):

DUNS Number:

Is Bidder a Minority-Owned Business? Yes No

If yes, please indicate the “minority” classification below:

African American Hispanic American Native American Asian American

Other: _________________

Please Explain:

Is Bidder Woman Owned? Yes No

Is Bidder a Small Business? Yes No

Is Bidder a Faith-Based Organization? Yes No

Page 14: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

8

F. BIDDER CONTACT INFORMATION

MAILING ADDRESS, TELEPHONE NUMBER, FAX NUMBER & EMAIL ADDRESS OF BIDDER:

IF CORPORATION, PROVIDE NAME AND MAILING ADDRESS AS REQUIRED BELOW:

PRESIDENT SECRETARY TREASURER

IF PARTNERSHIP, PROPRIETORSHIP, LIMITED LIABILITY COMPANY OR OTHER FIRM, PROVIDE

NAME AND MAILING ADDRESS OF EACH PARTNER, PROPRIETOR, OR MEMBER OF FIRM.

Page 15: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

9

II. VIRGINIA CONTRACTOR’S LICENSE

*** In Accordance with §§54.1-1115(A)(1) and (A)(6) of the Code of Virginia, Bidder shall include a

copy of Contractors License with Bid Response.***

Page 16: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

10

III. CERTIFICATION REGARDING DEBARMENT

This is to certify that this person/firm/corporation is not now debarred by the Federal Government or by the

Commonwealth of Virginia or by any other state, or by any town, city, or county, from submitting Bids on

contracts for construction covered by this solicitation, nor are they an agent of any person or entity that is now so

debarred.

Each covered contractor must also screen each of its covered subcontractors. In this certification “contractor”

refers to both contractor and subcontractor; “contract” refers to both contract and subcontract.

Signature of Official

Name of Official

Title

Firm or Corporation

Date

Page 17: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

11

IV. ANTI-COLLUSION/NON-DISCRIMINATION/DRUG-FREE

WORKPLACE REQUIREMENTS STATEMENT

ANTI-COLLUSION CLAUSE:

IN THE PREPARATION AND SUBMISSION OF THIS PROPOSAL, SAID BIDDER 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 VIOLATION OF THE SHERMAN ACT (15 U.S.C.

SECTION 1), 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.

THE UNDERSIGNED BIDDER HEREBY CERTIFIES THAT THIS AGREEMENT, OR ANY CLAIMS

RESULTING THEREFROM, IS NOT THE RESULT OF, OR AFFECTED BY, ANY ACT OF COLLUSION

WITH, OR ANY ACT OF, ANOTHER PERSON OR PERSONS, FIRM OR CORPORATION ENGAGED IN

THE SAME LINE OF BUSINESS OR COMMERCE; AND, THAT NO PERSON ACTING FOR, OR

EMPLOYED BY, HAS AN INTEREST IN, OR IS CONCERNED WITH, THIS PROPOSAL; AND, THAT NO

PERSON OR PERSONS, FIRM OR CORPORATION OTHER THAN THE UNDERSIGNED, HAVE, OR

ARE, INTERESTED IN THIS PROPOSAL.

DRUG-FREE WORKPLACE:

DURING THE PERFORMANCE OF THIS CONTRACT, THE SUCCESSFUL BIDDER AGREES TO (I)

PROVIDE A DRUG-FREE WORKPLACE FOR THE SUCCESSFUL BIDDER’S EMPLOYEES; (II) POST IN

CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND APPLICANTS FOR EMPLOYMENT, A

STATEMENT NOTIFYING EMPLOYEES THAT THE UNLAWFUL MANUFACTURE, SALE,

DISTRIBUTION, DISPENSATION, POSSESSION, OR USE OF A CONTROLLED SUBSTANCE OR

MARIJUANA IS PROHIBITED IN THE SUCCESSFUL BIDDER’S WORKPLACE AND SPECIFYING THE

ACTIONS THAT WILL BE TAKEN AGAINST EMPLOYEES FOR VIOLATIONS OF SUCH PROHIBITION;

(III) STATE IN ALL SOLICITATIONS OR ADVERTISEMENTS FOR EMPLOYEES PLACED BY OR ON

BEHALF OF THE SUCCESSFUL BIDDER THAT THE SUCCESSFUL BIDDER MAINTAINS A DRUG-

FREE WORKPLACE; AND (IV) INCLUDE THE PROVISIONS OF THE FOREGOING CLAUSES IN

EVERY SUBCONTRACT OR PURCHASE ORDER OF OVER $10,000, SO THAT THE PROVISIONS WILL

BE BINDING UPON EACH SUCCESSFUL BIDDER OR VENDOR.

FOR THE PURPOSE OF THIS SECTION, “DRUG-FREE WORKPLACE” MEANS A SITE FOR THE

PERFORMANCE OR WORK DONE IN CONNECTION WITH A SPECIFIC CONTRACT AWARDED TO A

SUCCESSFUL BIDDER IN ACCORDANCE WITH FEDERAL LAW, 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.

EMPLOYMENT DISCRIMINATION BY THE SUCCESSFUL BIDDER SHALL BE PROHIBITED:

1. DURING THE PERFORMANCE OF THIS CONTRACT, THE SUCCESSFUL BIDDER AGREES AS

FOLLOWS:

a. THE BIDDER SHALL 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

Page 18: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

12

RELATING TO DISCRIMINATION IN EMPLOYMENT, EXCEPT WHERE THERE IS A

BONA FIDE OCCUPATIONAL QUALIFICATION REASONABLY NECESSARY TO THE

NORMAL OPERATION OF THE SUCCESSFUL BIDDER. THE SUCCESSFUL BIDDER

AGREES TO POST IN CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND

APPLICANTS FOR EMPLOYMENT, NOTICES SETTING FORTH THE PROVISIONS OF

THIS NONDISCRIMINATION CLAUSE.

b. THE SUCCESSFUL BIDDER, IN ALL SOLICITATIONS OR ADVERTISEMENTS FOR

EMPLOYEES PLACED BY OR ON BEHALF OF THE SUCCESSFUL BIDDER, SHALL

STATE THAT SUCH SUCCESSFUL BIDDER 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 SUCCESSFUL BIDDER WILL INCLUDE THE PROVISIONS OF THE FOREGOING

PARAGRAPHS A, B, AND C IN EVERY SUBCONTRACT OR PURCHASE ORDER OF OVER

$10,000, SO THAT THE PROVISIONS WILL BE BINDING UPON EACH SUBCONTRACTOR OR

VENDOR.

Name of Contractor:

Authorized Signature:

Printed Name:

Title:

Date:

Page 19: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

13

V. BID BOND FORM

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, __________________________ as

Principal, and __________________________________________ as Surety, are hereby held and firmly bound

unto City of Hampton, Virginia as OWNER in the penal sum of _____________________ (Five Percent) for the

payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and

assigns.

Signed, this ______day of___________ , 20___.

The Condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain

BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the project entitled:

ITB 18-5/CLP, Mercury Boulevard Improvements – Segment II, VDOT Project No. 0258-114-R66, P101,

R201, M501 / UPC 104368,

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 attachment

hereto (properly completed in accordance with said BID) and shall furnish a BOND for faithful

performance of said Contract, and for the payment of all persons performing labor or furnishing materials

in connection therewith, 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 set forth above.

_________________________________________________

Principal

____________________________________________

Surety

By: ___________________________________________

Attorney-in-Fact

IMPORTANT - Surety companies executing BONDS shall appear on the Treasury Department's most current list

(Circular 570 as amended) and be authorized to transact business in the Commonwealth of Virginia.

Page 20: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

14

VI. SWAM BUSINESS PROGRAM FORMS

It is the goal of the City of Hampton to track participation of small, woman-owned, and minority-owned (SWaM)

businesses. You are requested to voluntarily report the total dollars which will be subcontracted to each of the

business classifications pertaining to this Contract. List the dollar figures separately for each general

classification.

If you do not plan to Subcontract, place zeroes in the appropriate spaces.

Total Small Business Dollars to be Subcontracted: $____________________

Total Minority-Owned Business Dollars to be Subcontracted: $____________________

Total Woman-Owned Business Dollars to be Subcontracted: $____________________

Total Non-SWaM Dollars to be Subcontracted: $____________________

This information will enable the City to determine the total amount of business the City does with small, minority,

and woman-owned Businesses. Your cooperation enables the City to better understand and evaluate the City’s

performance in this important segment of the market.

The following forms are the suggested format for use by bidders to submit information required at bid opening

under the City of Hampton SWAM Business Program.

Page 21: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

15

MBE/WBE Form 1 CITY OF HAMPTON

SUBCONTRACTOR/SUPPLIER SOLICITATION FORM

Project no. ________________________ Date ____________________

The bidder/offeror certifies that this form accurately represents its solicitation of the

SBSD certified minority and woman-owned businesses listed below for performance of

work on this project. The bidder/offeror certifies that he/she has had direct contact (email,

fax, phone) with the named firms regarding performing work on this project.

Bidder/Offeror Name ________________________ Signature______________________

Solicitation 1:

Vendor Name_____________________________ Phone Number: __________________

Minority Business Type: _____________________ Date of Contact: ________________

Subcontracting Work Requested:

________________________________________________________________________

________________________________________________________________________

Price Quote: ___________________ Follow-Up Contact: _____________________

Solicitation 2:

Vendor Name_____________________________ Phone Number: __________________

Minority Business Type: _____________________ Date of Contact: ________________

Subcontracting Work Requested:

________________________________________________________________________

________________________________________________________________________

Price Quote: ___________________ Follow-Up Contact: _____________________

Solicitation 3:

Vendor Name_____________________________ Phone Number: __________________

Minority Business Type: _____________________ Date of Contact: ________________

Subcontracting Work Requested:

________________________________________________________________________

________________________________________________________________________

Price Quote: ___________________ Follow-Up Contact: _____________________

Please attach additional pages if necessary.

Page 22: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

16

MBE/WBE Form 2

CITY OF HAMPTON

SUBCONTRACTOR/SUPPLIER UTILIZATION FORM

PLANNED MINORITY AND WOMAN-OWNED BUSINESS UTILIZATION

Project no. __________________________________ Date submitted: __________

Bid goal % _____________ Total Contract Value ____________________

Firm name Certification no. Type

(M/W) Percent

bid Dollar value Type of work

I propose that the certified SBSD businesses will be used on this contract as stated herein and assure that during the life of the

contract, I will meet the goal established by the City of Hampton.

Bidder/Offeror __________________________________

Signature________________________________

Title ____________________________________ Date _________________________

Page 23: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

17

MINORITY AND WOMAN-OWNED BUSINESS PROGRAM

INFORMATION AND INSTRUCTIONS

I. Background. Through its Minority Business Office, the City of Hampton seeks to

solicit and utilize women and minority owned business enterprises. To encourage

and sustain utilization of minority and woman-owned businesses, subcontracting

goals have been established for City contracts of $100,000 and above. The

subcontracting goals are established by business categories.

II. Subcontracting Goals. The subcontracting goals established for this contract

include:

Minorities (MBE): 4.34% Non-minority women (WBE): 3.82%

Contractors are encouraged to solicit bids from MBE and WBE to achieve the

aspirational goals described above. The names of the MBE and WBE firms that

were contacted for bids as subs is required on Form I to document the good faith

efforts made.

There are no set aspirational goals for small business enterprises (SBE) and

service-disabled veteran business enterprise (SDVBE). Contractors are encouraged

to solicit from SBEs and SDVBES and report their efforts on the solicitation and

planned utilization forms described below in the event that they are unable to find

MBEs and WBEs for subcontracting.

Please note that the aspirational goals and instructions stated above should not be

construed as authorizing or directing the exclusion of non-SWaM or non-SDV

owned businesses; rather, the purpose is to include as many qualified businesses as

possible.

III. Form Submission Requirements with Bid or Proposal

A. Form 1 - Solicitation Form. Bidders or offerors must include this form as

documentation of their efforts to solicit MBEs and WBEs (or SBEs and

SDVBEs, if appropriate).

B. Form 2– Planned Utilization Form. Bidders or offerors must include this

form as part of their bid or proposal to list certified MBE and WBE vendors

they plan to utilize on the project. This form should include information on:

Page 24: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

18

1. The dollar value and percentage for each subcontractor

2. A description of type of work to be performed

3. SWaM certification number and contact information for each firm.

IV. Terms of Submission

A. All bids or offers submitted must include a subcontracting plan to be

considered when determining the responsible and responsive

bidders/offerors by the City.

B. The City requires that each minority and woman-owned business be a

certified Woman and Minority owned business by the Virginia Department

of Small Business and Supplier Diversity (SBSD), if the firm’s participation

on a City contract is to be considered in meeting the contract goals. Any

minority or woman-owned business that is not a certified vendor will not be

considered for meeting the contract goals as established.

V. Post-Award

A. It is recommended that contractors pre-qualify or determine the

subcontractors’ capabilities prior to subletting work.

B. Successful bidders /offerors are required to report actual subcontract

payments quarterly to the Department to ensure accurate utilization records.

C. Failure of a Prime Contractor to submit required documentation to the City

may result in the City withholding of payments and/or other sanctions,

including future loss of contracts and/or debarment from bidding by the City

of Hampton.

D. Good Faith Effort Determinations.

1. In cases where contractors fail to meet their subcontracting plans,

contractors will be requested to submit documentation of good faith

efforts used to meet their subcontracting plan. Determination of efforts

will be made on an individual contract basis.

2. Good faith efforts are documented reasonable steps taken to achieve a

contract goal. These efforts are those taken by a bidder/offeror actively

and aggressively trying to obtain the established goal. Mere pro forma

Page 25: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

19

efforts are not good faith efforts. It is not intended to be a mandatory

checklist nor is it intended to be exclusive or exhaustive. Other factors or

types of efforts may be relevant in appropriate cases. The following is a

list of types of actions which are considered good faith efforts:

i. Soliciting through reasonable and available means (pre-bid

meetings, advertisements, phone calls, community organizations,

etc.);

ii. Selecting portions of the work to be subcontracted out to increase

the likelihood that a contract goal can be achieved;

iii. Providing interested firms with information necessary to respond

in a timely manner to a request for solicitation; or

iv. Effectively using the services of available minority and woman-

owned organizations, local, state and federal small business

assistance offices, etc.

3. Documentation of such efforts may include a listing of M/WBE firm

names, contact information, description of information provided and

dates received quotes, etc.

4. The City of Hampton will utilize a performance evaluation process that

will include documenting the quality of work and business practices of

all vendors used on City contracts of $100,000 and above.

The forms provided herein are attached for use by bidders/offerors to ensure consistent

submission of required data.

Page 26: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

20

SAMPLE AGREEMENT TEMPLATE

SECTION 1. SCOPE OF WORK

CITY OF HAMPTON, VIRGINIA CONTRACT BETWEEN OWNER AND CONTRACTOR

THIS CONTRACT, made and executed in triplicate this [Day] day of [Month] 20[YY] by and between the City of Hampton, a municipal corporation of the Commonwealth of Virginia, hereinafter referred to as the OWNER and [Award Recipient Name], [Type of entity], organized under the state of [X] and existing under the laws of the Commonwealth of Virginia, hereinafter referred to as the CONTRACTOR, is binding upon all parties hereto, their respective heirs, executors, administrators, successors, and assigns as of the date of the OWNER’s signature.

WHEREAS, after competitive sealed bidding pursuant to the Virginia Public Procurement Act, the CONTRACTOR has expressed its desire by submittal of the Bid Form (“BID") to deliver the work described in the Invitation to Bid (“ITB”) referenced herein, and such work for these improvements is hereinafter referred to as the Work for the Project; and

WHEREAS, the Contract to perform the Work described by the Contract Documents shall be awarded to the CONTRACTOR for the respective Project identified herein and the CONTRACTOR shall deliver the Project in accordance with all applicable federal, state, and local law, regulations, and program requirements and guidelines applicable to Locally Administered, Urban Projects as published by the Commonwealth of Virginia, Department of Transportation, hereinafter referred to as VDOT.

WHEREAS, the OWNER and CONTRACTOR shall be referred to jointly as the Parties, and the Parties are treated throughout the Contract as if each were of the singular number and masculine gender.

NOW THEREFORE, in consideration of the mutual premises contained herein, the Parties hereto agree:

SECTION 1. PROJECT IDENTIFICATION The Project (“Project”) is developed under and identified as:

City Project No.: ITB No.: (“ITB”)

VDOT UPC: FHWA Federal Aid No(s).: ___________________

Project Title:

General Project Description:

When applicable, the VDOT Universal Project Code (UPC) indicated above is required to be shown for identification purposes on all project-related material and documents including but not limited to, Notices, Change Orders, Submittals, Requests For Information, Requests For Quotes, Field Orders, Meeting Minutes, Schedule of Values and Certificate For Payment, Test Reports, correspondence, and related materials.

**THIS SAMPLE CONTRACT TEMPLATE IS A SUBJECT TO

CHANGE PRIOR TO CONTRACT EXECUTION

Page 27: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

21

SECTION 2. STATEMENT OF WORK It is understood and agreed that the CONTRACTOR shall furnish all labor, equipment, materials, and any other incidentals necessary to perform all Work under the direction and supervision of the CONTRACTOR for the successful delivery and completion of the Project in an expeditious manner, and the carrying out of all duties and obligations imposed by the Contract in strict accordance with the requirements and provisions of the Contract as defined by the Contract Documents.

