revised: january 19, 2016 - advertisement listcabb.virginiadot.org/upload/20160119020951 i41_...

32
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 19, 2016 Order No. I41 Route: 130 Project: (NFO)0130-005-643, B650, C501 FHWA: BR-005-3(123) District: Lynchburg County: Amherst Bids: January 27, 2016 To Holders of the Plans & Proposals: Please make the following changes in your copy of the bid proposal & plans for the captioned project: BID PROPOSAL Substitute the Form C-21C as it has been revised. Substitute the Schedule of Items as it has been revised. Substitute the Table of Contents as Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-02-15 has been deleted. Special Provision Tree Removal Time of Year Restriction dated 9-21-15 has been deleted. Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-8-16 has been added. Special Provision Hydraulic Cement Concrete Operations for Massive Construction dated 3-3-10 has been added. Substitute pages 8 through 13 as Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-02-15 has been deleted. Substitute page 293 as Special Provision Tree Removal Time of Year Restriction dated 9-21-15 has been deleted.

Upload: hoangdung

Post on 01-Apr-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

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 19, 2016 Order No. I41 Route: 130 Project: (NFO)0130-005-643, B650, C501 FHWA: BR-005-3(123) District: Lynchburg County: Amherst Bids: January 27, 2016 To Holders of the Plans & Proposals: Please make the following changes in your copy of the bid proposal & plans for the captioned project: BID PROPOSAL Substitute the Form C-21C as it has been revised. Substitute the Schedule of Items as it has been revised. Substitute the Table of Contents as Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-02-15 has been deleted. Special Provision Tree Removal Time of Year Restriction dated 9-21-15 has been deleted. Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-8-16 has been added. Special Provision Hydraulic Cement Concrete Operations for Massive Construction dated 3-3-10 has been added. Substitute pages 8 through 13 as Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-02-15 has been deleted. Substitute page 293 as Special Provision Tree Removal Time of Year Restriction dated 9-21-15 has been deleted.

www.VirginiaDOT.org WE KEEP VIRGINIA MOVING

Add pages 341 through 346 as Special Provision SFV02AF – Predetermined Minimum Wage Rates (Vol.1) VA134 dated 1-8-16 has been added . Add pages 347 through 350 as Special Provision Hydraulic Cement Concrete Operations for Massive Construction dated 3-3-10 has been added. PLANS Revised Sheets 2E(1), 2E(2), 2E(3). Revised Bridge Sheets 2, 17, 18, 19, & 21. These plans can be viewed and downloaded from the Falcon Website.

Don Silies Director of Contracts Construction Division MAD Enclosures

Virginia Department of Transportation 12/04/2015Date Printed:

Page

Bid Items Eligible For Steel Price Adjustment1

C00100993B50I41

Contract ID:Order No.:

Instructions: This form shall be completed in accordance with the Special Provision. If youchoose to have Steel Price Adjustment applied to any of the items listed below, write the word"Yes" in the "OPTION" column beside the item. The form must be signed, dated, and submittedto the Contract Engineer within the timeframe required in the Special Provision.

Rev 12-21-08FORM C-21C

0100 REGULAR BID ITEMSSECTION:

ltem Description OptionItem

Number

_______GUARDRAIL TERMINAL GR-1113315_______GUARDRAIL GR-213320_______RAD. GUARDRAIL GR-213331_______ALTERNATE BREAKAWAY CABLE TERMINAL (GR-9)13345_______TRAFFIC SIGN RELOCATE EXISTING GROUND MOUNTED SIGN

PANEL50902

_______TRAFFIC SIGN CONTROL SYSTEM-OPERATING VEHICLEACTIVATED FLASHING BEACON

50902

_______TRAFFIC SIGN RELOCATE EXISTING GROUND MOUNTED SIGNSTRUCTURE AND SIGN PANEL

50902

_______TRAFFIC SIGN REMOVE AND DISPOSE GROUND MOUNTED SIGNSTRUCTURE AND SIGN PANEL

50902

_______CORROSION RESISTANT REINF. STEEL CL. II61712_______STEEL PILES 12"64112_______DRIVING TEST FOR 12" STEEL PILE64768_______REINF. STEEL65200_______CORROSION RESISTANT REINF. STEEL CL. I65211

Date:

Signature:

(Firm or Corporation)

(Vendor No.)

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 2

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0010 00100MOBILIZATION LUMP SUM _________._____LUMP SUM

513

0020 00110CLEARING AND GRUBBING LUMP SUM _________._____LUMP SUM

301

0030 00120REGULAR EXCAVATION CY

11,908.000_________._____ _________._____

303

0040 00140BORROW EXCAVATION CY

1,080.000_________._____ _________._____

303 305

0050 00211MINOR STRUCTURE EXCAV.PIPE CULVERT

CY1,159.000

_________._____ _________._____303

0060 00505BEDDING MATL. AGGR. NO.25 OR 26

TON92.000

_________._____ _________._____302

0070 00525CONCRETE CLASS A3 MISC. CY

12.500_________._____ _________._____

302 504

0080 00591COMB. UNDERDRAIN CD-2 LF

80.000_________._____ _________._____

501

0090 00595OUTLET PIPE LF

82.000_________._____ _________._____

501

0100 00596ENDWALL EW-12 EA

4.000_________._____ _________._____

302

0110 00700POST INSTALLATIONINSPECTION

LF444.000

_________._____ _________._____302

0120 01186STORM SEWER PIPE 18" LF

184.000_________._____ _________._____

302

0130 01246STORM SEWER PIPE 24" LF

65.000_________._____ _________._____

302

0140 0148048" PIPE LF

195.000_________._____ _________._____

302

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 3

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0150 07506DROP INLET DI-5 EA

