+ All Categories
Home > Documents > DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55...

DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55...

Date post: 16-Sep-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
24
DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000 Gregory A. Whirley Commissioner December 4, 2013 Order No.: D55 Route: 0006 Project: (NFO)0006-032-108,C501,B603 FHWA: BR-032-7(038) District: Culpeper County: Fluvanna Bids: December 18, 2013 To Holders of Bid Proposals: Please make the following changes in your copy of the bid proposal for the captioned project: BID PROPOSAL Substitute Cover as the Date of Bid Submission has been revised from November 20, 2013 to December 18, 2013 Substitute Form C-7 as the Date of Bid Submission has been revised from November 20, 2013 to December 18, 2013 and the Fixed Completion Date has been revised from October 16, 2015 to November 20, 2015 Substitute page 3 of the Bid Item Sheets as line item 0190, bid item no. 02090 has been added and due to the arrangement of items. Substitute page 4 through 6 of the Bid Item Sheets due to the arrangement of items. Substitute page 7 of the Bid Item Sheets as line item 0610, bid item no. 24703 has been deleted. Substitute page 1 of the Table of Contents for Provisions as Special Provision SF001AF - Predetermined Minimum Wage Rates VA15 Dated: 7-08 has been deleted. Substitute page 2 of the Table of Contents for Provisions as Special Provision SF001AF - Predetermined Minimum Wage Rates VA149 Dated: 11-1-13 and Special Provision Section 105.08 – Cooperation With Regard To Utilities Dated: 11-27-13 have been added.
Transcript
Page 1: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET

RICHMOND, VIRGINIA 23219-2000 Gregory A. Whirley Commissioner

December 4, 2013

Order No.: D55 Route: 0006 Project: (NFO)0006-032-108,C501,B603 FHWA: BR-032-7(038) District: Culpeper County: Fluvanna Bids: December 18, 2013

To Holders of Bid Proposals:

Please make the following changes in your copy of the bid proposal for the captioned project:

BID PROPOSAL Substitute Cover as the Date of Bid Submission has been revised from November 20, 2013 to December 18, 2013 Substitute Form C-7 as the Date of Bid Submission has been revised from November 20, 2013 to December 18, 2013 and the Fixed Completion Date has been revised from October 16, 2015 to November 20, 2015 Substitute page 3 of the Bid Item Sheets as line item 0190, bid item no. 02090 has been added and due to the arrangement of items. Substitute page 4 through 6 of the Bid Item Sheets due to the arrangement of items. Substitute page 7 of the Bid Item Sheets as line item 0610, bid item no. 24703 has been deleted. Substitute page 1 of the Table of Contents for Provisions as Special Provision SF001AF - Predetermined Minimum Wage Rates VA15 Dated: 7-08 has been deleted. Substitute page 2 of the Table of Contents for Provisions as Special Provision SF001AF - Predetermined Minimum Wage Rates VA149 Dated: 11-1-13 and Special Provision Section 105.08 – Cooperation With Regard To Utilities Dated: 11-27-13 have been added.

Page 2: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

December 4, 2013 Order No.: D55 Substitute page 4 through 7 as Special Provision SF001AF - Predetermined Minimum Wage Rates VA15 Dated: 7-08 has been deleted. Add pages 242 through 247. Don E. Silies State Contract Officer Assistant Division Administrator, Construction Division

JDRN Enclosures

Page 3: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

Form C-6a Rev. 3-22-05

CNSP (F) 1-9-06

COMMONWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION

BID PROPOSAL AND CONTRACT ROUTE NUMBER: 0006 FHWA NUMBER: BR-032-7(038) PROJECT NUMBER: (NFO)0006-032-108,C501,B603 COUNTY: FLUVANNA DISTRICT: CULPEPER

DESCRIPTION: BRIDGE REPLACEMENT OVER RIVANNA RIVER AND APPROACHES FROM: 0.204 MI. W. RIVANNA RIVER TO: 0.244 MI. E. RIVANNA RIVER DATE BID SUBMITTED: 10:00 AM WEDNESDAY DECEMBER 18, 2013

Page 4: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

Form C-7 Rev. 1-19-12

SHEET 1 of 13

TERMS OF THE PROPOSAL\CONTRACT COMMONWEALTH OF VIRGINIA

DEPARTMENT OF TRANSPORTATION SUBMITTED: 10:00 AM WEDNESDAY DECEMBER 18, 2013

PROJECT NUMBER: (NFO)0006-032-108,C501,B603 ROUTE NUMBER: 0006 FHWA NUMBER: BR-032-7(038) DESCRIPTION: BRIDGE REPLACEMENT OVER RIVANNA RIVER AND APPROACHES FROM: 0.204 MI. W. RIVANNA RIVER TO: 0.244 MI. E. RIVANNA RIVER DISTRICT: CULPEPER COUNTY: FLUVANNA I/we declare that no other person, firm or corporation is interested in this proposal; that I/we have carefully examined the plans, job specifications, current Road and Bridge specifications, and all other documents pertaining thereto and thoroughly understand the contents thereof; that I/we meet the prequalification requirements for bidding on this proposal; that I/we understand that the plans and current Road and Bridge specifications, are a part of this proposal; that all of the quantities shown herewith are a part of this proposal; that all the quantities shown herewith are approximate only; that I/we have examined the location of the proposed work and source of supply of materials; and that I/we agree to bind myself/ourselves upon award by the Commonwealth under this proposal to a contract with necessary surety bond to start work according to project specifications, and to complete all work in accordance with the plans, job specifications and current Road and Bridge Specifications within the time limit set forth in the contract.

