www.VirginiaDOT.org WE KEEP VIRGINIA MOVING
DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET
RICHMOND, VIRGINIA 23219-2000 Charles A. Kilpatrick, P.E. Commissioner January 14, 2016
Order No.: I77 Project: (NFO)0095-123-777,N501 FHWA: IM-PM04(430) District: Richmond City: Petersburg Route: 0095 Bids: January 27, 2016
To Holders of Bid Proposals:
Please make the following changes in your copy of the bid proposal for the captioned project:
BID PROPOSAL Substitute Schedule of Items as quantity for multiple items have been revised and an item has been added.
Substitute Determination of Major Items been revised.
Substitute page 1 of the Table of Contents for Provisions as Special Provision SF001AF – Predetermined Minimum Wage Rates VA131 Dated: 1-2-15 has been deleted. Special Provision S109G07 - Asphalt Material Price Adjustment Dated: 6-15-15 has been deleted. Special Provision SF001AF – Predetermined Minimum Wage Rates VA131 Dated: 1-08-16 has been added. Special Provision S109G08 - Asphalt Material Price Adjustment Dated: 1-5-16 has been added.
Substitute pages 5 through 9 as Special Provision SF001AF – Predetermined Minimum Wage Rates VA131 Dated: 1-02-15 has been deleted.
Substitute pages 87 through 89 as Special Provision S109G07 - Asphalt Material Price Adjustment Dated: 6-15-15 has been deleted.
Substitute pages 211 through 311 as the entire No Plan Assembly has been revised.
Add pages 313 through 317 as Special Provision SF001AF – Predetermined Minimum Wage Rates VA131 Dated: 1-8-16 has been added.
Add pages 318 through 321 as Special Provision S109G08 - Asphalt Material Price Adjustment Dated: 1-5-16 has been added. Don E. Silies Director of Contracts Construction Division
JDRN Enclosures
Virginia Department of Transportation 01/05/2016Date Printed:
Schedule of Items Page: 2
Proposal ID: C000107398N01 (NFO) 0095-123-777, N501Order No.: I77
Oversight/State Project No.:Federal Project No.: IM-PM04(430)
Contractor:
1 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescriptionItem ID
ProposalLine
Number Dollars Cents Dollars CentsSpecNo.
0010 10099AGGR. MATL. NO. 21A OR 21B TON
30.000_________._____ _________._____
308 309
0020 10700RUMBLE STRIP, ASPHALT LF
59,630.000_________._____ _________._____
315
0030 10701LIQUID ASPHALT COATING(RUMBLE STRIP)
SY8,400.000
_________._____ _________._____315
0040 16325ASPHALT CONCRETESM-12.5D PATCH
TON2,000.000
_________._____ _________._____ATTD
0050 16355ASPHALT CONCRETE TY.SM-12.5D
TON8,303.000
_________._____ _________._____315
0060 16403STONE MATRIX ASPHALTSMA-12.5(76-22 OR 64E)
TON16,643.000
_________._____ _________._____317, 315
0070 16522FLEXIBLE PAVEMENTPLANING 0" - 2"
SY270,982.000
_________._____ _________._____515
0080 24265MAINTENANCE OF TRAFFICI-95 N&SB MM 47.75 to 51.54
LUMP SUM _________._____LUMP SUMATTD
0090 24279PORTABLE CHANGEABLEMESSAGE SIGN
HR12,900.000
_________._____ _________._____512
0100 54032TYPE B CLASS I PAVE. LINEMARKING 4"
LF17,929.000
_________._____ _________._____704
0110 54060TYPE B CLASS IV PAVE. LINEMARKING 24"
LF36.000
_________._____ _________._____704
0120 54076TYPE B CLASS VI PAVE. LINEMARKING 6"
LF127,170.000
_________._____ _________._____ATTD 704
Reivsed: January 14, 2016
Virginia Department of Transportation 01/05/2016Date Printed:
Schedule of Items Page: 3
Proposal ID: C000107398N01 (NFO) 0095-123-777, N501Order No.: I77
Oversight/State Project No.:Federal Project No.: IM-PM04(430)
Contractor:
1 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescriptionItem ID
ProposalLine
Number Dollars Cents Dollars CentsSpecNo.
0130 54077TYPE B CLASS VI PAVE. LINEMARKING 8"
LF10,620.000
_________._____ _________._____ATTD704
0140 54217SNOW PLOW. RAISED PAVE.MARKER ASPH.CONC
EA1,640.000
_________._____ _________._____704
0150 54550CONSTR.PAVE.MARK.(TY.F,CL.I)4"
LF120,530.000
_________._____ _________._____512
0160 54101PAVEMENT MARKINGWRONG WAY ARROW
EA1.000
_________._____ _________._____704 ATTD
Section: 1 _________._____Total:
Total Bid: _________._____
Reivsed: January 14, 2016
Virginia Department of Transportation 01/05/2016Date Printed:
Page
Determination of Major Items
1C000107398N01Contract ID:
ltem DescriptionItem
Number
STONE MATRIX ASPHALT SMA-12.5(76-22 OR 64E)16403ASPHALT CONCRETE TY. SM-12.5D16355TYPE B CLASS VI PAVE. LINE MARKING 6"54076FLEXIBLE PAVEMENT PLANING 0" - 2"16522ASPHALT CONCRETE SM-12.5D PATCH16325
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
TABLE OF CONTENTS FOR PROVISIONS FORMS and SCHEDULE OF ITEMS PRECEDE SPCNs, SPs and SUPPLEMENTAL SPECS. (c100ai05) GENERAL PROJECT REQUIREMENTS, SSs, SPs, & SPCNs 6-10-15 (SPCN) .............. 1 (c103h00) SECTION 103.01—CONSIDERATION OF BIDS 10-8-13 (SPCN) ..................................... 1 (c103i01) SEC. 103—AWARD & EXECUTION OF CONTRACTS (E-Verify) 8-8-14 (SPCN) ................. 2 (c105hf1) SECTION 105.06 SUBCONTRACTING 12-19-08 (SPCN) .................................................... 2 (c106fp0) SEC. 106.03(b) SOURCES FURNISH. BY CONTRACTOR 1-14-08 (SPCN) ....................... 3 (c107j11) VPDES CONSTRUCTION PERMITS 6-10-15 (SPCN) .......................................................... 3 SECTION 108.06(b) LIQUIDATED DAMAGES (Also Incentive) 11-24-15 (SPCN) ...................................... 3 SECTION 317.06 – TIME OF YEAR AND WEATHER RESTRICTIONS 11-23-15 (SPCN) .................... 4 SECTION 515—PLANING OR MILLING PAVEMENT 12-10-13 (SPCN) ................................................ 4 CANCELLED ACTIVITY NOTIFICATION 8-12-14 (SPCN) ..................................................................... 4 CONTINUOUS PROSECUTION OF WORK 6-20-06a (SPCN) ............................................................... 4 SF001AF - PREDETERMINED MINIMUM WAGE RATES VA131 Re. 1-2-15 ..................................... 5 SF010DF - FHWA 1273—REQ. CONTRACT PROVISIONS, FED-AID CONST. 5-1-12 .................... 10 SF030AF - NOTICE OF REQUIRE. FOR AFFIRM. ACT. TO ENSURE EEO Re. 7-08 ......................... 31 S100B00 - PROJECT COMMUNICATION AND DECISION MAKING Re. 7-08 ................................ 37 S100DD0 - DUAL DATE CONTRACT PROJECTS 1-14-08................................................................ 41 S102CF2 - USE OF DOMESTIC MATERIAL 7-26-13 ......................................................................... 43 S107E03 - VOLATILE ORGAN. COMP’ND (VOC) EMISSIONS CONTR’L AREAS 12-18-13 ............ 46 S107G01 - C-45–SWPPP GEN. PERMIT–CONTRACTOR & SUB. CERTIF. 10-9-14 .......................... 48 S107HF1 - SECTION 107.15 12-10-10 ................................................................................................ 49 S107J30 - VPDES CONSTRUCTION ACTIVITIES 9-3-14 ................................................................... 69 S108A01 - PROGRESS SCHEDULE FOR CATEGORY I PROJECTS 4-28-08 ................................. 81 S109F01 - OPTIONAL ADJUSTMENT FOR FUEL 7-1-15 .................................................................. 85 S109G07 - ASPHALT MATERIAL PRICE ADJUSTMENT 6-15-15 .................................................... 87 S310AM3 - NONTRACKING TACK COAT 10-5-10c .......................................................................... 90 S312DM2 - EMULSIFIED ASPHALT SLURRY SEAL 9-28-12 ............................................................ 92 S315SM1 - SEALING CRACKS IN ASP. CONC. / HYDR. CEM. CONC. PAVE. 10-19-14 ................. 97 S512MG0 - SEC. 512—MAINTAINING TRAFFIC—NON-SCHEDULES (LUMP SUM) 6-25-10C ...... 101 S522B00 - INFORMAL PARTNERING 1-14-08 ................................................................................ 105 S704E02 - TYPE B, CLASS VI PAVEMENT LINE MARKING TAPE 10-21-11 ................................... 107 SS1D017 - SUPP. DIVISION I—GENERAL PROVISIONS 9-18-14 ................................................. 111 SS20001 - SUPP. SEC. 200—GENERAL 9-28-12 ............................................................................ 128 SS20802 - SUPP. SEC. 208—SUBBASE & AGGREGATE BASE MATERIAL 2-19-14 .................... 129 SS21001 - SUPP. SEC. 210—ASPHALT MATERIALS 9-3-14 ......................................................... 130 SS21112 - SUPP. SEC. 211—ASPHALT CONCRETE 12-2-14 .......................................................... 