3.000_________._____ _________._____

302

0160 09148EROSION CONTROL STONECLASS A1 EC-1

TON4.500

_________._____ _________._____414

0170 09150EROSION CONTROL STONECLASS I, EC-1

TON10.000

_________._____ _________._____414

0180 09152EROSION CONTROL STONECLASS II, EC-1

TON60.000

_________._____ _________._____414

0190 09250SLOPE DRAIN EA

4.000_________._____ _________._____

303

0200 10041COVER MATL. FINE AGGR.OR AGGR. NO. 10

TON10.000

_________._____ _________._____312

0210 10128AGGR. BASE MATL. TY. I NO.21B

TON2,863.000

_________._____ _________._____308 309

0220 10416LIQUID ASPHALT GAL

533.000_________._____ _________._____

311 312

0230 10611ASPHALT CONCRETE TY.IM-19.0D

TON1,004.000

_________._____ _________._____315

0240 10625FLEXIBLE PAVE. TIE-INPLANING 0" - 2"

SY676.000

_________._____ _________._____515

0250 10636ASPHALT CONCRETE TY.SM-9.5D

TON249.000

_________._____ _________._____315

0260 10642ASPHALT CONCRETE TY.BM-25.0A

TON2,141.000

_________._____ _________._____315

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 4

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0270 13232GEOTEXTILE DRAINAGEFABRIC

SY10.000

_________._____ _________._____504

0280 13315GUARDRAIL TERMINAL GR-11 EA

1.000_________._____ _________._____

505

0290 13320GUARDRAIL GR-2 LF

1,908.000_________._____ _________._____

505

0300 13331RAD. GUARDRAIL GR-2 LF

338.300_________._____ _________._____

505

0310 13345ALTERNATE BREAKAWAYCABLE TERMINAL (GR-9)

EA5.000

_________._____ _________._____505

0320 13372SP.DES. GR. BR. ATTACH.BR_GR_1

LUMP SUM _________._____LUMP SUMPLAN

0330 13383FIXED OBJECT ATTACH.GR-FOA-1 TY. I

EA4.000

_________._____ _________._____505

0340 13496TRAF. BARR. SER. CONC.DOUBLE FACE PAR.MB-11A

LF40.000

_________._____ _________._____512

0350 24100ALLAYING DUST HR

100.000_________._____ _________._____

511

0360 24152TYPE III BARRICADE 8' EA

14.000_________._____ _________._____

512

0370 24160CONSTRUCTION SIGNS SF

972.000_________._____ _________._____

512

0380 24260CR. RUN AGGR. NO. 25 OR 26 TON

320.000_________._____ _________._____

512

0390 24278GROUP 2 CHANNELIZINGDEVICES

DAY23,853.000

_________._____ _________._____512

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 5

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0400 24279PORTABLE CHANGEABLEMESSAGE SIGN

HR1,008.000

_________._____ _________._____512

0410 24282FLAGGER SERVICE HR

720.000_________._____ _________._____

512

0420 24287WARNING LIGHT TY. A DAY

1,488.000_________._____ _________._____

512

0430 24400OBSCURING ROADWAY UNIT

7.000_________._____ _________._____

508

0440 24410DEMOLITION OF PAVEMENT SY

6,357.000_________._____ _________._____

508

0450 24600REMOVE EXISTINGGUARDRAIL

LF1,972.000

_________._____ _________._____510

0460 25506FIELD OFFICE TY.II MO

20.000_________._____ _________._____

514

0470 25565PROGRESS SCHEDULEBASELINE

LUMP SUM _________._____LUMP SUMATTD

0480 25567PROGRESS SCHEDULEUPDATES

EA20.000

_________._____ _________._____ATTD

0490 26119DRY RIPRAP CL.I 18" TON

160.000_________._____ _________._____

414

0500 27102REGULAR SEED LB

1,280.000_________._____ _________._____

603

0510 27103OVERSEEDING LB

800.000_________._____ _________._____

603

0520 27104LEGUME SEED LB

144.000_________._____ _________._____

603

0530 27105LEGUME OVERSEEDING LB

90.000_________._____ _________._____

603

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 6

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0540 27215FERTILIZER(15-30-15) TON

1.400_________._____ _________._____

603

0550 27250LIME TON

19.000_________._____ _________._____

603

0560 27321PROTECTIVE COVERINGEC-2

SY1,070.000

_________._____ _________._____606

0570 27326SOIL STABILIZATION MATEC-3 TYPE B

SY255.000

_________._____ _________._____606

0580 27337TEMP. DIVERSION CHANNELLINING CL. B

SY975.000

_________._____ _________._____302

0590 27340TEMP. DIVERSION CHANNELEXCAVATION

CY569.000

_________._____ _________._____302

0600 27415CHECK DAM(ROCK) TY. II EA

21.000_________._____ _________._____

303

0610 27422DEWATERING BASIN EA

3.000_________._____ _________._____

303

0620 27430SILTATION CONTROLEXCAVATION

CY1,257.000

_________._____ _________._____303

0630 27451INLET PROTECTION TYPE A EA

3.000_________._____ _________._____

303

0640 27505TEMP. SILT FENCE LF

7,016.000_________._____ _________._____

303

0650 27552NO. 57 STONE 57 STONE TON

134.000_________._____ _________._____

303

0660 39011HYDRO. CONTROL FEATURELEVEL SPREADER

EA1.000

_________._____ _________._____PLAN

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 7

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0670 50108SIGN PANEL SF

118.000_________._____ _________._____

701

0680 50900TRAFFIC SIGN SIGN POSTSTP-1, 2 1/2" 10 ga.

LF58.000

_________._____ _________._____700

0690 50900TRAFFIC SIGN SIGN POSTSTP-1, 2" 14 ga.