COMPLETION DATE: NOVEMBER 20, 2015 BID TOTAL $ Attached is a bond conforming to the requirements of the current Road and Bridge Specifications, it being understood that such bond is to be forfeited as liquidated damages if, upon acceptance of the terms of this proposal, I/we fail to execute the contract and furnish bond as provided in the current Road and Bridge Specifications.

(Names of Individual(S),Firm(S) Or Corporation)

Street Address City State Zip Code Vendor#/Fin#

Print Name Signature Title

In consideration of the commitments made as shown herein, the Commonwealth of Virginia by The Commonwealth Transportation Commissioner agrees to pay for all items of work performed and materials furnished at the unit price(s) and under the conditions set forth in this proposal, in witnessed by the affixing of the name below. Contract Execution Date By CHIEF ENGINEER

VIRGINIA DEPARTMENT OF TRANSPORTATION

Page 5: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 3 CONTRACT ID : C00077321C01 STATE PROJ NUM: (NFO)0006-032-108,C501,B603 FEDERAL PROJ NUM:BR-032-7(038) ORDER NO. D55 DATE 11/26/13 SCHEDULE OF ITEMS REVISED CONTRACTOR :____________________________________________________________________ ------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------ |0120 | 00595|OUTLET PIPE | 172.00| | |------------| |-------------| | |501 | | LF | | | | ------------------------------------------------------------------------------------ |0130 | 00596|ENDWALL EW-12 | 15.00| | |------------| |-------------| | |302 | | EA | | | | ------------------------------------------------------------------------------------ |0140 | 00597|UNDERDRAIN UD-7 | 1380.00| | |------------| |-------------| | |501 | | LF | | | | ------------------------------------------------------------------------------------ |0150 | 00700|POST INSTALLATION | 789.00| | |------------|INSPECTION |-------------| | |302 | | LF | | | | ------------------------------------------------------------------------------------ |0160 | 01150|15" PIPE | 100.00| | |------------| |-------------| | |302 | | LF | | | | ------------------------------------------------------------------------------------ |0170 | 01156|STORM SEWER PIPE 15" | 437.00| | |------------| |-------------| | |302 | | LF | | | | ------------------------------------------------------------------------------------ |0180 | 01186|STORM SEWER PIPE 18" | 290.00| | |------------| |-------------| | |302 | | LF | | | | ------------------------------------------------------------------------------------ |0190 | 02090|PIPE | 285.00| | |------------|36" TEMPORARY |-------------| | |302 PLAN | | LF | | | | ------------------------------------------------------------------------------------ |0200 | 07510|DROP INLET DI-7A | 6.00| | |------------| |-------------| | |302 | | EA | | | | ------------------------------------------------------------------------------------ |0210 | 07512|DROP INLET DI-7B | 1.00| | |------------| |-------------| | |302 | | EA | | | | ------------------------------------------------------------------------------------ |0220 | 09046|MANHOLE MH-1 | 12.00| | |------------| |-------------| | |302 | | LF | | | | ------------------------------------------------------------------------------------ |0230 | 09150|EROSION CONTROL STONE | 47.00| | |------------|CLASS I, EC-1 |-------------| | |414 | | TON | | | | ------------------------------------------------------------------------------------

