DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET
RICHMOND, VIRGINIA 23219-2000 Charles A. Kilpatrick, P.E. Commissioner April 21, 2017 Order No.: L73 Project: (NFO) 0064-122-345, C501 FHWA: NHFP-064-3(505) District: Hampton Roads Route: I-64 City: Norfolk Bids Received: Wednesday, April 26, 2017
To Holders of Bid Proposals: Please make the following changes in your copy of the bid proposal for the captioned project: BID PROPOSAL Please make the following changes in your copy of the bid proposal for the captioned project: Substitute the Schedule of Items as the quanties for Line No. 0870, Line No. 0880 and Line No. 1660 have been revised. Line No. 1045 has been added. Subsitute pages 197 thru 199 as the Nationwide Permit has been revised. Don E. Silies Director of Contracts Construction Division NG Enclosure
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 2
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0010 00100
MOBILIZATION LUMP SUM _________._____LUMP SUM
513
0020 00111
CLEARING AND GRUBBING ACRE
2.500
_________._____ _________._____
301
0030 00120
REGULAR EXCAVATION CY
8,853.000
_________._____ _________._____
303
0040 00150
EMBANKMENT CY
268.000
_________._____ _________._____
303
0050 00151
EMBANKMENT LIGHTWEIGHT FOAMEDCONCRETE FILL
CY
1,830.000
_________._____ _________._____
ATTD
0060 00522
CONCRETE CLASS A4 BOXCULVERT
CY
33.000
_________._____ _________._____
302
0070 00540
REINF. STEEL LB
3,178.000
_________._____ _________._____
302 406
0080 00588
UNDERDRAIN UD-4 LF
1,427.000
_________._____ _________._____
501
0090 00591
CROSSDRAIN CD-2 LF
75.000
_________._____ _________._____
501
0100 00595
OUTLET PIPE LF
169.000
_________._____ _________._____
501
0110 00596
ENDWALL EW-12 EA
3.000
_________._____ _________._____
302
0120 01152
15" CONC. PIPE LF
426.000
_________._____ _________._____
302
0130 01242
24" CONC. PIPE LF
216.000
_________._____ _________._____
302
0140 02142
23" X 14" ELLIPTICAL CONC.PIPE
LF
166.000
_________._____ _________._____
302
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 3
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0150 06241
24" END SECTION ES-1 EA
2.000
_________._____ _________._____
302
0160 06740
DROP INLET DI-1 EA
2.000
_________._____ _________._____
302
0170 06818
DROP INLET DI-3B,L=6' EA
1.000
_________._____ _________._____
302
0180 06820
DROP INLET DI-3B,L=10' EA
1.000
_________._____ _________._____
302
0190 07506
DROP INLET DI-5 EA
3.000
_________._____ _________._____
302
0200 09056
MANHOLE MH-1 OR 2 LF
19.000
_________._____ _________._____
302
0210 09057
FRAME & COVER MH-1 EA
4.000
_________._____ _________._____
302
0220 10100
AGGR. MATL. NO. 21B TON
3,230.000
_________._____ _________._____
308 309
0230 10609
ASPHALT CONCRETE TY.SM-12.5E (76-22 OR 64E)
TON
1,384.000
_________._____ _________._____
315
0240 10614
ASPHALT CONCRETE TY.IM-19.0E (76-22 OR 64E)
TON
1,159.000
_________._____ _________._____
315
0250 10643
ASPHALT CONC. BASECOURSE TY. BM-25.0D
TON
5,307.000
_________._____ _________._____
315
0260 12020
STD. CURB CG-2 LF
186.000
_________._____ _________._____
502
0270 12022
RADIAL CURB CG-2 LF
47.000
_________._____ _________._____
502
0280 12600
STD. COMB. CURB & GUTTERCG-6
LF
415.000
_________._____ _________._____
502
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 4