LF88.000

_________._____ _________._____700

0700 50902TRAFFIC SIGN CONTROLSYSTEM-OPERATINGVEHICLE ACTIVATEDFLASHING BEACON

EA1.000

_________._____ _________._____700

0710 50902TRAFFIC SIGN RELOCATEEXISTING GROUNDMOUNTED SIGN PANEL

EA1.000

_________._____ _________._____700

0720 50902TRAFFIC SIGN RELOCATEEXISTING GROUNDMOUNTED SIGN STRUCTUREAND SIGN PANEL

EA11.000

_________._____ _________._____700

0730 50902TRAFFIC SIGN REMOVE ANDDISPOSE GROUNDMOUNTED SIGN STRUCTUREAND SIGN PANEL

EA10.000

_________._____ _________._____700

0740 51160ELEC.SERV.GROUNDINGELECTRODE (10')

EA5.000

_________._____ _________._____700

0750 51162FLASHING BEACON FB-2 EA

1.000_________._____ _________._____

703

0760 51248CONC. FOUNDATION STP-1TYPE A

EA14.000

_________._____ _________._____700

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 8

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0770 51248CONC. FOUNDATION STP-1TYPE B

EA10.000

_________._____ _________._____700

0780 5160214/4 CONDUCTOR CABLE LF

21.000_________._____ _________._____

700

0790 5161514/1 ENCLOSED COND.CABLE

LF1,892.000

_________._____ _________._____700

0800 5170014/2 CONDUCTOR CABLESHIELDED

LF1,092.000

_________._____ _________._____700

0810 51913SAWCUT 5/8" LF

684.000_________._____ _________._____

703

0820 54020TYPE A PAVEMENT LINEMARKING 4"

LF9,465.000

_________._____ _________._____704

0830 54060TYPE B CLASS IV PAVE. LINEMARKING 24"

LF20.000

_________._____ _________._____704

0840 54105ERADICATION OF EXIST.PAVEMENT MARKING

LF1,750.000

_________._____ _________._____512

0850 54217SNOW PLOW. RAISED PAVE.MARKER ASPH.CONC

EA60.000

_________._____ _________._____704

0860 54242TEMP. PAVE. MARKER 2 WAY EA

62.000_________._____ _________._____

512

0870 54510CONSTR.PAVE.MARK.(TY.D,CL.I)4"

LF17,204.000

_________._____ _________._____512

0880 54514CONSTR.PAVE.MARK.(TY.D,CL.I)8"

LF1,100.000

_________._____ _________._____512

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 9

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

0890 54522CONSTR.PAVE.MARK.(TY.D,CL.I)24"

LF24.000

_________._____ _________._____512

0900 550606 CONDUCTOR CABLE LF

1,809.000_________._____ _________._____

700

0910 55344ELECT. SERVICE SE-7 TYPEA

EA1.000

_________._____ _________._____700

0920 55587JUNCTION BOX JB-S2 EA

4.000_________._____ _________._____

700

0930 560221" METAL CONDUIT LF

58.000_________._____ _________._____

700

0940 560302" CONDUIT LF

1,205.000_________._____ _________._____

700

0950 56200TRENCH EXCAVATION ECI-1 LF

614.000_________._____ _________._____

700

0960 60420CONCRETE LOW CRACKINGBRIDGE

CY446.500

_________._____ _________._____ATTD

0970 60490BRIDGE DECK GROOVING SY

1,345.000_________._____ _________._____

404

0980 61242PREST.CONC.BEAM,BULB-T61" DEPTH +60'-70'

EA5.000

_________._____ _________._____405

0990 61246PREST.CONC.BEAM,BULB-T61" DEPTH +100'-110'

EA10.000

_________._____ _________._____405

1000 61712CORROSION RESISTANTREINF. STEEL CL. II

LB90,170.000

_________._____ _________._____406

1010 62033RAILING.KANSAS CORRAL32" W/OUT CURB

LF558.000

_________._____ _________._____410

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 10

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

1020 62534BRIDGE SUPERSTRUCTUREELASTIC INCLUSION 10"

SY36.000

_________._____ _________._____ATTD

1030 62534BRIDGE SUPERSTRUCTUREELASTIC INCLUSION 15"

SY29.000

_________._____ _________._____ATTD

1040 64005SELECT MATL. TY. I MIN.CBR-30

TON1,710.000

_________._____ _________._____305

1050 64011STRUCTURE EXCAVATION CY

1,812.000_________._____ _________._____

401

1060 64032GEOCOMPOSITE WALLDRAIN

SY88.000

_________._____ _________._____401

1070 64036PIPE UNDERDRAIN 6" LF

73.000_________._____ _________._____

401

1080 64102DYNAMIC PILE TEST (ENDBEARING PILES)

EA2.000

_________._____ _________._____ATTD

1090 64112STEEL PILES 12" LF

744.000_________._____ _________._____

403

1100 64765PILE POINT FOR 12" STEELPILE

EA24.000

_________._____ _________._____403

1110 64768DRIVING TEST FOR 12"STEEL PILE

LF83.000

_________._____ _________._____403

1120 65013CONCRETE CLASS A3 CY

757.800_________._____ _________._____

404

1130 65200REINF. STEEL LB

104,110.000_________._____ _________._____

406

1140 65211CORROSION RESISTANTREINF. STEEL CL. I

LB10,410.000

_________._____ _________._____406

Revised: January 19, 2016

Virginia Department of Transportation 12/04/2015Date Printed:

Schedule of Items Page: 11

Proposal ID: C00100993B50 (NFO)0130-005-643,C501,B650Order No.: I41

Oversight/State Project No.:Federal Project No.: BR-005-3(123)

Contractor:

0100 REGULAR BID ITEMSSECTION:Cat Alt Set ID: Cat Alt Mbr ID:

Bid AmountUnit PriceApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number Dollars Cents Dollars CentsSpecNo.