137 SS23401 - SUPP. SEC. 234—GLASS BEADS FOR REFLECT. TRAFF. MARKINGS 10-16-14 ........ 159 SS24701 - SUPP. SEC. 247— REFLECTIVE SHEETING 2-10-11 ................................................... 160 SS24807 - SUPP. SEC. 248—STONE MATRIX ASPHALT CONCRETE 12-2-14 ............................. 166 SS31510 - SUPP. SEC. 315—ASPHALT CONCRETE PLACEMENT 12-2-14 ................................... 174 SS31706 - SUPP. SEC. 317—STONE MATRIX ASPHALT CONC. PLACEMENT 12-2-14 ............... 191 SS51202 - SUPP. SEC. 512—MAINTAINING TRAFFIC 6-11-09 ..................................................... 195 SS51505 - SUPP. SEC. 515—PLANING OR MILLING PAVEMENT 9-27-11 .................................... 197 SS70402 - SUPP. SEC. 704—PAVEMENT MARKINGS & MARKERS 4-15-15 .............................. 201 SECTION 105.06 SUBCONTRACTING 8-19-15 ................................................................................. 205 SECTION 105.09 – COOPERATION AMONG CONTRACTORS 10-1-15 ........................................... 206 SECTION 108.02 - LIMITATION OF OPERATIONS 10-1-15 ............................................................... 207 ASPHALT PATCHING OF EXISTING ASPHALT CONCRETE PAVEMENT 10-2-15 .......................... 209 NO PLAN ASSEMBLY (101 PAGES) ...................................................................................................... 211 SECTION 315.05 (c) PLACING AND FINISHING 12-3-15 (SPCN) ........................................................ 312 PLANING OR MILLING PAVEMENT 12-9-13 (SPCN) ......................................................................... 312 SF001AF - PREDETERMINED MINIMUM WAGE RATES VA131 Re. 1-8-16 ................................. 313 S109G08 - ASPHALT MATERIAL PRICE ADJUSTMENT 1-5-16 .................................................... 318
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
5
SF001AF-0708 Reissued July 2008 PREDETERMINED MINIMUM WAGE RATES
General Decision Number: VA150131 01/02/2015 VA131 Superseded General Decision Number: VA20140131 State: Virginia Construction Type: Highway Counties: Charles*, Chesterfield, Colonial Heights*, Dinwiddie, Goochland, Hanover, Henrico, Hopewell*, New Kent, Petersburg*, Powhatan, Prince George and Richmond* Counties in Virginia. *INDEPENDENT CITIES HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUVA2013-006 09/20/2013 Rates Fringes ASBESTOS WORKER..................$ 18.30 CARPENTER (STRUCTURE)............$ 20.00 CEMENT MASON/CONCRETE FINISHER...$ 16.03 ELECTRICIAN......................$ 26.00 FORM SETTER......................$ 14.24 IRONWORKER, REINFORCING..........$ 29.80 IRONWORKER, STRUCTURAL...........$ 20.80 LABORER Asphalt Raker...............$ 18.13
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
6
Blaster.....................$ 16.56 Construction Worker I (Skilled Laborer)...........$ 17.38 Construction Worker II (Laborer)...................$ 13.01 Deckhand....................$ 11.88 Fence Erector...............$ 13.20 Flagger.....................$ 11.19 Grade Checker...............$ 7.50 Guardrail Erector...........$ 17.82 Landscape Worker............$ 14.48 Pipe Layer..................$ 14.82 Power Tool Operator.........$ 14.08 Sign Erector................$ 16.10 MASON (STRUCTURE)................$ 13.00 PAINTER..........................$ 14.00 PLUMBER..........................$ 17.10 POWER EQUIPMENT OPERATOR: Air Compressor Operator.....$ 11.50 Asphalt Distributor.........$ 17.70 Asphalt Paver...............$ 18.49 Backhoe.....................$ 17.07 Boom/Auger..................$ 12.95 Bulldozer (Utility).........$ 10.68 Bulldozer...................$ 17.55 Concrete Finish Machine Operator....................$ 11.25 Concrete Finish Machine Screed Operator (Bridge)....$ 19.73 Concrete Paving Machine.....$ 22.70 Concrete Pump Operator......$ 25.00 Concrete Saw Operator.......$ 25.00 Crane, Derrick, Dragline (1 cm & under)..............$ 22.00 Crane, Derrick, Dragline (over 1 cm).................$ 23.72 Drill Operator..............$ 18.83 Excavator (Gradall).........$ 19.62 Front End Loader............$ 15.40 Hydro Seeder................$ 14.19 Log Skidder Operator........$ 11.50 Mechanic....................$ 19.97 Mobile Mixer Operator.......$ 15.00 Motor Grader (Fine Grade)...$ 20.50 Motor Grader (Rough Grade)..$ 16.21 Oiler, Greaser..............$ 9.00 Pavement Marking Operator...$ 23.41 Pavement Marking Truck Operator....................$ 18.70 Pavement Planing Groundman..$ 16.61 Pavement Planing Operator...$ 18.81 Pile Driver Leadsman........$ 23.41 Pile Driver Operator........$ 23.41
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
7
Pipe Boring/Jacking Machine.$ 22.00 Plant Operator..............$ 17.10 Roller (Finish).............$ 18.57 Roller (Rough)..............$ 14.44 Scraper Pan.................$ 13.88 Shot Blast Machine Operator.$ 17.50 Shovel Operator.............$ 17.50 Slip-Form Paver Operator....$ 16.25 Slurry Seal Paver Machine Operator....................$ 12.90 Slurry Seal Paver Truck Operator....................$ 18.00 Stabilizer Operator.........$ 14.25 Stone-Spreader..............$ 18.00 Subgrade Machine Operator...$ 11.30 Tractor Operator (Utility)..$ 12.06 Tractor, Crawlers...........$ 12.46 Trenching Machine Operator..$ 18.25 Vacuum Machine Operator.....$ 18.96 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 34.61 TRUCK DRIVER Fuel & Lubricant Service Truck Driver................$ 14.95 Transit Mix Truck Driver....$ 18.00 Truck Driver (Single, Tandem, Multi-Rear Axle)....$ 16.13 Truck Driver, Heavy Duty (7 c.y & under).............$ 14.37 Truck Driver, Heavy Duty (over 7 c.y.)...............$ 17.41 WELDER...........................$ 13.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
8
Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- END OF GENERAL DECISION.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
9
U.S. DEPARTMENT OF LABOR OFFICE OF THE SECRETARY
WASHINGTON DECISION OF THE SECRETARY
This case is before the Department of Labor pursuant to a request for a wage predetermination as required by law applicable to the work described. A study has been made of wage conditions in the locality and based on information available to the Department of Labor the wage rates and fringe payments listed are hereby determined by the Secretary of Labor as prevailing for the described classes for labor in accordance with applicable law. This wage determination decision and any modifications thereof during the period prior to the stated expiration date shall be made a part of every contract for performance of the described work as provided by applicable law and regulations of the Secretary of Labor, and the wage rates and fringe payments contained in this decision, including modifications, shall be the minimums to be paid under any such contract and subcontractors on the work. The contracting officer shall require that any class of laborers and mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclassified conformably to the wage determination, and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommendation of the contracting officer shall be referred to the Secretary for determination. Before using apprentices on the job the contractor shall present to the contracting officer written evidence of registration of such employees in a program of a State apprenticeship and training agency approved and recognized by the U.S. Bureau of Apprenticeship and Training. In the absence of such a State agency, the contractor shall submit evidence of approval and registration by the U.S. Bureau of Apprenticeship and Training. The contractor shall submit to the contracting officer written evidence of the established apprentice-journeyman ratios and wage in the project area, which will be the basis for establishing such ratios and rates for the project under the applicable contract provisions. Fringe payments include medical and hospital care, compensation for injuries or illness resulting from occupational activity, unemployment benefits, life insurance, disability and sickness insurance, accident insurance (all designated as health and welfare), pensions, vacation and holiday pay, apprenticeship or other similar programs and other bona fide fringe benefits.