Page 6: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 4 CONTRACT ID : C00077321C01 STATE PROJ NUM: (NFO)0006-032-108,C501,B603 FEDERAL PROJ NUM:BR-032-7(038) ORDER NO. D55 DATE 11/26/13 SCHEDULE OF ITEMS REVISED CONTRACTOR :____________________________________________________________________ ------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------ |0240 | 09215|PAVED DITCH | 16.00| | |------------|PG-5 |-------------| | |502 | | SY | | | | ------------------------------------------------------------------------------------ |0250 | 09250|SLOPE DRAIN | 1.00| | |------------| |-------------| | |303 | | EA | | | | ------------------------------------------------------------------------------------ |0260 | 10128|AGGR. BASE MATL. TY. I | 2345.00| | |------------|NO. 21B |-------------| | |308 309 | | TON | | | | ------------------------------------------------------------------------------------ |0270 | 10610|ASPHALT CONCRETE | 1101.00| | |------------|TY. IM-19.0A |-------------| | |315 | | TON | | | | ------------------------------------------------------------------------------------ |0280 | 10629|FLEXIBLE PAVEMENT | 5033.00| | |------------|PLANING ABOVE 2" - 4" |-------------| | |515 | | SY | | | | ------------------------------------------------------------------------------------ |0290 | 10635|ASPHALT CONCRETE | 744.00| | |------------|TY. SM-9.5A |-------------| | |315 | | TON | | | | ------------------------------------------------------------------------------------ |0300 | 10642|ASPHALT CONCRETE | 1268.00| | |------------|TY. BM-25.0A |-------------| | |315 | | TON | | | | ------------------------------------------------------------------------------------ |0310 | 11070|SAW-CUT ASPH CONC | 4328.00| | |------------|(FULL DEPTH) |-------------| | |315 | | LF | | | | ------------------------------------------------------------------------------------ |0320 | 13310|GUARDRAIL TERMINAL | 37.50| | |------------|GR-6 (NCHRP 350) |-------------| | |505 | | LF | | | | ------------------------------------------------------------------------------------ |0330 | 13320|GUARDRAIL GR-2 | 2075.00| | |------------| |-------------| | |505 | | LF | | | | ------------------------------------------------------------------------------------ |0340 | 13345|ALTERNATE BREAKAWAY | 5.00| | |------------|CABLE TERMINAL (GR-9) |-------------| | |505 | | EA | | | | ------------------------------------------------------------------------------------ |0350 | 13355|GUARDRAIL GR-10 | 87.50| | |------------| |-------------| | |505 | | LF | | | | ------------------------------------------------------------------------------------

Page 7: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 5 CONTRACT ID : C00077321C01 STATE PROJ NUM: (NFO)0006-032-108,C501,B603 FEDERAL PROJ NUM:BR-032-7(038) ORDER NO. D55 DATE 11/26/13 SCHEDULE OF ITEMS REVISED CONTRACTOR :____________________________________________________________________ ------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------ |0360 | 13383|FIXED OBJECT ATTACH. | 4.00| | |------------|GR-FOA-1 TY. I |-------------| | |505 | | EA | | | | ------------------------------------------------------------------------------------ |0370 | 13470|MEDIAN BARRIER MB-9A | 24.00| | |------------| |-------------| | |502 | | L.F. | | | | ------------------------------------------------------------------------------------ |0380 | 13496|TRAF. BARR. SER. CONC. | 578.00| | |------------|DOUBLE FACE PAR.MB-11A |-------------| | |512 | | LF | | | | ------------------------------------------------------------------------------------ |0390 | 16241|AGGR. MATL | 514.00| | |------------|NO. 3 |-------------| | |309 | | TON | | | | ------------------------------------------------------------------------------------ |0400 | 16241|AGGR. MATL | 933.00| | |------------|NO.57 |-------------| | |309 | | TON | | | | ------------------------------------------------------------------------------------ |0410 | 22501|FENCE FE-W1 | 1175.00| | |------------| |-------------| | |507 | | LF | | | | ------------------------------------------------------------------------------------ |0420 | 22541|LINE BRACE UNIT | 9.00| | |------------|FE-W1,FE-W2 |-------------| | |507 | | EA | | | | ------------------------------------------------------------------------------------ |0430 | 22581|CORNER BRACE UNIT | 5.00| | |------------|FE-W1,FE-W2 |-------------| | |507 | | EA | | | | ------------------------------------------------------------------------------------ |0440 | 22910|GATE FE-G L=16' | 6.00| | |------------| |-------------| | |507 | | EA | | | | ------------------------------------------------------------------------------------ |0450 | 23600|FENCE | 276.00| | |------------|TEMPORARY FENCE |-------------| | |PLAN | | LF | | | | ------------------------------------------------------------------------------------ |0460 | 24100|ALLAYING DUST | 240.00| | |------------| |-------------| | |511 | | HR | | | | ------------------------------------------------------------------------------------ |0470 | 24152|TYPE III BARRICADE 8' | 5.00| | |------------| |-------------| | |512 | | EA | | | | ------------------------------------------------------------------------------------