SECTION 3. CONTRACT DOCUMENTS AND HIERARCHY A. It is mutually understood and agreed by the Parties that the complete Contract includes all of the

Contract Documents; that these documents are incorporated herein by reference; and are complementary, so that what is called for by one, shall be as binding as if called for by all. In the event that a conflict exists between the Contract Documents, the order of hierarchy, listed by precedence, shall be:

1. All Federal Code, Regulations, Guidance, etcetera, including but not limited to The Code of Federal Regulations (CFR) and Federal Highway Administration (FHWA) Publications, as applicable to all projects developed and constructed in the United States of America

2. Any Federal Code, Regulations, & Guidance, etcetera, including but not limited to the Code of Federal Regulations (CFR) and Federal Highway Administration (FHWA), if applicable to this project under the respective federal funding program

3. The current version of the Manual for Uniform Traffic Control ("MUTCD") as amended by the Virginia supplement to the MUTCD

4. Commonwealth of Virginia specific Requirements including but not limited to: Code, Regulations, Directives, Memorandums, & Guidance, as applicable to all projects developed and constructed in the Commonwealth of Virginia

5. The current version of the Virginia WAPM (Work Area Protection Manual)

6. Project Specific Provisions included in the Contract Documents where allowed by law, regulation, Program, and Project, and as approved by VDOT

7. Definitions of terms used in the Contract Documents listed in order of precedence:

(i) VDOT Road and Bridge (“R&B”) Special Provision Copied Notes (SPCNs), Special Provision (SPs), and Supplemental Specifications (SSs),

(ii) VDOT Road and Bridge Specifications (“VDOT R&B Specs”), Section 101.02;

(iii) COV DGS Form CO-7, Section 1;

(iv) The Contract Form

(v) The ITB

8. The current versions of the VDOT Requirements, Code, Regulations, Directives, Memorandums, Guidance, and General Conditions, and COV forms published at ITB Advertisement, as applicable to this project under the respective Commonwealth of Virginia/VDOT funding program including but not limited to:

i. Any Program Specific Guidance applicable to the project, that may include but is not limited to:

1. The Transportation Alternatives Program Guide

2. The Urban Manual

Page 28: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

22

3. The Revenue Sharing Manual

ii. Materials Manual of Instructions

iii. The Locally Administered Projects Manual

iv. Construction Instructional and Informational Memoranda

v. Inspection Manual

vi. The Project Specifications (“the Specifications”), which include but are not limited to the Road and Bridge Specifications (“VDOT R&B Specs” and Revisions, as modified for the Project by the following provisions contained by incorporation or reference in the ITB

1. Special Provision Copied Notes (SPCNs)

2. Special Provisions (SPs)

3. Supplemental Specifications (SSs)

vii. The Road and Bridge Standards (“VDOT R&B Standards”)

viii. COV DGS Form CO-7;

ix. The City Provisions

9. This Contract Form between OWNER and CONTRACTOR (“Contract Form”, #COH-30-064 / Form H-CO-9);

10. The OWNER and CONTRACTOR approved pre-construction meeting minutes, to be held prior to construction start;

11. OWNER’s Notice to Proceed Letter to the CONTRACTOR to be provided prior to construction start

12. OWNER’s Notice of Intent to Award Letter to the CONTRACTOR, dated mm/dd/yr (“Exhibit A”);

13. The approved project specific Quality Assurance/Materials Testing Plan with VDOT approval as applicable for federally funded projects;

14. All amendments, Addenda, to the aforementioned ITB, if applicable (Exhibit B):

i. Addendum #1, dated [mm/dd/yr];

ii. Addendum #2, dated [mm/dd/yr];

iii. Addendum #3, dated [mm/dd/yr];

15. The aforementioned ITB, dated [mm/dd/yr] (“Exhibit C”), and any attachments and references thereto, including but not limited to the OWNER’s Project:

i. The Plan Set (the “Plans”)

16. CONTRACTOR’s fully executed Bid Form, dated [mm/dd/yr], submitted in response to the ITB per VDOT R&B Spec. 103.06; (“Exhibit D”)

Page 29: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

23

17. The current version of the City of Hampton Division I Specifications as of the date of ITB Advertisement;

18. The current version of the City of Hampton Public Works’ Design and Construction Standards as of the date of ITB Advertisement

B. The OWNER will furnish to the CONTRACTOR, free of charge, copies of Drawings and/or Specifications reasonably necessary for the execution of the Work.. All Plans and/or Specifications shall remain the property of the OWNER and shall not be reused on other work by the CONTRACTOR. The OWNER will be responsible for the adequacy of design and sufficiency of the Drawings and/or Specifications, issuing, if necessary, addendum to clarify the Work. However, when the Work involved is that common to a trade or industry, which may be judged as acceptable, or not by commonly accepted standards for a specific trade, the CONTRACTOR shall not use the inadequacy or omission of Drawing detail or Specification language to excuse its failure to perform to the highest industry standards.

C. If any provision of this Contract is found by any court of competent jurisdiction to be invalid or unenforceable, the invalidity of such provision shall not affect the other provisions of this Contract, and all other provisions of this Contract shall remain in force and effect.

SECTION 4. CONTRACT MODIFICATION and CHANGES IN THE SCOPE OF WORK

A. It is understood that, during the course of construction, changes in the Scope of Work may be necessary. Such changes will be governed by VDOT R&B Spec. 104.02 (Changes in Quantities or Alterations in the Work and VDOT R&B Spec. 109.05 (Payment for Contract Changes).

B. The OWNER may, at any time, by written order make changes in the Work which are within the general scope of the Contract. The CONTRACTOR shall review any OWNER requested or directed change and shall respond in writing within seven (7) days after receipt of the proposed change (or such other reasonable time as the OWNER may direct) if the proposed change will have an effect on the Contract time or Contract price. CONTRACTOR shall furnish to the Owner an itemized breakdown of quantiles and prices used in computing the proposed change in Contract price.

C. If the CONTRACTOR claims that there is a need for extra Work in addition to the Work provided for in the Contract Documents, CONTRACTOR shall provide the OWNER with written notice as soon as possible after the extra Work is discovered. If OWNER agrees, a Change Order shall be executed by both Parties.

D. Contract price shall not be increased more than thirty thousand dollars ($30,000.00) or twenty-five percent (25%), whichever amount is greater without a resolution by the Hampton City Council pursuant to § 2-336 of the Hampton City Code.

E. The provisions of this Section shall not limit or restrict the CONTRACTOR’s responsibility or authority for emergency work.

SECTION 5. PROJECT MANAGER The Project Manager shall serve as the OWNER’S designated representative on the Project. The Project Manager shall be the person through whom the OWNER generally conveys its written decisions and notices. CONTRACTOR shall convey all required information and notices through the Project Manager. The Project Manager’s authority is limited to the scope authorized by the OWNER, which shall be conveyed to the CONTRACTOR during the Preconstruction Meeting, as defined and described below. Nothing herein shall be construed to prevent the OWNER from issuing any notice directly to the CONTRACTOR. The OWNER may change the Project Manager in its discretion and may appoint an interim Project Manager in the event of the absence of the Project Manager. The Project Manager at all times shall have access to the Work whenever it is in preparation or progress, and the CONTRACTOR shall provide proper facilities for such access and for inspection.

Page 30: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

24

The Project Manager shall perform technical inspection of the Work. He has authority to stop the Work whenever such stoppage may be necessary to insure the proper execution of the Contract. He also shall have authority to reject all Work and materials which do not conform to the Contract and to decide questions which arise in the execution of the Work. Notwithstanding such inspection, the CONTRACTOR will be held responsible for the acceptability of the finished Work. If the specifications, the Project Manager’s instructions, laws, ordinances, or any public authority require any Work to be specially tested or approved, the CONTRACTOR shall give the Project Manager timely notice to its readiness for inspection, and if the inspection is by an authority other than the OWNER, of the date fixed for such inspection.

A. The Project Manager’s presence and actions do not replace the legal requirements of the Commonwealth and/or local building codes. Notwithstanding the Project Manager’s actions or instructions, the CONTRACTOR shall adhere to all building code requirements regarding inspection and approvals.

B. Whenever Work being done by the OWNER’s forces, utility companies, or by other contractors’ forces is contiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by the Project Manager to secure the completion of the various portions of the Work in general harmony.

The Project Manager shall make decisions on all matters relating to the execution and progress of the Work or the interpretation of the specifications and/or drawings. In making these decisions, the Project Manager shall have authority to make interpretations and minor changes as to the Scope of Work not involving extra cost, and not inconsistent with the purpose of the Work. If the CONTRACTOR claims that any such instructions involve extra cost, it shall give written notice thereof after the receipt of such instruction and before completing the Work. Except in an emergency endangering life and/or property, the OWNER shall accept no extra cost unless pursuant to modification of the Contract as prescribed by Section 4 of this Contract. SECTION 6. PRECONSTRUCTION MEETING Prior to the start of construction, a preconstruction meeting shall be held per VDOT R&B Spec Section 105.02. Attendees at this meeting shall include the OWNER’S Project Manager, CONTRACTOR’S Project Manager and Superintendent, any Utility owners affected, and any other attendees deemed necessary by the Parties. The purpose of this meeting is to clarify and discuss specifics, including, but not limited to, the following:

A. OWNER and CONTRACTOR’s personnel and their chain of authority, including individuals authorized to sign change orders.

B. CONTRACTOR’S proposed construction schedule and OWNER’S sequencing requirements, if any.

C. Schedule of payment and any requirements and procedures to make payment claims.

D. Procedures for request for time extension.

E. Construction site requirements, procedures, and any clarifications, including:

1. Manner of conducting the Work

2. Any necessary site specialties, including dust and erosion control, stormwater management, project signs, clean up, temporary facilities, utilities, security, and traffic

3. Safety

4. Layout of the Work

5. Quality control, testing, inspections, and notice required

6. Site visits

7. Project Inspector duties

Page 31: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

25

8. Site drawings and plans

F. Procedures and documentation of differing or unforeseen site conditions.

G. Assignment responsibility for generation of meeting minutes of all project meetings.

H. Project close out requirements and procedures.

I. Project records.

J. Notice to Proceed date

SECTION 7. STANDARD FOR WORKMANSHIP AND GUARANTEE

All workmanship shall be of the highest quality found in the relevant industry in every respect. All items of Work shall be done by craftsmen or tradesmen skilled in the particular task or activity to which they are assigned. All Work provided by the CONTRACTOR is hereby guaranteed by the CONTRACTOR to be free from defects owing to faulty materials or workmanship for a period of one (1) year after date of Completion of the Work or time period allowable by law, whichever is longer (“Guarantee Period”). All Work that proves defective, by reason of faulty material or workmanship within the aforementioned Guarantee Period, shall be replaced by the CONTRACTOR free of cost to the OWNER. These guarantees shall not operate as a waiver of any of the OWNER’s rights and remedies for default under or breach of the Contract which may be exercised at any time within the period of any applicable statute of limitations.

SECTION 8. CONTRACT TIME

A. The CONTRACTOR shall submit, as soon as practical after Award of Contract, a schedule which shall show the order (and value of) in which the CONTRACTOR proposes to carry on the Work, with dates at which the CONTRACTOR will start the several parts of the Work, and estimated dates of completion of the several parts. The schedule of values, once approved by OWNER, shall be the basis for submittal and approval of monthly progress payments.

B. The Work shall commence within ten (10) calendar days of the Notice to Proceed date. Final Completion of the Work shall be no later than one hundred eighty days (180) calendar days from the Notice to Proceed date.

C. Failure to complete the Work within the set Contract Time Limit stated in the ITB, and extension(s) granted thereto, shall result in Liquidated Damages as set forth in Section 108.06 of the Specifications. The CONTRACTOR shall be liable for $600 per day in Liquidated Damages for every calendar day after expiration of the Contract time limit specified for the final completion of the Work.

D. EXTENSION OF TIME

1. Extension of time stipulated in the Contract for completion of the Work will be made when formally approved changes in the Work increase the overall scope; when the Work is suspended; or when the Work of the CONTRACTOR is delayed on account of physical conditions or acts of others which could not have been foreseen by, or which were beyond the control of the CONTRACTOR, its subcontractors, and which were not the result of its fault or negligence. Determinations regarding time extensions shall be made in accordance with VDOT R&B Specs. 108.04 and 108.05.

Page 32: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

26

2. NO TIME EXTENSION WILL BE GRANTED BY THE OWNER UNLESS THE FOLLOWING PROCESS IS FOLLOWED. If, during any month the CONTRACTOR is unable to complete the Work for reasons beyond its control and believes it is due an extension, it shall submit in writing, along with its monthly request for progress payments, a request for the extension which clearly explains the circumstances which it feels justifies an extension. The request will be reviewed by the OWNER and a written response, granting or rejecting the request, will be issued. Any request for days older than the current month will be dismissed without consideration. Time extensions shall constitute a formal change to the Contract terms and conditions and shall be issued accordingly.

SECTION 9. CONTRACT VALUE The OWNER agrees to pay, and the CONTRACTOR agrees to accept as just and adequate compensation for the satisfactory performance of the Work in accordance with the Contract Documents, the unit and/or lump sum prices extended as contained in the Bid Schedule attached hereto, the sum of [Amount written out] dollars ($[###.XX]).

SECTION 10. PAYMENTS

A. The Owner will pay the Contract Price to the CONTRACTOR in the manner and at such times as set forth in the VDOT R&B Spec.. 109.

B. Partial payments will be based on monthly progress estimates in accordance with Section 109 of the VDOT R&B Spec. 109.08. Monthly progress estimates shall be prepared by the Engineer for pay periods ending on the same day of each month, as agreed by the CONTRACTOR and Engineer at the Pre-Construction Meeting.

1. Each monthly progress estimate shall cover the total quantity and value of Work that has been completed from the start of the job, up to and including the last day of the current pay period. The value of the Work completed shall be determined in accordance with the Contract Schedule of Items. The monthly invoice amount shall be the total value of Work performed less the amount of previous partial payments made by the OWNER to the CONTRACTOR.

2. The CONTRACTOR will be given the opportunity to review the monthly progress estimate and request revision(s) to the estimated quantities of Bid Items. If requested by the Engineer, the CONTRACTOR shall provide additional documentation to support any request to revise the monthly progress estimate.

3. Upon receipt of a Letter of Agreement from the CONTRACTOR indicating the CONTRACTOR’s agreement with the monthly progress estimate, the Engineer will authorize payment to the CONTRACTOR for the amount of the approved invoice.

i. The OWNER shall make payment to the CONTRACTOR within thirty (30) days from the date of the CONTRACTOR’s Letter of Agreement. In those cases where payment is made by mail, the date of postmark shall be deemed to be the date payment is made.

ii. The OWNER’s failure to pay within thirty (30) days shall allow the CONTRACTOR to assess a finance charge not to exceed one percent (1%) per month of the amount overdue for payment.

C. MATERIALS:

1. Payments to the CONTRACTOR may also include any allowance for the cost of such materials and equipment required in the permanent Work as have been delivered to the site but not as yet incorporated in the Work, in accordance with VDOT R&B Spec. 109.09.

Page 33: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

27

i. Any such allowance shall not be included on the monthly invoice unless the CONTRACTOR has received prior approval from the OWNER.

2. Receiving payment from the OWNER for material stored on site, if allowed, does not in any manner relieve CONTRACTOR of its responsibility to properly protect the material or its sole liability to replace material that is lost or stolen.

D. FEIN/SSN. To obtain payment for work performed under this Contract, if the CONTRACTOR is an individual, the individual CONTRACTOR shall provide his social security number. If the CONTRACTOR is a proprietorship, partnership, or corporation, the CONTRACTOR shall provide its federal employer identification number.

SECTION 11. OBLIGATION TO SUBCONTRACTOR / INTEREST RATE

A. Within seven (7) days after receipt of amounts paid to the CONTRACTOR by the OWNER, the CONTRACTOR shall take one of two steps relating to Work performed by a subcontractor.

B. Pay subcontractors for the proportionate share of the total payment received from the OWNER attributable to the Work performed by subcontractors under that Contract; or notify the OWNER and subcontractors, in writing, of intention to withhold all or a part of the subcontractor payment with the reason for nonpayment.

C. Unless the CONTRACTOR has complied with subsections 1 or 2 above, interest shall accrue to the Subcontractor at the rate of one percent (1%) per month. The CONTRACTOR’s obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this Section shall not be construed to be an obligation of the OWNER. A Contract modification shall not be made for the purpose of providing reimbursement for the interest charge. A cost reimbursement claim shall not include any amount for reimbursement for the interest charge.

D. The CONTRACTOR shall require each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier Subcontractor.

SECTION 12. APPLICABLE LAW / COMPLIANCE

A. Applicable Law: This Contract shall be deemed to be a Virginia contract and shall be governed as to all matters whether of validity, interpretations, obligations, performance or otherwise exclusively by the laws of the Commonwealth of Virginia, and all questions arising with respect thereto shall be determined in accordance with such laws. Regardless of where actually delivered and accepted, this Contract shall be deemed to have been delivered and accepted by the Parties in the Commonwealth of Virginia.

A. Compliance with All Laws: CONTRACTOR shall comply with all federal, State and local statutes, ordinances, and regulations now in effect or hereafter adopted, in the performance of the Work set forth herein. Further, CONTRACTOR shall post all notices to the public and employees as required. CONTRACTOR represents that it possesses all necessary licenses, permits and certificates necessary to conduct its business and will acquire any additional licenses and permits necessary for performance of this Contract in accordance with Section 107 of the VDOT R&B Specs, such as: demolition, land disturbance, and/or right-of-way permits, prior to the initiation of Work.

B. Foreign and Domestic Businesses-Authority to Transact Business in the State: CONTRACTOR, whether organized as a stock or non-stock Corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership, shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law, and shall provide proof thereof. CONTRACTOR shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50 of the Code of Virginia, to be revoked or cancelled at any time during the term of the Contract. The CONTRACTOR’s failure to remain in compliance with the provisions of this Section shall be deemed a material breach of this Contract.

Page 34: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

28

C. Safety and Health Measures: CONTRACTOR shall at all times observe all health and safety measures and precautions necessary for the sanitary and safe performance of the Work.

D. Employment of Unauthorized Aliens: During the performance of the Contract, CONTRACTOR certifies it does not and shall not knowingly employ an unauthorized alien as defined in the Federal Immigration Reform and Control Act of 1986.

E. Venue: Any and all suits for any claims or for any and every breach or dispute arising out of this Contract shall be maintained in the appropriate court of competent jurisdiction in the City of Hampton, Virginia, or, if applicable, the United States District Court for the Eastern District of Virginia, Newport News Division.

F. Environmental Considerations: Any costs or expenses associated with environmentally related violations of the law, the creation or maintenance of a nuisance, or releases of hazardous substances, including, but not limited to, the costs of any cleanup activities, removals, remediation’s, responses, damages, fines, administrative or civil penalties, or charges imposed on the CONTRACTOR, whether because of actions or suits by any governmental or regulatory agency or by any private party, as a result of the storage, accumulation, or release of any hazardous substances, or any noncompliance with or failure to meet any federal, State or local standards, requirements, laws, statutes, regulations or the law of nuisance by CONTRACTOR (or by its agents, officers, employees, subcontractors, consultants, sub-consultants, or any other persons, Corporations or legal entities employed, utilized, or retained by CONTRACTOR) in the performance of this Contract or related activities, shall be paid by CONTRACTOR. This Section shall survive the termination, cancellation or expiration of this Contract.

G. Non-Discrimination:

1. Employment discrimination by CONTRACTOR is prohibited. During the performance of this Contract, CONTRACTOR agrees as follows:

i. 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 CONTRACTOR.

ii. CONTRACTOR will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act, and the Code of Virginia § 2.2-4311.

iii. If the award is made to a faith-based organization, the OWNER shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the Agreement on the basis of the recipient’s religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the OWNER.

iv. The CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

v. The CONTRACTOR, in all solicitations or advertisements for employees placed by or on its behalf, shall state that CONTRACTOR is an equal opportunity employer.

Page 35: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

29

vi. 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 clauses in every subcontract or purchase order of over ten thousand dollars ($10,000), so that the provisions will be binding upon each Subcontractor or vendor.

H. Drug-Free Workplace Provisions: During the performance of this Contract, the CONTRACTOR agrees as follows:

1. CONTRACTOR will provide a drug-free workplace for the CONTRACTOR’s employees.

2. CONTRACTOR will post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that 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 that will be taken against employees for violations of such prohibition.

3. CONTRACTOR will state in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR that the CONTRACTOR maintains a drug-free workplace.

4. CONTRACTOR will include the provisions of the foregoing clauses in every subcontract or purchase order of over ten thousand dollars ($10,000) so that the provisions will be binding upon each subcontractor or vendor.

5. For the purposes 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, where the employees at such site 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.

SECTION 13. PERMITS AND UTILITY FEES

A. Utility fees of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the CONTRACTOR in accordance with R&B Spec. 102.04(d) as included in CONTRACTOR’S bid price. . Utility fees for permanent structures or permanent changes in existing facilities shall be secured and paid for by the OWNER unless otherwise specified.

B. Permits (building, plumbing, mechanical, and electrical) shall be obtained from the Division of Building Inspection prior to performance of Work. No permit fee will be charged for City-owned property. However, fees will be charged for all other publicly owned property and CONTRACTOR shall pay all fees in accordance with VDOT R&B Spec. 107.02.

SECTION 14. PROTECTION OF THE PUBLIC AND OF WORK AND PROPERTY

A. The CONTRACTOR shall provide and maintain all necessary watchmen, flagmen, barricades, and signage in accordance with requirements of the Project Manager and take all reasonable precautions for the protection and safety of the public. It continuously shall maintain reasonable protection of all Work from damage, including any climatic conditions, and shall take all reasonable precautions to protect property from injury or loss arising in connection with this Contract.

Page 36: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

30

B. The CONTRACTOR shall take reasonable precautions to protect private property adjacent to the Project from such nuisances as debris and excessive noise. It shall make good any damage, injury, or loss to its Work and to the property or the OWNER resulting from lack of reasonable protective precautions except such as may be caused by agents or employees of the OWNER. All actions taken pursuant to this section shall be in accordance with VDOT R&B Specs. 107.17 and 107.08.