By direction of the Secretary of Labor
E. Irving Manger, Associate Administrator Division of Wage Determinations Wage and Labor Standards Administration
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
10
SF010DF-0712 May 1, 2012
FHWA-1273 (Electronic Version) The following Form FHWA-1273 titled REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTION CONTRACTS shall apply to this contract:
=========================================================================================
FHWA-1273 – Revised May 1, 2012
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
87
S109G07-0815 VIRGINIA DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISION FOR ASPHALT MATERIAL PRICE ADJUSTMENT
June 15, 2015
All asphalt material contained in the attached master listing of eligible bid items and designated by pay items in the contract will be price adjusted in accordance with the provisions as set forth herein. Other items will not be adjusted, except as otherwise specified in the contract. If new pay items which contain asphalt material are established by Work Order, they will not be subject to Price Adjustment unless specifically designated in the Work Order to be subject to Price Adjustment. Each month, the Department will publish an average state-wide PG 64S-22 f.o.b. price per ton and an average PG 64E-22 f.o.b. price per ton developed from the average terminal prices provided to the Department from suppliers of asphalt cement to contractors doing work in Virginia. The Department will collect terminal prices from approximately 12 terminals each month. These prices will be received once each month from suppliers on or about the last weekday of the month. The high and low prices will be eliminated and the remaining values averaged to establish the average statewide price for the following month. The monthly state-wide average price will be posted on the Scheduling and Contract Division website on or about the first weekday of the following month. In the event the average prices were to change by 10 percent or more of the Base Index during the middle of the month the Contractor can submit a letter to the Department and supplier that provides evidence of the difference in price. Upon receipt of the letter consideration will be given to extend additional adjustments as deemed necessary. This monthly statewide average price will be the Base Index for all contracts on which bids are received during the calendar month of its posting and will be the Current Index for all asphalt placed during the calendar month of its posting. In the event an index changes radically from the apparent trend, as determined by the Engineer, the Department may establish an index which it determines to best reflect the trend. The amount of adjustment applied will be based on the difference between the contract Base Index and the Current Index for the applicable calendar month during which the work is performed. The quantity of asphalt cement for asphalt concrete pavement to which adjustment will be applied will be the quantity based on the percent of asphalt cement shown on the appropriate approved job mix formula. Adjustment of any asphalt material other than PG 64S-22 and PG 64E-22 will be based on the indexes for PG 64S-22. The quantity of asphalt emulsion for surface treatments to which adjustment will be applied will be the quantity based on 65 percent residual asphalt. Price adjustment will be shown as a separate entry on the monthly progress estimate; however, such adjustment will not be included in the total cost of the work for progress determination or for extension of contract time. Any apparent attempt to unbalance bids in favor of items subject to price adjustment or failure to submit required cost and price data as noted hereinbefore may result in rejection of the bid proposal.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
88
VIRGINIA DEPARTMENT OF TRANSPORTATION MASTER LISTING OF
ASPHALT MATERIAL ITEMS ELIGIBLE FOR PRICE ADJUSTMENT
ITEM DESCRIPTION UNITS SPECIFICATION
10062 Asphalt-Stab. Open-Graded Material Ton 313 10416 Liquid Asphalt Gal 311 312 10420 Blotted Seal Coat Ty. B SY ATTD 10422 Blotted Seal Coat Ty. C SY ATTD 10423 Blotted Seal Coat Ty. C-1 SY ATTD 10424 Blotted Seal Coat Ty. D SY ATTD 10598 Ns Asphalt Concrete Ton 315 10606 Asphalt Concrete Ty. SM-9.5 Ton 315 10607 Asphalt Concrete Ty. SM-12.5A Ton 315 10608 Asphalt Concrete Ty. SM-12.5D Ton 315 10609 Asphalt Concrete Ty. SM-12.5E (64E-22) Ton 315 10610 Asphalt Concrete Ty. IM-19.0A Ton 315 10611 Asphalt Concrete Ty. IM-19.0D Ton 315 10612 Asphalt Conc. Base Cr. Ty. BM-25.0 Ton 315 10613 Asphalt Concrete Ty. BM-37.5 Ton 315 10635 Asphalt Concrete Ty. SM-9.5A Ton 315 10636 Asphalt Concrete Ty. SM-9.5D Ton 315 10637 Asphalt Concrete Ty. SM-9.5E (64E-22) Ton 315 10639 Asphalt Concrete Ty. SM-19.0 Ton 315 10642 Asphalt Concrete Ty. BM-25.0A Ton 315 10643 Asphalt Concrete Ty. BM-25.0D Ton 315 10650 Stone Matrix Asphalt SMA-9.5(64H-22) Ton 317 10651 Stone Matrix Asphalt SMA-9.5(64E-22) Ton 317 10652 Stone Matrix Asphalt SMA-12.5(64H-22) Ton 317 10653 Stone Matrix Asphalt SMA-12.5(64E-22) Ton 317 10654 Stone Matrix Asphalt SMA-19.0(64H-22) Ton 317 10655 Stone Matrix Asphalt SMA-19.0(64E-22) Ton 317 10701 Liquid Asphalt Coating SY ATTD 12505 Asphalt Concrete Curb Backup Material Ton 315 13240 Asphalt Concrete Sidewalk Ton 504 16110 Emul. Asph. Slurry Seal Type A SY ATTD 16120 Emul. Asph. Slurry Seal Type B SY ATTD 16130 Emul. Asph. Slurry Seal Type C SY ATTD 16144 Latex Mod. Emul. Treat. Type B Ton ATTD 16145 Latex Mod. Emul. Treat. Type C Ton ATTD 16146 Latex Mod. Emul. Treat. Rutfilling Ton ATTD 16161 Modified Single Seal SY ATTD 16162 Modified Double Seal SY ATTD 16249 Nontracking Tack Coat Gal. ATTD 16250 Liquid Asphalt Matl. CMS-2 (Mod) Gal ATTD 16251 Liquid Asphalt Matl. CMS-2 Gal ATTD
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
89
ITEM DESCRIPTION UNITS SPECIFICATION
16252 Liquid Asphalt Matl. CRS-2 Gal ATTD 16253 Liquid Asphalt Matl. CRS-2H Gal. ATTD. 16254 Liquid Asphalt Matl. RC-250 Gal ATTD 16256 Liquid Asphalt Matl. RC-800 Gal ATTD 16257 Ns Liquid Asphalt Matl. Gal ATTD 16260 Liquid Asphalt Matl. CRS-2L Gal ATTD 16325 NS Asphalt Concrete Ton N/A 16330 Asphalt Concrete Ty. SM-9.0A Ton 315 16335 Asphalt Concrete Ty. SM-9.5A Ton 315 16337 Asph. Conc. Ty. SM-9.5ASL (Spot Level) Ton 315 16340 Asphalt Concrete Ty. SM-9.5D Ton 315 16342 Asph. Conc. Ty. SM-9.5DSL (Spot Level) Ton 315 16345 Asphalt Concrete Ty. SM-9.5E (64E-22) Ton 315 16350 Asphalt Concrete Ty. SM-12.5A Ton 315 16352 Asph. Con. Ty. SM-12.5ASL (Spot Level) Ton 315 16355 Asphalt Concrete Ty. SM-12.5D Ton 315 16357 Asph. Con. Ty. SM-12.5DSL (Spot Level) Ton 315 16360 Asphalt Concrete Ty. SM-12.5E (64E-22) Ton 315 16362 Asphalt Concrete Ty. SM-19.0A Ton 315 16365 Asphalt Concrete Ty. IM-19.0A Ton 315 16370 Asphalt Concrete Ty. IM-19.0D Ton 315 16373 Asphalt Concrete Ty. IM-19.0A (T) Ton 315 16374 Asphalt Concrete Ty. IM-19.0D (T) Ton 315 16377 Asphalt Concrete Ty. BM-37.5 Ton 315 16379 Asphalt Concrete Ty. IM-19.0T Ton 315 16390 Asphalt Concrete Ty. BM-25.0A Ton 315 16392 Asphalt Concrete Ty. BM-25.0D Ton 315 16395 Asphalt Concrete Ty. BM-25.0A (T) Ton 315 16397 Asphalt Concrete Ty. BM-25.0D (T) Ton 315 16400 Stone Matrix Asphalt SMA-9.5(64H-22) Ton ATTD 16401 Stone Matrix Asphalt SMA-9.5(64E-22) Ton ATTD 16402 Stone Matrix Asphalt SMA-12.5(64H-22) Ton ATTD 16403 Stone Matrix Asphalt SMA-12.5(64E-22) Ton ATTD 16404 Stone Matrix Asphalt SMA-19.0(64H-22) Ton ATTD 16405 Stone Matrix Asphalt SMA-19.0(64E-22) Ton ATTD 16490 Hot Mix Asphalt Treatment Ton ATTD 16500 Surf.Preparation & Restoration Type I Ton ATTD 16502 Surf.Preparation & Restoration Type II Ton ATTD 16504 Surf.Preparation & Restoration Type III Ton ATTD 67201 NS Asphalt Concrete Overlay Ton 315 67210 NS Asphalt Concrete Ton 315 68240 NS Asphalt Concrete Ton 315
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
90
S310AM3-0211
VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR
NONTRACKING TACK COAT
October 5, 2010c I. DESCRIPTION
This work shall consist of preparing and treating an existing asphalt or concrete surface with asphalt in accordance with the requirements of these specifications and in conformity with the lines shown on the plans or as established by the Engineer.
II. MATERIALS Liquefied asphalt materials for non-tracking tack coat must be on the Department’s list of approved non-tracking tack coat materials. Non-tracking tack coat materials shall not be diluted with water.
III. PROCEDURES Nontracking Tack will be required only between May 1 and October 1. Tack coat, in accordance with Section 310 of the Specifications, may be used at other times. Equipment for heating and applying asphalt shall conform to the requirements of Section 314.04(b) of the Specifications or the non-tracking tack coat material’s manufacturer’s recommendations. The maximum application temperature of liquefied asphalt shall conform to the manufacturer’s requirements. The existing surface shall be patched when necessary, cleaned, and rendered free from irregularities to the extent necessary to provide a reasonably smooth and uniform surface. Unstable corrugated or deteriorated areas of existing pavement shall be removed and replaced with suitable patching materials. The edges of existing pavements that will be adjacent to new pavement shall be thoroughly cleaned to permit adhesion of asphalt. Tack material shall be uniformly applied with a pressure distributor conforming to the requirements of Section 314.04(b) of the Specifications. Hand spray equipment shall not be used except in areas inaccessible by a pressure distributor. The tack material shall be applied at a rate recommended by the manufacturer. This rate is typically between 0.05 to 0.10 gallons per square yard. The asphalt tack shall be applied to the pavement surface in such a manner that it will bond the overlay and the underlying surfaces together. Application of tack at joints, adjacent to curbs, gutters, or other appurtenances shall be uniformly applied with a hand wand or with a spray bar at the rate of 0.2 gallon per square yard. The tack coat shall be applied in a manner to offer the least inconvenience. All traffic, including construction traffic, shall be excluded from sections treated with non-tracking tack until the tack has cured and will no longer track onto adjacent non-treated areas. The tack coat shall be applied in accordance with the same weather limitations that apply to the course being placed as well as the manufacturer’s recommendations. The quantity, rate of application, temperature, and areas to be treated shall be approved by the Engineer prior to application of the tack coat. Adjacent concrete or asphalt concrete surfaces shall show minimal visible evidence and white or yellow pavement markings shall show no visible evidence of tracking of the asphalt tack material
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
211
TIER 1 PROJECT ”NO PLAN” RAAP (CONSTRUCTION & MAINTENANCE) PROJECTS
COMMONWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION
CONSTRUCTION: ______ MAINTENANCE: __X___
DISTRICT: Richmond CITY/COUNTY: City of Petersburg UPC NO.: 107398 FUNCTIONAL CLASS Urban Interstate FHWA 534 DATA 4A106 TYPE CODE I000 ROUTE: 95 PROJ. (NFO) 0095-123-777, N501 FEDERAL NO.: IM-PM04(430) FROM: 0.1 mi. N. of the Rives Rd. overpass – MM 47.75 TO: At the bridge over I-85 – MM 51.54 LENGTH (FEET): 20,010 MILES 3.79 TOPO: Rolling DESIGN SPEED (MPH): N/A VPD (YEAR) 22,577 NB (2014); 23,457 SB (2014) PROJECT MGR: Clay Thomas, P.E., PMP R/W DONATION: N/A
Utilities N/A and/or Railroads N/A are involved in the construction of this project. This project is to be constructed in accordance with the Department's 2007 Road and Bridge Specifications, 2008 Road and Bridge Standards, 2009 MUTCD, 2011 Virginia Supplement to the MUTCD, 2011 Virginia Work Area Protection Manual, and as amended by contract provisions and the complete plan assembly. Design features relating to construction or to regulation and control of traffic may be subject to change as deemed necessary by the department.