Page 8: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 6 CONTRACT ID : C00077321C01 STATE PROJ NUM: (NFO)0006-032-108,C501,B603 FEDERAL PROJ NUM:BR-032-7(038) ORDER NO. D55 DATE 11/26/13 SCHEDULE OF ITEMS REVISED CONTRACTOR :____________________________________________________________________ ------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------ |0480 | 24160|CONSTRUCTION SIGNS | 908.00| | |------------| |-------------| | |512 | | SF | | | | ------------------------------------------------------------------------------------ |0490 | 24260|CR. RUN AGGR. | 62.00| | |------------|NO. 25 OR 26 |-------------| | |512 | | TON | | | | ------------------------------------------------------------------------------------ |0500 | 24272|TRUCK MOUNTED | 4500.00| | |------------|ATTENUATOR |-------------| | |512 | | HR | | | | ------------------------------------------------------------------------------------ |0510 | 24278|GROUP 2 CHANNELIZING | 92000.00| | |------------|DEVICES |-------------| | |512 | | DAY | | | | ------------------------------------------------------------------------------------ |0520 | 24279|PORTABLE CHANGEABLE | 11700.00| | |------------|MESSAGE SIGN |-------------| | |512 | | HR | | | | ------------------------------------------------------------------------------------ |0530 | 24281|ELECTRONIC ARROW | 8000.00| | |------------| |-------------| | |512 | | HR | | | | ------------------------------------------------------------------------------------ |0540 | 24282|FLAGGER SERVICE | 7000.00| | |------------| |-------------| | |512 | | HR | | | | ------------------------------------------------------------------------------------ |0550 | 24288|WARNING LIGHT TY. B | 1460.00| | |------------| |-------------| | |512 | | DAY | | | | ------------------------------------------------------------------------------------ |0560 | 24290|TRAFFIC BARRIER | 220.00| | |------------|SERVICE CONCRETE |-------------| | |512 | | LF | | | | ------------------------------------------------------------------------------------ |0570 | 24430|DEMOLITION OF PAVEMENT | 2649.00| | |------------|(FLEXIBLE) |-------------| | |508 | | SY | | | | ------------------------------------------------------------------------------------ |0580 | 24502|REMOVE EXIST. | 4.00| | |------------|GATE |-------------| | |510PLAN | | EA | | | | ------------------------------------------------------------------------------------ |0590 | 24600|REMOVE EXISTING | 2743.00| | |------------|GUARDRAIL |-------------| | |510 | | LF | | | | ------------------------------------------------------------------------------------

Page 9: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 7 CONTRACT ID : C00077321C01 STATE PROJ NUM: (NFO)0006-032-108,C501,B603 FEDERAL PROJ NUM:BR-032-7(038) ORDER NO. D55 DATE 11/26/13 SCHEDULE OF ITEMS REVISED CONTRACTOR :____________________________________________________________________ ------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------ |0600 | 24602|REMOVE EXIST. FENCE | 1172.00| | |------------|BARBED, WOVEN WIRE AND |-------------| | |510PLAN |BOARD | LF | | | | ------------------------------------------------------------------------------------ |0610 | 24702|REMOVE EXIST | 5.00| | |------------|BREAKAWAY CABLE TERM. |-------------| | |510PLAN |(GR-9) | EA | | | | ------------------------------------------------------------------------------------ |0620 | 24810|RESET EXIST. | 4.00| | |------------|BREAKAWAY CABLE TERM. |-------------| | |510PLAN |(GR-9) | EA | | | | ------------------------------------------------------------------------------------ |0630 | 25505|FIELD OFFICE TY.I | 24.00| | |------------| |-------------| | |514 | | MO | | | | ------------------------------------------------------------------------------------ |0640 | 25565|PROGRESS SCHEDULE | 1| | |------------|BASELINE |-------------| | |ATTD | | LS | | | | ------------------------------------------------------------------------------------ |0650 | 25567|PROGRESS SCHEDULE | 20.00| | |------------|UPDATES |-------------| | |ATTD | | EA | | | | ------------------------------------------------------------------------------------ |0660 | 25574|CONTRACT | 4.00| | |------------|NBIS ACCESS, UNDER |-------------| | |ATTD |BRIDGE (B603) | DAY | | | | ------------------------------------------------------------------------------------ |0670 | 26262|DRY RIPRAP CL.III 36" | 2.40| | |------------| |-------------| | |414 | | TON | | | | ------------------------------------------------------------------------------------ |0680 | 27013|TOPSOIL CLASS A | 290.00| | |------------| |-------------| | |602 | | CY | | | | ------------------------------------------------------------------------------------ |0690 | 27102|REGULAR SEED | 2095.00| | |------------| |-------------| | |603 | | LB | | | | ------------------------------------------------------------------------------------ |0700 | 27103|OVERSEEDING | 919.00| | |------------| |-------------| | |603 | | LB | | | | ------------------------------------------------------------------------------------ |0710 | 27284|EROSION CONTROL MULCH | 130.00| | |------------| |-------------| | |303 | | SY | | | | ------------------------------------------------------------------------------------

