DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA

Size: px
Start display at page:

Download "DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA"

Transcription

1 Charles A. Kilpatrick, P.E. Commissioner DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA October 21, 2014 Order No.: G12 Route: 0027 Project: (NFO) , C501, B603 FHWA: BR-5A0(569) District: NOVA County: Arlington Bids: December 17, 2014 To Holders of Plans and Bid Proposals: Please make the following changes in your copy of the plans and bid proposal for the captioned project: BID PROPOSAL Substitute page 7 of the schedule of items to show item number has been changed to Substitute page 11 of the schedule of items to show item number specification reference has changed. Substitute page 13 of the schedule of items to show item number has changed to Substitute page 2 of the Table of Contents as special provisions for MANDATORY PRE-BID SHOWING CONFERENCE AND SITE VISIT and SECURITY REQUIREMENTS have been added. Add pages 346 to WE KEEP VIRGINIA MOVING

2 PLANS Substitute plan sheets 1B, 1G, 2G(25), 2H(1), 4, and 5 as they have been revised. Note: Corrected plan set can be viewed or downloaded from Falcon. Don E. Silies Director of Contracts Construction Division MAD Enclosures

3 E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 7 CONTRACT ID : C B01 STATE PROJ NUM: (NFO) ,C501,B603 FEDERAL PROJ NUM:BR-5A0(569) ORDER NO. G12 DATE 10/21/14 SCHEDULE OF ITEMS REVISED CONTRACTOR : RETAINING WALL EXCAVATION CY IMPACT ATTEN. SER TY. 1 (TL-3>45 MPH) PLAN EA IMPACT ATTEN (TL-3,>45 MPH DES.SP.) PLAN EA GUARDRAIL BEAM ATTD LF MEDIAN STRIP MS SY TEMP. SAFETY FENCE 4' LF FENCE TREE PROTECTION ATTD LF TYPE III BARRICADE 4' EA TYPE III BARRICADE 8' EA CONSTRUCTION SIGNS SF MAINTENANCE OF TRAFFIC PEDESTRIAN DETOUR PLAN ATTD LS TRUCK MOUNTED ATTENUATOR HR

4 E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 11 CONTRACT ID : C B01 STATE PROJ NUM: (NFO) ,C501,B603 FEDERAL PROJ NUM:BR-5A0(569) ORDER NO. G12 DATE 10/21/14 SCHEDULE OF ITEMS REVISED CONTRACTOR : PLANT OR TREE NYSSA SLYVATICA PLANT OR TREE OXEDENDRUM ARBORREUM PLANT OR TREE QUERCUS ALBA PLANT OR TREE QUERCUS BICOLOR PLANT OR TREE QUERCUS PRINUS PLANT OR TREE TILIA AMERICANA LANDSCAPE SOIL REMEDIATION ATTD 605 SY LANDSCAPE TREE ROOT AERATION ATTD 605 LF LANDSCAPE TREE ROOT PRUNING ATTD 605 LF VEGETATION ATTD 605 CONTROL UNIT SEED MIXTURE TEMPORARY SEEDING PLAN LB RECONSTRUCT EXISTING SANITARY MANHOLE LF

5 E22-PSPPROP VIRGINIA DEPARTMENT OF TRANSPORTATION PAGE: 13 CONTRACT ID : C B01 STATE PROJ NUM: (NFO) ,C501,B603 FEDERAL PROJ NUM:BR-5A0(569) ORDER NO. G12 DATE 10/21/14 SCHEDULE OF ITEMS REVISED CONTRACTOR : REMOVE-DISPOSE SIGN STRUCT. TY. WP PLAN EA TYPE B CLASS VI PAVE LINE MARKING 4" ATTD704 LF TYPE B CLASS VI PAVE LINE MARKING 8" ATTD704 LF TYPE B CLASS VI PAVE LINE MARK. 4",CONTRAST ATTD704 LF PAVEMENT MARKING TY. B CL. VI PAVE LINE ATTD 704 MARK. 24" LF ERADICATION OF EXIST PAVEMENT MARKING LF ERADICATION OF EXIST NONLINEAR PAVE.MARKING SF TEMP. PAVE. MARKER WAY EA PAVEMENT MESSAGE MARK ELONGATED ARROW DOUBLE EA PAVEMENT MESSAGE MARK "ONLY" EA CONSTR. P.M. TY. D ELONG. ARROW EA CONSTR. PAVE. MARKING (TY. E) 6" LF