SECTION 15. FORMAL CORRESPONDENCE / REPRESENTATIVES AND NOTICES

A. All formal correspondence, including but not limited to notices, demands, other project documents, or requests by or made pursuant to this Contract shall be addressed to and personally delivered in writing or sent by the Parties in the United States mail, postage paid to the representative specified herein, or as otherwise designated in writing and mutually agreed upon, and to the legal address specified for the Parties, as follows:

OWNER:

Attn: ___________________________________ (Dept. Contract Administrator)

Address: 22 Lincoln Street

City, State, Zip: Hampton, Virginia 23669

Telephone: (757)_____-___________ FAX: (757)_____-___________

CONTRACTOR:

Attn: ___________________________________ (Project Manager)

Address: _______________________

City, State, Zip: _______________________

Telephone: (____)_____-___________ FAX: (____)_____-___________

CONTRACTOR’s Virginia License #: _______________________

FEIN/SSN: _______________________

SCC ID #: _______________________

With a copy to: Lavinia Whitley, Deputy Finance/Procurement Director Procurement Department 1 Franklin Street Hampton, Virginia 23669

B. Nothing contained in this Section shall be construed to restrict the transmission of routine communications between representatives of the Parties.

SECTION 16. ACCESS TO WORK SITE

A. The OWNER shall provide access to the site upon which the Work under this Contract is to be done and to such other areas which are designated for use by the CONTRACTOR.

Page 37: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

31

B. The CONTRACTOR shall provide at its own expense and without liability to the OWNER any additional land and access thereto that may be required for temporary facilities, or for storage of materials.

SECTION 17. SUPPLY OF MATERIAL AND APPLIANCES

A. Unless otherwise stipulated, the CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities of a quantity and quality necessary for the execution and completion of the Work in accordance with VDOT R&B Specs. 102.03, 109.03, 105.11, 106.01 and 106.06. If required, the CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials.

B. The CONTRACTOR promptly shall notify the Project Manager in writing if any change in materials as

specified is contemplated or proposed. Any such proposed change shall be investigated promptly, and if found to be necessary and/or acceptable, the Contract shall be modified formally. Any change in materials shall be made at the CONTRACTOR’s own risk unless approved as prescribed above.

SECTION 18. ROYALTIES AND PATENTS The CONTRACTOR shall pay all applicable royalties and license fees and shall defend, indemnify, and hold harmless the OWNER for any actions, claims, or lawsuits for infringement because of such use in accordance with VDOT R&B Spec. 107.05. SECTION 19. SUPERINTENDENCE The CONTRACTOR shall keep assigned to the Project at all times during its progress, a representative who shall represent the CONTRACTOR and have authority to make decisions in day-to-day activities in accordance with VDOT R&B Spec. 105.07. SECTION 20. EMPLOYEES At all times, CONTRACTOR shall enforce employee requirements in accordance with VDOT R&B Spec. 105.05. Adequate sanitary facilities shall be provided by the CONTRACTOR. The CONTRACTOR shall be responsible for complying with all OSHA requirements in accordance with VDOT R&B Spec. 107.17. SECTION 21. EMERGENCY WORK If a situation affects the safety of life, the Work, or adjoining property, without special instructions or authorization from the Engineer, the CONTRACTOR is permitted to act at its discretion to prevent such threatening loss or injury. It also shall act, without appeal, if the Engineer so authorizes or instructs. Any compensation claimed by the CONTRACTOR for emergency work shall be negotiated and approved by the OWNER in writing.

SECTION 22. SEPARATE CONTRACTS In accordance with VDOT R&B Spec. 105.09, OWNER reserves the right to allow other Contractors to provide goods or perform services in connection with the Project. CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of materials and the execution of Work and properly shall connect and coordinate its Work with theirs. If the proper execution or results of any part of the CONTRACTOR’s Work depends upon the Work of any other Contractors, the CONTRACTOR shall inspect and promptly report to the Project Manager any defects in such Work that render it unsuitable for such proper execution and results. SECTION 23. NON-ASSIGNMENT CLAUSE CONTRACTOR shall not assign its rights and duties under this Contract without the prior written consent of the OWNER.

Page 38: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

32

SECTION 24. SUBCONTRACTS

A. As soon as practicable after signing the Contract, but in any event prior to the performance of any Work on the Project, the CONTRACTOR shall notify the OWNER in writing of the names of subcontractors proposed for the Work, designating the portions of Work to be performed by each. This list shall include the estimated dollar amount with each and identify those firms who are defined as a Minority Business Enterprise, Small Business Enterprise, and Woman-Owned Enterprise and shall be provided no later than fourteen (14) days after the bid opening date. The provisions of VDOT R&B Specs. 105.06 and 107.15 shall apply to use of subcontractors.

The following definitions shall apply:

1. "Minority individual" means an individual who is a citizen of the United States or a legal resident alien and who satisfies one or more of the following definitions:

a. "African American" means a person having origins in any of the original peoples of Africa and who is regarded as such by the community of which this person claims to be a part.

b. "Asian American" means a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands, including but not limited to Japan, China, Vietnam, Samoa, Laos, Cambodia, Taiwan, Northern Mariana Islands, the Philippines, a U.S. territory of the Pacific, India, Pakistan, Bangladesh, or Sri Lanka and who is regarded as such by the community of which this person claims to be a part.

c. "Hispanic American" means a person having origins in any of the Spanish-speaking peoples of Mexico, South or Central America, or the Caribbean Islands or other Spanish or Portuguese cultures and who is regarded as such by the community of which this person claims to be a part.

d. "Native American" means a person having origins in any of the original peoples of North America and who is regarded as such by the community of which this person claims to be a part or who is recognized by a tribal organization.

e. "Minority-owned business" means a business that is at least 51 percent owned by one or more minority individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51 percent of the equity ownership interest in the corporation, partnership, or limited liability company or other entity is owned by one or more minority individuals who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more minority individuals, or any historically black college or university as defined in § 2.2-1604, regardless of the percentage ownership by minority individuals or, in the case of a corporation, partnership, or limited liability company or other entity, the equity ownership interest in the corporation, partnership, or limited liability company or other entity.

2. "Small business" means a business, independently owned and controlled by one or more individuals who are U.S. citizens or legal resident aliens, and together with affiliates, has 250 or fewer employees, or annual gross receipts of $10 million or less averaged over the previous three years. One or more of the individual owners shall control both the management and daily business operations of the small business.

3. "State agency" means any authority, board, department, instrumentality, institution, agency, or other unit of state government. "State agency" shall not include any county, city, or town.

4. "Women-owned business" means a business that is at least 51 percent owned by one or more women who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51 percent of the equity ownership interest is owned by one or more women who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more women.

Page 39: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

33

B. The CONTRACTOR agrees that it is as fully responsible for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by it, as it is for the acts and omissions of persons directly employed by it. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the OWNER.

SECTION 25. RESPONSIBILITY FOR WORK CONTRACTOR assumes full responsibility for the Work until final acceptance and shall be responsible for damage to or destruction of the Work in accordance with VDOT R&B Specs. 107.08, 107.12, and 108.09(a). CONTRACTOR shall obtain and maintain in force until OWNER’s Final Acceptance of Project, Builders’ Risk Insurance that fully covers any loss or damage to Project. SECTION 26. SUSPENSION OF WORK The OWNER may suspend the Work at any time, or any part thereof, by giving notice to the CONTRACTOR in writing. The Work shall be resumed by the CONTRACTOR after the date fixed in the written notice from the OWNER to the CONTRACTOR to do so. The OWNER shall reimburse the CONTRACTOR for expenses incurred as a result of such suspension for suspension is not of CONTRACTOR fault. SECTION 27. TERMINATION Contract termination with or without cause shall be made in accordance with VDOT R&B Specs. 108.07 and 108.08.

It is understood and agreed between the Parties that the OWNER shall be bound and obligated hereunder only to the extent that the funds shall have been appropriated and budgeted for the purpose of this Contract. In the event funds are not appropriated and budgeted in any fiscal year for payments due under this Contract, the OWNER immediately shall notify CONTRACTOR of such occurrence, and this Contract shall terminate on the last day of the fiscal year for which an appropriation was received without penalty or expense to the OWNER of any kind whatsoever. In the event of violations of law, safety, or health standards and regulations, this Contract immediately may be cancelled and terminated by the OWNER and any applicable provisions with respect to opportunity to cure default shall not be applicable. SECTION 28. REMOVAL OF EQUIPMENT In the case of termination of this Contract before completion for any cause whatever, the CONTRACTOR, if notified to do so by the OWNER, shall promptly remove any part or all of its equipment and supplies from the property, failing to do so, the OWNER shall have the right to remove such equipment and supplies at the expense of the CONTRACTOR.

SECTION 29. PARTIAL COMPLETION AND ACCEPTANCE

A. If at any time prior to final completion, any portion of the Work has been satisfactorily completed, and if the Project Manager determines that access to that portion is not required for the future operation of the CONTRACTOR, the Project Manager may issue to the CONTRACTOR a certificate of partial completion in accordance with VDOT R&B Spec. 108.09(b), and thereupon or at any time thereafter the OWNER may take over and use the portion of the Work described in such certificate.

B. The issuance of a certificate of partial completion shall not be construed to constitute an extension of the CONTRACTOR’s time to complete the portion of the Work to which it relates if it has failed to complete it in accordance with the terms of this Contract. The issuance of such a certificate shall not operate to release the CONTRACTOR or its Sureties from any obligations under this Contract or performance bond.

C. If such prior use increases the cost of or delays the Work, the CONTRACTOR shall be entitled to extra compensation in accordance with VDOT R&B Spec. 109.05(a), or extension of time in accordance with VDOT R&B Spec. 108.04(a), or both, in the discretion of the OWNER.

Page 40: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

34

SECTION 30. CORRECTION OF WORK

A. All material and Work shall be subject to inspection, examination and testing by the OWNER or authorized independent testing entities at any and all times. The CONTRACTOR promptly shall remove from the premises all materials and Work condemned by the Project Manager as failing to meet Contract requirements, regardless of whether incorporated in the Work, and the CONTRACTOR promptly shall replace materials and/or re-execute Work in accordance with the Contract and without expense to the OWNER and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement.

B. All removal and replacement Work shall be done at the CONTRACTOR’s expense. If the CONTRACTOR does not take action to remove such condemned Work and materials, the OWNER may remove them and store the materials at the expense of the CONTRACTOR in accordance with VDOT R&B Spec. 105.18. If the CONTRACTOR does not pay the expense of such removal and storage within ten (10) days time thereafter, the OWNER may, upon ten (10) days written notice, sell such materials at auction or at private sale and shall pay to the CONTRACTOR any net proceeds thereof, after deducting all the costs and expenses that should have been borne by the OWNER.

SECTION 31. CLEAN UP The CONTRACTOR shall, throughout the course of the Contract, employee cleanup procedures as outlined in VDOT R&B Spec. 105.16. This requirement shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission for such disposal granted to the CONTRACTOR by the Project Manager where such disposal is in accordance with local ordinances.

SECTION 32. FINAL ACCEPTANCE AND PAYMENT

A. Upon receipt of written notice that the Work is substantially completed or ready for final inspection and acceptance, the Project Manager promptly will make such inspection; and when he finds the Work acceptable under the Contract and the Contract fully performed or substantially completed, he promptly shall issue a certificate, over his own signature, stating that the Work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the CONTRACTOR, less a retention based on the estimate of the fair value of the claims against the CONTRACTOR and the cost of completing the incomplete or unsatisfactory items of Work with specified amounts for each incomplete or defective item or Work, is due and payable.

A. The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled claims or from faulty Work appearing within the guarantee period provided in the Special Conditions, from the requirements of the Drawings and Specifications, or from manufacturer’s guarantees. It also shall constitute a waiver of all claims by the CONTRACTOR, except those previously made and still unsettled.

SECTION 33. HOLD HARMLESS-INDEMNIFICATION It is understood and agreed that CONTRACTOR hereby assumes the entire responsibility and liability for any and all damages to persons or property caused by or resulting from or arising out of any act or omission on the part of CONTRACTOR, its subcontractors, agents or employees under or in connection with this Contract or the performance or failure to perform any work required by this Contract. CONTRACTOR agrees to indemnify and hold harmless the OWNER and its agents, volunteers, servants, employees and officials from and against any and all claims, losses, or expenses, including reasonable attorney's fees and litigation expenses suffered by any indemnified party or entity as the result of claims or suits due to, arising out of or in connection with (a) any and all such damages, real or alleged, (b) the violation of any law applicable to this Contract, and (c) the performance of the work by CONTRACTOR or those for whom CONTRACTOR is legally liable. Upon written demand by the OWNER, CONTRACTOR shall assume and defend at CONTRACTOR'S sole expense any and all such suits or defense of claims made against the OWNER, its agents, volunteers, servants, employees or officials.

Page 41: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

35

SECTION 34. INSURANCE

A. CONTRACTOR agrees to secure and maintain in full force and effect at all times during the term of this Contract, the following policies of insurance:

1. Workers’ Compensation Insurance as required under Virginia Code Title 65.2.

2. Comprehensive General Liability Insurance, including Contractual liability and products and completed operations liability coverages, in an amount not less than One Million and 00/100 Dollars ($1,000,000.00) combined single limits (CSL). Such insurance shall name the OWNER of Hampton as an additional insured by policy endorsement.

3. Automobile Liability Insurance including coverage for non-owned and hired vehicles in an amount not less than One Million and 00/100 Dollars ($1,000,000.00) combined single limits (CSL).

4. Umbrella/Excess Liability Insurance at limits not less than Two Million and 00/100 Dollars ($2,000,000.00).

B. CONTRACTOR shall submit to the Procurement Office certificates of insurance with endorsement to the policy attached, prior to beginning Work under this Contract and no later than ten (10) days after Award of the Contract. All policies of insurance required herein shall be written by insurance companies licensed to conduct the business of insurance in the Commonwealth of Virginia, and acceptable to the OWNER, and shall carry the provision that the insurance will not be cancelled or materially modified by CONTRACTOR without thirty (30) days prior written notice to the OWNER.

C. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO IMMEDIATELY NOTIFY THE OWNER SHOULD ANY POLICY BE CANCELLED. FAILURE TO NOTIFY THE OWNER SHALL CONSTITUTE A MATERIAL BREACH OF THE CONTRACT.

D. The certificates of insurance shall list the City of Hampton, 22 Lincoln Street, Hampton, Virginia 23669, as the additional insured for the Project. The endorsement to the policy would be that which is attached to the CONTRACTOR’s liability policy that acknowledges the OWNER as an additional insured on all policies the OWNER requires to be endorsed. This shall be either a direct endorsement that actually names the OWNER or a blanket endorsement that the Contract states that the OWNER will be named as an additional insured on the insurance policy.

SECTION 35. PAYMENT/PERFORMANCE BONDS Payment and performance bonds shall be presented as required under VDOT R&B Spec. 103.05 and shall be received and approved by the OWNER prior to beginning Work under the Contract and not later than ten (10) days after the award of the Contract to CONTRACTOR. Each of the required bonds shall be payable to the City of Hampton. Bonds shall be executed by one or more Surety companies legally authorized to issue bonds and do business in the Commonwealth. Said bonds shall be payable to the City of Hampton, 22 Lincoln Street, Hampton, Virginia 23669. With the exception of any required Bid Bond, each of the required bonds shall be maintained through the term of the Contract and any extensions.

SECTION 36. SUBMISSION AND DISPOSITION OF CONTRACTUAL CLAIMS Submission and disposition of contractual claims shall be made in accordance with VDOT R&B Spec. 105.19. In the event that a dispute, claim or controversy between the OWNER and CONTRACTOR arises regarding the requirements of this Contract, the performance of the Work, payment due the CONTRACTOR, the terms of any Change Order, or otherwise, the CONTRACTOR shall not stop, suspend, or delay the Work or any part of the Work to be performed under the Contract, or under any Change Order, or as ordered by the OWNER. The CONTRACTOR shall continue to diligently prosecute the Work to completion, including work required in any Change Order or as directed by the OWNER. SECTION 37. DEBARMENT AND ENJOINMENT By signing this contract, the undersigned certifies that CONTRACTOR or any officer, director, partner or owner is not currently barred from bidding on contracts by any Agency of the Commonwealth of Virginia, or any public

Page 42: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

36

body or agency of another state, or any agency of the federal government, nor is the CONTRACTOR a subsidiary or affiliate of any firm/corporation that is currently barred from bidding on contracts by any of the same. SECTION 38. SIGNATURE AUTHORITY Each person signing this Contract represents and warrants that he or she is duly authorized and has legal capacity to execute and deliver this Contract. Each party represents and warrants to the other that the execution and delivery of the Contract and the performance of such party’s obligations hereunder have been duly authorized and that the Contract is a valid and legal agreement binding on such party and enforceable in accordance with its terms. This Contract may be executed in any number of counterparts, each of which when executed and delivered shall be deemed to be an original without production of any other counterpart. Any signature delivered via facsimile or other electronic means shall be deemed an original signature hereto.

[SIGNATURES APPEAR ON FOLLOWING PAGE]

Page 43: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

37

IN WITNESSETH WHEREOF, the Parties hereto have executed this Contract by their duly authorized officers.

SIGNATURE OF PARTIES

THE PARTIES acknowledge and agree that this Contract has been prepared jointly by both Parties and shall be construed simply and in accordance with its fair meaning and not strictly for or against any party.

As evidence of this Contract to the preceding terms and conditions set forth herein, the Parties affix their authorized signatures hereto: CITY OF HAMPTON, VIRGINIA Approved as to form and legal sufficiency: By: City Manager/Authorized Designee ____________________________________ Date: Senior Assistant City Attorney

[Contractor’s Full Legal SCC Name Typed out] By: Signature of Corporate Officer

___________________________________________

Printed Name

Its: Title LLC SIGNATURE BLOCK: [LLC Name Typed out] CHECK ONE: By: ________________________________ (Name of Member/Manager – please print) ___ Member Managed LLC Its: ________________________________ Title ___ Manager-Managed LLC

(Signature)___________________________ PARTNERSHIP SIGNATURE BLOCK: [PARTNERSHIP NAME] By: ________________________________ (Name of Partner - Print Name) (Signature)___________________________

Page 44: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

38

LIMITED LIABILITY PARTNERSHIP SIGNATURE BLOCK: [PARTNERSHIP NAME] By: ________________________________ (General Partner – please print)

(Signature) ___________________________ NOTARY BLOCK FOR ALL COMPANIES

STATE OF _______________________

CITY/COUNTY OF ___________________________, to-wit:

The foregoing instrument was acknowledged before me this [Day] day of [Month] 20[YY], by [Name of

Representative w/Signatory Authority], [Title of Representative w/Signatory Authority], of [Company Name], a

[State Name] [Type of entity], on its behalf. He is known to me personally or produced [ID Type] as identification.

CONTRACTOR’s Registration Number ___________________________________________ (If CONTRACTOR is a corporation or an unincorporated organization, attach evidence of authority to sign)

[Corporate Seal] Notary Public

My Commission expires:

Registration No: __________________________________

INDIVIDUAL TRADING UNDER HIS/HER NAME: [NAME OF INDIVIDUAL] (Signature)___________________________ INDIVIDUAL TRADING UNDER TRADE NAME: [NAME OF INDIVIDUAL] d/b/a [TRADE NAME] (Signature)___________________________ NOTARY BLOCK FOR ALL INDIVIDUALS

Page 45: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

39

STATE OF _______________________

CITY/COUNTY OF HAMPTON, to-wit:

The foregoing instrument was acknowledged before me this [Day] day of [Month] 20[YY], by [Name of person

acknowledged]. He is known to me personally or produced [ID Type] as identification.