Page 10: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

TABLE OF CONTENTS FOR PROVISIONS

FORMS and SCHEDULE OF ITEMS PRECEDE SPCNs, SPs and SUPPLEMENTAL SPECS. (c100ai03) GENERAL PROJECT REQUIREMENTS, SSs, SPs, & SPCNs 12-1-11 (SPCN) .............. 1 (c105hf1) SECTION 105.06 SUBCONTRACTING 12-19-08 (SPCN) .................................................... 1 (c302h00) SECTION 302.03(b) PRECAST DRAINAGE STRUCTURES 1-14-08 (SPCN) .................... 2 (c303kg0) AGGREGATE MATERIAL Re. 7-08c (SPCN) ...................................................................... 2 (c512l00) TYPE III BARRICADE 10-3-12 (SPCN) ................................................................................. 2 (c518b00) SECTION 518.02(a) NUMBER OF TRAINEES Re. 7-08 (SPCN) ........................................ 2 SECTION 107.16 (b) 2. – AIR 3-4-13 (SPCN) .......................................................................................... 3 CONTINUOUS PROSECUTION OF WORK 6-20-06a (SPCN) ............................................................... 3 SF001AF - PREDETERMINED MINIMUM WAGE RATES VA15 Re. 7-08 ........................................... 4 SF010DF - FHWA 1273—REQ. CONTRACT PROVISIONS, FED-AID CONST. 5-1-12 ...................... 8 SF030AF - NOTICE OF REQUIRE. FOR AFFIRM. ACT. TO ENSURE EEO Re. 7-08 ......................... 29 S100B00 - PROJECT COMMUNICATION AND DECISION MAKING Re. 7-08 ................................ 35 S102CF2 - USE OF DOMESTIC MATERIAL 7-26-13 ......................................................................... 39 S107G01 - C-45–SWPPP GEN. PERMIT–CONTRACTOR & SUB. CERTIF. 2-19-09 .......................... 42 S107HF1 - SECTION 107.15 12-10-10 ................................................................................................ 43 S108C00 - CPM PROGRESS FOR SCHEDULE CATEGORY III PROJECTS 3-1-11 ....................... 63 S109D01 - PRICE ADJUSTMENT FOR STEEL 2-6-09 ...................................................................... 79 S109F00 - OPTIONAL ADJUSTMENT FOR FUEL Re. 7-08c ............................................................. 88 S109G03 - ASPHALT MATERIAL PRICE ADJUSTMENT 7-30-08CC .............................................. 90 S223AG2 - CORROSION RESISTANT REINFORCING STEEL 1-24-12 ............................................. 93 S403C00 - DYNAMIC PILE TESTING FOR END BEARING PILES Re. 7-08 .................................... 94 S403D00 - WAVE EQUATION ANALYSIS Re. 7-08 ............................................................................. 96 S407B00 - TOOTH EXPANSION JOINT 1-14-08c ................................................................................ 99 S515B02 - COLD PLANING (MILLING) ASPHALT CONCRETE OPERATIONS 10-1-12 ................ 100 S522B00 - INFORMAL PARTNERING 1-14-08 ................................................................................ 103 SS1D015 - SUPP. DIVISION I—GENERAL PROVISIONS 8-21-13 ................................................. 105 SS20001 - SUPP. SECTION 200—GENERAL 9-28-12 .................................................................... 118 SS20701 - SUPP. SECTION 207—SELECT MATERIAL 12-3-09c .................................................. 119 SS20801 - SUPP. SECTION 208—SUBBASE & AGGREGATE BASE MATERIAL 5-7-10c ............. 120 SS21111 - SUPP. SEC. 211—ASPHALT CONCRETE 12-18-12 ........................................................ 121 SS21202 - SUPP. SECTION 212—JOINT MATERIALS 6-28-11 ..................................................... 130 SS21402 - SUPP. SEC. 214—HYDRAULIC CEMENT 1-28-08 .......................................................... 131 SS21501 - SUPP. SEC. 215—HYDRAULIC CEMENT CONCRETE ADMIXTURES 1-28-08 ............ 132 SS21705 - SUPP. SEC. 217—HYDRAULIC CEMENT CONCRETE 1-27-11 .................................... 133 SS22101 - SUPP. SEC. 221—GUARDRAIL 1-6-12 .......................................................................... 142 SS22201 - SUPP. SEC. 222—MASONRY UNITS 6-28-11 ................................................................ 143 SS22601 - SUPP. SECTION 226—STRUCTURAL STEEL 12-16-08 ................................................. 144 SS23203 - SUPP. SEC. 232—PIPE AND PIPE ARCHES 5-17-12 ..................................................... 145 SS24503 - SUPP. SEC. 245—GEOSYNTHETICS 4-30-13 ............................................................... 146 SS24701 - SUPP. SEC. 247— REFLECTIVE SHEETING 2-10-11 ................................................... 148 SS30204 - SUPP. SEC. 302—DRAINAGE STRUCTURES 3-14-13 ................................................... 154 SS30305 - SUPP. SEC. 303—EARTHWORK 5-20-11c ..................................................................... 164 SS30401 - SUPP. SEC. 304—CONSTRUCTING DENSITY CONTROL STRIPS 4-27-11 ................. 167 SS31508 - SUPP. SEC. 315—ASPHALT CONCRETE PLACEMENT 10-22-12 ................................. 168 SS40102 - SUPP. SEC. 401—STRUCTURE EXCAVATION 4-17-12c ............................................. 179 SS40402 - SUPP. SEC. 404—HYDRAULIC CEMENT CONC. OPERATIONS 12-17-10c .................. 181 SS40603 - SUPP. SEC. 406—REINFORCING STEEL 1-24-12 ......................................................... 182 SS40703 - SUPP. SEC. 407—STEEL STRUCTURES 1-2-12 ............................................................ 186 SS40801 - SUPP. SEC. 408—BEARING DEVICES AND ANCHORS 12-20-10c ................................. 187 SS41401 - SUPP. SEC. 414—RIPRAP 1-25-10 ................................................................................. 188 SS42300 - SUPP. SEC. 423—NBIS INSPECTION / UNDER BRIDGE DEVICE 4-16-12c ................ 189 