6 S704E02 - TYPE B, CLASS VI PAVEMENT LINE MARKING TAPE SS1D015 - SUPP. DIVISION I GENERAL PROVISIONS SS SUPP. SECTION 200 GENERAL SS SUPP. SECTION 207 SELECT MATERIAL SS SUPP. SECTION 208 SUBBASE & AGGREGATE BASE MATERIAL SS SUPP. SEC. 211 ASPHALT CONCRETE SS SUPP. SECTION 212 JOINT MATERIALS SS SUPP. SEC. 214 HYDRAULIC CEMENT SS SUPP. SEC. 215 HYDRAULIC CEMENT CONCRETE ADMIXTURES SS SUPP. SEC. 217 HYDRAULIC CEMENT CONCRETE SS SUPP. SEC. 221 GUARDRAIL SS SUPP. SECTION 226 STRUCTURAL STEEL SS SUPP. SEC. 232 PIPE AND PIPE ARCHES SS SUPP. SEC. SECTION 238 ELECTRICAL & SIGNAL COMPONENTS SS SUPP. SEC. 245 GEOSYNTHETICS SS SUPP. SEC. 247 REFLECTIVE SHEETING SS SUPP. SEC. 302 DRAINAGE STRUCTURES SS SUPP. SEC. 304 CONSTRUCTING DENSITY CONTROL STRIPS SS SUPP. SEC. 315 ASPHALT CONCRETE PLACEMENT SS SUPP. SEC. 401 STRUCTURE EXCAVATION c SS SUPP. SEC. 404 HYDRAULIC CEMENT CONC. OPERATIONS SS SUPP. SEC. 406 REINFORCING STEEL SS SUPP. SEC. 407 STEEL STRUCTURES SS SUPP. SEC. 408 BEARING DEVICES AND ANCHORS c SS SUPP. SEC. 412 WIDEN, REPAIR, & RECONSTRUCT EXIST. STRUCT SS SUPP. SEC. 413 DISMANTLE/REMOVE ALL/PART OF EXIST. STRUCT SS SUPP. SEC. 501 UNDERDRAINS SS SUPP. SEC. 512 MAINTAINING TRAFFIC SS SUPP. SEC. 514 FIELD OFFICE SS SUPP. SEC. 700 GENERAL SS SUPP. SEC. 704 PAVEMENT MARKINGS & MARKERS SECTION LIMITATIONS OF OPERATIONS SECTION 244 ROADSIDE DEVELOPMENT MATERIALS SECTION 605 PLANTING CRACK REPAIR BY EPOXY INJECTION MONITORING ADJACENT STRUCTURES DURING CONSTRUCTION WORK AJDACENT TO WMATA METRORAIL FACILITIES REMOVE AND RELOCATE EXISTING SIGN STRUCTURES AND SIGN PANELS SOIL REMEDIATION STONE MASONRY TEMPORARY PEDESTRIAN DETOUR TREE PROTECTION AND MAINTENANCE TREE ROOT AERATION SUBSTANTIAL COMPLETION INCENTIVE/DISINCENTIVE VEGETATION CONTROL VERIFICATION OF UTILITIES PENTAGON COORDINATION SPECIAL DESIGN AND SECURITY FENCES DRILLED SHAFTS USING SELF-CONSOLIDATING CONCRETE SUPPLIMENTAL SEED REQUIREMENTS EARTHWORK & GRADING ARCHITECTURAL MEDALLIONS (c107hi0) MANDATORY PRE-BID SHOWING CONFER. & SITE VISIT (SPCN) (c107ii0) SECURITY REQUIREMENTS (SPCN)

7 IV. SUBMITTALS The Contractor shall submit a sample (mock-up) medallion for each military branch, material properties and anchorage details to the Engineer for approval prior to fabrication. V. MEASUREMENT AND PAYMENT Architectural Medallions will be measured in units of each and will be paid for at the contract unit price per each. This price shall include the cost of mock-up, medallions, fabrication, anchorage, installation and all labor, materials, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: PAY ITEM Architectural Medallion PAY UNIT Each 345