1150 66121COFFERDAM COFFERDAMPIER 1

EA1.000

_________._____ _________._____401

1160 66121COFFERDAM COFFERDAMPIER 2

EA1.000

_________._____ _________._____401

1170 66239DRY RIPRAP CL.II 38" TON

1,729.000_________._____ _________._____

414

1180 67900DISM.& REM. EX. STR. NO.1029

LUMP SUM _________._____LUMP SUM413

1190 67900DISM.& REM. EX. STR. NO.6079

LUMP SUM _________._____LUMP SUM413

Section: 0100 _________._____Total:

Total Bid: _________._____

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

FORMS and SCHEDULE OF ITEMS PRECEDE SPCNs, SPs and SUPPLEMENTAL SPECS. (C100AI05) GENERAL PROJECT REQUIREMENTS, SSS, SPS, & SPCNS 6-10-15 (SPCN) ............ 1 (C100C00) OPERATIONS BY STATE FORCES RE. 7-08 (SPCN) ........................................................ 2 (C103H00) SECTION 103.01—CONSIDERATION OF BIDS 10-8-13 (SPCN) .................................... 2 (C103I01) SEC. 103—AWARD & EXECUTION OF CONTRACTS (E-VERIFY) 8-8-14 (SPCN) ............ 3 (C105HF1) SECTION 105.06 SUBCONTRACTING 12-19-08 (SPCN) .................................................. 3 (C107J11) VPDES CONSTRUCTION PERMITS 6-10-15 (SPCN) ........................................................ 4 (C108EG0) SEC. 108.06(B) LIQUIDATED DAMAGES (ALSO INCENTIVE) 1-14-08 (SPCN) ................. 4 (C108LG0) SEC. 108.06(B) LIQUIDATED DAMAGES 1-14-08 (SPCN) ............................................... 4 (C302H00) SECTION 302.03(B) PRECAST DRAINAGE STRUCTURES 1-14-08 (SPCN) ................... 4 (C303KG0) AGGREGATE MATERIAL RE. 7-08C (SPCN) ................................................................... 5 (C413D00) SEC. 413.02—PROCEDURES (BRIDGE DEMO NOTICE TO USEPA) 1-7-14 (SPCN) ... 5 (C512L00) TYPE III BARRICADE 10-3-12 (SPCN) ............................................................................... 6 (C518B00) SECTION 518.02(A) NUMBER OF TRAINEES RE. 7-08 (SPCN) ...................................... 6 CU703000A SAW CUT 10-2-08A (SPCN) ................................................................................................. 6 EARLY COMPLETION INCENTIVE/DISINCENTIVE 9-14-15 ................................................................. 6 SF001AF - PREDETERMINED MINIMUM WAGE RATES VA134 1-2-15 ............................................. 8 SF010DF - FHWA 1273—REQ. CONTRACT PROVISIONS, FED-AID CONST. 5-1-12 .................... 14 SF030AF - NOTICE OF REQUIRE. FOR AFFIRM. ACT. TO ENSURE EEO RE. 7-08 ......................... 36 S100B00 - PROJECT COMMUNICATION AND DECISION MAKING RE. 7-08 ................................ 42 S102CF2 - USE OF DOMESTIC MATERIAL 7-26-13 ......................................................................... 46 S107G01 - C-45–SWPPP GEN. PERMIT–CONTRACTOR & SUB. CERTIF. 10-9-14 .......................... 49 S107HF1 - SECTION 107.15 12-10-10 ................................................................................................ 50 S107J30 - VPDES CONSTRUCTION ACTIVITIES 9-3-14 ................................................................... 70 S108C00 - CPM PROGRESS FOR SCHEDULE CATEGORY III PROJECTS 3-1-11 ....................... 83 S109D02 - PRICE ADJUSTMENT FOR STEEL 6-15-15 .................................................................. 100 S109F01 - OPTIONAL ADJUSTMENT FOR FUEL 7-1-15 ................................................................ 109 S109G07 - ASPHALT MATERIAL PRICE ADJUSTMENT 6-15-15 .................................................. 111 S223AG2 - CORROSION RESISTANT REINFORCING STEEL 1-24-12 ........................................... 114 S310AM3 - NONTRACKING TACK COAT 10-5-10C ....................................................................... 115 S403C01 - DYNAMIC PILE TESTING FOR END BEARING PILES (LRFD) 2-7-14 ........................ 117 S403D01 - WAVE EQUATION ANALYSIS (LRFD) 2-7-14 ............................................................... 120 S515B02 - COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS 10-1-12C .............. 123 S522B00 - INFORMAL PARTNERING 1-14-08 ................................................................................ 126 SS1D017 - SUPP. DIVISION I—GENERAL PROVISIONS 9-18-14 ................................................. 128 SS20001 - SUPP. SEC. 200—GENERAL 9-28-12 ............................................................................ 146 SS20702 - SUPP. SECTION 207—SELECT MATERIAL 2-19-14 .................................................... 147 SS20802 - SUPP. SEC. 208—SUBBASE & AGGREGATE BASE MATERIAL 2-19-14 .................... 148 SS21001 - SUPP. SEC. 210—ASPHALT MATERIALS 9-3-14 ......................................................... 149 SS21112 - SUPP. SEC. 211—ASPHALT CONCRETE 12-2-14 .......................................................... 156 SS21202 - SUPP. SECTION 212—JOINT MATERIALS 6-28-11 ..................................................... 179 SS21402 - SUPP. SEC. 214—HYDRAULIC CEMENT 1-28-08 .......................................................... 180 SS21501 - SUPP. SEC. 215—HYDRAULIC CEMENT CONCRETE ADMIXTURES 1-28-08 ............ 181 SS21706 - SUPP. SEC. 217—HYDRAULIC CEMENT CONCRETE 7-29-13 .................................... 182 SS22101 - SUPP. SEC. 221—GUARDRAIL 1-6-12 .......................................................................... 194 SS22301 - SUPP. SEC. 223—STEEL REINFORCEMENT 11-4-14 ................................................... 195 SS22601 - SUPP. SECTION 226—STRUCTURAL STEEL 12-16-08 ................................................. 197 SS23203 - SUPP. SEC. 232—PIPE AND PIPE ARCHES 5-17-12 ..................................................... 198 SS23401 - SUPP. SEC. 234—GLASS BEADS FOR REFLECT. TRAFF. MARKINGS 10-16-14 ........ 199 

