WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

Similar documents
CONTRACTOR S PROPOSAL

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

Addendum No. 1 Page 1 of 2

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Your cooperation in this matter is greatly appreciated. If you have any questions or need further assistance you may contact:

Mainelli Wagner & Associates, Inc.

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

NOTICE TO BIDDERS FOR

BITUMINOUS MIXTURE # 13A BID SHEET

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018

Mainelli Wagner & Associates, Inc.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Both envelopes must have the following information in the lower left hand corner:

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

2. Clarification: The building address is 801 Henderson Street.

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

DOCUMENT BID PROPOSAL

CHANCEFORD TOWNSHIP, YORK COUNTY, PENNSYLVANIA ORDINANCE NO

SECTION 50 CONTROL OF WORK

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Finance & Technology Administrator (815) ext 223

Mainelli Wagner & Associates, Inc.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

BID PROPOSAL CONTRACT NO. AOPC

PROPOSAL AND BID FORM (Submit in triplicate)

PUBLIC CONTRACT CODE SECTION

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

Chapter 31 Building Construction

Mainelli Wagner & Associates, Inc.

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

BASE BID Description Written & Numeric Price

Document B252TM 2007

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

City of Eagle Point 2017 Paving Instruction to Bidders

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

DIVISION OF OPPORTUNITY, DIVERSITY, AND INCLUSION OFFICE OF SMALL AND DISADVANTAGED BUSINESS ENTERPRISES Commercially Useful Function (CUF) Procedures

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

Title 15 BUILDINGS AND CONSTRUCTION

TRENCHLESS CULVERT REHAB-2017

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

REQUEST FOR WRITTEN BIDS

REQUEST FOR QUALIFICATIONS

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

A D D E N D U M N O. 4

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m.

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date:

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

PUBLIC WORKS DEPARTMENT

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

BID PROPOSAL FORM

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

Bidding Conditions Attachment C

Bid Proposal of. Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD)

CITY OF TACOMA Department of Public Utilities Tacoma Power

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Transcription:

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR S PROPOSAL CONTRACT ID 1409704 COUNTY MONONGALIA NAME OF PROJECT CHAPLIN HILL BUS PARK X331-46/4-0.00 X331-46/4-0.00 02 BIDS TO BE RECEIVED UNTIL 10 0 CLOCK A.M. (DATE) AT THE OFFICE OF THE DIVISION OF HIGHWAYS, CONTRACT ADMINISTRATION DIVISION, ROOM A-748, BUILDING 5, STATE CAPITOL COMPLEX, CHARLESTON, WEST VIRGINIA. NOTICE TO CONTRACTORS PAPER BID SUBMISSIONS WILL NO LONGER BE ACCEPTED AND ALL BIDS MUST BE SUBMITTED ELECTRONICALLY VIA THE INTERNET THROUGH BID EXPRESS. UNCOMPLETED WORKLOAD PAGE 1 OF 1, UNCOMPLETED WORKLOAD, MUST BE SUBMITTED TO THE CONTRACT ADMINISTRATION DIVISION ONE WEEK PRIOR TO THE DESIGNATED BID LETTING DATE IF OVER THE PREQUAILIFED AMOUNT. E-MAIL: Linda.L.Lovejoy@wv.gov, Tracy.L.Perdue@wv.gov, and John.E.Taylor@wv.gov