Page 11: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

SS50101 - SUPP. SEC. 501—UNDERDRAINS 1-25-10 ..................................................................... 191 SS51202 - SUPP. SEC. 512—MAINTAINING TRAFFIC 6-11-09 ..................................................... 192 SS51401 - SUPP. SEC. 514—FIELD OFFICE 3-6-09 ....................................................................... 194 SS51505 - SUPP. SECTION 515—PLANING OR MILLING PAVEMENT 9-27-11 ............................. 195 SS70004 - SUPP. SEC. 700—GENERAL 2-21-13 .............................................................................. 199 SS70102 - SUPP. SECTION 701—TRAFFIC SIGNS 1-22-09c ......................................................... 206 SS70401 - SUPP. SEC. 704—PAVEMENT MARKINGS & MARKERS 10-14-11 ............................ 207 INSPECTION OF BRIDGE STRUCTURES FOR ASBESTOS CONTAINING MATERIALS(ACM) 2-27-13 .............................................................................................................................................................. 208 REMOVAL OF ASBESTOS FROM BRIDGE STRUCTURES 3-18-09 ............................................... 211 CHOKING MATERIAL 1-30-13 ............................................................................................................. 216 NOTICE OF AUTHORIZATION (25 PAGES) ........................................................................................... 217 SF001AF - PREDETERMINED MINIMUM WAGE RATES VA149 Re. 11-1-13 ............................... 242 SECTION 105.08 – COOPERATION WITH REGARD TO UTILITIES 11-27-13 .................................. 246 

Page 12: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

3

SECTION 107.16 (b) 2. – AIR is amended to include the following:

The Contractor shall submit demolition notification the United States Environmental Protection Agency (USEPA) and the Virginia Department of Labor and Industry a minimum of 10 business days prior to starting work on the following bridge activities:

1. Dismantling and removing existing structures 2. Moving an entire structure 3. Reconstruction and repairs involving the replacement of any load-bearing component of a

structure

Address notifications to:

Virginia Department of Labor and Industry Asbestos Program Powers-Taylor Building 13 South Thirteenth Street Richmond, VA 23219 Land and Chemical Division EPA Region III Mail Code LC62 1650 Arch St. Philadelphia, PA 19103-2029

5-2-13 (SPCN) CONTINUOUS PROSECUTION OF WORK - The Contractor may schedule and perform work on this contract any time within the fixed time limit set forth in the contract; however, work on each route/section shall be continuously prosecuted once started until completion of that particular route/section. 6-20-06a (SPCN)

Page 13: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

4

SF001AF-0708 Reissued July 2008 PREDETERMINED MINIMUM WAGE RATES

General Decision Number: VA130015 01/04/2013 VA15 Superseded General Decision Number: VA20120015 State: Virginia Construction Type: Highway Counties: Albemarle, Charlottesville*, Fluvanna and Greene 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). Modification Number Publication Date 0 01/04/2013 * SUVA2010-005 02/01/2011 Rates Fringes CARPENTER (STRUCTURE)............$ 17.00 CEMENT MASON/CONCRETE FINISHER...$ 15.74 ELECTRICIAN......................$ 21.25 IRONWORKER, REINFORCING..........$ 18.00 LABORER Asphalt Raker...............$ 12.62 Blaster.....................$ 17.00 Construction Worker I (Skilled Laborer)...........$ 17.62 Construction Worker II (Laborer)...................$ 10.00 Fence Erector...............$ 12.00 Flagger.....................$ 14.68 Guardrail Erector...........$ 14.00 Pipe Layer..................$ 16.50 Power Tool Operator.........$ 12.00 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.76 Asphalt Paver...............$ 14.16 Backhoe.....................$ 19.98 Boom/Auger..................$ 21.00 Bulldozer (Utility).........$ 14.00 Bulldozer...................$ 14.75 Concrete Finish Machine