8 (c107hi0-0611) MANDATORY PRE-BID SHOWING CONFERENCE and SITE VISIT Bidders are advised there will be a mandatory Pre-Bid Showing conference and Site Visit held at the time and place as indicated in the project advertisement. Admission to the mandatory Pre-Bid showing and site visit will be conditioned upon the following: 1. A photo-id will be required (example: a valid Driver s License or a valid passport). 2. An agreement for Release of Critical Infrastructure Information/Sensitive Security Information (CII/SSI) must be completed, signed, and submitted to security Department personnel prior to entry to the mandatory Pre-Bid Conference/Site Visit. Bids will only be accepted from those bidders who are represented at this mandatory Pre-Bid showing conference and Site Visit. Attendance at this mandatory showing conference will be evidenced by the representative s signature on the Department s attendance roster. Bidders are invited to bring a copy of the solicitation proposal with them. Any changes resulting from this mandatory Pre-Bid Showing Conference and Site Visit will be issued in a written addendum to the solicitation proposal (SPCN) 346

9 (c107ii0-0611) SECURITY REQUIREMENTS Prior to commencing the work, the following is required: a. The Engineer will notify the Contractor and will: i. Ensure an Agreement Establishing a Company Representative, signed by an officer of the company, is completed by the Contractor prior to commencing work. ii. Coordinate with the VDOT Security and Emergency Management Division (SEMD) staff and the Contractor to determine a mutually agreeable date, time and location for conducting fingerprint-based criminal history background checks (CHBC). b. Each employee of the prime Contractor and any subcontractor of the prime Contractor, who will be involved in this project, is required to sign the CII Non-disclosure Agreement (Individual) and to pass a fingerprintbased CHBC. c. Results of the fingerprint-based CHBC: i. Favorable results of the CHBC are usually available within 24 hours of the time the background check is conducted. ii. iii. In the event an employee of the Contractor has a criminal history, official criminal history reports issued by the Virginia State Police are usually available within five business days, though longer delays may ensue. Based upon the review of the official criminal history reports issued by the Virginia State Police, VDOT reserves the right to deny issuance of a VDOT Security Clearance and/or a VDOTissued photo-identification badge to that employee. d. An individual employee s failure to successfully pass the fingerprintbased CHBC will not negate the Contract award and the Contractor will be allowed to replace those individuals; however, if key Contractor or subcontractor personnel fail the fingerprint-based CHBC, the Contract may be cancelled. e. All costs for the CHBC, estimated to be $50.00 per individual, will be borne by the prime Contractor and will not be paid separately but the cost thereof shall be included with other appropriate items. f. Evidence of current CHBC from Department of Criminal Justice Services (DCJS) is acceptable in lieu of a fingerprint-based CHBC. g. A VDOT-issued photo-identification badge is required for each employee of the prime Contractor and any subcontractors of the prime Contractor, who will be involved in this project. h. The requirements herein (a through h) will apply to any additional prime Contractor or subcontractor employees or to any proposed 347

10 replacements, who will be involved in this project during the term of the Contract (SPCN) 348

11 IMPORTANT NOTICE TO BIDDERS REGARDING CRITICAL INFRASTRUCTURE INFORMATION (CII PROJECTS) (Revised 12/9/09) FOR FALCON ACCESS REGARDING CII/SSI PROJECTS Starting immediately, any business, contractor, consultant, supplier or individual interested in bidding or obtaining any projects that have Critical Infrastructure Information/Sensitive Security Information (CII/SSI) in the plans is subjected to a criminal history records check. In order to start this process, please send an to our Plan Room with the following information: (1) Name of Company (2) Contact Person and (3) Phone Number; please place in the subject field of the To obtain CII access. We will then forward the information to our security section where you will be contacted regarding the procedure. Please note that this process can take up to 20 Days and there is a fee for processing the Criminal History Record Check. Any questions you have regarding this process can be answered by our Security Section when you are contacted. For those who do not have access to the Falcon Web Site regarding non-cii/ssi projects, you will need to fill out the following form: Acquiring Electronic Plans Using the Falcon Web Site! For general questions, please contact Ron Gilder.