CONTRACTOR S PROPOSAL Proposal of of for the construction of the CHAPLIN HILL BUS PARK in MONONGALIA County, West Virginia, known as X331-46/4-0.00 X331-46/4-0.00 02 according to the plans on file in the office of the Division of Highways, and according to the State Standard Specifications. TO THE WEST VIRGINIA DEPARTMENT OF TRANSPORTATION, DIVISION OF HIGHWAYS: The undersigned hereby proposes to construct and build according to the plans therefor now on file in the office the Division of Highways and according to the specifications of the Division of Highways, the above described Project for the respective amounts hereinafter set out. The acceptance of this proposal for said work, the undersigned will give the required bond with good security, conditioned for the faithful performance of said work, according to said plans and specifications, and the doing of all other things required by said specifications for the consideration herein named and with the further condition that the State of West Virginia shall be saved harmless from any and all damages that might accrue to any person, persons or property by reason of the carrying on of said work, or any part thereof, or by reason of negligence of the undersigned, of any person or persons under his employment and engaged in said work. Accompanying this proposal is a bid bond, cashier s check or certified check on Bank, for $500.00 or 5% of the total cost whichever is greater. In case this proposal shall be accepted by said Division of Highways and the undersigned should fail to execute a contract with and furnish the security required by said West Virginia Commissioner of Highways, as set forth in the award and execution of contract, within the time fixed therein, this money shall become the property of the State of West Virginia, and shall be deposited to the credit of the Division of Highways Fund; otherwise said check is to be returned to the undersigned. The undersigned declares to have no interest direct or indirect in any other work covered by this proposal, and to have carefully examined the form of contract and specification, and the drawings therein referred to, and will provide all necessary machinery, tools and apparatus, and furnish all labor and materials and things necessary in the construction of said project. Said proposer has personally examined the road or bridge site considered in this proposal, and is acquainted with all the conditions and requirements and the location, ground, material, etc., and is relying on personal knowledge, not the Engineer s Estimate. And the undersigned agrees to do all work in the most substantial and workmanlike manner called for by said contract and specification, for the respective unit prices named below; and in order to meet with the requirements in the instructions to bidders, the following prices are submitted:

9/2/2014 Division of Highways Proposal Schedule of Items Page: 1 of 4 Proposal ID: 1409704 State Project Number: X331-46/4-0.00 02 Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents 0005 201001-000 0010 204001-000 CLEARING AND GRUBBING LUMP SUM LUMP SUM MOBILIZATION LUMP SUM LUMP SUM 0015 207001-001 UNCLASSIFIED EXCAVATION 15,500.000 CY 0020 207033-000 FABRIC FOR SUBGRADE STABILIZATION 3,200.000 SY 0025 218002-000 GROUTED RIPRAP 700.000 CY 0030 604050-020 24 INCH CORRUGATED POLYETHYLENE PIPE 110.000 LF 0035 636008-001 TEMPORARY PAVEMENT MARKING-PAINT 4 IN 2,800.000 LF 0040 636011-001 TRAFFIC CONTROL DEVICE 1,330.000 UN 0045 639001-001 CONSTRUCTION LAYOUT STAKE LUMP SUM LUMP SUM 0050 640005-001 MINIMAL FIELD OFFICE 1.000 MO 0055 642004-002 SEED MIXTURE, B 190.000 LB

9/2/2014 Division of Highways Proposal Schedule of Items Page: 2 of 4 Proposal ID: 1409704 State Project Number: X331-46/4-0.00 02 Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents 0060 642005-002 MULCH, WOOD CELLULOSE FIBER 1.150 0065 642006-001 FERTILIZER 0.800 0070 642010-001 AGRICULTURAL LIMESTONE 2.800 0075 642012-001 SILT FENCE 2,400.000 LF 0080 663001-004 EDGE LINE, TYPE II - 4 IN white 1,400.000 LF 0085 663002-038 CENTERLINE, TYPE II - 4 IN 1,400.000 LF 0090 307005-001 AA 1 AGGREGATE BASE COURSE, STONE OR GRAVEL, CLASS 1 950.000 0095 307005-002 AA 2 AGGREGATE BASE COURSE, SLAG, CLASS 1 900.000 0100 307005-001 BB 1 AGGREGATE BASE COURSE, STONE OR GRAVEL, CLASS 10 300.000 0105 307005-002 BB 2 AGGREGATE BASE COURSE, SLAG, CLASS 10 215.000