TABLE OF CONTENTS FOR PROVISIONS

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

SS23802 - SUPP. SEC. SECTION 238—ELECTRICAL & SIGNAL COMPONENTS 3-4-08 ............ 200 SS24503 - SUPP. SEC. 245—GEOSYNTHETICS 4-30-13 ............................................................... 202 SS24701 - SUPP. SEC. 247— REFLECTIVE SHEETING 2-10-11 ................................................... 204 SS30101 - SUPP. SEC. 301—CLEARING AND GRUBBING 9-3-14 .................................................. 210 SS30204 - SUPP. SEC. 302—DRAINAGE STRUCTURES 3-14-13 ................................................... 211 SS30306 - SUPP. SEC. 303—EARTHWORK 9-3-14 ......................................................................... 221 SS30401 - SUPP. SEC. 304—CONSTRUCTING DENSITY CONTROL STRIPS 4-27-11 ................. 225 SS31510 - SUPP. SEC. 315—ASPHALT CONCRETE PLACEMENT 12-2-14 ................................... 226 SS40102 - SUPP. SEC. 401—STRUCTURE EXCAVATION 4-17-12C ............................................ 244 SS40404 - SUPP. SEC. 404—HYDRAULIC CEMENT CONC. OPERATIONS 2-19-14 ...................... 246 SS40502 - SUPP. SECTION 405—PRESTRESSED CONCRETE 12-20-10CC ................................ 248 SS40604 - SUPP. SEC. 406—REINFORCING STEEL 2-19-14 ......................................................... 249 SS40703 - SUPP. SEC. 407—STEEL STRUCTURES 1-2-12 ............................................................ 253 SS40801 - SUPP. SEC. 408—BEARING DEVICES AND ANCHORS 12-20-10C ................................ 254 SS41301 - SUPP. SEC. 413—DISMANTLE/REMOVE ALL/PART OF EXIST. STRUCT. 8-5-08 ....... 255 SS41401 - SUPP. SEC. 414—RIPRAP 1-25-10 ................................................................................. 256 SS50101 - SUPP. SEC. 501—UNDERDRAINS 1-25-10 ..................................................................... 257 SS51202 - SUPP. SEC. 512—MAINTAINING TRAFFIC 6-11-09 ..................................................... 258 SS51401 - SUPP. SEC. 514—FIELD OFFICE 3-6-09 ....................................................................... 260 SS51505 - SUPP. SEC. 515—PLANING OR MILLING PAVEMENT 9-27-11 .................................... 261 SS60301 - SUPP. SEC. 603—SEEDING 9-3-14 ................................................................................. 265 SS70005 - SUPP. SEC. 700—GENERAL 4-15-15 ............................................................................... 266 SS70103 - SUPP. SECTION 701—TRAFFIC SIGNS 4-15-15 .......................................................... 275 SS70301 - SUPP. SECTION 703—TRAFFIC SIGNALS 1-6-09 ........................................................ 276 SS70402 - SUPP. SEC. 704—PAVEMENT MARKINGS & MARKERS 4-15-15 .............................. 277 SU421000A ELASTIC INCLUSION 6-24-03A ..................................................................................... 281 SECTION 105.06 SUBCONTRACTING 8-19-15 ................................................................................. 284 SECTION 108.02 LIMITATION OF OPERATIONS PROTECTION OF BATS 11-03-15 ..................... 285 CONTROL SYSTEM FOR OPERATING VEHICLE ACTIVATED FLASHING BEACON 8-20-14 ..... 286 LOW CRACKING BRIDGE CONCRETE 8-4-15 .................................................................................. 289 REMOVE, RELOCATE, MODIFY AND INSTALL EXISTING SIGN STRUCTURES AND SIGN PANELS .................................................................................................................................................... 290 PROTECTION OF NESTING MIGRATORY BIRDS 8-28-12 ................................................................ 292 TREE REMOVAL TIME OF YEAR RESTRICTION 9-21-15 .................................................................. 293 NOTICE OF AUTHORIZATION (47 PAGES) ........................................................................................... 294 SF001AF - PREDETERMINED MINIMUM WAGE RATES VA134 1-8-16 ......................................... 341 HYDRAULIC CEMENT CONCRETE OPERATIONS FOR MASSIVE CONSTRUCTION 3-3-10 ........ 347 

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

8

SF001AF-0708 Reissued July 2008 PREDETERMINED MINIMUM WAGE RATES

General Decision Number: VA150134 01/02/2015 VA134 Superseded General Decision Number: VA20140134 State: Virginia Construction Type: Highway Counties: Amherst, Bedford, Bedford*, Campbell and Lynchburg* 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUVA2013-009 09/20/2013 Rates Fringes ASBESTOS WORKER..................$ 13.29 CARPENTER (STRUCTURE)............$ 14.19 CEMENT MASON/CONCRETE FINISHER...$ 18.31 FORM SETTER......................$ 10.59 IRONWORKER, REINFORCING..........$ 13.11 IRONWORKER, STRUCTURAL...........$ 12.46