RECOMMENDED FOR APPROVAL FOR CONSTRUCTION
9/25/15 Mark E. Riblett, P.E.
DATE DISTRICT PLANNING & INVESTMENT MANAGER
9-28-15 Jason C. Williams, P.E.
DATE DISTRICT PROJECT DEVELOPMENT VDOT ENGINEER
APPROVED FOR CONSTRUCTION
9/28/15 Jennifer B. Debruhl
DATE DISTRICT ENGINEER
Copyright 2015 Commonwealth of Virginia
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
212
TIER 1 PROJECT “NO PLAN” RAAP (CONSTRUCTION & MAINTENANCE) PROJECTS
COMMONWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION
SEALING AND SIGNING SHEET
Sealed and Signed by: Sealed and Signed by: Sealed and Signed by:
Clayton Malcolm Thomas IV
License No. License No. License No.
035470
On the Date of: On the Date of: On the Date of:
1-4-2016
An electronic version of the original sealed and signed sheet and No Plan assembly is available in the L&D Plan
File Room.
An electronic version of the original sealed and signed sheet and No Plan assembly is available in the
L&D Plan File Room.
An electronic version of the original sealed and signed sheet and No Plan assembly is available in the L&D Plan
File Room.
VDOT RICHMOND DISTRICT Colonial Heights, Virginia
Location & Design
VDOT (Division) or Company Name Insert Location, Virginia
Insert Technical Discipline
VDOT (Division) or Company Name Insert Location, Virginia
Insert Technical Discipline
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
213
PROJECT DESCRIPTION The scope of this project is to mill & overlay I-95 N & SB. I-95 NB from 0.1 mile N of the Rives Rd overpass, MM 47.75, to the Bridge over I-85, MM 51.54, & I-95 SB from the Bridge over I-85 to 0.16 mile N of Rives Rd overpass, including CD roads, to Rtes. 460 & 301 in the City of Petersburg in the Petersburg Residency. All work shall be performed within the existing right of way. See the Project Details and Typical Sections portions of the Assembly for additional information on Asphalt Overlay, Planning, & Shoulder Stone. Locations:
I-95 NB from 0.1 mi. N. of the Rives Rd. overpass to the bridge over I-85 I-95 SB from the bridge over I-85 to 0.16 mi. N. of the Rives Rd. overpass
The following ramp location will be included in the work described above:
On Ramp from Rives Road to I-95 NB Off Ramp from I-95 NB to Wagner Road East-Exit 48A On Ramp from Wagner Road (East) to I-95 NB Off Ramp from I-95 NB to Wagner Road (West)-Exit 48B On Ramp from Wagner Road (West) to I-95 NB Off Ramp From I-95 NB to I-95 NB CD Road (Exit 50A-B-C-D) Off Ramp from I-95 NB CD Road to Route 460 EB- Exit 50A On Ramp from Route 460 WB to I-95 NB CD Road Off Ramp from I-95 NB CD Road to Route 301 NB (Crater Road)-Exit 50B Off Ramp from I-95 NB CD Road to Route 301 SB (Crater Road)-Exit 50C On Ramp from Route 301 SB (Crater Road) to I-95 NB CD Road Off Ramp from I-95 NB CD Lane to Wythe/Wash Street- (Stop at gore at I-85 Exit 69) Off Ramp from I-95 SB to I-95 SB CD Road On Ramp From I-85 NB to I-95 SB CD Road (from Gore at CD Road) Off Ramp from I-95 SB CD Road to Route 301 Crater Road On Ramp from Route 301 SB (Crater Road) to I-95 SB CD Road On Ramp from Route 301 NB (Crater Road) to I-95 SB CD Road Off Ramp from I-95 SB CD Road to I-95 SB Off to from I-95 SB CD Road to Route 460 EB Off Ramp from I-95 Sb to Wagner Road (West)- Exit 48B On Ramp From Wagner Road (West) to I-95 SB Off Ramp from I-95 SB to Wagner Road (East) Exit 48A On Ramp from Wagner Road (East) to I-95 SB Off Ramp from I-95 SB to Rives Road-Exit 47 (Decel Lane to Gore only)
Reivsed: January 14, 2016
C
LOCA
ENDM
ORDCONTRACT ID
ATION MA
D PROJECT MM 51.54
DER NO.: I77D. NO.: C0001
214
AP -ROUT07398N01
TE 95 NB/
BEGIN PMM 4
/SB
PROJECT 47.75
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
215
GENERAL NOTES
1. The quantity breakdown summaries contained in the plan assembly are only meant to represent a breakdown of pavement marking and pavement items. For a complete list of all pay items, refer to the Schedule of Items.
2. All lane closures shall require use of a portable changeable message signs. Portable changeable message sign quantities are based on the use of up to three (3) portable changeable message signs for the duration of the project. Should the contactor see a need to use more than the units & hours specified, a proposed plan shall be submitted to the Engineer for approval before supplying additional units.
3. Removal of Snow Plowable Markers to be included in bid price of installing Snow Plowable Raised
Pavement Markers Asphalt.
4. The use of Group 2 Channelizing Devices shall be used on transitions for lane closures. See SP512.
5. If, after pavement is planed, roughness is present due to spalling, crumbling, potholes, etc., which could contribute to future deformation once asphalt is placed, spot repairs shall be made prior to opening to traffic. The Department shall have a minimum of one hour after the contractor has notified it that the milled area has been swept to examine the work area and notify the contractor that the roughness will require spot repairs. The type of pavement repair is to be determined by the Engineer at the time of discovery. This shall be paid for as Asph. Conc. Ty.SM-12.5D Patch.
6. In an effort to avoid traffic control conflicts that may arise between this and any adjacent ongoing or
planned projects, the contactor shall provide the VDOT Engineer with lane closure schedules a minimum of two weeks prior to the planned work to begin & updated every Thursday. No lane closures that impact adjacent ongoing or planned projects will be permitted without proper notification and approval by the Engineer.
7. Cost associated with removal of grass and shoulder debris shall be included in the bid price for other items.
8. In the event paving operations extend into a second paving season, the contractor shall ensure at the
end of the first paving season that all work is complete on any location where work has commenced, including guardrail placement, asphalt curb & back-up material, patching, planning, paving all lifts in accordance with the appropriate typical sections, permanent pavement markings, rumble strips, shoulder stone wedges, etc.
9. Rideability applies to the mainline travel lanes of all routes within the contract.
10. The Contractor shall grade, seed and mulch all disturbed areas. All costs associated with grading, seeding and mulching shall be included in the bid price of other items.
11. The use of crossovers on interstate routes shall not be allowed without written permission from the
Department. If it is desired to use the crossovers, the contractor must request in writing, permission to use the crossovers and to describe the location of each crossover and under what circumstances the crossovers will be used during the life of the contract.
12. The contractor shall set-up all lane, shoulder, ramp closures, detours and provide all construction / work area protection signs and traffic control devices, to include aluminum and rollup signs, portable sign stands, post, mounting hardware, barrels, cones, arrow boards and truck mounted attenuators. Cost for signs and other traffic control devices shall be included in Lump Sum MOT. Reference Special Provision Section 512 – Maintaining Traffic.
13. All milled surfaces and all asphalt pavement in excess of 220 lbs per square yard (2”) shall be
squared up at the end of each shift. All lanes shall be squared up before week-ends or holidays.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
216
14. When paving adjacent to entrance and exit ramps, Contractors shall coordinate his paving work so as not to leave any longitudinal joints/lips to be crossed by motorists entering or exiting the Interstate following each days operations. Any joints/lips to be crossed at interface between mainline lanes and entrances or exit ramps shall be transverse (perpendicular) to the path of motorists.
15. Aggregate Material No. 21A or 21B may be utilized for low shoulder areas, as directed by the
engineer.
16. A temporary 12:1 safety wedge at the shoulder shall be applicable to areas where the milling edge exceeds 2” and spans the entire length, as directed by the engineer. The cost shall be incidental to other items.
17. The paving contractor awarded this project shall proceed forward with all planned work through the
area of the VDOT Traffic Engineering Division’s traffic count sensors (do not skip over sensors). Once the project is awarded and the paving contractor is allowed to begin construction, please coordinate with Traffic Engineering Division a minimum of 4-6 weeks prior to work. The VDOT Central Office Traffic Engineering Division, Traffic Monitoring Section, will incur all costs associated with reinstallation of in-road sensors that are damaged during paving operations. Their contractor, presently Digital Traffic Systems, Inc. will perform all necessary sensor reinstallation work after the contractor has completed milling and prior to the final course being applied. They require a minimum of 2 nights per lane to complete roadway sensor installations. The paving contractor shall take this requirement into consideration when planning their schedules. Contact VDOT Central Office, Traffic Engineering, Traffic Monitoring Section Contract Administrator, Brooke Kordas at phone 804-371-2729, via email [email protected] or Toll Free 1-877-615-4083. VDOT will then put the paving contractor and sensor repair contractor in contact with one another to discuss scheduling and lane closure timeframes.