CONTRACTOR’s Registration Number ___________________________________________ (If CONTRACTOR is a corporation or an unincorporated organization, attach evidence of authority to sign)

[Corporate Seal] Notary Public

My Commission expires:

Registration No: __________________________________

Page 46: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

40

OTHER FORMS

Page 47: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

41

PRE-BID QUESTION FORM

DATE: ______________________________

NAME: ______________________________

COMPANY: ______________________________________

SPECIFICATION SECTION ____________ PARAGRAPH __________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

NOTE:

All questions regarding this solicitation shall be in writing using this question form. A separate form must be used for

each question. Submit all Pre-Bid Question Forms to the City of Hampton Procurement Office via fax: (757) 727-

2207 or via email: [buyer]@hampton.gov. It shall be the responsibility of the sender to verify receipt of all

transmissions. The City of Hampton shall not be responsible for missed transmissions.

All questions are due in the Procurement Office no later than Thursday, January 11, 2018 at 3:30 p.m. NO

EXCEPTIONS.

Final addendum and answers to pre-bid questions will be available from the Procurement Office on Tuesday, January

16, 2018 before close of business (4:30 pm). Call prior to coming for availability. It shall be the responsibility of

prospective bidders to verify, prior to turning in a response, if an addendum was issued. Bidders should check

www.hampton.gov/bids-contracts for any addenda issued no later than 12 hours prior to bid receipt deadline.

Page 48: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

42

CONTRACTOR QUESTIONNAIRE FORM

If requested by the City, the following questions shall be answered in full by the Bidder, and returned to the City within

seventy-two (72) hours.

1. Name of Company:

Trade Name (if different from Company Name):

Principal Office Address:

Telephone No(s).

Fax No(s).

Email Address(es)

a. If a Corporation, answer the following:

When Incorporated:

What State:

Virginia State Corporation Commission No.

b. If an Unincorporated Organization, answer the following:

Date of Organization:

Names and Addresses of or Members:

Type and State of Organization:

c. If a Partnership, state whether the Partnership is General or Limited:

Names and Addresses of Partners:

Page 49: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

43

2. Experience:

a. How many years has this Bidder been in business as a Contractor under its present Business name?

b. List the prior names of this Bidder, if any.

3. How many years of experience in this type of construction work does this Bidder have?

a. As a Contractor?

b. As a Subcontractor?

4. Provide a list of uncompleted Contracts/Projects presently held by this Bidder (attach supplemental sheets if

necessary):

Contract/Project Type of Work Amount % Complete

5. List this Bidder’s crew foremen and supervisors proposed for this Project and their years of related experience:

Name Years of Experience

Dates of Employment with

Bidder

Page 50: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

44

6. What construction Equipment does this Bidder own that is available for the proposed Work? Attach supplemental

sheets if necessary.

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

7. Does this Bidder plan to Subcontract any part of this Work? If so, list the name, address, years of experience, and

type and amount of Work to be performed by each Subcontractor.

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

8. Provide a list of Projects similar in character and scope to the Work specified under this Contract which have been

completed successfully by this Bidder during the past three (3) years (attach supplemental sheets if necessary). (The

term “completed” means accepted and final payment received from the City or authorized representative.)

Location & Type

of Work

City’s Name and

Address

Contact person

(name and

telephone number) Date Completed Contract Price

Page 51: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

45

9. Has this Bidder ever performed work for a municipal Corporation, local governing body, or similar agency

previously? If all such bodies are listed under 8, this question need not be completed.

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

10. Bidder Responsibility:

a. Has this Bidder ever failed to complete any work awarded to it? _____ If yes, give the name of the city,

county, or state, name of Bonding Company, and circumstances:

___________________________________________________________________________

b. Is this Bidder debarred by the Federal Government or by the Commonwealth of Virginia or by any other state,

town, city, or county?

Yes_________ No____________ If yes, please provide details:

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

c. Has this Bidder ever had any judgments entered against it for breach of Contract for construction? __________

If yes, please provide details:

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

Page 52: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

46

d. Give a summary of your financial statement, including assets and liabilities (use an insert sheet if necessary):

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

11. State approximate largest dollar volume of work performed by this Bidder in one year:

____________________________________________________________________________________

12. List two (2) banking institution references:

a. Name: ___________________________________________________________________________

Address: ____________________________________________________________________

Credit Available: ____________________________________________________________________

b. Name: ___________________________________________________________________________

Address: _____________________________________________________________________

Credit Available: __________________________________________________________________

13. List three (3) Material suppliers and amount of credit available:

a. Name: ___________________________________________________________________________

Address: ___________________________________________________________________________

Credit Available: __________________________________________________________________

b. Name: ___________________________________________________________________________

Address: _________________________________________________________________________

Credit Available: __________________________________________________________________

Page 53: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

47

c. Name: ____________________________________________________________________________

Address: ___________________________________________________________________________

Credit Available: ____________________________________________________________________

14. List insurance coverage (attach certificate of insurance in required Project amount):

______________________________________________________________________________________

15. Bonding reference: List Bidder’s Surety company and highest coverage:

______________________________________________________________________________________

16. Has this Bidder or its authorized representative personally inspected the location of the proposed Work, and does it

have a clear understanding of the requirements of the Bid Documents? _______________________

The undersigned hereby authorizes and consents to any person, Firm, or Corporation to furnish any information requested by

the City in verification of this statement of Contractor’s qualifications. Also, if it is the apparent low Bidder, the undersigned

hereby agrees to furnish the City upon request, a complete and current financial statement:

_________________________________________________

Name of Contractor

Date: ____________________ By: _________________________________________________

(Signature)

__________________________________________________

(Printed Name)

__________________________________________________

(Title)

Page 54: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

48

CONTRACT PERFORMANCE AND PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS: That, we _________________________ (Name of Contractor), a

______ (Corporation, Partnership or Individual) (hereinafter “Principal”) and

(Name of Surety), of

, State of ________________ (hereinafter the “Surety”), are by this performance and payment bond held and firmly

bound unto the City of Hampton, Virginia, a municipal cooperation of the Commonwealth of Virginia (hereinafter the

“City”), in the penal sum under each bond of Dollars ($ ) in lawful

money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,

administrators, and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that:

Whereas, the Principal entered into a certain Contract with the City, dated the ______ day ______ of

______________, 2018, a copy of which is attached hereto and made a part hereof for the construction of:

Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

PERFORMANCE

NOW, THEREFORE, if the said Principal shall well and faithfully do and perform the things agreed to be

done and performed and shall comply with all terms of the aforesaid Contract and Plans and Specifications,

advertisement, proposal, made a part hereof and shall maintain and replace all defective Work under this Contract

for a period of one (1) year from its acceptance, and shall protect and save harmless the actions of every kind and

description arising from injury or damage to persons and property in the prosecution of said Work, or in the failure

to properly safeguard the same, and from all Claims arising under the workman’s compensation laws or from

infringement of any patent rights, then this obligation shall be void; otherwise, it shall remain in full force and

virtue.

PAYMENT

NOW, THEREFORE, if the Principal promptly shall make payment to all persons, Firms, Subcontractors,

and Corporations furnishing Materials for or performing labor in the prosecution of the Work provided for in such

Contract, and any authorized extension or modification thereof, including all amounts due for Materials, lubricants,

oil, gasoline, coal and 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, it shall 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 to the Work to be performed thereunder or the

Specifications accompanying the same shall in any wise affect its obligation on this performance and payment 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.

PROVIDED, FURTHER, that no final settlement between the City and the Contractor shall abridge the right of

any beneficiary hereunder, whose Claim may be unsatisfied.

Page 55: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

49

IN WITNESS WHEREOF, the parties hereto have caused their names to be subscribed and affixed by its duly

authorized officers on its behalf this _____day of___________, 2018.

(For use by an individual

trading under trade name)

(For use by an individual

trading under trade name)

Trading as

(For use by partnership)

(Partnership Name)

(Partner)

(For use by Corporation)

(Corporate Name)

By

(Corporate Officer Signature)

(Official Title/Position)

Surety

By (Seal)

Attorney-in-Fact

Countersigned:

Resident Virginia Agent Registration No.

Address

Telephone Number

NOTE: Submit Certificate of Power-of-Attorney with Bond

Page 56: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

50

INSURANCE CERTIFICATES

[PLACE HOLDER FOR PDF FILLABLE FORM]

Page 57: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

51

[PLACE HOLDER FOR PDF FILLABLE FORM]

Page 58: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

52

SWPPP AND VPDES GENERAL PERMIT FOR THE DISCHARGE OF

STORMWATER FROM CONSTRUCTION ACTIVITIES –

CONTRACTOR CERTIFICATION STATEMENT

[PLACE HOLDER FOR PDF FILLABLE FORM]

Page 59: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

53

PROJECT SPECIFIC

CITY

PROVISIONS

Page 60: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

54

PROJECT SPECIAL PROVISION FOR

SEALING EXPANSION JOINTS

I. DESCRIPTION

This work shall consist of cleaning and resealing expansion joints in accordance with the contract

documents and as directed by the Engineer.

II. MATERIALS

Expansion joint filler and sealer materials shall conform to the requirements of Section 212 of the

Specifications.

III. PROCEDURES

Expansion joints shall be cleaned and shall be free of oil, grease, existing joint material or any other

foreign material. Loose material shall be removed from the joint with oil-free compressed air delivered

with not less than 120 cubic feet of air per minute and a nozzle pressure of not less than 90 pounds per

square inch and not more than 200 pounds per square inch.

The Contractor shall protect the edges of pavement adjacent to the joints to be cleaned.

The Contractor shall install joint filler and sealer materials in strict accordance with the

manufacturer’s written instructions.

Expansion joints shall be filled and sealed in accordance with the requirements of Section 404.05 of the

Specifications. Joints to be filled shall be completely dry and the ambient air temperature shall be at least

45 degrees F. The applied sealer and finished joint shall be free of entrapped air. Finished sealer shall

conform to the lines and grades of existing pavement surfaces.

IV. MEASUREMENT AND PAYMENT

Clean and reseal expansion joints will be measured in linear feet and will be paid for at the contract unit

price per linear foot. This price shall be full compensation for cleaning joints, furnishing and installing

joint filler, joint sealer, removal and disposal of debris, and for all material, labor, tools, equipment and

incidentals necessary to complete the work.

Payment will be made under:

Pay Item Pay Unit

Clean and reseal expansion joint Linear foot

Page 61: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

55

PROJECT SPECIAL PROVISION FOR

CRACK REPAIRS (PIERS) BY EPOXY INJECTION

I. DESCRIPTION

This work shall consist of repairing cracks in concrete by injection of an epoxy resin system in

accordance with the plan details and as directed by the Engineer.

II. MATERIALS

Epoxy resin systems shall conform to the requirements of VDOT Road and Bridge Specification Section

243, except that epoxy resin, Type EP-4, low viscosity, modified shall be used to fill and seal rigid cracks.

In addition to the requirements of Section 243 of the Specifications, epoxy resin, Type EP-4, low

viscosity, modified shall have a viscosity of 5 poises or less at 75° F.

III. PROCEDURES

Determine the limits of crack repair by subjecting the crack to several blows with a five-pound hammer.

At locations where a hollow sound is detected with the hammer, remove all loose, spalled, or otherwise

deteriorated and unsound concrete.

Prepare areas adjacent to the crack, cleaning away dirt, dust, grease, oil, and other foreign matter

detrimental to the bonding of the injection surface seal system. Corrosives should not be used for

cleaning.

For cracks of sufficient width to permit entry of loose particles, blow out debris using high pressure air

equipment capable of filtering out any oils from the compressor.

Install injection ports along the crack at intervals not less than 8 inches nor more than 18 inches on center.

Apply a surface seal using epoxy resin, Type EP-6, and allow sufficient curing time in accordance with

the manufacturer’s recommendations.

Inject the crack with epoxy resin, Type EP-4, low viscosity, modified using slow, steady pressure from an

injection gun capable of producing a fluid pressure of at least 100 psi.

For essentially horizontal cracks, begin at either end of the crack. For cracks exhibiting any verticality in

orientation, start at the lowest port. Begin and continue injecting epoxy until the epoxy resin reaches the

next port.

Clamp or otherwise seal off the port and begin injecting through the next port. Do not skip successive

ports, in order to avoid entrapment of air which will prevent complete filling of the crack.

Perform the injection procedure continuously until the full length of the crack is filled. If port-to-port

travel of the epoxy resin is not indicated, immediately cease injection and notify the Engineer. Determine

the cause of the problem before continuing a course of action.

When injection is complete, allow the epoxy resin to cure the length of time and manner in accordance

with the manufacturer’s recommendations.

Page 62: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

56

Remove the injection ports and surface seal by grinding so that the face of the crack is flush with the

adjacent concrete surfaces, with no depressions at the injection ports. Fill injection port holes with epoxy

resin, Type EP-6.

IV. MEASUREMENT AND PAYMENT

Crack Repairs (Piers) By Epoxy Injection will be measured and paid for at the contract unit price per

linear foot of crack repaired. The price bid for such work shall be full compensation for removing and

disposing of deteriorated and unsound concrete, cleaning cracks, installing injection ports, furnishing and

installing epoxy resins to seal cracks, removing injection ports and grinding surface, filling injection port

holes, and for all materials, labor, tools, equipment, and incidentals necessary to complete the work.

Payment will be made under:

Pay Item

Pay Unit

Crack Repairs (Piers) By Epoxy Injection Linear Foot

Page 63: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

57

PROJECT SPECIAL PROVISION FOR

GRAFFITI REMOVAL

I. DESCRIPTION

This work shall consist of the removal of inscriptions or figures that have been painted onto fixtures,

structures, riprap, etc., in accordance with the plan details and as directed by the Engineer.

II. MATERIALS

Shape treated area to a rectangular configuration. Control dust or water to prevent a hazard to traffic.

Ensure treated areas exhibit a uniform clean appearance upon completion. Follow the manufacturer’s

recommendations and use a low-pressure (less than 1,000 psi) water wash when using a chemical

cleaning method.

III. PROCEDURES

Shape treated area to a rectangular configuration. Control dust or water to prevent a hazard to traffic.

Ensure treated areas exhibit a uniform clean appearance upon completion. Follow the manufacturer’s

recommendations and use a low-pressure (less than 1,000 psi) water wash when using a chemical

cleaning method.

Remove graffiti by any of the following methods as specified:

Surfaces without Anti-Graffiti Coating

1. Concrete Structures.

a. Blast Cleaning. Use abrasive blasting, water blasting, or steam cleaning.

b. Chemical Cleaning. Follow the manufacturer’s recommendations.

c. Painting. Prepare surface by approved methods before painting. Prepare the surface and

paint over the graffiti on concrete in accordance with Section 412.03(p) of the

Specifications. Contractor shall match the color of the existing surface and submit the

proposed paint color to the Engineer for approval prior to securing material.

2. Metal Surfaces.

a. Painted Surfaces. Prepare surface in accordance with Section 411.04(a) of the

Specifications. Paint over the graffiti on metal in accordance with Section 411 of the

Specifications. Contractor shall match the color of the existing surface and submit the

proposed paint color to the Engineer for approval prior to securing material.

b. Galvanized or Unpainted Surfaces. Use chemical cleaning.

Surfaces with Anti-Graffiti Coating. Fully remove graffiti as described below without damaging the

anti-graffiti coating. Use solvents or chemical cleaning to fully remove graffiti without damaging the

anti-graffiti coating. Use a low-pressure water rinse as desired for a final wash of the cleaned surface.

Repair any damage to the anti-graffiti coating without additional cost to the City.

IV. MEASUREMENT AND PAYMENT

Graffiti Removal will be paid for at the contract lump sum price. The price bid for such work shall be

full compensation for removal of all graffiti, disposal of waste materials generated during cleaning,

Page 64: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

58

furnishing and application of anti-graffiti coatings, and all materials, labor, tools, equipment, and

incidentals necessary to complete the work.

Payment will be made under:

Pay Item

Pay Unit

Graffiti Removal Lump Sum

Page 65: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

59

SPECIAL PROVISION FOR

MAINTAINING TRAFFIC (LUMP SUM)

I. DESCRIPTION

This work shall consist of furnishing and installing all items to detour through traffic and maintain and protect

local traffic and workers as shown in the plans and as directed by the Engineer.

This includes, but is not limited to, maintaining traffic and protecting workers through temporary work

areas, maintaining public and private entrances and mailbox turnouts, constructing and obliterating

temporary traffic Diversions, providing positive guidance to the traveling public within the limits of the

work area and over approved traffic Detours. All work shall be in accordance with the latest version of

the Virginia Work Area Protection Manual (VWAPM), the Virginia Supplement to the MUTCD, the

MUTCD, the Standard Drawings, and the Contract, as directed by the Engineer.

II. MATERIALS

All materials shall conform to Section 512.02 (and other Sections as applicable) of the VDOT Road & Bridge

Specifications.

III. PROCEDURES

The Contractor shall submit a plan, sequenced with his plan of operations, to the Engineer for

maintenance of traffic for his review prior to commencement of any work. The plan shall be designed

and implemented according to the Virginia Work Area Protection Manual, the MUTCD, the Traffic

Management Plan within the contract plans or requirements provided in the Contract. The plan shall be

signed and sealed by a Professional Engineer licensed in the Commonwealth of Virginia.

The traffic control items shown for maintenance of traffic are for estimating purposes only and may vary

depending on field conditions and the contractors work schedule. Any change to the project maintenance

of traffic plan proposed by the Contractor shall be approved by the City’s engineer prior to the

commencement of work activities.

IV. MEASUREMENT AND PAYMENT

Maintenance of Traffic, including flagger service, pilot vehicles, electronic arrows, warning lights,

channelizing devices, traffic barrier service (including MB-11A Barrier), traffic barrier service guardrail

terminals, impact attenuator service, construction pavement markings, construction pavement message

markings, temporary pavement markers, eradication of existing pavement markings, temporary detours

(including all detour signing components), aggregate material, Type III barricades, construction signs, and

truck mounted attenuators will be paid for on a lump sum basis as follows:

The Contractor will be paid 75 percent of the lump sum bid price upon satisfactory installation of the

required maintenance of traffic items to commence construction operations and active prosecution of the

work. The remaining 25 percent will be paid for after all maintenance of traffic items are removed at

final acceptance of the Contract.

Page 66: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

60

The Contractor’s price bid shall include, but not be limited to; providing a person to meet the basic work

zone traffic control and intermediate work zone traffic control requirements of Section 105.14 of the

VDOT Road & Bridge Specifications

Any additional traffic control layout detail items that are determined and authorized by the Engineer to be

necessary to ensure the safety of the traveling public and are in addition to the number required by the

traffic control layout details in the VWAPM, the drawings herein, project plans, and the Contract, will not

be measured for additional payment. The Contractor is responsible to provide all maintenance of traffic

components based on the contract Lump Sum bid price. No additional cost adjustments will be made.

Maintenance of Traffic will be paid for at the contract unit price per Lump Sum. This price shall be full

compensation for furnishing, installing, relocating, maintaining, and removing all items required to protect

and to maintain local traffic during construction which includes any other material, labor, tools, equipment

and incidentals necessary to complete the work.

Payment will be made under:

Pay Item

Pay Unit

Maintenance of traffic Lump sum

Page 67: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

61

CITY

PROVISIONS

Page 68: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

62

CP100-00-01 UNITS OF MEASUREMENT

CITY OF HAMPTON SPECIAL PROVISION FOR UNITS OF MEASUREMENT

The Owner has identified the system of measurement to be used on this particular project as imperial. Any imperial unit of measure in this contract with an accompanying expression in a metric unit will be referred to hereinafter as a “dual unit” measurement. Such a “dual unit” measurement is typically expressed first in the imperial unit followed immediately to the right by the metric unit in parenthesis “()” or brackets “[]” where parenthesis is used in the sentence to convey other information. Where a “dual unit” of measure appears in this project, only the imperial unit will apply. The accompanying metric unit shown is not to be considered interchangeable and mathematically convertible to the imperial unit and shall not be used as an alternate or conflicting measurement.