Proposal Schedule of Items Page: 3 of 4 Proposal ID: 1409704 State Project Number: X331-46/4-0.00 02 Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents 0110 401001-020 CC 1 MARSHALL HMA BASE CRSE, SG, TY I 380.000 0115 401001-021 CC 2 MARSHALL HMA BASE CRSE, S, TY I 360.000 0120 401001-030 CC 3 MARSHALL WMA BASE CRSE, SG, TY I 380.000 0125 401001-031 CC 4 MARSHALL WMA BASE CRSE, S, TY I 360.000 0130 401001-023 DD 1 MARSHALL HMA BASE CRSE, SG, TY II 575.000 0135 401001-024 DD 2 MARSHALL HMA BASE CRSE, S, TY II 545.000 0140 401001-033 DD 3 MARSHALL WMA BASE CRSE, SG, TY II 575.000 0145 401001-034 DD 4 MARSHALL WMA BASE CRSE, S, TY II 545.000 0150 401002-020 EE 1 MARSHALL HMA WEAR CRSE, SG, TY I 95.000

Proposal Schedule of Items Page: 4 of 4 Proposal ID: 1409704 State Project Number: X331-46/4-0.00 02 Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents 0155 401002-021 EE 2 MARSHALL HMA WEAR CRSE, S, TY I 90.000 0160 401002-026 EE 3 MARSHALL WMA WEAR CRSE, SG, TY I 95.000 0165 401002-027 EE 4 MARSHALL WMA WEAR CRSE, S, TY I 90.000 Section: 0001 Total: Total Bid:

[10] CONTRACTOR S DBE GOAL: TOTAL COST OF ALL DBE PARTICIPATION $. PERCENT OF TOTAL BID AMOUNT: If material is to be supplied, the figure in column [9] shall not exceed 60% of the actual cost unless the material is manufactured by a DBE; if material IS manufactured by a DBE, 100% of the cost may be recorded. If material is not supplied by a regular dealer as defined in 49 C.F.R. 26.55 (2)(ii), the figure in column [9] shall only include a reasonable and customary fee or commission for providing a bona fide service. The Contractor s authorized signature on this plan shall serve as documentation of commitment to use the DBE subcontractor(s) listed above by the contractor to meet the contract goal. The Contractor shall submit written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor s commitment. Authorized Signature Title. WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CONTRACTOR S PLAN FOR DBE PARTICIPATION December 16, 2011 [1] [2] [3] [4] [5] [6] [7] [8] [9] DBE Sub-Contractor or Line Item Description Type of Work Quantity Unit Unit Cost Total Cost Supplier Number Number (from DBE Directory) EXPLANATORY NOTES: DBE Sub-Contractor (column [1]), for the purpose of this certificate, means a disadvantaged business as defined by Special Provisions in this Proposal. For line [10], enter the total cost of DBE participation and the percentage of the total contract bid amount that this total DBE cost represents. Page 2 of 5

INDEX GOVERNING SPECIFICATIONS FOR STATE PROJECT X331-46/4-0.00 02 MONONGALIA COUNTY The West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, Adopted 2010; as amended by The West Virginia Department of Transportation, Division of Highways Supplemental Specifications, Adopted January 1, 2014, the Contract Plans and Contract Documents are the governing provisions applicable to this project. ITEM DATE PAGE Right of Way Certificate ------------------------------------------------------------------------------------------------ 1 Status of Utilities --------------------------------------------------------------------------------------------------------- 2 WV Jobs Act ---------------------------------------------------- December 16, 2011 ------------------------------ 3 Disadvantaged Business Enterprises Utilization ----------------------------------------- January 24, 2000 -------------------------------- 4 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) --------------------------------------- January 3, 2000 --------------------------------- 5 Bidding Requirements and Conditions (102) ------------------ July 1, 2008------------------------------------ 7 Scope of Work (104) ------------------------------------------- September 5, 2013 ------------------------------- 8 Project Note & Recycled Asphalt Pavement (RAP) Memorandum ---------------------------------------- 11 Overlaying of Portland Cement Concrete Bridge Decks (679) ----------------------------------------------- March 15 2014 -------------------------------- 15 Bridge Engineers Statement ------------------------------------ June 11, 2014 -------------------------------- 17 Memorandum ------------------------------------------------------- June 11, 2014 -------------------------------- 18 INDEX CHAPLIN HILL BUS PARK