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0290 12610
RADIAL COMB. CURB &GUTTER CG-6
LF
123.000
_________._____ _________._____
502
0300 13315
GUARDRAIL TERMINAL GR-11 EA
2.000
_________._____ _________._____
505
0310 13320
GUARDRAIL GR-2 LF
551.000
_________._____ _________._____
505
0320 13510
DIRECTIONAL ISLAND CURBSI-3
LF
228.000
_________._____ _________._____
502
0330 13603
IMPACT ATTEN. TY. 1 (TL-3,LOW MAINTENANCE)
EA
1.000
_________._____ _________._____
PLAN
0340 13604
IMPACT ATTEN. SER. TY. 1(TL-3>45 MPH)
EA
2.000
_________._____ _________._____
512
0350 14260
CRUSHER RUN AGGREGATENO. 25 OR 26
TON
53.000
_________._____ _________._____
ATTD
0360 16522
FLEXIBLE PAVEMENTPLANING 0" - 2"
SY
1,498.000
_________._____ _________._____
515
0370 24100
ALLAYING DUST HR
40.000
_________._____ _________._____
511
0380 24152
TYPE 3 BARRICADE 8' EA
3.000
_________._____ _________._____
512
0390 24160
TEMPORARY(CONSTRUCTION) SIGN
SF
820.000
_________._____ _________._____
512
0400 24272
TRUCK MOUNTEDATTENUATOR
HR
2,400.000
_________._____ _________._____
512
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 5
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0410 24278
GROUP 2 CHANNELIZINGDEVICES
DAY
36,000.000
_________._____ _________._____
512
0420 24279
PORTABLE CHANGEABLEMESSAGE SIGN
HR
26,000.000
_________._____ _________._____
512
0430 24281
ELECTRONIC ARROW BOARD HR
500.000
_________._____ _________._____
512
0440 24290
TRAFFIC BARRIER SERVICECONC. MB-7D PC
LF
850.000
_________._____ _________._____
512
0450 24400
OBSCURING ROADWAY UNIT
36.400
_________._____ _________._____
508
0460 24410
DEMOLITION OF PAVEMENT SY
1,564.000
_________._____ _________._____
508
0470 24420
DEMOLITION OF PAVEMENT(RIGID)
SY
4,359.000
_________._____ _________._____
508
0480 24430
DEMOLITION OF PAVEMENT(FLEXIBLE)
SY
2,014.000
_________._____ _________._____
508
0490 24505
RELOCATE EXIST. LIGHTPOLE
EA
2.000
_________._____ _________._____
510
0500 24600
REMOVE EXISTINGGUARDRAIL
LF
676.000
_________._____ _________._____
505
0510 25505
FIELD OFFICE TY.I MO
10.000
_________._____ _________._____
514
0520 25565
PROGRESS SCHEDULEBASELINE
LUMP SUM _________._____LUMP SUM
ATTD
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 6
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0530 25567
PROGRESS SCHEDULEUPDATES
EA
9.000
_________._____ _________._____
ATTD
0540 26117
DRY RIPRAP CL. AI TON
570.000
_________._____ _________._____
414
0550 27102
REGULAR SEED LB
425.000
_________._____ _________._____
603
0560 27120
SEDIMENT RETENTION ROLL18" MIN
LF
155.000
_________._____ _________._____
603
0570 27319
ROLLED EROSION CTRLPRODUCT EC-2 TYPE 2
SY
230.000
_________._____ _________._____
606
0580 27327
ROLLED EROSION CTRLPRODUCT EC-3 TYPE 3
SY
44.000
_________._____ _________._____
606
0590 27415
CHECK DAM(ROCK) TY. II EA
2.000
_________._____ _________._____
303
0600 27422
DEWATERING BASIN EC-8 EA
2.000
_________._____ _________._____
303
0610 27430
SILTATION CONTROLEXCAVATION
CY
1,570.000
_________._____ _________._____
303
0620 27451
INLET PROTECTION TYPE A EA
5.000
_________._____ _________._____
303
0630 27461
INLET PROTECTION TYPE B EA
2.000
_________._____ _________._____
303
0640 27500
GEOTEXTILE FABRIC SY
569.000
_________._____ _________._____
303
0650 27504