Page 69: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

63

CP102-00-01 BID SUBMISSION INSTRUCTIONS

CITY OF HAMPTON SPECIAL PROVISION FOR

BID SUBMISSION INSTRUCTIONS

Any references in the VDOT Road and Bridge Specifications to the electronic bidding system or electronic bid submission shall be superseded by the bid submission information in the Notice of Advertisement for this Project.

Page 70: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

64

CP102-04-01 SECTION 102.04(c)—NOTICE OF ALLEGED AMBIGUITIES, CONFLICTS, ERRORS OR OMISSIONS

CITY OF HAMPTON

SPECIAL PROVISION FOR SECTION 102.04(c)— NOTICE OF ALLEGED AMBIGUITIES, CONFLICTS, ERRORS OR OMISSIONS

SECTION 102.04(c) of the VDOT R&B Specifications is amended to replace the first paragraph with the following: If a bidder has any questions or doubts about a word, phrase, clause, specification, or any other portion of the Proposal or alleges an ambiguity, conflict, error, or omission, the Bidder shall submit a question about the ambiguity, conflict, error, or omission prior to the due date of receipt of bids and request an interpretation thereof to the City of Hampton Procurement Office. Authorized interpretations will be issued by the City of Hampton Procurement Office on the Bid Postings webpage available at www.hampton.gov/bids-contracts. The Owner will not be responsible for any other explanations or interpretations of the alleged ambiguities, conflicts, errors or omissions.

Page 71: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

65

CP102-07-01 SECTION 102.07—PROPOSAL GUARANTY (BID BOND)

CITY OF HAMPTON SPECIAL PROVISION FOR

SECTION 102.07—PROPOSAL GUARANTY (BID BOND)

SECTION 102.07 of the VDOT R&B Specifications is replaced by the following: A bid in excess of $100,000.00 will be rejected unless accompanied by a proposal guaranty, also known as a bid bond, made payable to the City of Hampton, 22 Lincoln Street, Hampton, VA 23669, and executed on the Owner’s form, or on a form that contains the exact same wording as the Owner’s form. The amount of the proposal guaranty shall be 5 percent of the total bid. The proposal guaranty shall be accompanied by a certified copy of the power of attorney for the surety’s attorney-in-fact. When the principal is a joint venture, each member of the joint venture shall be named and shall execute the proposal guaranty. Each surety to the proposal guaranty shall be named, and shall execute the proposal guaranty, and shall provide a certified copy of the power of attorney for the surety’s attorney-in-fact.

Page 72: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

66

CP103-02-01 SECTION 103.02—AWARD OF CONTRACT SECTION 103.02 of the VDOT R&B Specifications is replaced with the following:

If the Contract is awarded, the award will be made to the lowest responsive and responsible bidder without discrimination on the grounds of race, color, gender, or national origin. In the event of tie bids, preference will be given to the lowest responsive and responsible bidder whose goods or services or construction are provided by Virginia persons, firms or corporations; otherwise the tie will be decided by lot. Whenever any bidder is a resident of any other state and such state under its laws allows a resident contractor of that state a preference, a like preference may be allowed to the lowest responsive and responsible bidder who is a resident of Virginia. The award date will not be later than midnight on the 90th day after the opening of bids. If the Board, or the Commissioner; where permitted by law, has not awarded the Contract within this period, the bidder may withdraw his bid without penalty or prejudice unless the time limit is extended by mutual consent. The Virginia Department of General Services shall post and maintain an updated list on its website of all states that allow their resident contractors an absolute preference or a percentage preference and the percentage amounts.

Page 73: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

67

CP103-05-01 SECTION 103.05—REQUIREMENTS OF CONTRACT BOND

CITY OF HAMPTON SPECIAL PROVISION FOR

REQUIREMENTS OF CONTRACT BOND SECTION 103.05 of the VDOT R&B Specifications is replaced with the following: Within 10 calendar days after notification of award of the Contract the successful bidder shall furnish the following bonds to the Procurement Officer for contracts in excess of $100,000.00:

a. A performance bond in the sum of the Contract amount, conditioned upon the faithful performance of the Contract in strict conformity with the plans, Specifications and conditions of the Contract, and

b. A payment bond in the sum of the Contract amount, conditioned upon the prompt payment for all labor, materials, public utility services and rental of equipment used in the prosecution of the work for the Contract.

Bidders will not be awarded an unbonded contract when their bid plus the balance of other unbonded contracts exceeds $100,000.00 or as otherwise limited by their current prequalification status. The bonds shall be made on official forms furnished by the Owner and shall be executed by the bidder and a surety company carrying a minimum “Best Rating” of “B +” and authorized to do business in Virginia in accordance with the laws of Virginia and the rules and regulations of the State Corporation Commission. To be considered properly executed, the bonds shall include authorized signatures and titles. Said bonds shall be payable to the City of Hampton, 22 Lincoln Street, Hampton, Virginia 23669 and shall be maintained through the term of the Contract and any extensions.

Page 74: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

68

CP103-06-01 INSURANCE COVERAGE AND LIMITS REQUIRED

CITY OF HAMPTON SPECIAL PROVISION FOR

INSURANCE COVERAGE AND LIMITS REQUIRED The Contractor shall have at the time the Contract is awarded and maintain for the duration of the Work until Final Acceptance policies of insurance in accordance with Section 103.06 of the VDOT R&B Specifications and the following, with the more restrictive provisions controlling.

a. Worker’s Compensation shall fully comply with VA Code Title 65.2 and all statutory requirements of the Commonwealth of Virginia (Including coverage under United States Longshoremen’s and Harbor Workers Act, where applicable, to include Employer’s Liability).

b. Comprehensive General Liability Insurance, including but not limited to Bodily Injury and Property

Damage Liability, Contractual liability, and Products & Completed Operations liability coverages, in an amount not less than one million dollars ($1,000,000) combined single limits (CSL).

c. Automobile Liability Insurance per City Provision 103-06-02 in an amount not less than one million

dollars ($1,000,000).

d. Umbrella/Excess Liability Insurance in an amount not less than two million dollars ($2,000,000)

The establishment of minimum limits of insurance by the Owner does not reduce or limit the liability or responsibilities of the Contractor. The Contractor’s insurance shall be used as primary and the Owner’s primary coverage is non-contributory. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO IMMEDIATELY NOTIFY THE OWNER SHOULD ANY POLICY BE CANCELLED OR ALTERED. FAILURE TO NOTIFY THE ONER SHALL CONSTITUTE A MATERIAL BREACH OF THE CONTRACT. The Contractor shall submit to the Procurement Officer the certificates of insurance, City Forms C-73 (COH) and C-73A (COH), prior to beginning the Work and no later than ten (10) days after the date of the notice of award of the Contract. The certificates of insurance shall include:

A description section with the solicitation number and a simple statement of services/work.

Insurance policies shall name the City of Hampton, 22 Lincoln Street, Hampton, Virginia 23699, as an additional insured by policy endorsement. The endorsement to the policy would be that which is attached to the Contractor’s liability policy that acknowledges the City as an additional insured. This acknowledgement shall be either a direct endorsement that actually names the City or a blanket endorsement within the insurance policy which states that, under a contractual agreement, the City will be named as an additional insured on the required insurance policy.

A provision that insurance shall not be cancelled or materially altered without 30 days’ written notice to the Owner, except for non-payment where seven (7) days’ notice of expiration is required. Failure to obtain such notice provision will void any awards or contracts to the Contractor.

Page 75: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

69

CP103-06-02 SECTION 103.06(g)—AUTOMOBILE LIABILITY INSURANCE

CITY OF HAMPTON SPECIAL PROVISION FOR

SECTION 103.06(g)—AUTOMOBILE LIABILITY INSURANCE CERTIFICATE SECTION 103.06 of the VDOT R&B Specifications is modified to include the following: (g) Automobile Liability Insurance Certificate: The Contractor shall procure and continue to maintain for the duration of the Work until final acceptance automobile liability insurance, including coverage for non-owned and hired vehicles, in an amount not less than One Million and 00/100 Dollars ($1,000,000.00) combined single limits. Within 10 days after the date of the notice of award of the Contract, the bidder shall submit a Certificate of Insurance verifying Automobile Liability Insurance coverage. The certificate shall be executed by an approved and authorized insurance company as required by state law and shall cover the Contract.

Page 76: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

70

CP105-17-01 INSPECTION OF WORK

CITY OF HAMPTON SPECIAL PROVISION FOR

INSPECTION OF WORK SECTION 105.17 of the VDOT R&B Specifications is amended by replacing the third paragraph with the following: If the Engineer requests it, the Contractor shall remove or uncover such portions of the finished work as may be directed at any time before final acceptance. The Contractor shall restore such portions of the finished work to comply with the appropriate contract specification requirements. If the work exposed does not contain a defect, the uncovering or removing and replacing the covering or making good the parts removed will be paid for as extra work in accordance with Section 104.02 of the Specifications. If the uncovered work contains a defect, the cost of uncovering or removing and replacing the covering or making good the parts removed shall be borne by the Contractor whether or not the Engineer directs the Contractor to mitigate the defective work. Acceptance of substandard work does not negate the presence of the defect. For the purposes of this section, a defect shall mean any part of the Work that does not conform to the Contract.

Page 77: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

71

CP107-15-01 SECTION 107.15 – USE OF SWAMS

CITY OF HAMPTON SPECIAL PROVISION FOR

SECTION 107.15—USE OF SMALL, WOMEN-OWNED, AND MINORITY-OWNED BUSINESSES (SWAMS)

SECTION 107.15 of the VDOT R&B Specifications is replaced by the following:

It is the policy of the Owner that Small, Women-Owned, and Minority-Owned Businesses (SWaMs) shall have the

maximum opportunity to participate in the performance of the Contract. The Contractor is encouraged to take

necessary and reasonable steps to ensure that SWaMs have the maximum opportunity to compete for and

perform work on the Contract, including participation in any subsequent subcontracts.

The Owner shall comply with Code of Virginia §2.2-4310 and any other applicable State and Federal regulations

depending upon the project. The following terms from Code of Virginia §2.2-4310 shall apply:

Small business means a business, independently owned and controlled by one or more individuals who are U.S.

citizens or legal resident aliens, and together with affiliates, has 250 or fewer employees, or annual gross receipts

of $10 million or less averaged over the previous three years. One or more of the individual owners shall control

both the management and daily business operations of the small business.

Women-owned business means a business that is at least 51 percent owned by one or more women who are

U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or

other entity, at least 51 percent of the equity ownership interest is owned by one or more women who are U.S.

citizens or legal resident aliens, and both the management and daily business operations are controlled by one or

more women.

Minority-owned business means a business that is at least 51 percent owned by one or more minority

individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited

liability company or other entity, at least 51 percent of the equity ownership interest in the corporation,

partnership, or limited liability company or other entity is owned by one or more minority individuals who are U.S.

citizens or legal resident aliens, and both the management and daily business operations are controlled by one or

more minority individuals, or any historically black college or university as defined in Code of Virginia § 2.2-1604,

regardless of the percentage ownership by minority individuals or, in the case of a corporation, partnership, or

limited liability company or other entity, the equity ownership interest in the corporation, partnership, or limited

liability company or other entity.

Minority individual means an individual who is a citizen of the United States or a non-citizen who is in full

compliance with United States immigration law and who satisfies one or more of the following definitions:

1. African American means a person having origins in any of the original peoples of Africa and who is

regarded as such by the community of which this person claims to be a part.

2. Asian American means a person having origins in any of the original peoples of the Far East, Southeast

Asia, the Indian subcontinent, or the Pacific Islands, including but not limited to Japan, China, Vietnam,

Samoa, Laos, Cambodia, Taiwan, Northern Mariana, the Philippines, a U.S. territory of the Pacific, India,

Pakistan, Bangladesh, or Sri Lanka and who is regarded as such by the community of which this person

claims to be a part.

3. Hispanic American means a person having origins in any of the Spanish-speaking peoples of Mexico,

South or Central America, or the Caribbean Islands or other Spanish or Portuguese cultures and who is

regarded as such by the community of which this person claims to be a part.

Page 78: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

72

4. Native American means a person having origins in any of the original peoples of North America and who

is regarded as such by the community of which this person claims to be a part or who is recognized by a

tribal organization.

5. A member of another group, or other individual, found to be economically and socially disadvantaged by

the Small Business Administration under 8(a) of the Small Business Act as amended (15 U.S.C.637[a]).

A list of Virginia Department of Small Business and Supplier Diversity (SBSD) certified SWaM firms is maintained

on the SBSD web site (https://sbsd.virginia.gov/) under the SWaM Vendor Directory link.

SWaM certification entitles firms to participate in VDOT’s and/or the Owner’s SWaM program; however, this

certification does not guarantee that the firm will obtain work nor does it attest to the firm’s abilities to perform any

particular work.

The Contractor is encouraged to use the services of banks owned or controlled by minorities or females; however,

use of such services will not be credited toward participation achievement for the Contract. The Owner has on file,

and will make available on request, the names and addresses of known minority and female owned banks in the

Commonwealth of Virginia.

The Contractor shall designate and make known to the Owner a liaison officer who is assigned the responsibility

of actively and effectively administering, encouraging and promoting a responsive program for the use of SWaMs.

The performance of the Contract for the purpose of this specification shall be interpreted to include, but not

necessarily be limited to, subcontracting; furnishing materials, supplies, and services; and leasing equipment or,

where applicable, any combination thereof.

If the Contractor intends to sublet a portion of the work on the project in accordance with Section 105.06, the

Contractor is encouraged to seek out and consider SWaMs as potential subcontractors. The Contractor is

encouraged to contact SWaMs to solicit their interest, capability, and prices and shall retain on file the proper

documentation to substantiate such contacts.

The Contractor shall report SWaM subcontractor and vendor payments in accordance with the Special Provision for Section 105.06–Subcontracting. If any subcontractor is relieved of the responsibility to perform work under their subcontract, the Contractor is encouraged to take the appropriate steps to obtain a SWaM subcontractor to perform an equal or greater dollar value of the remaining subcontracted work. The substitute subcontractor’s name, description of the work, and dollar value of the work shall be submitted to the City on VDOT Form C-31 prior to such subcontractor beginning the work.

Page 79: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

73

CP108-04-01 SECTION 108.04—DET. AND EXT. OF CONTRACT TIME LIMIT SECTION 108.04—DETERMINATION AND EXTENSION OF CONTRACT TIME LIMIT of the VDOT R&B Specifications is amended to replace the first and second paragraph with the following:

The Contract Time Limit for completion and Final Acceptance of the Work will be determined by the Owner and specified in the Contract Documents. No request for an extension of time will be considered that is based on any Claim that the Contract Time Limit as originally established in the Contract was inadequate.

SECTION 108.04(a)—FIXED DATE of the VDOT R&B Specifications is amended to replace the first three paragraphs with the following:

(a) The Contractor shall take into consideration normal conditions considered unfavorable for the prosecution of the work, and shall place sufficient workers and equipment on the project to complete the work in accordance with the specified Contract Time Limit.

Page 80: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

74

CP500-00-01 PROJECT IDENTIFICATION SIGN

CITY OF HAMPTON SPECIAL PROVISION FOR

PROJECT IDENTIFICATION SIGN

I. Description This provision covers general construction items, methods, and procedures common to installing a project identification sign (also referred to as “construction sign” or “project sign”) on the project site.

II. Materials The Contractor shall provide a construction sign made of marine grade plywood of sizes and design indicated, supported on 4” x 4” treated wood posts and painted with exterior paint in colors indicated. A copy of the design for the sign is attached to these Special Provisions. BE ADVISED THAT THERE MAY BE CHANGES TO THE NAMES LISTED ON THE PROJECT SIGN AS INCLUDED IN THIS SOLICITATION. THE CONTRACTOR SHALL COORDINATE WITH THE PUBLIC WORKS ENGINEERING DEPARTMENT TO OBTAIN THE CORRECT NAMES BEFORE HAVING THE SIGN PRODUCED.

III. Procedures

The location for the sign will established by the Owner at the Pre-Construction Conference or in the field prior to installation of the sign. Installation of the project sign will follow the mounting shown in the attached drawing.

IV. Measurement and Payment The project identification sign will be measured in units of each and will be paid at the contract unit price per each. This price shall include all plywood, wood post, hardware, equipment, and supplies necessary to install the project sign on the project site. The price shall also include maintenance of the project sign and removal of the sign at the completion of the project.

Pay Item Pay Unit

Project Identification Sign EA

Page 81: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

75

Page 82: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

76

Page 83: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

77

VDOT

SPECIAL PROVISION COPIED NOTES (SPCNs),

SPECIAL PROVISIONS (SPs) AND SUPPLEMENTAL

SPECIFICATIONS (SSs) REVISIONS

Where the terms “Department”, “Engineer” and “Contract Engineer” appear in

Virginia Department of Transportation Supplemental Specifications, Special

Provisions and Special Provision Copied Notes used in this contract and the

Virginia Department of Transportation publication(s) that each references, the

authority identified shall be construed to be those of the Owner/City or its

authorized representative.

*These SPECIFICATIONS REVISIONS are subject to change on short notice.

Page 84: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

78

VDOT

DIVISION I:

GENERAL PROVISIONS

(STANDARD 100 SERIES SPCNs, SPs, and SSs)

Page 85: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

79

cn100-000051-00 VDOT SSs, SPs AND SPCNs

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 2016 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”, “Contract Engineer”, “Construction Engineer”, Materials “Engineer”, and “Operations 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 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. 10-6-16 (SPCN)

Page 86: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

80

SP102-010100-00 NON-DISCRIMINATION (EO-61) 1-10-17

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

NON-DISCRIMINATION IN EMPLOYMENT AND CONTRACTING PRACTICES

January 10, 2017 I. Description

This Special Provision implements Executive Order 61, ensuring equal opportunity and access for all Virginians in state contracting and public services.

II. Non-Discrimination The Contractor shall maintain a non-discrimination policy, which prohibits discrimination by the Contractor on the basis of race, sex, color, national origin, religion, sexual orientation, gender identity, age, political affiliation, disability, or veteran status. This policy shall be followed in all employment practices, subcontracting practices, and delivery of goods or services. The Contractor shall also include this requirement in all subcontracts valued over $10,000.

III. Measurement and Payment Conformance with this Special Provision will not be measured for individual payment, and will be considered incidental to the Work.

Page 87: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

81

cq103-010100-00 NEGOTIATION WITH THE LOWEST SOLE BIDDER 7-12-16 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 88: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

82

cn105-060100-00 SECTION 105.06 SUBCONTRACTING (State Funded) R-7-12-16 SECTION 105.06—SUBCONTRACTING of the Specifications is amended to replace the first paragraph with the following: No portion of the Contract shall be subcontracted or otherwise disposed of without the written consent of the Engineer, except for work that is $25,000 or less per subcontractor, where the cumulative total of the sublets not requiring the Engineer’s written consent will not exceed 10 percent of the original contract value. This will not, however, waive the requirements for prequalification, and will be considered part of the percentage the Contractor is allowed to subcontract. The Contractor shall notify the Engineer of the name of the firm to whom the work will be subcontracted, and the amount and items of work involved. Such notification shall be made and verbal approval given by the Engineer prior to the subcontractor beginning work.