1

2

3 December 16, 2011 WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS SPECIAL PROVISION FOR WEST VIRGINIA JOBS ACT This special provision shall not apply to any project in which federal funds are used, in whole or in part, for its construction. If the Contract Bid Amount is equal to or greater than $500,000 the West Virginia Jobs Act (Chapter 21 Article 1C of the West Virginia Code) and the following shall apply. The Prime Contractor and all Subcontractors are required to hire at least 75% of the workers for the project from the local labor market.. The local labor market as defined by the Act includes all counties in West Virginia and any county outside of West Virginia if any portion of that county is within fifty (50) miles of the West Virginia border. Each employer is permitted to have two workers from outside the local labor market. If workers are not available from inside the local labor market, the contractor shall obtain an employment wavier certificate from the local office of the West Virginia Job Service. The Prime Contractor and all Subcontractors who work onsite shall provide to the Division of Highways District Office a certified payroll and all employment waiver certificates for each week worked. The certified payroll must contain the County and State of residence for each employee. All subcontracts shall contain provisions conforming to the requirements of this Act. Any contractor or subcontractor found to be in violation of any provision of the Act will be subject to a civil penalty of one hundred dollars per day of violation. The West Virginia Division of Labor is responsible for establishing procedures for the collection of civil penalties. Page 1 of 1

4

5

6

7

8 September 5, 2013 WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS SUPPLEMENTAL SPECIFICATION FOR SECTION 104 SCOPE OF WORK 104.12 VALUE ENGINEERING DELETE THE TITLE AND CONTENTS OF THE SECTION AND REPLACE WITH THE FOLLOWING: 104.12-VALUE ENGINEERING CHANGE PROPOSAL AND PRACTICAL DESIGN CHANGE PROPOSAL: The Contractor may submit to the Engineer, in writing, Value Engineering Change Proposals (VECP) for modifying the plans, specifications or other requirements of the contract for the purpose of reducing the total cost of construction without reducing design capacity or quality of the finished product. If accepted by the Division, the cost savings difference between the original contract work being modified and the final cost of the proposed new work shall be shared between the Contractor and the Division on a fifty-fifty basis. The Contractor may submit to the Engineer, in writing, a Practical Design Change Proposal (PDCP) for modifying the plans, specifications or other requirements of the contract for the purpose of reducing the total cost of construction. A Practical Design Change Proposal may provide a finished product with a justifiably revised scope change, as compared to the as-bid product. The PDCP may modify construction sequences, re-use existing roadway elements or underrun contract items. The PDCP shall not adversely affect safety or function of the final product. The cost savings to the Division shall be negotiated to be at least 60% of the cost difference between the original contract work being modified and the final cost of the proposed new work listed in the change order for a PDCP. The contractor is encouraged to submit to the engineer, in writing, VECP s and PDCP s for modifying the plans, specifications or other requirements of the contract. Proposed modifications should not impair, in any manner, essential functions or characteristics of the project, including but not limited to, service life, economy of operation, ease of maintenance, and shall not impair design or safety standards, and shall not significantly delay the completion of the project. Page 1 of 3