TEMP. SILT FENCE TYPE B LF
549.000
_________._____ _________._____
303
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 7
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0660 27505
TEMP. SILT FENCE TYPE A LF
7,511.000
_________._____ _________._____
303
0670 27526
TURBIDITY CURTAIN,IMPERVIOUS
LF
100.000
_________._____ _________._____
303
0680 27545
STORM WATERMANAGEMENT BASINEXCAVATION
CY
2,607.000
_________._____ _________._____
303
0690 28810
MULCHING CY
5.000
_________._____ _________._____
605
0700 38900
PLANT OR TREE BLACKWILLOW (2.5")
EA
11.000
_________._____ _________._____
605
0710 38900
PLANT OR TREE RED MAPLE(2.5")
EA
6.000
_________._____ _________._____
605
0720 38900
PLANT OR TREESERVICEBERRY (2.5")
EA
10.000
_________._____ _________._____
605
0730 38900
PLANT OR TREE SWAMPTUPELO (2.5")
EA
3.000
_________._____ _________._____
605
0740 38900
PLANT OR TREE WATER OAK(2.5")
EA
3.000
_________._____ _________._____
605
0750 38900
PLANT OR TREE WILLOWOAK (2.5")
EA
10.000
_________._____ _________._____
605
0760 39002
SHRUB BLACK CHOKEBERRY EA
41.000
_________._____ _________._____
605
0770 39002
SHRUB ELDERBERRY EA
52.000
_________._____ _________._____
605
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 8
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0780 39002
SHRUB INKBERRY EA
46.000
_________._____ _________._____
605
0790 39002
SHRUB POSSUMHAW EA
37.000
_________._____ _________._____
605
0800 39002
SHRUB SPICEBUSH EA
33.000
_________._____ _________._____
605
0810 39002
SHRUB VIRGINIA SWEETSPIRE
EA
35.000
_________._____ _________._____
605
0820 39004
SEED MIXTURECONSTRUCTED WETLAND
LB
22.000
_________._____ _________._____
605
0830 49013
UTILITIES UTILITIES LUMP SUM _________._____LUMP SUM
ATTD
0840 50108
SIGN PANEL SF
1,665.750
_________._____ _________._____
701
0850 50404
VA SIGN POST, W4 x 13 LF
13.750
_________._____ _________._____
700
0860 50406
VA SIGN POST, W6 x 12 LF
31.500
_________._____ _________._____
700
0870 50432
SIGN POST STP-1, 2 3/16", 10GAUGE
LF
66.000
_________._____ _________._____
700
0880 50434
SIGN POST STP-1, 2 1/2", 10GAUGE
LF
204.000
_________._____ _________._____
700
0890 50436
SIGN POST STP-1, 2 1/2", 12GAUGE
LF
123.000
_________._____ _________._____
700
0900 50485
CONCRETE FOUNDATIONSTP-1, TYPE A
EA
12.000
_________._____ _________._____
700
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 9
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
0910 50486
CONCRETE FOUNDATIONSTP-1, TYPE B
EA
19.000
_________._____ _________._____
700
0920 50502
CONC. FOUND., SSP-V A 1'9"DIA. X 4'6" DEPTH
EA
1.000
_________._____ _________._____
700
0930 50503
CONC. FOUND., SSP-V A 2'6"DIA. X 6' DEPTH
EA
2.000
_________._____ _________._____
700
0940 50575
CONC. FOUND. O/H SIGNSTRUCTURE
CY
93.000
_________._____ _________._____
700
0950 50600
REMOVE TY.I SIGNS EA
18.000
_________._____ _________._____
ATTD
0960 50623
REPLACE WITH SIGN TY.SP-4 ON O/H STR.
EA
2.000
_________._____ _________._____
ATTD
0970 50696
REMOVE, SALVAGE O/H STR.& LGTS. TY. DC-1
EA
1.000
_________._____ _________._____
ATTD
0980 50759
RELOC. EXIST. SIGN PANELTY. SP-1
EA
3.000
_________._____ _________._____
ATTD
0990 50762
RELOC. EXIST. SIGN PANELTY. SP-3
EA
2.000
_________._____ _________._____
ATTD
1000 50883
REMOVE, DISPOSE SIGNTY.SP-3 FROM O/H STR.