5-15-08; Reissued 7-12-16 (SPCN)

Page 89: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

83

SP105-000100-00 INFORMAL PARTNERING

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR INFORMAL PARTNERING

January 14, 2008c; Reissued July 12, 2016 I. DECLARATION AND DESCRIPTION

The Virginia Department of Transportation (VDOT) is firmly committed to the formation of a partnering relationship with the Contractor, all subcontractors, suppliers, FHWA representatives; where appropriate, other federal agencies, local government officials, utilities representatives, law enforcement and public safety officials, consultants, and other stakeholders to effectively and efficiently manage and complete each construction or maintenance contract to the mutual and individual benefits and goals of all parties. Partnering is an approach to fulfilling this commitment where all parties to the contract, as well as individuals and entities associated with or otherwise affected by the contract, willingly agree to dedicate themselves by working together as a team to fulfill and complete the construction or maintenance contract in cost effective ways while preserving the highest standards of safety and quality called for by the Contract combined with the goals of on time/on budget completion. The approach must still allow for the fact that the members of the team share many common interests yet have differing authorities, interests, and objectives that must be accommodated for the project to be viewed as successful by all parties. It is recognized by VDOT that partnering is a relationship in which:

● Trust and open communications are encouraged and expected by all participants ● All parties move quickly to address and resolve issues at the lowest possible level by

approaching problems from the perspectives and needs of all involved ● All parties have identified common goals and at the same time respect each other’s individual

goals and values ● Partners create an atmosphere conducive to cooperation and teamwork in finding better solutions

to potential problems and issues at hand

II. INFORMAL PARTNERING STRUCTURE It is the business intent of the Department that informal partnering will be required on this project, whereby the spirit and principles of partnering are practiced from onsite field personnel to executive level owners and employees. The VDOT Field Guide to Partnering available on the VDOT website http://www.virginiadot.org/business/resources/partnerfinalallowres.pdf will be the standard reference guide utilized to structure and guide partnering efforts. This guide will be systematically evaluated to incorporate better practices as our partnering efforts evolve. Of particular note is the need for effective and responsive communication between parties to the partnering relationship as emphasized in Section 105.03(d) of the Specifications. Informal partnering need not require the services of a professional facilitator and may be conducted by the actual partnering participants themselves. Informal partnering, and more specifically the Partnering Charter, will not change the legal relationship of the parties to the Contract nor relieve either party from any of the terms of the Contract.

III. PROCEDURES

The following are general procedures for informal partnering and are not to be considered as inclusive or representative of procedural requirements for all projects. Participants shall consult the VDOT Field Guide for Partnering for assistance in developing specific guidelines to those efforts required for their individual projects.

Page 90: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

84

Prior To Project Construction: At least 5 days prior to or in connection with the preconstruction conference the Contractor shall attend a conference with the Engineer at which time he and the Engineer shall discuss the extent of the informal partnering efforts required for the project, how these have been accommodated in the Contractor’s bid and the identity of expectations and stakeholders associated with the project. Informal partnering efforts require the Department and the Contractor to mutually choose a single person from among their collective staffs, or a trained facilitator to be responsible for leading all parties through the VDOT Field Guide to Partnering and any subsequent partnering efforts. Partnering Meetings During Project Construction: In informal partnering efforts the Contractor shall provide a location for regularly scheduled partnering meetings during the construction period. Such meetings will be scheduled as deemed necessary by either party. The Contractor and VDOT will require the attendance of their key decision makers, including subcontractors and suppliers. Both the Contractor and VDOT shall also encourage the attendance of affected utilities, concerned businesses, local government and civic leaders or officials, residents, and consultants, which may vary at different times during the life of the Contract The Department and the Contractor are to agree upon partnering invitees in advance of each meeting. Follow-up partnering workshops may be held throughout the duration of the project as deemed necessary by the Contractor and the Engineer.

IV. MEASUREMENT AND PAYMENT

Informal Partnering, because the extent to which certain partnering activities are pursed is at the Contractor’s option, and may vary according to project complexity, work history between the parties, project duration, the Contractor’s own unique methods, means, and schedule to execute and complete the work, etc.; will not be paid for as a separate bid item but the all costs associated with informal partnering efforts for the duration of the work shall be considered inclusive and incidental to the cost of other appropriate items.

Page 91: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

85

SQ105-060100-01 SECTION 105.06–SUBCONTRACTING (STATE FUNDED PROJECTS) 2-9-17

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 105.06–SUBCONTRACTING (STATE FUNDED PROJECTS)

February 9, 2017

SECTION 105.06–Subcontracting of the Specifications is amended to include the following:

(d) According to Commonwealth of Virginia Executive Order 20, the Contractor is encouraged to seek out

and consider Small, Women-owned, and Minority-owned (SWaM) businesses certified by the Department of Small Business and Supplier Diversity (DSBSD) as potential subcontractors and vendors. Further, the Contractor shall furnish and require each subcontractor (first-tier) to furnish information relative to subcontractor and vendor involvement on the project. For purposes of this provision, the term “vendor” is defined as any consultant, manufacturer, supplier or hauler performing work or furnishing material, supplies or services for the contract. The Contractor and, or subcontractor (first-tier) must insert this provision in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of this provision are incorporated by reference for work done by vendors under any purchase order, rental agreement or agreement for other services for the contract. The Contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or vendor. The submission of a bid will be considered conclusive evidence that the Contractor agrees to assume these contractual obligations and to bind subcontractors contractually to the same at the Contractor’s expense. When an approved Form C-31 “Subletting Request” is required according to IIM-CD-2013-06.01, the Contractor shall indicate on the Subletting Request if a subcontractor is a certified DBE or SWaM business. The Contractor shall report all SWaM vendor payments quarterly to the District Civil Rights Office. The Contractor shall provide the information in a format consistent with revised Form C-61 Vendor Payment Report, subject to the approval of the Engineer. If the Contractor fails to provide the required information, the Department may delay final payment according to Specification Section 109.10 of the Specifications. It is the policy of the Department that Small, Women-Owned, and Minority-Owned (SWaM) Businesses shall have the maximum opportunity to participate in the performance of VDOT contracts. The Contractor is encouraged to take necessary and reasonable steps to ensure that SWaM firms have the maximum opportunity to compete for and perform work on the Contract, including participation in any subsequent subcontracts. If the Contractor intends to sublet a portion of the work on the project according to the provisions of Section 105.06 of the Specifications, the Contractor is encouraged to seek out and consider SWaM firms as potential subcontractors. SWaM participation shall be according to the special provision for Section 107.15 Use of Small, Women-Owned, And Minority-Owned Businesses (SWaMS).

Page 92: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

86

SS106-002016-01 SECTION 106—CONTROL OF MATERIAL 7-12-16

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 93: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

87

SS107-002016-02 SECTION 107—LEGAL RESPONSIBILITIES 10-5-16

October 5, 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 replaced by the following:

Air: The Contractor shall comply with Section 107.01 and the State Air Pollution Control Law and Rules

of the State Air Pollution Control Board, including notifications required therein. 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.

Burning shall be performed in accordance with all applicable local laws and ordinances and under the

constant surveillance of watchpersons. Care shall be taken so that the burning of materials does not

destroy or damage property or cause excessive air pollution. The Contractor shall not burn rubber tires,

asphalt, used crankcase oil, or other materials that produce dense smoke. Burning shall not be initiated

when atmospheric conditions are such that smoke will create a hazard to the motoring public or airport

operations. Provisions shall be made for flagging vehicular traffic if visibility is obstructed or impaired by

smoke. At no time shall a fire be left unattended.

Asphalt mixing plants shall be designed, equipped, and operated so that the amount and quality of air

pollutants emitted will conform to the rules of the State Air Pollution Control Board.

a. VOC Emission Control Areas - The Contractor is advised that when the project is located in a

volatile organic compound (VOC) emissions control area identified in the State Air Control Board

Regulations (9 VAC 5-20-206) and in the Table I-3 below the following limitations shall apply:

(1) Open burning is prohibited during the months of May, June, July, August, and September.

(2) Cutback asphalt is prohibited April through October except when use or application as a

penetrating prime coat or tack is necessary. See 9 VAC 5-40, Article 39 (Emission Standards for

Asphalt Paving Operations); 9 VAC 5-20- 206 (Regulations for the Control and Abatement of Air

Pollution), and 9 VAC 5-130 (Regulation for Open Burning) for further clarification.

TABLE I-3

VOC Emissions

Control Area VDOT District Jurisdiction

Northern Virginia NOVA

Alexandria City

Arlington County

Fairfax County

Fairfax City

Falls Church City

Loudoun County

Manassas City

Manassas Park

City

Prince William

County

Page 94: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

88

Northern Virginia Fredericksburg Stafford County

Fredericksburg Fredericksburg

Spotsylvania

County

Fredericksburg

City

Hampton Roads Fredericksburg Gloucester County

Hampton Roads Hampton Roads

Chesapeake City

Hampton City

Isle of Wight

County

James City

County

Newport News

City

Norfolk City

Poquoson City

Portsmouth City

Suffolk City

Virginia Beach

City

Williamsburg City

York County

Richmond Richmond

Charles City

County

Chesterfield

County

Colonial Heights

City

Hanover County

Henrico County

Hopewell City

Petersburg City

Prince George

County

Richmond City

Western Virginia Staunton Frederick County

Winchester City

Western Virginia Salem

Roanoke County

Botetourt County

Roanoke City

Salem City

(3) Emission standards for asbestos incorporated in the EPA’s National Emission Standards for

Hazardous Air Pollutants apply to the demolition or renovation of any institutional, commercial, or

industrial building, structure, facility, installation, or portion thereof that contains friable asbestos

or where the Contractor’s methods for such actions will produce friable asbestos.

b. The Contractor shall submit demolition notification the United States Environmental Protection

Agency (USEPA) and the Virginia Department of Labor and Industry a minimum of 10 business days

prior to starting work on the following bridge activities:

(1) Dismantling and removing existing structures

(2) Moving an entire structure

Page 95: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

89

(3) Reconstruction and repairs involving the replacement of any load-bearing component of a

structure

Address notifications to:

Virginia Department of Labor and Industry

Asbestos Program

Powers-Taylor Building

13 South Thirteenth Street

Richmond, VA 23219

Land and Chemical Division

EPA Region III

Mail Code LC62

1650 Arch St.

Philadelphia, PA 19103-2029

The Contractor shall provide written notification to the Engineer a minimum of 3 full business days

prior to work being performed.

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: 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 gauge 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 gauge 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 gauges as necessary to accurately reflect the amount of rainfall received over all portions of the project. The Contractor shall observe all rain gauges 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 96: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

90

● 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. A rain gauge will not be required when using Schedule 2.

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 97: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

91

cq108-000110-00 CONTINUOUS PROSECUTION OF WORK R-7-12-16 CONTINUOUS PROSECUTION OF WORK — The Contractor may schedule and perform work on this contract any time within the fixed time limit set forth in the contract; however, work on each route/section shall be continuously prosecuted once started until completion of that particular route/section. 6-20-06; Reissued 7-12-16_(SPCN)

Page 98: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

92

VDOT

DIVISION II:

MATERIALS

(STANDARD 200 SERIES SPCNs, SPs, and SSs)

Page 99: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

93

SP208-000100-00 SECTION 208—SUBBASE AND AGGREGATE BASE MAT’L [CHCC] 7-12-16

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:

MATERIAL PERCENT BY WEIGHT (MASS)

Asphalt Concrete 5.0

Page 100: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

94

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 101: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

95

SS208-002016-01 SECTION 208—SUBBASE AND AGGREGATE BASE MAT’LS 10-5-16

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 208—SUBBASE AND AGGREGATE BASE MATERIALS SECTION 208—SUBBASE AND AGGREGATE BASE MATERIAL of the Specifications is amended as follows:

Section 208.06—Acceptance is amended by replacing the sixth paragraph with the following: If the liquid limit exceeds 30 or the plasticity index exceeds 6 for Type I base material or No. 19 subbase material; or the plasticity index exceeds 9 for Type II base material or subbase materials No. 20, 21, 21A, 21B, or 22 on any individual sample; that portion of the lot from which the sample was taken will be considered a separate part of the lot and the Contractor shall remove that portion from the roadway.

Page 102: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

96

SS210-002016-01 SECTION 210—ASPHALT MATERIALS 8-22-16

August 22, 2016 VIRGINIA DEPARTMENT OF TRANSPORTATION

2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS SECTION 210—ASPHALT MATERIALS

SECTION 210—ASPHALT MATERIALS of the Specifications is amended as follows:

Section 210.02(g) – Polymer Modified Cationic Emulsified Asphalt is replaced with the following:

Polymer Modified Cationic Emulsified Asphalt shall conform to AASHTO M316. The softening point shall have a minimum value of 100ºF.

Section 210.07(c)1c(2) – CRS-2 Latex is replaced with the following:

CRS-2 Latex

(a) Tests on Emulsions

Saybolt Furol Viscosity

Sieve Test (if necessary)

Particle Charge Test

Residue by Evaporation

(b) Tests on residue by Evaporation

Penetration

Ring and Ball Softening Point

Elastic Recovery

Ductility, 25ºC, 5 cm/min

Section 210.07(d) – Non-Tracking Tack is replaced with the following:

Non-Tracking Tack:

Certified Test Reports for Non-Tracking Tack shall be based upon the results of tests performed, as specified below:

1. Tests on Non-Tracking Tack:

Residue by Distillation

2. Tests on residue by distillation:

Ring and Ball Softening Point

Penetration

Page 103: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

97

SS212-002016-01 SECTION 212—JOINT MATERIALS

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 104: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

98

SS232-002016-01 SECTION 232—PIPE AND PIPE ARCHES 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 105: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

99

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 106: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

100

SS242-002016-01 SECTION 242—FENCES 2-1-17

February 1, 2017

VIRGINIA DEPARTMENT OF TRANSPORTATION

2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 242—FENCES

SECTION 242—FENCES of the Specifications is amended as follows:

Section 242.02(c)2 – Posts for temporary silt fences is replaced with the following:

Posts for temporary silt fences shall be a nominal 2 by 2 inch oak, or steel having a weight of at least

1.25 pounds per linear foot.

Page 107: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

101

SS244-002016-01 SECTION 244—ROADSIDE DEVELOPMENT MATERIALS I-10-5-16

July 5, 2016; Issued October 5, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 244—ROADSIDE DEVELOPMENT MATERIALS SECTION 244—ROADSIDE DEVELOPMENT MATERIALS of the Specifications is amended as follows:

Section 244.02(l) – Rolled Erosion Control Products is replaced by the following:

(l) Rolled Erosion Control Products: 1. Rolled Erosion Control Products (Standard EC-2) shall conform to Table II-22C and the

following requirements. EC-2 products shall be designed for use on geotechnically stable slopes and channels as detailed herein. a. EC-2, Type 1 shall be a relative short-term single-net erosion control blanket or open

weave textile. EC-2, Type 1 shall be one of the following materials: (1) an erosion control blanket composed of processed degradable natural or polymer fibers mechanically-bound together by a single degradable synthetic or natural fiber netting to form a continuous matrix; or (2) an open weave textile composed of processed degradable natural or polymer yarns or twines woven into a continuous matrix. EC-2, Type 1 shall typically have a 12-month functional longevity from the date of installation, be designed for use on up to 1V:3H slopes and channels, with shear stresses up to 1.50 pounds per square foot.

b. EC-2, Type 2 shall be a relative short-term double-net erosion control blanket. The

blanket shall be composed of processed natural or polymer fibers mechanically bound between two natural fiber or synthetic nettings to form a continuous matrix. EC-2, Type 2 materials shall typically have a 12-month functional longevity from the date of installation, be designed for use on up to 1V:2H slopes and channels, with shear stresses up to 1.75 pounds per square foot.

c. EC-2, Type 3 shall be an extended term erosion control blanket or open weave textile.

EC-2, Type 3 blankets shall be one of the following materials: 1) an erosion control blanket composed of processed slow degrading natural or polymer fibers mechanically-bound together between two slow degrading synthetic or natural fiber nettings to form a continuous matrix; or 2) an open weave textile composed of processed slow degrading natural or polymer yarns or twines woven into a continuous matrix. EC-2, Type 3 material shall typically have a 24-month functional longevity from the date of installation, be designed for use on slopes up to 1V:1.5H and channels, with shear stresses up to 2.00 pounds per square foot.

d. EC-2 Type 4 shall be a long-term erosion control blanket or open weave textile. EC-2,

Type 4 blankets shall be one of the following materials: (1) an erosion control blanket composed of processed slow degrading natural or polymer fibers mechanically-bound together between two slow degrading synthetic or natural fiber nettings to form a continuous matrix; or (2) an open weave textile composed of processed slow degrading natural or polymer yarns or twines woven into a continuous matrix. EC-2, Type 4 material shall typically have a 36-month functional longevity from the date of installation, be designed for use on up to 1V:1H slopes and channels, with shear stresses up to 2.25 pounds per square foot.

Page 108: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

102

2. Permanent Rolled Erosion Control Products (Standard EC-3) shall be permanent turf reinforcement mats conforming to Table II-22D and the following. a. EC-3, Type 1 shall be a non-degradable mat of sufficient thickness, strength and void

space for permanent erosion protection and vegetation reinforcement on geotechnically stable slopes with gradients up to 1V:1.5H, channels with design shear stresses up to 6.0 pounds per square foot, and on other areas where design flow conditions exceed the limits of sustainability for mature natural vegetation.

b. EC-3, Type 2 shall be a non-degradable mat with sufficient thickness, strength and void

space for permanent erosion protection and vegetation reinforcement on geotechnically stable slopes with gradients up to 1V:1H, channels with design shear stresses up to 8.0 pounds per square foot, and other areas where design flow conditions exceed the limits of sustainability for mature natural vegetation.

c. EC-3, Type 3 shall be a non-degradable mat with sufficient thickness, strength and void

space for permanent erosion protection and vegetation reinforcement for use on geotechnically stable slopes up to 1V:0.5H, channels with design shear stresses up to 10.0 pounds per square foot, and other areas where design flow conditions exceed the limits of sustainability for mature natural vegetation.

Page 109: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

103

SS245-002016-02 SECTION 245—GEOSYNTHETICS & LOW PERMEABILITY LINERS I-10-5-16

June 3, 2016; Issued October 5, 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 by replacing the third paragraph with the following:

Property values in these specifications represent minimum average roll values (MARV) in the weakest principal direction unless direction is otherwise specified; permittivity values specified are minimum; AOS and panel vertical strain values are maximum; mass per unit area, UV degradation, and asphalt retention values are typical.

Section 245.03(e)—Prefabricated Geocomposite Pavement Underdrain is replaced with the following:

Prefabricated Geocomposite Pavement Underdrain: Prefabricated geocomposite pavement underdrain shall consist of a polymeric drainage core encased in a nonwoven filter fabric envelope having sufficient flexibility to withstand bending and handling without damage. Prefabricated geocomposite pavement underdrain shall conform to the following:

1. Core: The drainage core shall be made from an inert, polymeric material resistant to commonly encountered chemicals and substances in the pavement environment and shall have a thickness of not less than 3/4 inch. Outer surfaces shall be smooth to prevent excessive wear of bonded filter fabric.

Physical Properties Test Method Requirements

Compressive strength panel vertical strain and core area change

ASTM D1621/ D2412/D6364

Min. 40 psi at 20% deflection after 24 hrs at 0 deg F and at 125 deg F

Water flow rate (after 100 hr at 10 psi normal confining pressure gradient of no more than 0.1)

ASTM D4716 Min. 15 gal/min/ft width for 12-in specimen length

2. Filter Fabric: Geotextile shall be bonded to and tightly stretched over the core. Geotextile shall

not sag or block the flow channels, shall have a life equivalent to that of the core material, and shall conform to the requirements of (c) herein.