9 September 5, 2013 This subsection applies to all VECPs / PDCPs initiated and developed by the Contractor and which are identified as such by the Contractor at the time of their submission to the Engineer; however, nothing shall be construed as requiring the Engineer to consider or approve a VECP/PDCP submitted hereunder. As a minimum, the following information shall be submitted, in quadruplicate, with each VECP/PDCP along with all information additionally submitted in electronic format: i. a statement that this proposal is submitted as a VECP or PDCP; ii. a description of the difference between the existing contract requirements and the proposed change; iii. a statement concerning the basis for the VECP/PDCP and benefits to the Division together with an itemization of the contract items and requirements affected by the VECP/PDCP; iv. separate detailed cost estimates for both the existing contract requirements and the proposed change; v. an itemization of plan details, design standards or specifications to be changed if the VECP/PDCP is adopted; vi. an estimate of the effect on collateral costs to the Division. Collateral costs are defined to be reduced costs of operation, maintenance or repair and extended useful service life; and vii. a statement of the time by which approval must be issued to obtain the total cost reduction during remainder of Contract, noting any effect on contract completion time or delivery schedule; viii. a description of any previous use or submission of the same proposal by the Contractor, including dates, job numbers, results, and/or outcome of proposal if previously submitted; ix. final submittals for VECPs and PDCPs shall be signed and sealed by a West Virginia Registered Professional Engineer, and that individual will become the Engineer of Record for the work described in the VECP/PDCP. It should be noted that on a case by case basis, the Contractor may be required to do presentations to the Division addressing the above issues and clarifying any additional information requested by the Division. If approved by the Division, the Division will process the VECP/PDCP in the same manner as prescribed for any other proposal which would necessitate issuance of a Contract change order. The Division may accept in whole or in part any VECP/PDCP by issuing a change order which will identify the VECP/PDCP on which it is based. The Division will not be liable to the Contractor for failure to accept or act upon any VECP/PDCP submitted pursuant to this provision nor for any delays to the work attributable to any such proposal. The Division has the right to reject any VECP/PDCP without explanation. Additionally there may be other regulatory agencies outside of the Division that may need to review the proposed VECP/PDCP and have the authority to reject/accept the proposed VECP/PDCP. The Division accepts no responsibility in delays or costs attributed to any such reviews by outside agencies and it is the responsibility of the Contractor to get approval from said organizations. Until a proposal is effected by change order, the Contractor shall remain obligated to the terms and conditions of the existing contract. When an executed change order has not been Page 2 of 3

10 September 5, 2013 issued by the date upon which the Contractor's proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have specified in writing, such proposal may be deemed rejected. The change order affecting the necessary Contract modification will establish the estimated savings agreed upon, will provide for adjustment in the Contract prices and will indicate the savings be divided between the Contractor and the Division as per the negotiated agreements. The Contractor shall absorb all costs incurred in preparing a VECP/PDCP for submission to the Division. All reasonably incurred costs of reviewing and administering the VECP/PDCP will be borne by the Division. The Division reserves the right to include in the change order any conditions it deems appropriate for consideration, approval and implementation of the proposal. The Contractor's share of the savings shall constitute full compensation for effecting all changes pursuant to the change order. Acceptance of the VECP/PDCP and performance of the work thereunder will not change the Contract completion date as a result of the VECP/PDCP, unless specifically provided for in the change order authorizing the VECP/PDCP. The Division expressly reserves the right to adopt a VECP/PDCP for general use in contracts administered by the Division when it determines the VECP/PDCP is suitable for application to other contracts without obligation or compensation of any kind to the Contractor. The Engineer shall be sole judge of the acceptability of a VECP/PDCP. When a VECP/PDCP is accepted by the Division, the provisions of 104.2 pertaining to adjustment of Contract unit price due to alterations of Contract quantities will not apply to the items adjusted or deleted as a result of affecting the VECP/PDCP by change order. The cost of the revised work, as determined in the value engineering change order, will be paid on current estimates. In addition to such payment for VECP items, the Contractor will be paid, on a Lump Sum basis by a separate item, one half of the difference of the cost of the original contract work and the final cost of the new work listed in the change order In addition to such payment for PDCP items, the Contractor shall be paid on a Lump Sum basis by separate item the negotiated contractor portion of the savings. For VECP, one half of contractor portion of the estimated savings will be paid to the Contractor upon approval of the change order. For PDCP, one half of the negotiated contractor portion of the estimated savings will be paid to the Contractor upon approval of the change order. The remainder of the savings due the Contractor will be paid upon completion of all items of work included in the change order. This final Lump Sum payment will be determined by the actual quantities for items paid by the unit. Final payment for other lump sum or proposal quantity items will be the change order amount, subject to 109.2. Page 3 of 3

11

12

13

14

15

16

17

18