18. Any guardrail or other roadway improvements to be completed adjacent to the VDOT traffic count sensors (in roadway sensors or non-intrusive devices) require utility markings to be completed by VDOT, Traffic Engineering Division, Traffic Monitoring Section (Toll Free 1-877-615-4083) prior to beginning planned work. We request the same time constraints as standard utility marking practices. Other VDOT offices (Roadway Lighting, Traffic Signals, & Cameras) shall also be contacted to mark underground buried lines prior to start of work.
19. In addition to contacting Miss Utility per specifications, the Contractor will be responsible for marking
VDOT underground utilities. The Department will provide the information necessary for the locate work to be accomplished (location of services, routing of cables, etc.). A one (1) week notice will be required prior to delivery of such information. A current list of contacts will be provided at the pre-construction conference. The contractor will be responsible for repairing any damage due to a failure to locate, or improperly locating, identified VDOT facilities. The cost for this work is to be included in the price bid for other items. Contractor to call Richmond Traffic Operations Center (TOC): 804/796-4520 at least 48 hours prior to the beginning of work, in order to locate ITS facilities.
20. The Contractor shall maintain positive drainage. The Contractor’s milling and paving sequence and
operations shall be planned and executed to maintain positive drainage and safe conditions during construction.
21. Protection of Items – It shall be the Contractor’s responsibility to protect all items in the roadway,
shoulders, and Right-of-Way to include, but not limited to, drop inlets, drainage structure grates, drains, electrical junction boxes, manhole covers, and any adjacent concrete items. Failure to protect such items will result in their replacement and/or a thorough cleaning to the satisfaction of the Engineer, at no additional expense to the Department.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
217
PAVEMENT MARKING GENERAL NOTES
1. 4-inch Type B, Class I shall be used on all edgelines on all interchanges ramps and loops.
2. 6-inch Type B, Class VI shall be used on all mainline markings, dotted lines used to separate through lanes from deceleration/acceleration lanes, and on all centerlines and edgelines on bridge decks or concrete surfaces within and adjacent to paving areas and including CD Road.
3. 8-inch Type B, Class VI shall be used on all Gore lines.
4. 12-inch Type B, Class I shall be used for Speed Enforcement lines.
5. All bridge decks within and adjacent to paving areas shall have all existing pavement markings
eradicated and Type B, Class VI pavement markings installed 6. Contractor shall install new markings in accordance with the revised 1 part 3 markings Figures
3B-8(VA) AND 3B-9(VA) covers standard Deceleration lane and Acceleration lane at ramps. There are other common situations covered (Lane drops, Multi-Lane exits and continuous auxiliary lanes between ramps in this section 3B revised Virginia Supplement to the 2009 MUTCD.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
233
QUANTITIES BREAKDOWN SUMMARIES
The following tables are only meant to represent a breakdown of quantities for guardrail, pavement, asphalt curbing, and temporary pavement markers. For a complete list of all pay items, please refer to
the Schedule of Items.
Item Description Pavement Quantities Breakdown
ITEMS Mainline Shoulders
Ramp& Accel/ Decel Lane
TOTALS UNIT
Asphalt Concrete Ty. SMA-12.5(76-22 or 64E) NBL
5,658 1,091 2,676 9,425 TON
Asphalt Concrete Ty. SMA-12.5(76-22 or 64E) SBL
4,309 933 1,976 7,218 TON
Asphalt Concrete Ty. SM-12.5D NBL X 1,897 3,546 5,444 TON
Asphalt Concrete Ty. SM-12.5D SBL X 2,140 719 2,859 TON
NS Asphalt Concrete Ty. SM-12.5D Patch NBL
900 100 100 1100 TON
NS Asphalt Concrete Ty. SM-12.5D Patch SBL
700 100 100 900 TON
Flexible Pavement Planing 0”-2” NBL 51,438 32,921 67,308 151,667 SY
Flexible Pavement Planing 0”-2” SBL 52,235 34,420 32,660 119,315 SY
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
234
Traffic Pavement Markings and Snow Plowable Markers Quantities Breakdown I-95 NB
I-95 North Bound MAINLINE
ITEMS DESCRIPTION COMMENT TOTALS UNIT
Type B Class VI, Pavement Line Marking - 6" Edgeline, Yellow 18,000 LF
Type B Class VI, Pavement Line Marking - 6" Edgeline, White 18,000 LF
Type B Class VI, Pavement Line Marking - 6" Skips, White 5,500 LF
Type B Class VI, Pavement Line Marking - 8" White 3,030 LF
Snow Plow. Raised Pavement Marker Asph. Conc. White / Red 526 EA
Constr. Pave. Mark. Type F, Class I, 4" Temporary Markings 44,530 LF
I-95 NB CD Road: From: I-95 NB : TO: RT. I-95 NB / 460 WEST
ITEMS DESCRIPTION COMMENT TOTALS UNIT Type B Class VI, Pavement Line Marking - 6" Edgeline, Yellow 4,700 LF
Type B Class VI, Pavement Line Marking - 6" Edgeline, White 4,700 LF
Type B Class VI, Pavement Line Marking - 6" Skips, White 1,040 LF
Type B Class VI, Pavement Line Marking - 8" White 1,550 LF
Snow Plow. Raised Pavement Marker Asph. Conc. White / Red 168 EA
I95-NB CD Road: From: I-95 NB CD Road To: RT. 460 in line Bridge
ITEMS DESCRIPTION COMMENT TOTALS UNIT
OFF RAMP A
Type B Class I Pavement Line Marking 4" Edgeline, Yellow 1,350 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 1,350 LF
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
235
Traffic Pavement Markings and Snow Plowable Markers Quantities Breakdown I-95 NB
I95-NB CD Road: From: RT. 460 in line Bridge To: RT. I-95 NB CD Road
ITEMS DESCRIPTION COMMENT TOTALS UNIT
ON RAMP B Type B Class I Pavement Line Marking 4" Edgeline, Yellow 1,925 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 1,524 LF
I95-NB CD Road: From: I-95 NB CD Road To: RT. 301
ITEMS DESCRIPTION COMMENT TOTALS UNIT
ON RAMP C
Type B Class I Pavement Line Marking 4" Edgeline, Yellow 700 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 500 LF
I95-NB CD Road: From: I-95 NB CD Road To: RT. 301
ITEMS DESCRIPTION COMMENT TOTALS UNIT
ON RAMP LOOP D
Type B Class I Pavement Line Marking 4" Edgeline, Yellow 890 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 890 LF
I95-NB CD Road: From: I-95 NB CD Road Gore To: Gore at I-85 Exit 69
ITEMS DESCRIPTION COMMENT TOTALS UNIT
Wythe/Washington Street Exit
Type B Class I Pavement Line Marking 4" Edgeline, Yellow 2,500 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 2,500 LF
Type B Class VI Pavement Line Marking 8" White Gore 90 LF
Pave. Marking Wrong Way Arrow Message Marking 1 EA
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
236
Traffic Pavement Markings and Snow Plowable Markers Quantities Breakdown I-95 SB
I-95 SOUTH BOUND MAINLINE
ITEMS DESCRIPTION COMMENT TOTALS UNIT
Rumble Strip, Asphalt 16" Cut 45,330 LF
Liquid Asphalt Coating (Rumble Strip) Seal 8,400 SY
Type B Class VI, Pavement Line Marking - 6" Edgeline, Yellow 20,350 LF
Type B Class VI, Pavement Line Marking - 6" Edgeline, White 20,350 LF
Type B Class VI, Pavement Line Marking - 6" Skips, White 22,300 LF
Type B Class VI, Pavement Line Marking - 8" White 5,000 LF
Snow Plow. Raised Pavement Marker Asph. Conc. White / Red 852 EA
Constr. Pave. Mark. Type F, Class I, 4" Temporary Markings 76,000 LF
I-95 SB CD Road: From: I-95 SB : TO: RT. 460
IN LINE BRIDGE
ITEMS DESCRIPTION COMMENT TOTALS UNIT
Type B Class VI, Pavement Line Marking - 6" Edgeline, Yellow 5,825 LF
Type B Class VI, Pavement Line Marking - 6" Edgeline, White 5,125 LF
Type B Class VI, Pavement Line Marking - 6" Skips, White 1,280 LF
Type B Class VI, Pavement Line Marking - 8" White 950 LF
Snow Plow. Raised Pavement Marker Asph. Conc. White / Red 94 EA
I95-SB CD Road: From: I-95 SB CD Road To:
301 Crater Rd. (Graham)
OFF RAMP A
ITEMS DESCRIPTION COMMENT TOTALS UNIT
Type B Class I Pavement Line Marking 4" Edgeline, Yellow 500 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 500 LF
Type B Class I Pavement Line Marking 24" 36 LF
Traffic Pavement Markings and Snow Plowable Markers Quantities Breakdown
I-95 SB
I95 SB CD Road: From: I-95 SB CD Road To: I-95 South Bound
ON RAMP D
ITEMS DESCRIPTION COMMENT TOTALS UNIT Type B Class I Pavement Line Marking 4" Edgeline, Yellow 1,400 LF
Type B Class I Pavement Line Marking 4" Edgeline, White 1,400 LF
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
237
MAINTENANCE OF TRAFFIC
The following table can be used in determining appropriate items & approximate quantities involved in the lump sum bid item Maintenance of Traffic, and are for estimating purposes
only:
UPC 107398 – RTE 95 (NB/SB) MOT Items TOTALS UNIT
Group 2 Channelizing Device 20,000 Day
Construction Sign 748 SF
Truck Mounted Attenuator 2,400 Hour
Electronic Arrow 2,400 Hour
Detour Sign 6,106 SF
Type III Barricade (4’) 4 EA
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
238
TRAFFIC MANAGEMENT PLAN INTRODUCTION
Richmond District Maintenance proposes mill & overlay I-95 N & SB. I-95 NB from 0.1 mile N of the Rives Rd overpass, MM 47.75 to 0.08 mile S of the Bridge over I-85, MM 51.54. I-95 SB from the Bridge over I-85 to 0.16 mile N of Rives Rd overpass, including CD Roads to Rtes. 460 & 301 in the City of Petersburg. All work shall be done in accordance with the Virginia Work Area Protection Manual & the Limitations of Operations. TEMPORARY TRAFFIC CONTROL PLAN General Notes
The length of the project is 3.79 miles. The following traffic control specifications from the Virginia Work Area Protection Manual will be
used: TTC-16, TTC-17, TTC-37, TTC-38, TTC-39, TTC-48, TTC-52, TTC-53, TTC-57, & TTC-58 as required.