Section 245.03(f)—Geocomposite Wall Drains is replaced with the following:

Geocomposite Wall Drains: Prefabricated geocomposite wall drain shall consist of a polymeric drainage core encased in a nonwoven filter fabric envelope having sufficient flexibility to withstand bending and handling without damage. Geocomposite wall drains shall conform to the following:

1. Core: The drainage core shall be made from an inert, polymeric material resistant to commonly encountered chemicals and substances in the roadway. Outer surfaces shall be smooth to prevent excessive wear of bonded filter fabric.

Physical Property Test Method Requirements

Compressive strength at 20% deflection

ASTM D1621/ D2412/D6364

Min. 40 psi after 24 hrs at 0 degree F and at 125 degree F

Page 110: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

104

Water flow rate (after 100 hr at 10 psi normal confining pressure and gradient of no more than 1.0)

ASTM D4716 Min. 15 gal/min/ft width (for 12-in specimen length)

2. Filter Fabric: Geotextile shall be bonded to and tightly stretched over both sides of the core.

Geotextile shall not sag or block the flow channels, shall have a life equivalent to that of the core material, and shall conform to the requirements of (c) herein, except that grab strength requirement shall meet AASHTO M288 Table 1, Class 2.

Page 111: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

105

VDOT

DIVISION III:

ROADWAY CONSTRUCTION

(STANDARD 300 SERIES SPCNs, SPs, and SSs)

Page 112: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

106

cn302-030100-00 SECTION 302.03(b) PRECAST DRAINAGE STRUCTURES 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 113: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

107

SP302-000100-00 RESTORING EXISTING PAVEMENT

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 114: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

108

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.

7” Min

Page 115: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

109

SS302-002016-01 SECTION 302—DRAINAGE STRUCTURES

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 pipes, the angles of intersection, or the shapes of the pipes. Pipe openings shall be formed, neatly drilled, or neatly cut.

Page 116: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

110

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 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:

Page 117: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

111

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 118: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

112

cn303-000100-00 AGGREGATE MATERIAL 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 119: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

113

cn315-000100-00 SECTION 315.05(c) PLACING AND FINISHING 1-18-17 SECTION 315.05(c) PLACING AND FINISHING is modified by replacing the third paragraph with the following:

The longitudinal joint in one layer shall offset that in the layer immediately below by approximately 6 inches or more. The joint in the wearing surface shall be offset 6 inches to 12 inches from the centerline of the pavement if the roadway comprises two traffic lanes. The joint shall be offset approximately 6 inches from the lane lines if the roadway is more than two lanes in width. The longitudinal joint shall be uniform in appearance. On all roads except secondary routes, if the offset for the longitudinal joint varies from a straight line more than 2 inches in 50 feet on tangent alignment, or from a true arc more than 2 inches in 50 feet on curved alignment, the Contractor shall seal the joint using a water-proof sealer at no cost to the Department. The Contractor shall recommend a sealant and installation procedure to the Engineer for approval before proceeding. On all roads except secondary routes, if the offset for the longitudinal joint varies from a straight line more than 3 inches in 50 feet on tangent alignment, or from a true arc more than 3 inches in 50 feet on curved alignment, the Engineer may reject the paving. The Engineer will not require offsetting layers when adjoining lanes are paved in echelon and the rolling of both lanes occurs within 15 minutes after laydown.

1-18-17 (SPCN)

Page 120: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

114

SP315-000200-00 SEALING CRACKS IN ASPHALT SURF. OR CONCRETE PAVEMENT 7-12-16

VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR SEALING CRACKS IN ASPHALT CONCRETE SURFACES OR

HYDRAULIC CEMENT CONCRETE PAVEMENT

October 19, 2014; Reissued July 12, 2016 I. DESCRIPTION

This Specification covers the cleaning and sealing of cracks with Type A material for pavements which will not be overlaid with asphalt concrete (AC) within one year. Type B material shall be used to fill cracks in AC surfaces or hydraulic cement pavement (HCC) joints or cracks that will be overlaid within one year. Type C material shall be used to fill cracks in AC surfaces that may or may not be overlaid within one year. The Contract will designate which sites are to use each material. In addition, this Specification covers the routing (Type C only), cleaning and sealing of cracks in existing surfaces including, but not limited to, cracks along the longitudinal joint(s) between lanes. Cracks ranging in width from 1/8 inch to 1 ½ inches shall be sealed. Cracks that exceed 1 ½ inches are not included in this contract.

II. MATERIALS

All sealant materials shall be certified or tested and approved by the Department before being incorporated into the work. Where installation procedures or any part thereof are required to be according to recommendations of the manufacturer of sealant compounds, the Contractor shall submit catalogue data and copies of recommendations to the Engineer prior to installation of the materials for review and approval. All such recommendations shall be adhered to unless directed otherwise by the Engineer. TYPE A The crack sealant shall be of the following type and shall meet all the requirements of ASTM D-6690 and exceed all requirements of AASHTO M-173 and Federal Specification SS-S-164:

A HOT-POURED MODIFIED ASPHALT RUBBER WITH GRANULATED CRUMB RUBBER AND LATEX PLASTICIZERS. The proportions of the materials, by weight, shall be up to 80 percent maximum asphalt and up to 25 percent maximum crumb rubber. The crumb rubber shall be 100 percent vulcanized rubber and meet the following gradation requirement:

Sieve

Percent Passing

No. 10 100% No. 40 0-40%

TYPE B Type B material shall consist of PG 64H-22 and polyester fibers from the Materials Division Manual of Instructions approved list of Stabilizers for Asphalt Mixtures (fibers only). The Contractor shall provide the PG 64H-22 suppliers data for heating. Fibers shall not exceed 5 percent by weight. Fiber loading will be determined at the project site in order to minimize/eliminate the need for over banding as described. The fiber loading will be approved by the Engineer.

Page 121: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

115

TYPE C Type C material shall consist of PG 64H-22 and polyester fibers from the Materials Division Manual of Instructions approved list of Stabilizers for Asphalt Mixtures (fibers only) at 5 percent by weight. The Contractor shall provide the PG 64H-22 suppliers data for heating.

III. EQUIPMENT

Proper sealing equipment must be used for the specific material listed according to the manufacturer's recommendations for the Sealant specified. The equipment for hot applied sealant compounds shall be a melting kettle of double boiler, indirect heating type, using oil as a heat-transfer medium. The kettle shall have an effective mechanically operated agitator, a re-circulation pump and shall be equipped with a positive thermostatic temperature control which shall be checked for calibration before beginning work. The unit shall be capable of maintaining the specified mixing temperature within 10 degrees F. Manufacturer's recommendations for mixing and application temperatures shall be followed with the latter being measured at the nozzle of the applicator wand. Overheating or direct heating of the sealant material shall not be permitted. The hoses, connectors and applicator wand shall all be insulated.

IV. CONSTRUCTION

The sealant shall not be placed when the ambient or pavement temperatures fall below 45 degrees F, or when moisture is present in the crack to be sealed. Prior to sealing, cracks shall be thoroughly cleaned as approved by the Engineer using an oil free hot air blasting heat lance capable of a velocity of 3000 fps at 3000 degrees F. Cracks shall be cleaned such that all dirt, debris, moisture and other foreign materials that will prevent bonding of the sealant are removed to a minimum depth of 1 inch. All foreign material (i.e., dirt, grass, rocks) shall be removed from the pavement to prevent re-contamination of the crack. Cracks shall be completely dry before sealing. Any crack not meeting the approval of the Engineer shall be re-cleaned and dried. The sealant shall be pumped directly into the crack from the heater-melter unit at the temperature specified by the manufacturer immediately following the cleaning of each crack. Cracks shall be sealed in the following manner as approved by the Engineer:

TYPE A - Cracks shall be filled from the bottom up in a continuous manner such that the crack is completely filled level with the pavement surface, and the sealant shall overlay the crack at the pavement surface leaving a maximum “over-banded" appearance of 1-inch wide on each side of the crack. The material shall not continue to flow beyond these limits once a crack is sealed. The height of the sealant above the pavement surface shall not exceed 1/8 inch. For this method of sealing, the applicator wand shall be equipped with a shoe that will produce the extruded over-band as well as completely fill the crack. TYPE B - Cracks shall be filled from the bottom up in a continuous manner such that the crack is completely filled level with the pavement surface. The sealant may overlay the surface on each side of the by no more than ½ inch or leave a no “over-banded" appearance. The material shall not continue to flow beyond these limits once a crack is sealed. The height of the sealant above the pavement surface shall not exceed 1/8 inch. For this method of sealing, the applicator wand shall be equipped with a shoe that will minimize the extruded over-band as well as completely fill the crack. TYPE C – Prior to sealing, the cracks shall be routed to a minimum depth of 1 inch and to a minimal width of ½ inch. Cracks shall be filled from the bottom up in a continuous manner such that the crack is completely filled level with the pavement surface, and the sealant shall overlay the crack at the pavement surface leaving a no “over-banded" appearance. The material shall not continue to flow beyond these limits once a crack is sealed. The height of the sealant above the pavement surface shall not exceed 1/8 inch.

Page 122: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

116

Prior to the start of each day’s operation, the applicator wand and hose shall be heated per the equipment manufacturer’s recommendations and the material in the heater-melter unit re-circulated. The applicator wand shall be returned to the mixing unit and the sealant material re-circulated immediately upon completion of each crack sealing. Any crack in hydraulic cement concrete pavement which cannot be filled due to the sealant draining into a large void, shall be plugged with a suitable material (i.e. backer rod) approved by the Engineer prior to the project, and then filled. After being plugged, recleaning of the crack may be required prior to filling with sealant. During the heating and application of the crack sealing material, the temperature of the material shall be measured and recorded on two hour intervals by the Contractor. For Type A material, the material shall never be heated over 420 degrees F. For Type B and C material, the material shall not be heated above 375 degrees F. Any material heated above these temperatures shall be discarded (i.e. all material in the heater-melter unit) and not paid for by the Department. Additionally, if the material becomes lumpy or has poor flow at elevated temperature, then the material shall be discarded (i.e. all material in the heater-melter unit) and not paid for by the Department. Traffic shall be kept off the pavement surface until the crack sealant has cured to the point it will not track or be distorted by traffic. The Contractor shall replace, at his or her expense, any sealant that pulls out within 96 hours after opening the pavement to traffic.

V. METHOD OF MEASUREMENT METHOD A – CONVERSION APPROACH Sealant for cracks or joints will be measured by the pound. At the beginning of each workday, the Engineer, or his or her appointed representative, shall measure the amount of material in the heater-melter unit and log all additional material added during the day, and measure the amount of material remaining in the heater-melter to determine the total poundage used for that day. No payment will be made for waste material. For the purpose of converting the liquid material in the heater-melter unit from gallons to pounds, the Contractor shall use a calibrated measuring rod to determine the actual quantity of material in gallons, and same shall be converted to pounds taking into consideration the temperature of the material at the time of measurement. A chart or other approved conversion method furnished by the sealant material manufacturer/supplier shall be used to perform the conversion from gallons to pounds. METHOD B – DIRECT MEASUREMENT APPROACH Sealant for cracks or joints will be measured by the pound. At the beginning of each workday, the Contractor shall provide the Engineer the certified weight of the heater-melter unit. During the day’s operation, the Engineer will log all additional material added to the heater-melter unit. At the end of the day’s operation, the Contractor shall provide the Engineer the certified weight of the heater-melter unit including the unused material in the heater-melter unit. The Engineer will determine the pounds of material applied for payment purposes. No payment will be made for waste material.

VI. BASIS OF PAYMENT TYPE A and B Crack Sealant/Filler will be paid for at the contract unit price per pound, which price shall be full compensation for providing the sealant/filler, complete-in-place, including cleaning and sealing the cracks and for all tools, labor, equipment, materials and incidentals related fully completing the installation.

Page 123: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

117

TYPE C Crack /Sealant/Filler will be paid for at the contract unit price per pound, which price shall be full compensation for providing the sealant/filler, complete-in-place, including routing, cleaning and sealing the cracks and for all tools, labor, equipment, materials and incidentals related fully completing the installation. Payment will be made under:

Pay Item

Pay Unit

Crack Sealant/Filler (Type A) Pound Crack Sealant/Filler (Type B) Pound Crack Sealant/Filler (Type C) Pound

Page 124: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

118

SP315-000210-00 ASPHALT LEVELING COURSE PRIOR TO PLANT MIX OVERLAY 7-12-16

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

ASPHALT CONCRETE SCRATCH/LEVELING COURSE PRIOR TO PLANT MIX OVERLAY

September 24, 2015; Reissued July 12, 2016 I. DESCRIPTION

This work shall consist of scratching and/or leveling a crack sealed, scabbed or distorted pavement surface (milled or unmilled) with the appropriate asphalt mixes in areas designated by the Engineer. This work is applicable only to the routes or areas designated to be overlaid in this contract and where the Engineer has authorized the limits for scratching/leveling. This work will be accomplished prior to the overlay paving operation. After the scratching/leveling, the Contractor will be responsible for maintaining the prepared surface until the overlay has been completed. Definitions: For the purpose of the Specifications surface preparation is defined as the following:

TYPE I - A localized scratch/level of the pavement, including crack sealed, distorted or scabbed

areas, no more than 50 percent of the surface area to be overlaid in each distinct paving site/location on the contract.

TYPE II - A widespread scratch/level of the pavement, including crack sealed, distorted or scabbed

areas, more than 50 percent of the surface to be overlaid in each distinct paving site/location on the contract.

II. MATERIALS

Asphalt concrete scratch and/or leveling material shall be the surface mix asphalt designated in the contract or as approved by the Engineer. SMA should not be used as a scratch/leveling course material. Limestone mixes (L) may be used in leveling courses when approved by the Engineer.

Tack coat shall conform to Section 210 of the Specifications and be the same material as used for the final surface course.

III. PROCEDURES For surfaces that will receive a direct overlay, the Engineer will designate the limits of surface area for scratch/leveling course to be achieved prior to beginning the work. For pavements that are milled, the Engineer will identify and designate the limits of surface area for scratch/leveling course to be placed as the work progresses, with communication(s) frequency and method(s) agreed upon before the work begins. Areas designated for scratch/leveling course shall be thoroughly cleaned prior to applying tack coat. A tack coat shall be applied to all exposed surfaces of the area which will receive asphalt material according to Section 310 of the Specifications. The Contractor shall utilize the mix and type of asphalt for scratch/leveling course according to Section II Materials that he shall use with that route’s overlay unless otherwise approved by The Engineer. Asphalt material shall be placed in a lift of no more than 2 inches in depth; typical lifts are approximately 1 inch in depth. After each lift, it shall be compacted with equipment according to Section 315.03(c) using a minimum of 3 passes of a minimum 8 ton roller. Density testing will not be required. Care shall be taken to ensure the surface of the finished repaired area conforms to the grade of the surrounding pavement.

Page 125: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

119

IV. MEASUREMENT AND PAYMENT

When the bid proposal contains a pay item, corresponding to any of the types below, specified in the “Schedule of Items”; that type of scratch/leveling course will include the work designated in the corresponding type’s description and be paid for according to the price designated by the bidder. If the bid proposal contains no pay item for the type of scratch/leveling course as described herein, such as may be discovered in the field; that scratch/leveling course shall meet the definition of Section I and will be measured and paid for according to the following:

Scratch/Leveling Course Type I will be measured in tons of asphalt material and paid for at the rate of two times the contract unit bid price per ton of the mix type(s) of asphalt authorized by the Engineer. This price shall include preparing the area, furnishing and applying tack coat, furnishing and applying asphalt material, and compaction. Scratch/Leveling Course Type II will be measured in tons of asphalt material and paid for at the rate of one and one-half times the contract unit bid price per ton of the mix type(s) of asphalt authorized by the Engineer. This price shall include preparing the area, furnishing and applying tack coat, furnishing and applying asphalt material, and compaction.

When included in the “Schedule of Items”, payment will be made under:

Pay Item Pay Unit Scratch/Level Type I Tons Scratch/Level Type II Tons

Page 126: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

120

SP315-000220-00 SURFACE PREPARATION AND RESTORATION PRIOR TO PLANT MIX OVERLAY 7-12-16

VIRGINIA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR SURFACE PREPARATION AND RESTORATION PRIOR TO PLANT MIX OVERLAY

February 2, 2011; Reissued July 12, 2016

I. DESCRIPTION

This work shall consist of removing deteriorated pavement, cleaning the area and repairing with the appropriate asphalt mixes in areas designated by the Engineer. This work is applicable only to the routes or areas designated to be overlaid in this contract and where the Engineer has authorized the limits for preparation and restoration. This preparation and restoration will be accomplished prior to the overlay paving operation. After the preparation, the Contractor will be responsible for maintaining the prepared surface until the overlay has been completed. Definitions: For the purpose of the Specifications surface preparation is defined as the following:

TYPE I - A localized disintegration of the pavement, including distorted areas, no more than 5 inches

in depth and no more than 20 square feet in surface area. TYPE II - A localized disintegration of pavement, including distorted areas, no more than 5 inches in

depth and more than 20 square feet in surface area. TYPE III - A localized disintegration more than 5 inches in depth, limits of surface area as defined by

the Engineer.

II. MATERIALS Surface preparation and restoration material shall be as follows:

For 0-2 inches - use surface mix For 2-5 inches - use intermediate mix For greater than 5 inches - use base mix or intermediate mix

Tack coat shall conform Section 210 of the Specifications.

III. PROCEDURES The Engineer will designate the limits of surface area for preparation and restoration to be achieved prior to beginning the work. Areas designated for surface preparation and restoration shall be thoroughly cleaned, unsuitable material removed and edges shaped to vertical sides prior to applying tack coat. A tack coat shall be applied to all exposed surfaces of the area which will receive asphalt material. The Contractor shall utilize the mix and type of asphalt for surface preparation and restoration according to Section II Materials that he shall use with that route’s overlay. Asphalt material shall be placed in lifts of no more than 3 inches in depth. After leveling each lift, it shall be compacted with an approved mechanical tamper or other approved method. Care shall be taken to ensure the surface of the finished repaired area conforms to the grade of the surrounding pavement.

Page 127: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

121

IV. MEASUREMENT AND PAYMENT

When the bid proposal contains a pay item, corresponding to any of the types below, specified in the “Schedule of Items”; that type of surface preparation and restoration will include the work designated in the corresponding type’s description and be paid for according to the price designated by the bidder. If the bid proposal contains no pay item for the type of surface preparation and restoration as described herein, such as may be discovered in the field; that surface preparation and restoration shall meet the definition of Section I and will be measured and paid for according to the following:

Surface Preparation and Restoration Type I will be measured in tons of asphalt material and paid for at the rate of three times the contract unit bid price per ton of the mix type(s) of asphalt authorized by the Engineer. This price shall include removing and disposing of unsuitable material, preparing the area, furnishing and applying tack coat, furnishing and applying asphalt material, and compaction. Surface Preparation and Restoration Type II will be measured in tons of asphalt material and paid for at the rate of four times the contract unit bid price per ton of the mix type(s) of asphalt authorized by the Engineer. This price shall include removing and disposing of unsuitable material, preparing the area, furnishing and applying tack coat, furnishing and applying asphalt material, and compaction. Surface Preparation and Restoration Type III will be measured in tons of asphalt material and paid for at the rate of five times the contract unit bid price per ton of the mix type(s) of asphalt authorized by the Engineer. This price shall include removing and disposing of unsuitable material, preparing the area, furnishing and applying tack coat, furnishing and applying asphalt material, and compaction.

Page 128: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

122

SP315-000310-00 PLACEMENT OF ASPHALT CONCRETE OVERLAYS R-7-12-16

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 the transfer of the existing marking thickness up through the overlay. In lieu of grinding to eradicate thermoplastic, the Contractor

Page 129: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

123

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. 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

Page 130: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

124

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 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.