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

9

LABORER Asphalt Raker...............$ 13.07 Blaster.....................$ 31.25 Construction Worker I (Skilled Laborer)...........$ 14.83 Construction Worker II (Laborer)...................$ 12.82 Deckhand....................$ 9.50 Fence Erector...............$ 9.50 Flagger.....................$ 9.90 Grade Checker...............$ 14.00 Guardrail Erector...........$ 14.84 Landscape Worker............$ 12.00 Pipe Layer..................$ 11.78 Power Tool Operator.........$ 15.25 Sign Erector................$ 11.75 MASON (STRUCTURE)................$ 19.00 PAINTER..........................$ 18.33 POWER EQUIPMENT OPERATOR: Air Compressor Operator.....$ 10.88 Asphalt Distributor.........$ 15.15 Asphalt Paver...............$ 14.39 Backhoe.....................$ 19.50 Bulldozer (Utility).........$ 12.50 Bulldozer...................$ 17.29 Concrete Finish Machine Operator....................$ 12.79 Concrete Finish Machine Screed Operator (Bridge)....$ 12.00 Concrete Saw Operator.......$ 19.00 Crane, Derrick, Dragline Operator (1 cm & under).....$ 14.50 Crane, Derrick, Dragline Operator (over 1 cm)........$ 16.50 Crusher Tender..............$ 11.00 Drill Operator..............$ 14.50 Excavator, Gradall..........$ 18.83 Front End Loader (2 cm & under)......................$ 12.25 Front End Loader (over 2 cm).........................$ 15.87 Hydro Seeder................$ 15.00 Mechanic....................$ 18.00 Motor Grader Operator, Rough Grade.................$ 16.37 Motor Grader, Fine Grade....$ 31.08 Oiler, Greaser..............$ 13.83 Pavement Marking Operator...$ 15.13 Pavement Marking Truck Operator....................$ 16.68 Pavement Planing Groundman..$ 13.00 Pavement Planing Operator...$ 17.00 Pile Driver Operator........$ 14.00

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

10

Pile Driver, Leadsman.......$ 19.13 Pipe Boring/Jacking Machine Operator............$ 18.92 Roller (Finish).............$ 12.42 Roller (Rough)..............$ 12.78 Scraper Pan.................$ 12.75 Slip Form Paver Operator....$ 12.85 Slurry Seal Paver Machine Operator....................$ 13.50 Slurry Seal Paver Truck Operator....................$ 10.50 Stone-Spreader..............$ 13.35 Subgrade Machine Operator...$ 10.80 Tractor Operator (Crawlers).$ 11.50 Tractor Operator (Utility)..$ 12.00 Trenching Machine Operator..$ 10.00 Vacuum Machine Operator.....$ 10.15 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 24.50 TRUCK DRIVER Fuel & Lubricant Service Truck Driver................$ 11.60 Transit Mix Truck Driver....$ 11.80 Truck Driver (Single Rear Axle).......................$ 13.46 Truck Driver (Multi-Rear Axle).......................$ 16.19 Truck Driver (Tandem Rear Axle).......................$ 11.01 Truck Driver, Heavy Duty....$ 13.34 WELDER...........................$ 12.27 ---------------------------------------------------------------- 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)). ----------------------------------------------------------------

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

11

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.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

12

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.  

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

13

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

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

293

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

TREE REMOVAL TIME OF YEAR RESTRICTION (Protection of Bats)

September 21, 2015 Project 0130-005-643, C501, B650/UPC 100993

A. Background

This project is in an environmentally sensitive area for bat species protected under the Endangered Species Act (16 USC 1531 et seq., hereinafter “the Act”) and the Virginia Endangered Species Act (29.1-563 et seq.). Removal of trees greater than or equal to 3 inches diameter at breast height (dbh) may result in adverse impacts to bat species by removing roosting habitat during summer months and is prohibited during the Time of Year Restriction period. Tree removal activities associated with this project shall conform to Section 107.01 – Laws to be Observed of the Specifications, the Act, and these specifications.

B. Requirements

4. This Special Provision applies throughout the Commonwealth of Virginia.

5. Time of Year Restriction

No removal of trees greater than or equal to 3 inches (dbh) shall be conducted from April 15 through September 15.

6. If tree removal is necessary outside the Time of Year Restriction the District Environmental Manager shall be notified immediately to determine if additional coordination is required prior to tree removal.

7. Notification and Cessation of Work

If the Contractor fails to comply with this requirement, the work may be suspended and administered in accordance with Section 108 of the Specifications.

D. Measurement and Payment

The cost of complying with this specification shall be included in the contract unit price of other items.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

341

SF001AF-0708 Reissued July 2008 PREDETERMINED MINIMUM WAGE RATES

General Decision Number: VA160134 01/08/2016 VA134 Superseded General Decision Number: VA20150134 State: Virginia Construction Type: Highway Counties: Amherst, Bedford, Bedford*, Campbell and Lynchburg* 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUVA2013-009 09/20/2013 Rates Fringes ASBESTOS WORKER..................$ 13.29 CARPENTER (STRUCTURE)............$ 14.19 CEMENT MASON/CONCRETE FINISHER...$ 18.31 FORM SETTER......................$ 10.59 IRONWORKER, REINFORCING..........$ 13.11 IRONWORKER, STRUCTURAL...........$ 12.46

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

342

LABORER Asphalt Raker...............$ 13.07 Blaster.....................$ 31.25 Construction Worker I (Skilled Laborer)...........$ 14.83 Construction Worker II (Laborer)...................$ 12.82 Deckhand....................$ 9.50 Fence Erector...............$ 9.50 Flagger.....................$ 9.90 Grade Checker...............$ 14.00 Guardrail Erector...........$ 14.84 Landscape Worker............$ 12.00 Pipe Layer..................$ 11.78 Power Tool Operator.........$ 15.25 Sign Erector................$ 11.75 MASON (STRUCTURE)................$ 19.00 PAINTER..........................$ 18.33 POWER EQUIPMENT OPERATOR: Air Compressor Operator.....$ 10.88 Asphalt Distributor.........$ 15.15 Asphalt Paver...............$ 14.39 Backhoe.....................$ 19.50 Bulldozer (Utility).........$ 12.50 Bulldozer...................$ 17.29 Concrete Finish Machine Operator....................$ 12.79 Concrete Finish Machine Screed Operator (Bridge)....$ 12.00 Concrete Saw Operator.......$ 19.00 Crane, Derrick, Dragline Operator (1 cm & under).....$ 14.50 Crane, Derrick, Dragline Operator (over 1 cm)........$ 16.50 Crusher Tender..............$ 11.00 Drill Operator..............$ 14.50 Excavator, Gradall..........$ 18.83 Front End Loader (2 cm & under)......................$ 12.25 Front End Loader (over 2 cm).........................$ 15.87 Hydro Seeder................$ 15.00 Mechanic....................$ 18.00 Motor Grader Operator, Rough Grade.................$ 16.37 Motor Grader, Fine Grade....$ 31.08 Oiler, Greaser..............$ 13.83 Pavement Marking Operator...$ 15.13 Pavement Marking Truck Operator....................$ 16.68 Pavement Planing Groundman..$ 13.00 Pavement Planing Operator...$ 17.00