There are no identified areas within the right of way for the contractor to store equipment & materials. The contractor must request in writing permission to use the ROW, and to describe the location of each ROW area and under what circumstances the ROW will be used during the life of the contract. No ROW usage will be permitted without proper notification and approval by the Engineer.
Special Details Justification: In order to meet uniformity of operations and capacity guidelines for establishing successful work zone time restrictions, a consistent set of allowable work hours were selected from all southbound and northbound route segment analyses discussed above. Volumes do not support work during the morning and afternoon peaks on all segments; therefore, no additional peak hour considerations were made.
TRANSPORTATION OPERATIONS PLAN
1) The process to notify the Transportation Operations Center to place lane closure information on the 511 system and VA Traffic will be: a) Contractor is to provide the VDOT project inspector &/or Construction Manager with a tentative lane closure schedule a minimum of two weeks prior to the planned work to begin & updated every Thursday. b) Construction Manager to advise the Resident Administrator of proposed lane closure. The Resident Administrator is to have VA Traffic operator enter data into VA Traffic, and also advise Transportation Operations Center.
2) The following is a list of local emergency contact agencies: Virginia State Police – (804) 553-3445 or 1-800-552-9965 or #77 Cellular Haz-Mat Center (if spill involved) - 911
3) Procedures to respond to traffic incidents that may occur in the work zone: a) Contractor to notify Virginia State Police and VDOT Inspector in charge and Transportation
Operations Center. b) Depending upon severity of incident, contractor may have to shut down work. c) Upon arrival on scene, Virginia State Police to determine response necessary to allow traveling
public around incident. d) Inspector to notify Construction Manager/Resident Administrator of incident and take pictures as
necessary, especially pictures of contractor’s work zone to verify the proper setup. 4) Process of notification of incident to be followed is: Contractor to call:
a) Transportation Operations, Shift Supervisor (804) 796-4520 or 1-866-378-7743
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
239
b) Project Maintenance of Traffic Coordinators (Inspector) To Be Determined c) Construction Project Managers: To Be Determined d) Area Construction Engineer: Ron Hobson (804) 862-6450 e) Resident Administrator: Petersburg – Crystal Smith (804) 863-4007 f) District Work Zone Safety Coordinators, Donnie Smith (804) 524-6122 g) District Public Affairs Manager, Lindsay LeGrand (804) 524-6179
5) The Virginia State Police will take control of the incident and direct its clearing and restoration to normal traffic conditions.
6) The Virginia State Police report of the incident will be reviewed by the Resident Administrator to determine if any modification of the Temporary Traffic Control Plan is necessary. If it is determined that it is necessary to alter the plan, then a meeting will be called with the contractor, VDOT project personnel, VDOT traffic safety representatives and the Virginia State Police (if necessary) to discuss modification and implementation of an improved traffic control plan.
Reivsed: January 14, 2016
ThVDM(8adEnUt Thby
Lo
he paving conDOT Traffic E
Monitoring Sec804)371-2729djacent to thengineering Ditility services
he stations iny paving oper
ocation # 1 - V
ntractor awardEngineering Dction, 1401 Ea9 or Toll Free e VDOT trafficivision, Trafficand within th
this project arations.
VDOT ID 795
CONTR
LOOded this proje
Division’s traffast Broad Stre1-877-615-40
c count sensoc Monitoring She same time
area are all no
537101
ORDERRACT ID. N
24
OP LOLOOP
ect shall procefic count senseet, Richmon083. Any guarors require utilSection (Toll Fconstraints a
on-intrusive a
R NO.: I77NO.: C0001
40
OCATSENSORS eed forward wsors. Contactnd, VA 23219,rdrail or otherlity markings Free 1-877-6s standard ut
and do not hav
07398N01
TIONSwith all plannet VDOT, Traff, Contract Adr roadway impto be comple15-4083) as wtility marking
ve in-road se
S ed work throufic Engineerinministrator Bprovements to
eted by VDOTwell as other practices.
ensors that wo
ugh the area ong Division, Trooke Kordaso be complet
T, Traffic VDOT and M
ould be impac
of the raffic s ed
Miss
cted
Reivsed: January 14, 2016
Location # 2 Location #3 –
- VDOT ID 79– VDOT ID 78
CONTR
9536901 8977101
ORDERRACT ID. N
24
R NO.: I77NO.: C0001
41
07398N01
Reivsed: January 14, 2016
Loocation # 4: VVDOT ID 7892
CONTR
27601
ORDERRACT ID. N
24
R NO.: I77NO.: C0001
42
07398N01
Reivsed: January 14, 2016
C
2
ORDCONTRACT ID
DEI‐85 N
2A
DER NO.: I77D. NO.: C0001
243
ETOURS:B to I‐95
07398N01
: 5 SB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
244
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐85 EXIT 68 LOCATION: I‐85NB TO I‐95 SB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
248
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: EXIT 50 LOCATION: I‐95 SB to SB CD & S Crater Rd
Note: Type III Barricades and barrels shall be used to close the ramps.
.
Reivsed: January 14, 2016
C
S C
ORDCONTRACT ID
Crater R
DER NO.: I77D. NO.: C0001
249
Rd SB to
07398N01
I‐95 CD
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
251
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: RT 301 SB to I‐95 SB CD LOCATION: RT 301 SB S CRATER RD TO I‐95 SB CD
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
C
S CRA
ORDCONTRACT ID
ATER RD
DER NO.: I77D. NO.: C0001
252
D NB TO
07398N01
I‐95 SB CD
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
254
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: RT 301 NB to I‐95 SB CD LOCATION: RT 301 S CRATER RD NB TO I‐95 SB CD
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
258
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO:I‐95 SB CD to I‐95 SB LOCATION:I‐95 SB CD to I‐95 SB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
260
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: EXIT 48B LOCATION: I‐95 SB TO WAGNER RD WB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
261
Wagner Rd EB Ramp to I‐95 SB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
262
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: WAGNER RD EB TO I‐95 SB LOCATION: WAGNER RD EB TO I‐95 SB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
263
Wagner Rd WB to I‐95 SB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
264
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: WAGNER RD WB TO I‐95 SB LOCATION: WAGNER RD WB TO I‐95 SB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
266
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 SB to WAGNER RD EB LOCATION: I‐95 SB to WAGNER RD EB
Note: Type III Barricades and barrels shall be used to close the ramps.
*One each additional PCMS will be placed at the previous two exits upstream of the exit being closed (I‐85 & I‐95)
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
269
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 SB to RIVES RD LOCATION: I‐95 SB to RIVES RD
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
271
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: RIVES RD to I‐95 NB LOCATION: RIVES RD to I‐95 NB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
273
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB to WAGNER RD EB LOCATION: I‐95 NB to WAGNER RD EB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
274
WAGNER RD. WB TO I‐95 NB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
275
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: WAGNER RD WB to I‐95 NB LOCATION: WAGNER RD WB to I‐95 NB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
C
WA
ORDCONTRACT ID
GNER R
DER NO.: I77D. NO.: C0001
276
D. EB TO
07398N01
O I‐95 NB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
277
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: WAGNER RD EB to I‐95 NB LOCATION: WAGNER RD EB to I‐95 NB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
278
I‐95 NB TO WAGNER RD WB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
280
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB to WAGNER RD WB LOCATION: I‐95 NB to WAGNER RD WB
Note: Type III Barricades and barrels shall be used to close the ramps.
Reivsed: January 14, 2016
I‐9
C
95 NB TO
ORDCONTRACT ID
O WYTH
DER NO.: I77D. NO.: C0001
281
ST., WA
07398N01
ASHINGTTON ST.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
284
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB TO WYTHE ST., WASHINGTON ST. LOCATION: I‐95 NB TO WYTHE ST., WASHINGTON ST.
Note: Type III Barricades and barrels shall be used to close the ramps
Reivsed: January 14, 2016
CORD
CONTRACT ID
I‐95 NB
DER NO.: I77D. NO.: C0001
285
B TO I‐8
07398N01
5 SB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
288
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB TO I‐85 SB LOCATION: I‐95 NB TO I‐85 SB
Note: Type III Barricades and barrels shall be used to close the ramps
Reivsed: January 14, 2016
S. C
C
CRATER
ORDCONTRACT ID
RD. (RO
DER NO.: I77D. NO.: C0001
289
OUTE 301
07398N01
1) SB TOO I‐95 NBB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
290
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: S. CRATER RD. SB TO I‐95 NB LOCATION: S. CRATER RD. SB TO I‐95 NB
Note: Type III Barricades and barrels shall be used to close the ramps
Reivsed: January 14, 2016
I‐95
C
5 NB TO
ORDCONTRACT ID
S. CRAT
DER NO.: I77D. NO.: C0001
291
TER RD.