Page 131: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

125

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 132: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

126

(Attachment) STANDARD DRAWING ACOT-1 December 2012

Page 133: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

127

SS315-002016-01 SECTION 315—ASPHALT CONCRETE PLACEMENT 11-29-16

November 29, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SECTIONS

SECTION 315—ASPHALT CONCRETE PLACEMENT

SECTION 315—ASPHALT CONCRETE PLACEMENT of the Specifications is amended as follows:

Section 315.05(c) Placing and Finishing is modified by replacing the third paragraph with the following:

The longitudinal joint in one layer shall offset that in the layer immediately below by approximately 6 inches or more. The joint in the wearing surface shall be offset 6 inches to 12 inches from the centerline of the pavement if the roadway comprises two traffic lanes. The joint shall be offset approximately 6 inches from the lane lines if the roadway is more than two lanes in width. The longitudinal joint shall be uniform in appearance. If the offset for the longitudinal joint varies from a straight line more than 2 inches in 50 feet on tangent alignment, or from a true arc more than 2 inches in 50 feet on curved alignment, the Contractor shall seal the joint using a water-proof sealer at no cost to the Department. The Contractor shall recommend a sealant and installation procedure to the Engineer for approval before proceeding. If the offset for the longitudinal joint varies from a straight line more than 3 inches in 50 feet on tangent alignment, or from a true arc more than 3 inches in 50 feet on curved alignment, the Engineer may reject the paving. The Engineer will not require offsetting layers when adjoining lanes are paved in echelon and the rolling of both lanes occurs within 15 minutes after laydown.

Section 315.05(g) Rumble Strips is replaced with the following: Rumble Strips: This work shall consist of constructing rumble strips or rumble stripes on mainline shoulders of highways by cutting concave depressions into existing asphalt concrete surfaces as shown on the Standards Drawings and as directed by the Engineer. Rumble stripes are defined as edgeline or centerline rumble strips with permanent longitudinal pavement markings subsequently installed within the rumble strip grooves. Rumble strips and rumble stripes shall be installed in accordance with the RS-Series 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 or centerlines. The test site shall be approximately 25 feet longitudinally at a location mutually agreed upon by the Contractor and Engineer. Rumble strips and rumble stripes shall be coated with liquid asphalt coating (emulsion) when the rumble strips or rumble stripes are being cut into an existing asphalt surface (i.e. more than one year since placement); when new rumble strips or rumble stripes are being cut into the pavement surface in conjunction with a surface treatment, latex emulsion, or slurry seal pavement operation; or when the proposed plant mix surface is less than one inch deep. Liquid asphalt coating (emulsion) shall not be used when rumble strips or rumble stripes are being cut into new pavement, or being cut in conjunction with plant mix paving operations where the proposed plant mix surface is one inch or greater in depth. When liquid asphalt coating (emulsion) is required, the Contractor shall coat the entire rumble strip area with the liquid asphalt coating (emulsion) using a pressure distributor following the cutting and cleaning of the depressions of waste material. For rumble strips installed on the shoulder, the approximate application rate shall be 0.1 gallons per square yard. When the rumble strip is installed along the centerline, the approximate application rate shall be 0.05 gallons per square yard. The application temperature shall be between 160 degrees F and 180 degrees F. For shoulder rumble strips only,

Page 134: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

128

overspray shall not extend more than 2 inches beyond the width of the cut depressions and shall not come in contact with pavement markings. Pavement markings for rumble stripes shall be applied after the grooves have been cut. The grooves shall be thoroughly cleaned and the surfaced prepared prior to pavement marking application, in accordance with the Standard Drawings and Section 704 of the Specifications. Overspray of pavement marking materials shall not extend more than one inch beyond the lateral position of the pavement marking line shown in the RS-Series Standard Drawings. Rumble strips shall not be installed on shoulders of bridge decks, in acceleration or deceleration lanes, on surface drainage structures, or in other areas identified by the Engineer. Waste material resulting from the operation shall be removed from the paved surface and shall not be disposed of where waterways may be at risk of contamination.

Section 315.08—Measurement and Payment is amended by replacing the fourth paragraph with the following: Tack coat, when a pay item, will be measured and paid for in accordance with Section 310 of the Specifications. When not a pay item, it shall be included in the price for other appropriate pay items.

Page 135: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

129

VDOT

DIVISION IV:

BRIDGES AND STRUCTURES

(STANDARD 400 SERIES SPCNs, SPs, and SSs)

[NONE]

Page 136: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

130

SP404-000100-00 FILLING AND SEALING PATTERN CRACKS IN CONCRETE DECKS AND OVERLAYS 7-12-16

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

FILLING AND SEALING PATTERN CRACKS IN CONCRETE DECKS AND OVERLAYS

May 17, 2010c; Reissued July 12, 2016 I. DESCRIPTION

This Special Provision specifies the requirements for filling and sealing pattern cracks in hydraulic cement concrete bridge decks and overlays with a polymer as directed by the Engineer. Examples of pattern cracking that are defined and pictured in ACI 201.1R-08 Guide for Conducting a Visual Inspection of Concrete in Service, include checking, craze cracks, map cracking, pattern cracking, plastic cracking, shrinkage cracking and temperature cracking.

Pattern cracks may originate as plastic shrinkage cracks that are caused by the surface of the concrete drying before the curing material is applied. The cracks typically get wider with age as the concrete under goes drying shrinkage. Pattern cracking that is not identified for filling and sealing prior to the final acceptance of the project or prior to placing traffic on the surface is not covered by this special provision. This special provision does not apply to decks constructed with solid stainless reinforcing steel.

II. MATERIALS Gravity fill polymer crack sealers shall be a high molecular weight methacrylate, epoxy or urethane conforming to the following:

PROPERTY @ 75 ± 5° F TEST METHOD REQUIREMENT

Gel Time, 50 ml sample ASTM C881 6 hrs. max.

Tensile Strength ASTM D638 1,500 psi. min.

Sand Penetration, MX-45 sand VTM 101 80% min.

.

III. CONCRETE AGE AT TIME OF CRACK FILLING AND SEALING Cracks shall be located, filled and sealed at the oldest age that is practical as determined by the Engineer and prior to the final acceptance of the project and prior to opening the surface to traffic.

IV. LOCATING CRACKS THAT SHALL BE FILLED and SEALED Crack width shall be measured using a transparent crack comparator placed on the surface of the concrete. The width shall be at the oldest age that is practical as determined by the Engineer and prior to the final acceptance of the project and prior to opening the surface to traffic. The width shall be measured and recorded prior to 3 hours past sun rise. Cracks with a width equal to or greater than 0.2 millimeter shall be marked for filling and sealing.

Page 137: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

131

V. SURFACE PREPARATION AND APPLICATION Prior to filling and sealing, the cracks shall be protected from materials that can interfere with the filling of the crack and the curing of the polymer crack filling material. Cracks to be filled shall be dry and free of dust, dirt and other debris prior to filling, and shall be air blasted with oil free compressed air prior to application of the polymer. The concrete surface temperature shall not be less than 55 degrees F when the polymer is applied. The polymer to be applied shall be suitable for use at the concrete temperature at the time of the application. The polymer shall be applied during the lowest temperature period of the day, usually between 1 a.m. and 9 a.m., when the cracks are open to the greatest extent. Cracks wider than 1.5 millimeters shall be filled with dry Grade E sand as prescribed in Table II-22 of the Road and Bridge Specifications prior to placement of the polymer. The mixed polymer shall be applied directly to the areas of the deck that are cracked allowing time for the polymer to seep down into the cracks, making additional applications until cracks are filled. The polymer shall be worked into the cracks with a broom or squeegee. Excess polymer shall be brushed off the surface prior to the polymer hardening. Mixed polymer shall be applied as soon as practical and polymer that exhibits an increase in viscosity and temperature shall not be placed on the concrete surface. Grade D sand as prescribed in Table II-22 of the Road and Bridge Specifications shall be broadcast over the applied polymer at the minimum rate of 0.5 pound per square yard. The sand shall be broadcast as soon as practical and before the viscosity of the polymer begins to increase. Regardless of the application method used, the polymer shall be applied in sufficient quantity and applications to fill cracks level. An application rate of one gallon per 100 square feet of deck is usually adequate. When practical, application of the polymer crack sealer shall be completed prior to grooving of the deck surface and grooving shall not be performed until the polymer has cured a minimum of 48 hours. The Contractor shall plan and prosecute the work in such a manner to protect persons, vehicles and the bridge structure from injury or damage. Armored joints shall be covered, scuppers plugged and cracks sealed from underneath or other protective measures necessary to protect traffic, waterways and bridge components shall be implemented. In the event polymer materials or solvents harm the appearance of bridge components, removal of such materials will be required as directed by the Engineer. Traffic will not be permitted on the treated surface until tracking will not occur as determined by the Engineer. VI. MEASUREMENT AND PAYMENT When a pay item, gravity fill polymer crack sealing will be measured and paid for at the contract unit price per square yard as specified. The price bid for such work shall be full compensation for furnishing and applying the silica sand and polymer crack sealer, for vehicular and pedestrian protection, for crack preparation, for protection of waterways and bridge surfaces and for all labor, tools and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit Gravity fill polymer crack sealing Square yard

Page 138: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

132

VDOT

DIVISION V:

INCIDENTAL CONSTRUCTION

(STANDARD 500 SERIES SPCNs, SPs, and SSs)

Page 139: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

133

cn510-000100-00 RECESSED PAVEMENT & RAISED SNOW-PLOWABLE MARKERS R-7-12-16 LOCATING, REMOVING AND DISPOSING OF RECESSED PAVEMENT MARKERS AND RAISED SNOW-PLOWABLE MARKERS R-7-12-16 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 140: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

134

cn512-000100-00 TABLE V-1, ADT GROUPS 7-12-16 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 141: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

135

SP512-000110-00 SECTION 512—MAINTAINING TRAFFIC – NON-SCHEDULES (LUMP SUM) 7-12-16

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 512—MAINTAINING TRAFFIC – NON-SCHEDULES (LUMP SUM)

July 12, 2016 SECTION 512 of the Specifications is amended as follows:

Section 512.03—Procedures is amended to include the following:

The Contractor shall submit a plan, sequenced with his plan of operations, to the Engineer for maintenance of traffic for his review prior to commencement of work. The plan shall be designed and implemented according to the Virginia Work Area Protection Manual, the MUTCD and the Department generated project-specific temporary traffic control plan or requirements provided in the Contract. When the Department provides a sequence of construction in the Contract, the plans or estimated quantities for maintenance of traffic items are for estimating purposes only.

Section 512.04—Measurement and Payment is replaced with the following: Maintenance of traffic including flagger service, pilot vehicles, electronic arrows, warning lights, channelizing devices, traffic barrier service, traffic barrier service guardrail terminals, impact attenuator service, construction pavement markings, construction pavement message markings, temporary pavement markers, eradication of existing pavement markings, temporary detours, aggregate material, Type III barricades, construction signs, and truck mounted attenuators will be paid for on a lump sum basis as follows:

(a) Per structure wherein, the lump sum price bid shall be for providing maintenance of traffic for a

single structure identified in the Contract by its structure number. No measurement will be made. (b) Per route and location(s) wherein, the lump sum price bid shall be for providing maintenance of

traffic for work at a specified location on a single specified route or, specified locations grouped together on a single specified route as one lump sum item. No measurement will be made as detailed in the Contract.

The Contractor’s price bid shall include, but not be limited to; providing a person to meet the basic work zone traffic control and intermediate work zone traffic control requirements of Section 105.14 of the Specifications; furnishing, placing, maintaining, replacing, relocating, adjusting, aligning, removing, flagger service, pilot vehicles, warning lights, electronic arrow, channelizing devices, traffic barrier service, traffic barrier service guardrail terminals, impact attenuator service, construction pavement markings, construction pavement message markings, temporary pavement markers, eradication of existing pavement markings, temporary detours, aggregate material, Type III barricades, construction signs, truck mounted attenuators, and all labor, material and equipment incidental to completing this work according to the Virginia Work Area Protection Manual and traffic engineering guidelines and principles. Site specific adjustments to maintenance of traffic operations specified by the Virginia Work Area Protection Manual and the MUTCD such as quantity, location, or spacing of traffic control devices within construction limits or on any approaches to the project, required by the Engineer to improve traffic operation or safety shall be considered an alteration in the work according to the provisions of Section 104.02 of the Specifications. The Contractor will be paid 30 percent of the lump sum bid price upon satisfactory installation of the required maintenance of traffic items to commence construction operations and active prosecution of the work. Contingent upon active pursuit of the work, the Contractor will receive monthly payments for maintenance of traffic based on the daily dollar amount of the bid price for maintenance of traffic until 90

Page 142: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

136

percent of the unit bid price is paid. The remaining 10 percent will be paid for after all maintenance of traffic items are removed at final acceptance of the Contract. Additional traffic control layout detail items that are determined and authorized by the Engineer to be necessary to ensure the safety of the traveling public and are in addition to the number required by the traffic control layout details in the VWAPM, the drawings in herein, and the Contract, will be measured and paid for as follows, therefore, the provisions of Section 104.02 will not apply:

● Flagger service shall include furnishing certified flagger, paddles and safety equipment. Where

additional flagger service is required, as determined and authorized by the Engineer, flagger service will be measured in hours and paid for at the rate of $15 per hour of use. When flagger service is used for the Contractor’s convenience, such as for ingress and egress of construction equipment or materials, payment will not be made. Note: The required flaggers described in the two flagging conditions in Section 512.03(h) of the Specifications will not be measured as a separate pay item but will be considered incidental to the traffic control operations described.

● Pilot vehicles shall include furnishing vehicles, necessary warning devices, drivers, fuel and maintenance. Where additional pilot vehicles are required as determined and authorized by the Engineer, such vehicles will be measured in hours of actual use and will be paid for at the rate of $23 per hour of employed use.

● Electronic arrows shall include furnishing arrow panels, fuel, maintenance, and a truck or trailer having flashing amber warning lights for mobility of the electronic arrow. Where additional electronic arrows are required as determined and authorized by the Engineer, electronic arrows will be measured in hours of actual use and will be paid for at the rate of $5 per hour for each hour of employed use.

● Warning lights for use on sign panels or installed on traffic barrier service will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include maintaining, relocating, and removing.

● Group 1 channelizing devices will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items.

● Group 2 channelizing devices, not designated in the Contract as a separate pay item but where additional Group 2 channelizing devices are required as determined and authorized by the Engineer, these will be measured in days and paid for at the rate of $1 per day per device. This price shall include furnishing and maintaining devices, removing devices when no longer required and signs. When group 2 channelizing devices are moved to a new location or are removed and re-installed at the same location, they will be measured for separate payment. However, when group 2 channelizing devices are moved within the lane or from one lane to another by simply moving the devices across the lane edge line without removal from the roadway, no additional payment will be made.

● Traffic barrier service will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include warning lights, delineators, barrier vertical panels, fixed object attachments, patching restraint holes, fixed object attachments used on traffic barrier service in locations where existing guardrail is in place including restoring existing guardrail to its original condition, maintaining, and removing traffic barrier service when no longer required.

● Traffic barrier service guardrail terminal will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include furnishing,

Page 143: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

137

installing, moving to a new location as directed or approved by the Engineer, and removing when no longer needed.

● Impact attenuator service will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include Impact attenuators used with barrier openings for equipment access.

● Construction pavement markings will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include furnishing marking materials, preparing the surface, adhesive, installation, maintaining, removing removable markings when no longer required, inspections, and testing.

● Construction pavement message markings will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include marking materials, preparing the surface, adhesive, maintaining, and removing removable markings when no longer required.

● Temporary pavement markers will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include furnishing and installing pavement markers, surface preparation, adhesive, and maintaining and replacement of lost or damaged markers and removing the pavement markers and adhesive when no longer required.

● Aggregate material will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include preparing the grade and furnishing, placing, maintaining, and removing material as required.

● Type III barricades will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include furnishing and placing barricades, retroreflective sheeting, maintaining, relocating to new locations and removing when no longer required.

● Construction signs except those already required by the Contract (which includes those signs required by the VWAPM, the drawings herein, and such signs as “Loose Gravel”, “Unmarked Pavement”, and “Low Shoulder” that may be required by the Engineer to ensure the safety of the traveling public due to the nature of the Contractor’s operations) when determined and authorized by the Engineer, will be measured in square feet and paid for at $20 per square foot. This payment, based on square footage, shall be compensation for furnishing, placing, relocating, covering, uncovering, and removing the sign(s) when no longer needed for the duration of the project; multiple payments for the same sign used more than once will not be allowed. Such extra signs will consist of either a greater number of the standard signs already listed in the applicable traffic control layout details in the VWAPM, the drawings herein, and the Contract, or other signs included in the VWAPM but not originally considered applicable for use on this Contract.

● Truck mounted attenuators, not designated in the Contract as a separate pay item but where additional Truck Mounted Attenuators are required as determined and authorized by the Engineer, these will be measured in hours of actual use required, and will be paid for at the rate of $22 per employed hour. This price shall include furnishing the truck mounted attenuator, mounting vehicle, lights, electronic arrows, if allowed but not required, and maintenance. When electronic arrows are used at the option of the Contractor in lieu of the rotating or high intensity amber strobe light, the cost of the electronic arrow shall be included in the price for truck mounted attenuators. When electronic arrows are required and authorized as determined by the Engineer and not incidentally mounted (and permitted) on such truck mounted attenuator support vehicles, they will be paid for separately as specified herein.

Page 144: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

138

● Portable traffic control signal will not be measured for separate payment. The cost thereof shall be included in the price for other appropriate pay items. This shall include portable traffic control signal equipment, installation, energy source, maintaining, adjusting, aligning, removing and relocating equipment.

● Portable Changeable Message Signs (PCMS), not designated in the Contract as a separate pay item but where additional Portable Changeable Message Signs are required as determined and authorized by the Engineer, these will be measured in hours of actual use and paid for at the rate of $15 per hour for each hour of employed use. This price shall be full compensation for furnishing or mobilizing the unit(s) to the project, maintenance, operation, and repositioning the unit(s).

Payment will be made under:

Pay Item Pay Unit

Maintenance of traffic (Structure No.) Lump sum

Maintenance of traffic (Route and Location[s]) Lump sum

Page 145: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

139

SP515-000100-00 COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS 7-12-16

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. 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

Page 146: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

140

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 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

Page 147: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

141

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

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

Page 148: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

142

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 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

Page 149: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

143

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 150: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

144

VDOT

DIVISION VI:

ROADSIDE DEVELOPMENT

(STANDARD 600 SERIES SPCNs, SPs, and SSs)

[NONE]

Page 151: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

145

VDOT

DIVISION VII:

TRAFFIC CONTROL DEVICES

(STANDARD 700 SERIES SPCNs, SPs, and SSs)

Page 152: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

146

cn704-000110-00 EXISTING RAISED PAVEMENT MARKERS R-7-12-16 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 153: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

147

SP704-000110-00 REPLACEMENT OF PAVM’T LINE MARKINGS, MARKERS & LOOP DETECTORS R-7-12-16

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 154: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

148

SS704-002016-02 SECTION 704—PAVEMENT MARKINGS AND MARKERS 2-3-17

February 3, 2017

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:

Page 155: ITB 18-34/CLP BID PROPOSAL AND PROJECT MANUAL

City of Hampton – Proposed Improvements of Bridge on Route 143 (Settlers Landing Road) Over Hampton River

VDOT Project No.: 0060-114-R01, P101, M501, B618

ITB 18-34/CLP / City Project # 16-013

149

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 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 markings will be measured in units of each per location or in linear feet as applicable and will be paid for at the Contract unit price per each or linear foot. 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 (Message) Each or Linear Foot Pavement symbol marking (Symbol, Type or class material) Each (Type) Pavement marker (type pavement) Each