Page 14: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

5

Screed, Bridge..............$ 16.00 Concrete Finish Machine.....$ 15.80 Concrete Paving Machine.....$ 13.88 Crane, Derrick, Dragline (1 cm & under)..............$ 22.00 Crane, Derrick, Dragline (over 1 cm).................$ 22.49 Drill.......................$ 12.00 Excavator (Gradall).........$ 22.00 Front End Loader (2 cm & under)......................$ 11.00 Front End Loader (over 2 cm).........................$ 22.25 Hydro Seeder................$ 21.25 Mechanic....................$ 24.00 Motor Grader (Fine Grade)...$ 17.00 Motor Grader (Rough Grade)..$ 15.00 Pavement Planing Groundman..$ 10.75 Pavement Planing............$ 19.00 Pipe Boring/Jacking Machine.$ 13.70 Roller (Finish).............$ 13.02 Roller (Rough)..............$ 20.75 Slurry Seal Paver Machine...$ 17.64 Stone-Spreader..............$ 12.75 Tractor, Crawlers...........$ 10.00 Vacuum Machine..............$ 9.25 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 13.51 TRUCK DRIVER Slurry Seal Paver Truck.....$ 9.75 Truck Driver (Multi-Rear Axle).......................$ 18.25 Truck Driver (Single Rear Axle).......................$ 19.90 Truck Driver (Tandem Rear Axle).......................$ 17.50 Truck Driver, Heavy Duty (over 7 c.y.)...............$ 18.00 Truck Driver, Heavy Duty (under 7 c.y.)..............$ 12.93 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification

Page 15: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

6

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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- END OF GENERAL DECISION.

Page 16: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

7

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

Page 17: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

8

SF010DF-0712 May 1, 2012

FHWA-1273 (Electronic Version) The following Form FHWA-1273 titled REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTION CONTRACTS shall apply to this contract: =========================================================================================

FHWA-1273 – Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

ATTACHMENTS

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

Page 18: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

241

Page 19: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

242

SF001AF-0708 Reissued July 2008 PREDETERMINED MINIMUM WAGE RATES

General Decision Number: VA130149 11/01/2013 VA149 State: Virginia Construction Type: Highway Counties: Albemarle, Charlottesville*, Fluvanna and Greene Counties in Virginia. 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). Modification Number Publication Date 0 11/01/2013 SUVA2013-005 01/01/2012 Rates Fringes ASBESTOS WORKER..................$ 12.60 CARPENTER (STRUCTURE)............$ 15.86 CEMENT MASON/CONCRETE FINISHER...$ 15.74 ELECTRICIAN......................$ 22.35 FORM SETTER......................$ 13.00 IRONWORKER, REINFORCING..........$ 17.75 IRONWORKER, STRUCTURAL...........$ 23.00 LABORER Asphalt Raker...............$ 14.05 Blaster.....................$ 17.00 Construction Worker I (Skilled Laborer)...........$ 14.55 Construction Worker II (Laborer)...................$ 11.95 Fence Erector...............$ 10.57 Flagger.....................$ 13.64 Grade Checker...............$ 18.00 Guardrail Erector...........$ 14.00 Landscape Worker............$ 9.09 Pipe Layer..................$ 12.50 Power Tool Operator.........$ 20.00 PAINTER..........................$ 15.13 POWER EQUIPMENT OPERATOR: Air Compressor Operator.....$ 12.25 Asphalt Distributor.........$ 15.65 Asphalt Paver...............$ 16.25 Backhoe.....................$ 15.33

Page 20: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

243

Boom/Auger..................$ 21.00 Bulldozer (Utility).........$ 16.50 Bulldozer...................$ 17.63 Concrete Finish Machine Operator....................$ 16.94 Concrete Finish Machine Screed, Bridge..............$ 16.00 Concrete Paving Machine.....$ 13.88 Crane, Derrick, Dragline (1 cm & under)..............$ 21.00 Crane, Derrick, Dragline (over 1 cm).................$ 22.17 Drill Operator..............$ 12.00 Excavator (Gradall).........$ 18.58 Front End Loader (2 cm & under)......................$ 14.00 Front End Loader (over 2 cm).........................$ 17.00 Hydro Seeder................$ 21.25 Mechanic....................$ 23.00 Motor Grader (Fine Grade)...$ 17.00 Motor Grader (Rough Grade)..$ 19.92 Oiler, Greaser..............$ 10.00 Pavement Marking Operator...$ 16.00 Pavement Marking Truck Operator....................$ 14.53 Pavement Planing Groundman..$ 10.75 Pavement Planing Operator...$ 20.63 Pipe Boring/Jacking Machine.$ 13.70 Roller (Finish).............$ 13.85 Roller (Rough)..............$ 12.49 Scraper Pan Operator........$ 12.50 Slurry Seal Paver Machine Operator....................$ 17.64 Slurry Seal Paver Truck Operator....................$ 10.32 Stone-Spreader..............$ 14.00 Tractor Operator (Crawlers).$ 10.00 Tractor Operator (Utility)..$ 17.00 Trenching Machine Operator..$ 13.00 Vacuum Machine Operator.....$ 11.87 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 21.80 TRUCK DRIVER Truck Driver (Multi-Rear, Single Rear, and Tandem Rear Axle)..................$ 17.86 Truck Driver, Heavy Duty....$ 16.68 WELDER...........................$ 15.76 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================

Page 21: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

244

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. --------------------------------------------------------------- END OF GENERAL DECISION.