07398N01
(ROUTEE 301) SBB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
294
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB TO S. CRATER RD. SB LOCATION: I‐95 NB TO S. CRATER RD. SB
Note: Type III Barricades and barrels shall be used to close the ramps
1
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
295
I‐95 NB TO S CRATER RD. (ROUTE 301) NB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
298
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB TO S. CRATER RD. NB LOCATION: I‐95 NB TO S. CRATER RD. NB
Note: Type III Barricades and barrels shall be used to close the ramps
Reivsed: January 14, 2016
WIN
C
NFIELD R
ORDCONTRACT ID
RD. (ROU
DER NO.: I77D. NO.: C0001
299
UTE 460
07398N01
0) WB TOO I‐95 NB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
302
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: RT 460 BUS. WB TO I‐95 NB LOCATION: WINFIELD RD. WB TO I‐95 NB
Note: Type III Barricades and barrels shall be used to close the ramps
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
303
I‐95 NB TO EXIT 50A (ROUTE 460) EB
2A
2
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
304
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB EXIT 50A LOCATION: I‐95 NB TO WINFIELD RD. EB
Note: Type III Barricades and barrels shall be used to close the ramps
2A/3A
2/
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
305
I‐95 NB To Crater Rd and Route 460 EB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
309
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: I‐95 NB LOCATION: EXITs 50 A, B, C & D
SIGN # TYPE SIGN TEXT OR MESSAGE QTY. SIZE SQ.FT.
1 M4-8a END DETOUR 1 18 in X 18 in 2
2 M4-9L DETOUR HORIZONTAL ARROW LEFT 6 60 in X 48 in 120
2A M4-V4L DETOUR ADVANCE ARROW LEFT 2 60 in X 48 in 40
3 M4-9R DETOUR HORIZONTAL ARROW RIGHT 5 60 in X 48 in 100
3A M4-V4R DETOUR ADVANCE ARROW RIGHT 2 60 in X 48 in 40
4 M4-V1 DETOUR -UP ARROW 5 60 in X 48 in 100
5 R11-V1 RAMP CLOSED 2 48 in X 30 in 20
6 W20-2 DETOUR AHEAD 2 48 in X 48 in 32
7 W20-V12 RAMP CLOSED AHEAD 2 48 in X 48 in 32
9 U PCMS - DETOUR MESSAGE 300 hours 2
Screen 1 Screen 2 EXIT 50 CLOSED A B C D FOLLOW
RAMPS DETOUR
TOTAL 486
Note: Type III Barricades and barrels shall be used to close the ramps. #* Denotes for dual indication
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
310
I‐95 NB To Wagner Rd WB
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
311
DETOUR SIGN INDEX, ESTIMATED QUANTITY FOR BID PURPOSE ONLY RAMP NO: EXIT 48 A LOCATION: I‐95 NB To Wagner Rd WB
Note: Type III Barricades and Group II barrels shall be used to close the ramps.
#* Denotes for dual indication
4 80
346
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
312
SECTION 108.06(b) LIQUIDATED DAMAGES of the Specifications is replaced with the following: All work for this Contract shall be completed and accepted on or before the fixed completion date determined in accordance with the Special Provision for Dual Date Contract Projects, SP100DD0. If the Contractor does not complete the work by the fixed completion date, liquidated damages, representing the estimated additional cost of administration, engineering, supervision, inspection and other expenses will be assessed in the amount of $3,000.00 for each calendar day beyond the fixed completion date, including Sundays and Holidays, that the project is not completed. Incentive: If the Contractor completes all work and the project is accepted prior to the fixed completion date determined in accordance with the Special Provision for Dual Date Contract Projects, the Contractor will be paid an amount of $3,000.00 as an incentive for each calendar day of unused time prior to the fixed completion date, including Sundays and Holidays. The amount paid as an incentive will not exceed $60,000.00. Time extensions will not be considered when computing the incentive. 11-24-15 (SPCN) SECTION 315.05 (c) PLACING AND FINISHING in the Supplemental Specification for Asphalt Concrete Placement is amended as follows: The second and third paragraphs are replaced with the following:
The edge of the pavement shall be marked by means of a continuous line placed and maintained a sufficient distance ahead of the paving operation to provide proper control of the pavement width and horizontal alignment. The Contractor’s equipment and placement operations shall properly control the pavement width and horizontal alignment. The Contractor shall use an asphalt paver sized to distribute asphalt concrete over the widest pavement width practicable. Wherever practicable and when the capacity of sustained production and delivery is such that more than one paver can be successfully and continuously operated, pavers shall be used in echelon to place the wearing course in adjacent lanes. Crossovers, as well as areas containing manholes or other obstacles that prohibit the practical use of mechanical spreading and finishing equipment may be constructed using hand tools. However, the Contractor shall exercise care to obtain the required thickness, jointing, compaction, and surface smoothness in such areas. 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 no more than 6 inches from the lane lines if the roadway is more than two lanes wide. 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.
12-3-15 (SPCN)
PLANING OR MILLING PAVEMENT –Traffic shall not be permitted on milled surfaces. The depth of the milling operation could potentially expose material that would not be suitable for traffic. 12-9-13 (SPCN)
Revised: December 4, 2015
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
313
SFV02AF-0609 October 22, 2008
PREDETERMINED MINIMUM WAGE RATES (VOLUME 1) Below are the predetermined minimum wage rates that are required for this contract by the U.S. DEPARTMENT OF LABOR in the letter made a portion of the special provision for PREDETERMINED MINIMUM WAGE RATES LETTER (VOLUME 2). The special provision for PREDETERMINED MINIMUM WAGE RATES LETTER (VOLUME 2) is in the accompanying contract document assembly titled “Separate-Cover Contract Documents” and is a binding part of the Contract and carries the same status in the Contract as that stated in Section 105.12 of the Specifications.
==================================================================================================== General Decision Number: VA160131 01/08/2016 VA131 Superseded General Decision Number: VA20150131 State: Virginia Construction Type: Highway Counties: Charles*, Chesterfield, Colonial Heights*, Dinwiddie, Goochland, Hanover, Henrico, Hopewell*, New Kent, Petersburg*, Powhatan, Prince George and Richmond* Counties in Virginia. *INDEPENDENT CITIES HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUVA2013-006 09/20/2013 Rates Fringes ASBESTOS WORKER..................$ 18.30 CARPENTER (STRUCTURE)............$ 20.00 CEMENT MASON/CONCRETE FINISHER...$ 16.03 ELECTRICIAN......................$ 26.00
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
314
FORM SETTER......................$ 14.24 IRONWORKER, REINFORCING..........$ 29.80 IRONWORKER, STRUCTURAL...........$ 20.80 LABORER Asphalt Raker...............$ 18.13 Blaster.....................$ 16.56 Construction Worker I (Skilled Laborer)...........$ 17.38 Construction Worker II (Laborer)...................$ 13.01 Deckhand....................$ 11.88 Fence Erector...............$ 13.20 Flagger.....................$ 11.19 Grade Checker...............$ 7.50 Guardrail Erector...........$ 17.82 Landscape Worker............$ 14.48 Pipe Layer..................$ 14.82 Power Tool Operator.........$ 14.08 Sign Erector................$ 16.10 MASON (STRUCTURE)................$ 13.00 PAINTER..........................$ 14.00 PLUMBER..........................$ 17.10 POWER EQUIPMENT OPERATOR: Air Compressor Operator.....$ 11.50 Asphalt Distributor.........$ 17.70 Asphalt Paver...............$ 18.49 Backhoe.....................$ 17.07 Boom/Auger..................$ 12.95 Bulldozer (Utility).........$ 10.68 Bulldozer...................$ 17.55 Concrete Finish Machine Operator....................$ 11.25 Concrete Finish Machine Screed Operator (Bridge)....$ 19.73 Concrete Paving Machine.....$ 22.70 Concrete Pump Operator......$ 25.00 Concrete Saw Operator.......$ 25.00 Crane, Derrick, Dragline (1 cm & under)..............$ 22.00 Crane, Derrick, Dragline (over 1 cm).................$ 23.72 Drill Operator..............$ 18.83 Excavator (Gradall).........$ 19.62 Front End Loader............$ 15.40 Hydro Seeder................$ 14.19 Log Skidder Operator........$ 11.50 Mechanic....................$ 19.97 Mobile Mixer Operator.......$ 15.00 Motor Grader (Fine Grade)...$ 20.50
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
315
Motor Grader (Rough Grade)..$ 16.21 Oiler, Greaser..............$ 9.00 Pavement Marking Operator...$ 23.41 Pavement Marking Truck Operator....................$ 18.70 Pavement Planing Groundman..$ 16.61 Pavement Planing Operator...$ 18.81 Pile Driver Leadsman........$ 23.41 Pile Driver Operator........$ 23.41 Pipe Boring/Jacking Machine.$ 22.00 Plant Operator..............$ 17.10 Roller (Finish).............$ 18.57 Roller (Rough)..............$ 14.44 Scraper Pan.................$ 13.88 Shot Blast Machine Operator.$ 17.50 Shovel Operator.............$ 17.50 Slip-Form Paver Operator....$ 16.25 Slurry Seal Paver Machine Operator....................$ 12.90 Slurry Seal Paver Truck Operator....................$ 18.00 Stabilizer Operator.........$ 14.25 Stone-Spreader..............$ 18.00 Subgrade Machine Operator...$ 11.30 Tractor Operator (Utility)..$ 12.06 Tractor, Crawlers...........$ 12.46 Trenching Machine Operator..$ 18.25 Vacuum Machine Operator.....$ 18.96 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 34.61 TRUCK DRIVER Fuel & Lubricant Service Truck Driver................$ 14.95 Transit Mix Truck Driver....$ 18.00 Truck Driver (Single, Tandem, Multi-Rear Axle)....$ 16.13 Truck Driver, Heavy Duty (7 c.y & under).............$ 14.37 Truck Driver, Heavy Duty (over 7 c.y.)...............$ 17.41 WELDER...........................$ 13.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ----------------------------------------------------------------
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
316
The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
317
Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- END OF GENERAL DECISION.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
318
S109G08-0116 VIRGINIA DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISION FOR ASPHALT MATERIAL PRICE ADJUSTMENT
January 5, 2016
All asphalt material contained in the attached master listing of eligible bid items and designated by pay items in the contract will be price adjusted in accordance with the provisions as set forth herein. Other items will not be adjusted, except as otherwise specified in the contract. If new pay items which contain asphalt material are established by Work Order, they will not be subject to Price Adjustment unless specifically designated in the Work Order to be subject to Price Adjustment. Each month, the Department will publish an average state-wide PG 64S-22 f.o.b. price per ton and an average PG 64E-22 f.o.b. price per ton developed from the average terminal prices provided to the Department from suppliers of asphalt cement to contractors doing work in Virginia. The Department will collect terminal prices from approximately 12 terminals each month. These prices will be received once each month from suppliers on or about the last weekday of the month. The high and low prices will be eliminated and the remaining values averaged to establish the average statewide price for the following month. The monthly state-wide average price will be posted on the Construction Division website on or about the first weekday of the following month. In the event the average prices were to change by 10 percent or more of the Base Index during the middle of the month the Contractor can submit a letter to the Department and supplier that provides evidence of the difference in price. Upon receipt of the letter consideration will be given to extend additional adjustments as deemed necessary. This monthly statewide average price will be the Base Index for all contracts on which bids are received during the calendar month of its posting and will be the Current Index for all asphalt placed during the calendar month of its posting. In the event an index changes radically from the apparent trend, as determined by the Engineer, the Department may establish an index which it determines to best reflect the trend. The amount of adjustment applied will be based on the difference between the contract Base Index and the Current Index for the applicable calendar month during which the work is performed. The quantity of asphalt cement for asphalt concrete pavement to which adjustment will be applied will be the quantity based on the percent of asphalt cement shown on the appropriate approved job mix formula. Adjustment of any asphalt material other than PG 64S-22 and PG 64E-22 will be based on the indexes for PG 64S-22. The quantity of asphalt emulsion for surface treatments to which adjustment will be applied will be the quantity based on 65 percent residual asphalt. Price adjustment will be shown as a separate entry on the monthly progress estimate; however, such adjustment will not be included in the total cost of the work for progress determination or for extension of contract time. Any apparent attempt to unbalance bids in favor of items subject to price adjustment or failure to submit required cost and price data as noted hereinbefore may result in rejection of the bid proposal.