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

343

Pile Driver Operator........$ 14.00 Pile Driver, Leadsman.......$ 19.13 Pipe Boring/Jacking Machine Operator............$ 18.92 Roller (Finish).............$ 12.42 Roller (Rough)..............$ 12.78 Scraper Pan.................$ 12.75 Slip Form Paver Operator....$ 12.85 Slurry Seal Paver Machine Operator....................$ 13.50 Slurry Seal Paver Truck Operator....................$ 10.50 Stone-Spreader..............$ 13.35 Subgrade Machine Operator...$ 10.80 Tractor Operator (Crawlers).$ 11.50 Tractor Operator (Utility)..$ 12.00 Trenching Machine Operator..$ 10.00 Vacuum Machine Operator.....$ 10.15 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 24.50 TRUCK DRIVER Fuel & Lubricant Service Truck Driver................$ 11.60 Transit Mix Truck Driver....$ 11.80 Truck Driver (Single Rear Axle).......................$ 13.46 Truck Driver (Multi-Rear Axle).......................$ 16.19 Truck Driver (Tandem Rear Axle).......................$ 11.01 Truck Driver, Heavy Duty....$ 13.34 WELDER...........................$ 12.27 ---------------------------------------------------------------- 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)). ----------------------------------------------------------------

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

344

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.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

345

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.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

346

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

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

347

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

HYDRAULIC CEMENT CONCRETE OPERATIONS FOR MASSIVE CONSTRUCTION

January 13, 2016 Project: 0130-005-643, C501, B663

I. DESCRIPTION This work shall consist of furnishing and placing hydraulic cement concrete for the massive cast-in-situ concrete bridge components, which shall be any concrete element whose minimum dimension exceeds 5 feet. This shall include footings, drilled shaft caps, piers, and abutments that meet this criterion. Work shall be performed in accordance with this special provision and in conformity with the dimensions, lines, and grades shown on the Contract Drawings or as established by the Engineer. This Special Provision supplements and modifies Sections 217 and 404 of the Specifications. II. MATERIALS

A. Class F fly ash or granulated iron blast-furnace slag shall be used in all concrete designated mass concrete.

B. High-early-strength (Type III) cement, calcium chloride, and accelerating type admixtures shall

not be used. C. A retarding admixture, pretested with job materials under job conditions, shall be used, if

acceptable to the Engineer, whenever necessary to prevent cold joints due to the quantity of concrete placed, to permit revibration of the concrete, to offset the effects of high concrete temperature, or to reduce the maximum temperature and rate of temperature rise.

D. Fly ash, Class F, shall replace 25 to 40 percent by mass of the design cement content. E. Granulated iron blast-furnace slag shall replace from 50 to 75 percent by mass of the design

cement content. F. Concrete used in mass concrete pours shall not exceed Class A4. Cementitious material

content shall be the minimum required to meet the target strength. Water/Cementitious material ratio shall be limited to 0.4 maximum.

III. PROCEDURES

A. This Special Provision applies to all reinforced concrete elements (pier, abutment, footing, or drilled shaft cap) whose minimum dimension exceeds 5 feet. If any portion of a concrete element has a dimension that exceeds 5 feet, the entire element shall be treated as massive concrete and shall meet the requirements of this Special Provision.

B. This work shall be performed in accordance with the following American Concrete Institute’s

(ACI) publications, except as superseded by this Special Provision: 1. “Guide to Mass Concrete”, ACI 207.1R-05. 2. “Report on Thermal and Volume Change Effects on Cracking of Mass Concrete”, ACI

207.2R-07.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

348

3. “Control of Cracking in Concrete Structures”, ACI 224R-01. 4. “Specifications of Structural Concrete”, ACI 301-10, Section 8.

C. Submittals: The Contractor shall submit the following to the Engineer for review and approval: 1. Working Drawings: Describe the intended concrete placing sequence in the massive

concrete bridge components. Indicate proposed locations of all thermocouples. 2. Shop Drawings: Reinforcing steel to be placed in the elements if different size, spacing, or

depth of reinforcing bars to be used than those shown in the Plans. 3. Documentation: For each proposed concrete mix design, the following information shall be

submitted: a. Describe the methods to be used to construct the massive concrete bridge components

within the criteria set forth in this Special Provision. Illustrate dimensions of proposed mass concrete pours. Mass concrete pours shall be laid out to minimize surface area for a given volume. Pours that combine elements considered mass concrete and non-mass concrete shall not be permitted.

b. Design calculations prepared to document that the methods chosen to install the

massive concrete bridge components are in accordance with the referenced ACI publications as superseded by this Special Provision. Calculations shall include:

1. A table of calculated peak temperatures for the range of expected air and concrete

temperatures at time of placement. 2. A calculation of maximum temperature gradients within the element during the

curing period. 3. A calculation of time to peak temperature. 4. A calculated curve of maximum allowable temperature difference vs. concrete

strength for each element under consideration, for the allowable crack widths indicated on the plans, or in Table 4.1 of ACI 224R-01 where no allowable crack widths are shown on the plans.