EA
3.000
_________._____ _________._____
ATTD
1010 50902
TRAFFIC SIGN MODIFY OHSIGN PANEL
EA
3.000
_________._____ _________._____
700
1020 50902
TRAFFIC SIGN TYPE DP-2O/H SIGN STRUCTURE 95'
EA
1.000
_________._____ _________._____
700
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 10
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
1030 51030
LOCAL CONTROLLER, TY. A EA
2.000
_________._____ _________._____
703
1040 51170
ELECTRICAL SERVICE SE-5 EA
2.000
_________._____ _________._____
700
1045 51238
CONCRETE FOUNDATIONSIGNAL POLE PF-8
CY
16.000
_________._____ _________._____
700
1050 51184
TRAFFIC SIGNAL HEADSECTION 12" LED
EA
63.000
_________._____ _________._____
703
1060 51247
CONCRETE FOUNDATIONCF-3
EA
2.000
_________._____ _________._____
700
1070 51426
MAST ARM 78' EA
1.000
_________._____ _________._____
700
1080 51476
SIGNAL POLE MP-3, TYPE B1 EA
2.000
_________._____ _________._____
700
1090 51479
SIGNAL POLE MP-3, TYPE D EA
2.000
_________._____ _________._____
700
1100 51487
MAST ARM 49' EA
2.000
_________._____ _________._____
700
1110 51490
MAST ARM 70' EA
3.000
_________._____ _________._____
700
1120 51523
EVP DETECTION SYSTEM3-WAY
EA
2.000
_________._____ _________._____
703
1130 51525
EVP DETECTOR CABLE LF
1,520.000
_________._____ _________._____
703
1140 51603
14/5 CONDUCTOR CABLE LF
5,355.000
_________._____ _________._____
700
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 11
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
1150 51830
HANGER ASSEMBLY SM-3,ONE WAY
EA
21.000
_________._____ _________._____
703
1160 51840
HANGER ASSEMBLY SMD-2 EA
12.000
_________._____ _________._____
703
1170 51911
SAW CUT VARIABLE DEPTH LF
2,453.000
_________._____ _________._____
703
1180 51933
REMOVE EXISTING POLE EA
4.000
_________._____ _________._____
703
1190 51934
REMOVE EXISTINGFOUNDATION
EA
6.000
_________._____ _________._____
703
1200 51935
REMOVE EXISTING SIGNALHEAD
EA
8.000
_________._____ _________._____
703
1210 51936
REMOVE EXISTINGCONTROLLER
EA
1.000
_________._____ _________._____
703
1220 51937
REMOVE EXISTINGMANHOLE/JUNCTION BOX
EA
1.000
_________._____ _________._____
703
1230 51994
UNINTERRUPTIBLE POWERSUPPLY TYPE 2
EA
2.000
_________._____ _________._____
703
1240 51995
UNINTERRUPTIBLE POWERSUPPLY BATTERY PACK
EA
8.000
_________._____ _________._____
703
1250 51996
UNINTERRUPTIBLE POWERSUPPLY CABINET ATTACHED
EA
2.000
_________._____ _________._____
703
1260 52001
TRAFFIC SIGNALIZATIONFURNISH & INSTALLCOMMUNICATIONS CABLE
LF
3,820.000
_________._____ _________._____
700
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 12
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
1270 52001
TRAFFIC SIGNALIZATIONFURNISH & INSTALLTHERMAL DETECTION CABLE
LF
3,235.000
_________._____ _________._____
700
1280 52002
TRAFFIC SIGNALIZATIONFURNISH & INSTALL FIBEROPTIC INTERCONNECTENCLOSURE
EA
2.000
_________._____ _________._____
700
1290 52002
TRAFFIC SIGNALIZATIONFURNISH & INSTALL VEHICLEDETECTION EQUIPMENT
EA
2.000
_________._____ _________._____
700
1300 52002
TRAFFIC SIGNALIZATIONFURNISH AND INSTALLLAYER 2 ETHERNET SWITCH(CISCO IE-3000-8TC)
EA
2.000
_________._____ _________._____
700
1310 52002
TRAFFIC SIGNALIZATIONFURNISH AND INSTALLTHERMAL DETECTIONCAMERA
EA
8.000