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
319
VIRGINIA DEPARTMENT OF TRANSPORTATION MASTER LISTING OF
ASPHALT MATERIAL ITEMS ELIGIBLE FOR PRICE ADJUSTMENT
ITEM DESCRIPTION UNITS SPECIFICATION
10062 Asphalt-Stab. Open-Graded Material Ton 313 10416 Liquid Asphalt Gal 311 312 10420 Blotted Seal Coat Ty. B SY ATTD 10422 Blotted Seal Coat Ty. C SY ATTD 10423 Blotted Seal Coat Ty. C-1 SY ATTD 10424 Blotted Seal Coat Ty. D SY ATTD 10598 Ns Asphalt Concrete Ton 315 10603 Asphalt Concrete Ty. SM-19.0A Ton 315 10604 Asphalt Concrete Ty. SM-19.0D Ton 315 10605 Asphalt Concrete Ty. SM-19.0E (76-22 or 64E) Ton 315 10606 Asphalt Concrete Ty. SM-9.5 Ton 315 10607 Asphalt Concrete Ty. SM-12.5A Ton 315 10608 Asphalt Concrete Ty. SM-12.5D Ton 315 10609 Asphalt Concrete Ty. SM-12.5E (64E-22) Ton 315 10610 Asphalt Concrete Ty. IM-19.0A Ton 315 10611 Asphalt Concrete Ty. IM-19.0D Ton 315 10612 Asphalt Conc. Base Cr. Ty. BM-25.0 Ton 315 10613 Asphalt Concrete Ty. BM-37.5 Ton 315 10614 Asphalt Concrete Ty. IM-19.0E (76-22 or 64E) Ton 315 10635 Asphalt Concrete Ty. SM-9.5A Ton 315 10636 Asphalt Concrete Ty. SM-9.5D Ton 315 10637 Asphalt Concrete Ty. SM-9.5E (64E-22) Ton 315 10639 Asphalt Concrete Ty. SM-19.0 Ton 315 10642 Asphalt Concrete Ty. BM-25.0A Ton 315 10643 Asphalt Concrete Ty. BM-25.0D Ton 315 10650 Stone Matrix Asphalt SMA-9.5(64H-22) Ton 317 10651 Stone Matrix Asphalt SMA-9.5(64E-22) Ton 317 10652 Stone Matrix Asphalt SMA-12.5(64H-22) Ton 317 10653 Stone Matrix Asphalt SMA-12.5(64E-22) Ton 317 10654 Stone Matrix Asphalt SMA-19.0(64H-22) Ton 317 10655 Stone Matrix Asphalt SMA-19.0(64E-22) Ton 317 10701 Liquid Asphalt Coating SY ATTD 12505 Asphalt Concrete Curb Backup Material Ton 315 13240 Asphalt Concrete Sidewalk Ton 504 16110 Emul. Asph. Slurry Seal Type A SY ATTD 16120 Emul. Asph. Slurry Seal Type B SY ATTD 16130 Emul. Asph. Slurry Seal Type C SY ATTD 16144 Latex Mod. Emul. Treat. Type B Ton ATTD 16145 Latex Mod. Emul. Treat. Type C Ton ATTD 16146 Latex Mod. Emul. Treat. Rutfilling Ton ATTD 16161 Modified Single Seal SY ATTD
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
320
ITEM DESCRIPTION UNITS SPECIFICATION
16162 Modified Double Seal SY ATTD 16249 Nontracking Tack Coat Gal. ATTD 16250 Liquid Asphalt Matl. CMS-2 (Mod) Gal ATTD 16251 Liquid Asphalt Matl. CMS-2 Gal ATTD 16252 Liquid Asphalt Matl. CRS-2 Gal ATTD 16253 Liquid Asphalt Matl. CRS-2H Gal. ATTD. 16254 Liquid Asphalt Matl. RC-250 Gal ATTD 16256 Liquid Asphalt Matl. RC-800 Gal ATTD 16257 Ns Liquid Asphalt Matl. Gal ATTD 16260 Liquid Asphalt Matl. CRS-2L Gal ATTD 16325 NS Asphalt Concrete Ton N/A 16330 Asphalt Concrete Ty. SM-9.0A Ton 315 16335 Asphalt Concrete Ty. SM-9.5A Ton 315 16337 Asph. Conc. Ty. SM-9.5ASL (Spot Level) Ton 315 16340 Asphalt Concrete Ty. SM-9.5D Ton 315 16342 Asph. Conc. Ty. SM-9.5DSL (Spot Level) Ton 315 16345 Asphalt Concrete Ty. SM-9.5E (64E-22) Ton 315 16350 Asphalt Concrete Ty. SM-12.5A Ton 315 16352 Asph. Con. Ty. SM-12.5ASL (Spot Level) Ton 315 16355 Asphalt Concrete Ty. SM-12.5D Ton 315 16357 Asph. Con. Ty. SM-12.5DSL (Spot Level) Ton 315 16360 Asphalt Concrete Ty. SM-12.5E (64E-22) Ton 315 16362 Asphalt Concrete Ty. SM-19.0A Ton 315 16363 Asphalt Concrete Ty. SM-19.0D Ton 315 16364 Asphalt Concrete Ty. SM-19.0E (76-22 or 64E) Ton 315 16365 Asphalt Concrete Ty. IM-19.0A Ton 315 16370 Asphalt Concrete Ty. IM-19.0D Ton 315 16371 Asphalt Concrete Ty. IM-19.0E (76-22 or 64E) Ton 315 16373 Asphalt Concrete Ty. IM-19.0A (T) Ton 315 16374 Asphalt Concrete Ty. IM-19.0D (T) Ton 315 16377 Asphalt Concrete Ty. BM-37.5 Ton 315 16379 Asphalt Concrete Ty. IM-19.0T Ton 315 16390 Asphalt Concrete Ty. BM-25.0A Ton 315 16392 Asphalt Concrete Ty. BM-25.0D Ton 315 16395 Asphalt Concrete Ty. BM-25.0A (T) Ton 315 16397 Asphalt Concrete Ty. BM-25.0D (T) Ton 315 16400 Stone Matrix Asphalt SMA-9.5(64H-22) Ton ATTD 16401 Stone Matrix Asphalt SMA-9.5(64E-22) Ton ATTD 16402 Stone Matrix Asphalt SMA-12.5(64H-22) Ton ATTD 16403 Stone Matrix Asphalt SMA-12.5(64E-22) Ton ATTD 16404 Stone Matrix Asphalt SMA-19.0(64H-22) Ton ATTD 16405 Stone Matrix Asphalt SMA-19.0(64E-22) Ton ATTD 16490 Hot Mix Asphalt Treatment Ton ATTD 16500 Surf.Preparation & Restoration Type I Ton ATTD
Reivsed: January 14, 2016
ORDER NO.: I77 CONTRACT ID. NO.: C000107398N01
321
ITEM DESCRIPTION UNITS SPECIFICATION
16502 Surf.Preparation & Restoration Type II Ton ATTD 16504 Surf.Preparation & Restoration Type III Ton ATTD 67201 NS Asphalt Concrete Overlay Ton 315 67210 NS Asphalt Concrete Ton 315 68240 NS Asphalt Concrete Ton 315
Reivsed: January 14, 2016