5. Insulation requirements for the forms and exposed portions of the concrete to keep

the thermal gradients within allowable limits. 6. A calculation of the time to reach the peak temperature difference, as well as the

estimated time to cool to the allowable differential temperature specified in Section III.E.3 below.

c. Mix design showing proportions and sources for all components, and results of strength

tests of sample cylinders. Mix designs shall also include the heat of hydration of the cementitious materials in the mix, as well as the thermal expansion coefficient of the concrete per USACE CRD-C39-81 if the allowable temperature difference curve will be used.

d. Catalogue information on any admixtures proposed to be added to the concrete mix.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

349

e. Proposed methods to reduce concrete temperatures and temperature differentials, such as pre-cooling of concrete or insulation. Internal cooling pipes shall not be permitted.

4. All submittals must be signed and sealed by a Professional Engineer registered in the

Commonwealth of Virginia.

D. Placing: The maximum temperature of the concrete for massive components when deposited shall be 95oF, or lower if required by the ACI 207R-07 analysis to prevent exceeding the maximum allowable temperature.

E. Curing and Protection:

1. The minimum curing period shall be 1 week. Curing methods shall be in accordance with

Section 404 of the Specifications, and shall not result in excessive temperature differentials. With the Engineer’s approval, the forms may be stripped prior to the end of the curing period.

2. The maximum allowable temperature in any portion of the mass concrete shall be 170F for

slag and cement mixes and 160F for fly ash and cement mixes in the prescribed proportions. The Engineer may, at its sole discretion, direct that concrete that has exceeded these temperatures be removed, or otherwise mitigated, at no cost to the Department.

3. The maximum allowable thermal gradient between the core and skin temperatures of a

pour is limited to 35F, unless the analysis submitted under Section III.C.3.b.4 above demonstrates that the element is sufficiently reinforced to prevent crack widths in excess of those listed on the plans or in Table 4.1 of ACI 224R-01.

4. Thermocouples shall be placed in each pour of all mass concrete elements. One pair of

thermocouples shall be placed at the centroid of the pour, or wherever the point of expected maximum temperature is anticipated. If there it is any doubt as to the location of the predicted maximum temperature, then additional thermocouples shall be placed as required or as directed by the Engineer.

5. For elements such as footings, slabs, or pier caps cast on the ground or in a horizontal

position, in addition to the pair of thermocouples located at the point of maximum temperature, one pair each of thermocouples shall be cast at the elevation of the bottom mat and top mat of reinforcing steel vertically in line with the thermocouples cast in Section III.E.4 above. The thermocouples located at the elevation of the top and bottom mats shall have the same concrete cover as the reinforcing mats.

6. For elements such as columns and walls cast in a vertical position, in addition to the

thermocouples located at the point of maximum temperature, one pair each of thermocouples shall be cast on the north face and one on the south face in line with the thermocouples cast at the centroid. These thermocouples shall be located in the same vertical plane as the reinforcing steel mats and shall have the same concrete cover as the reinforcing mats.

7. The Engineer may direct that additional thermocouples be placed if the area of maximum

thermal gradient cannot be readily determined.

Revised: January 19, 2016

ORDER NO.: I41 CONTRACT ID. NO.: C00100993B50

350

8. Both thermocouples from each pair shall be connected to a data logger or other recording device. The data logger shall record the temperatures at each thermocouple at least once every hour from the time the thermocouple is covered with concrete until 3 days after the peak temperature is reached, or as directed by the Engineer. The data logger shall have a printed tape or electronic data storage capability. The Engineer may, at his sole discretion, discontinue monitoring of mass concrete elements deemed to be similar to previously monitored elements and placed under similar temperature conditions.

9. To determine concrete strength for stripping and allowable thermal gradients, the

Contractor may elect to use either match-cured cylinders or a maturity curve. A separate analysis shall be required for each approved mass concrete design mix.

10. Match-cured cylinders shall be cured in ovens, water baths, or under the form insulation

blankets to simulate the temperature of the coolest surface thermocouple in the pour. Sufficient number of cylinders shall be cast to allow an accurate plot of the strength development of the concrete. At a minimum, 18 pairs of cylinders shall be cast, with two cylinders each broken at the end of 1, 2, 3, 4, 5, 6, 7, 10, and 14 days. Additional cylinders may be required if it is anticipated that the concrete will not reach peak temperature until after 10 days from the pour.

11. Maturity curves shall be developed using the ASTM C1074 procedures for the “equivalent

age” method. 12. The forms may be stripped when the concrete strength is high enough (as determined by

the maturity curves or match-cast cylinders) to withstand the anticipated thermal gradient between the core temperature and the 48-hour average air temperature, or as directed by the Engineer. In no event will form stripping be allowed before the surface concrete reaches at least 80 percent of its design strength. After form striping, concrete shall be protected from freezing temperatures for 48 hours by the use of insulating blankets or other methods approved by the Engineer.

F. Remedial Measures:

If temperature differentials are exceeded and cracking occurs or if other damage is evident, the Contractor shall core or otherwise test the concrete elements as directed by the Engineer to determine the extent of damage. The Contractor shall submit a proposed remediation plan for the approval of the Engineer. The Engineer may, at its sole discretion, direct that all or a portion of the damaged or unacceptable concrete be removed and replaced without additional compensation. All cracks widths over 0.012 inch shall be epoxy injected. Epoxy bonding compounds shall be clear and the type shall be in accordance with Section 243 of the Specifications. All ports and mastic compound shall be removed from portions of the structure that will remain visible when construction is complete.

All remedial work, including coring and crack sealing required shall be incidental to the unit bid price for Concrete (Class).

IV. MEASUREMENT AND PAYMENT Measurement and payment shall be in accordance with Section 404 of the Specifications. All work in this Special Provision required for installing the massive concrete bridge components as specified shall be considered incidental to the work required in Section 404 of the Specifications and will not be measured separately.

Revised: January 19, 2016