_________._____ _________._____
700
1320 52002
TRAFFIC SIGNALIZATIONFURNISH AND INSTALLTHERMAL DETECTIONMONITOR
EA
2.000
_________._____ _________._____
700
1330 52002
TRAFFIC SIGNALIZATIONFURNISH AND INSTALLVIDEO SURVEILLANCESYSTEM (CCTV)
EA
4.000
_________._____ _________._____
700
1340 52002
TRAFFIC SIGNALIZATIONFURNISH AND INSTALLVIDEO SURVEILLANCESYSTEM CONDUCTORCABLE ASSEMBLY
EA
2.000
_________._____ _________._____
700
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 13
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
1350 54020
TYPE A PVMT LINE MRKG 4" LF
5,934.000
_________._____ _________._____
704
1360 54028
TYPE A PAVEMENT LINEMRKG 24"
LF
76.000
_________._____ _________._____
704
1370 54060
TYPE B CLASS IV PVMT LINEMRKG 24"
LF
297.000
_________._____ _________._____
704
1380 54075
TYPE B CLASS VI PVMT LINEMRKG 4"
LF
7,733.000
_________._____ _________._____
704
1390 54076
TYPE B CLASS VI PVMT LINEMRKG 6"
LF
855.000
_________._____ _________._____
704
1400 54077
TYPE B CLASS VI PVMT LINEMRKG 8"
LF
166.000
_________._____ _________._____
704
1410 54100
PAVEMENT MARKING TYPED, CL II, 6"
LF
4,290.000
_________._____ _________._____
704
1420 54100
PAVEMENT MARKING TYPE E8"
LF
660.000
_________._____ _________._____
704
1430 54240
TEMP. PAVE. MARKER 1 WAY EA
200.000
_________._____ _________._____
512
1440 54512
TYPE D, CLASS II TEMP.PVMT MRKG 4"
LF
380.000
_________._____ _________._____
512
1450 54516
TYPE D,CLASS II TEMP. PVMTMRKG 8"
LF
620.000
_________._____ _________._____
512
1460 54526
TEMP PVMT MRKG TY.DELONG. ARROW
EA
9.000
_________._____ _________._____
512
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 14
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
1470 54575
PVMT SYMB MRKG (SGLTURN ARROW) TY B, CL II
EA
25.000
_________._____ _________._____
704
1480 55060
6 CONDUCTOR CABLE LF
3,785.000
_________._____ _________._____
700
1490 55080
8 CONDUCTOR CABLE LF
85.000
_________._____ _________._____
700
1500 55100
10 CONDUCTOR CABLE LF
380.000
_________._____ _________._____
700
1510 55140
CONCRETE FOUNDATIONLF-1 TY. A
EA
3.000
_________._____ _________._____
700
1520 55190
LIGHTING POLE LP-2 TYPE F EA
1.000
_________._____ _________._____
700
1530 55586
JUNCTION BOX JB-S1 EA
5.000
_________._____ _________._____
700
1540 55587
JUNCTION BOX JB-S2 EA
15.000
_________._____ _________._____
700
1550 55588
JUNCTION BOX JB-S3 EA
2.000
_________._____ _________._____
700
1560 56014
ELECT. SER. GRD.ELECTRODE(10')
EA
8.000
_________._____ _________._____
700
1570 56021
1" PVC CONDUIT LF
25.000
_________._____ _________._____
700
1580 56026
1 1/4" METAL CONDUIT LF
30.000
_________._____ _________._____
700
1590 56050
BORED CONDUIT 2" LF
155.000
_________._____ _________._____
700
1600 56051
BORED CONDUIT 3" LF
1,220.000
_________._____ _________._____
700
Revised April 21, 2017
Virginia Department of Transportation 04/20/2017Date Printed:
Schedule of Items Page: 15
Proposal ID: C0000107044C01 (NFO) 0064-122-345, C501
Order No.: L73
Oversight/State Project No.:
Federal Project No.: NHFP-064-3(505)
Contractor:
0001 REGULAR BID ITEMSSECTION:
Cat Alt Set ID: Cat Alt Mbr ID:
Bid AmountUnit PriceApproximateQuantity and
UnitsDescription
Item IDProposal
LineNumber Dollars Cents Dollars Cents
SpecNo.