Page 22: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

245

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

Page 23: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

246

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR

SECTION 105.08 – COOPERATION WITH REGARD TO UTILITIES TELEPHONE FACILITIES OWNED BY

LEVEL 3 COMMUNICATIONS

November 27, 2013 0006-032-108, C501

Section 105.08 - Cooperation with regard to Utilities is amended to include the following: During the life of this project, the utility facilities owned and operated by Level 3 Communications will be adjusted as necessary, either prior to project construction or in conjunction with project construction when necessary. The Contractor shall not consider the description of the utility facilities contained herein or the description of the adjustments being made to these facilities as being inclusive of all facilities belonging to Level 3 Communications on this project or all adjustments being made to the facilities. The Progress Schedule submitted by the Contractor shall allow sufficient time for the utility relocations and adjustments herein. The Contractor shall examine the proposed site of work in accordance with Section 102.04 of the Specifications. The Contractor shall investigate all existing utilities in all areas of proposed construction in detail through visual examination, site survey, test holes, and any other means necessary to determine if any utility existing location or proposed location is in conflict with the Contractor’s operations at least 30 days in advance of ordering materials or beginning work. Any potential conflicts found in this investigation shall be reported to the Engineer within 5 days. Areas of construction shall include, but not be limited to excavation, grading operations, utility installation, storm drain installation, shoring, and bridge construction. If the Contractor fails to perform this investigation within the timeframe described above and a utility conflict is encountered, the Contractor shall report the conflict to the Engineer immediately and revise his operations to avoid the utility until the conflict is resolved at no additional cost to the Department. Any delays associated with the Contractor’s failure to perform the investigation within the timeframe described above shall to not be the basis for Contract completion date adjustment. The Contractor shall consult with each utility company representative after existing underground facilities are marked by Miss Utility and determine the extent of the utility company’s adjustments which will be performed or will be caused to be performed by the utility company in conjunction with the project construction. The Contractor shall coordinate a Utility Coordination Meeting with all utility companies within thirty (30) days of contract award. This meeting shall be used to agree upon a schedule between the Contractor and all applicable utilities. The Contractor shall notify the Engineer of the date, time, and location of this meeting and provide meeting minutes and a roster of attendees to all participants. The Contractor shall document proposed adjustment timelines and the expectations of all parties; and copy the Department with all written correspondence pertaining to utility adjustments. The Contractor shall maintain all written correspondence with utility companies and document meaningful verbal communications. The Contractor shall take all precautions necessary to prevent damaging any utility facilities within the project limits. The Contractor shall immediately notify the utility owner if the Contractor’s operations damage any utility. Any costs incurred by the Contractor or by the utility owner to repair a damaged facility shall be the responsibility of the Contractor in accordance with Section 107.09 of the Specifications. Delays associated with the repair of damage to any utility caused by the Contractor’s operations shall not be the basis of any Contract time limit adjustment.

Page 24: DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD ...cabb.virginiadot.org/upload/20131204113956 D55 Addendum...DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000

ORDER NO.: D55 CONTRACT ID. NO.: C00077321C01

247

The Contractor shall monitor any utility relocations performed after contract award and notify the Engineer of any anticipated delays to the Contractor’s scheduled operations that are attributable to conflicts relocated utilities within 48 hours of the utility relocation. The notification shall include a written summary of potential schedule impacts due to the conflict created by the utility relocation. If the Contractor does not notify the Engineer of any conflicts due to utility relocation and provide a summary of potential delays within 48 hours of the utility relocation; contract time or cost adjustment will not be considered. Investigation of the proposed construction areas and relocation monitoring will not be measured for separate payment but the cost thereof shall be considered incidental to the work. Overview: Level 3 Communications proposes to relocate, adjust, remove, abandon, and/or replace all existing buried communication facilities that are currently in conflict with the project. Plan Sheets #3 & #4: Abandon:

It is proposed to abandon an existing 120 count buried fiber optic cable that primarily parallels the existing edge of pavement along the north side of the roadway throughout the limits of the project from approximate Stations 27+00 to 39+00 and 44+00 to 55+00. It should be noted that from approximate Stations 39+00 to 44+00 where the existing bridge is located, the existing fiber optic facility is bored under the existing river bed.

Install:

It is proposed to install by the boring method 4-2” conduits with 1-120 count fiber optic cable approximately five (5) feet inside the proposed northern most right of way line from approximate Stations 27+00 to 55+00. It should be noted that the proposed facility will be bored under the existing river bed. In addition, it should be noted that an interim temporary condition involving an overhead/aerial fiber optic facility attached to wood poles will exist approximately five (5) feet inside the proposed northern most right of way line from approximate Stations 38+00 to 45+00.

It is expected that Level 3 Communications will commence utility relocation activities on or about January 15, 2014 with completion anticipated within four (4) months barring any unforeseen circumstances. The contact person for Level 3 Communications on this project is Mr. Shawn Deyo who can be reached at (804) 400-7413 or [email protected].


Recommended