1610 56052
BORED CONDUIT 4" LF
240.000
_________._____ _________._____
700
1620 56053
2" PVC CONDUIT LF
2,160.000
_________._____ _________._____
700
1630 56054
3" PVC CONDUIT LF
225.000
_________._____ _________._____
700
1640 56055
4" PVC CONDUIT LF
570.000
_________._____ _________._____
700
1650 56200
TRENCH EXCAVATION ECI-1 LF
2,880.000
_________._____ _________._____
700
1660 56205
TEST BORE EA
6.000
_________._____ _________._____
700
1670 60404
CONCRETE CLASS A4 CY
3.000
_________._____ _________._____
404
Section: 0001 _________._____Total:
Total Bid: _________._____
Revised April 21, 2017
ORDER NO.: L73 CONTRACT ID. NO.: C0000107044C01
197
VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR
NATIONWIDE PERMIT 3 - MAINTENANCE
TO DISCHARGE DREDGE OR FILL MATERIAL IN WATERS OF THE UNITED STATES PURSUANT TO SECTION
404 OF CLEAN WATER ACT
CONDITIONS AND LIMITATIONS ISSUED TO THE VIRGINIA DEPARTMENT OF TRANSPORTATION
Date: April 20, 2017 Project: 0064-122-345,
C501, P101
Permitted Activity: As set forth in 13 October 2016 plans titled "City of Norfolk I-64 Ramp /
Northampton Blvd.", activities permitted under the provisions of this Nationwide 3 Permit consist of (1) filling and replacement of 724 square feet of palustrine wetlands to maintain stormwater conveyance along the I-64 EB off-ramp, (2) relocating and re-establishing 285 square feet of palustrine wetlands to maintain stormwater conveyance along the I-64 WB off-ramp, and (3) filling of 1,742 square feet (26 linear feet) of lacustrine open water to extend an existing box culvert associated with extending the I-64 WB on-ramp acceleration lane. Permitted activities would affect a total of 0.06 acre of jurisdictional resources (0.02 acre of wetlands and 0.04 acre of open water) and would occur within existing VDOT right-of-way. Because the upstream drainage area is limited to 1.05 square miles, it has been verified with VMRC that a VGP-1 permit will not be required for the project. Applicable Crossing(s): Lake Wright and Associated Headwaters
The following conditions apply to this project only:
1. Strict E & S control measures will be implemented and adhered to at all times. (Crossing Name: Lake Wright and Associated Headwaters)
2. All wetlands that are temporarily disturbed during construction must be restored to pre-
construction elevations and sprigged with vegetation. (Crossing Name: Lake Wright and Associated Headwaters)
3. All temporary fill must be removed in its entirety upon completion of instream work. (Crossing
Name: Lake Wright and Associated Headwaters) The following conditions are applicable to this project unless otherwise noted above in the conditions applicable to this project only:
1. The Nationwide Permit authorizations expire on March 18, 2022 unless indicated otherwise
in the conditions specific to this project.
Revised April 21, 2017
ORDER NO.: L73 CONTRACT ID. NO.: C0000107044C01
198
2. This project will be constructed in accordance with the contract documents and is subject to the provisions cited in the above regulations.
3. A permit may be either modified, suspended, or revoked by the permitting agency upon
violation of any of the terms or conditions of the permit, or if the permitting agency determines such actions will otherwise be in the public interest.
4. The Contractor shall be responsible for designing and supplying to VDOT’s District
Environmental Manager all sketches and notes necessary to acquire any permit modification required for changes in the proposed construction methods. The District Environmental Manager will obtain the necessary permit modifications.
5. VDOT and its Contractor shall permit representatives of state and federal environmental
regulatory agencies to make periodic inspections at any time in order to insure that the activity being performed under authority of the permit(s) is in accordance with the terms and conditions prescribed herein.
6. All work shall be done in such a manner as to minimize sedimentation/siltation of state
waters in accordance with Virginia Erosion and Sediment Control Regulations (9VAC25-840-40). Appropriate soil erosion and sedimentation controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date, in accordance with the requirements of Section 107.16 (a).
7. All dredged or excavated materials must be deposited and retained in an area that has no
waters of the United States, unless otherwise approved by a separate permit authorization. 8. Appropriate measures must be taken to maintain normal downstream flows and minimize
flooding to the maximum extent practicable, when temporary work structures, work and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of the construction site.
9. Temporary fills must consist of materials and be placed in a manner that will not be
eroded by expected high flows. 10. Temporary fills must be removed in their entirety and the affected areas returned to pre-
construction elevations. The affected areas must be revegetated, as appropriate. 11. If unknown historic, cultural or archeological remains or artifacts are discovered during
construction, the Contractor shall immediately notify VDOT’s District Environmental Manager and avoid construction activities that may affect the remains or artifacts until notified.
12. No activity may cause more than minimal adverse effects on navigation. Any safety lights and
signals prescribed by the U.S. Coast Guard must be installed and maintained. 13. No activity may substantially disrupt the necessary life cycle movements of those species of
aquatic life indigenous to the waterbody including those species that normally migrate through the area unless the activity’s primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions and allow for the passage of ordinary high water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged or otherwise designed and constructed to maintain low flows to sustain the movements of those aquatic species.
14. No activity may use unsuitable material, and material must be free of toxic pollutants in toxic
amounts (see Section 307 of the Clean Water Act).
Revised April 21, 2017
ORDER NO.: L73 CONTRACT ID. NO.: C0000107044C01
199
15. No activity may occur in the proximity of a public water supply intake except where the
activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization.
16. Heavy equipment working in wetlands or mudflats must be placed on mats or other measures
must be taken to minimize soil disturbance. 17. To the maximum extent practicable, the pre-construction course, condition, capacity and
location of open waters must be maintained for each activity, unless the alteration benefits the aquatic environment. The activity must be constructed to withstand expected high flows and must not restrict or impede the passage of normal or high flows (unless the primary purpose of the fill is to impound water or manage high flows).
18. If the activity creates an impoundment of water, adverse effects to the aquatic system
due to accelerating the passage of water and/or restricting its flow must be minimized to the maximum extent practicable.
19. All structures and fills must be properly maintained to ensure public safety and permit
compliance. 20. Plant species listed by the most current Virginia Department of Conservation and
Recreation’s Invasive Alien Plant List shall not be used for revegetation. 21. All pipes and culverts placed in streams will be countersunk at both the inlet and outlet ends.
Pipes that are 24 inches or less in diameter shall be countersunk 3 inches below the natural stream bottom and pipes that are greater than 24 inches in diameter shall be countersunk 6 inches below the natural stream bottom. All single pipes or culverts with bottoms shall be depressed (countersunk) below the natural streambed at both the inlet and outlet of the structure. In sets of multiple pipes or culverts with bottoms at least one pipe or culvert shall be depressed (countersunk) at both the inlet and outlet to convey low flows.
22. If bedrock is encountered during pipe or culvert placement that prevents the required
countersinking, the Contractor must stop work until VDOT’s District Environmental Manager acquires any necessary permit modifications.
23. Blasting of stream bottoms through the use of explosives is not acceptable as a means of
providing for countersinking of pipes on bedrock.
24. When countersinking culverts, a surface water channel must be reestablished within 15 days post construction that allows for the movement of aquatic organisms and maintains the same hydrologic regime that was present pre-construction (i.e. the depth of surface water through the permit area should match the upstream and downstream depths).
Revised April 21, 2017