town of hillsboro, virginia invitation for bid · town of hillsboro, virginia . invitation for bid....

306
IFB - Page 1 Town of Hillsboro, Virginia INVITATION FOR BID Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the Town of Hillsboro Non-Federally Funded BID ACCEPTANCE DATE: Prior to 3 p.m., Friday, June 21, 2019 IFB NUMBER: HR-19-101 ACCEPTANCE PLACE: Town Office, 37098 Charles Town Pike, 1 st Floor Hillsboro, Va., 20132 MANDATORY PRE-BID CONFERENCE: Wednesday, May 29, 10 a.m., Town Office, 37098 Charles Town Pike, 1 st Floor, Hillsboro, Va., 20132 ONLY THOSE PRIME CONTRACTORS PREQUALIFIED THROUGH THE VIRGINIA DEPARTMENT OF TRANSPORTATION (VDOT) OR WEST VIRGINIA DEPARTMENT OF TRANSPORTATION (WVDOT) ARE ELIGIBLE TO SUBMIT BIDS FOR THIS PROJECT. PRIME BIDS FROM NON-VDOT OR NON-WVDOT PREQUALIFIED FIRMS WILL NOT BE CONSIDERED. PLEASE NOTE: Sealed bids from prequalified bidders only are hereby solicited for construction of the Town of Hillsboro-managed Charles Town Pike (Rt. 9) Traffic Calming and Pedestrian Safety project. This non-federally funded project includes roadway and roundabout construction, earth work operations, storm drain and storm water management construction, installation of granite curbs and exposed aggregate gutter, temporary and permanent signage and pavement markings, temporary signalization, lighting, and landscaping. This Project also includes dry utility relocation, burial of overhead utilities, utility coordination, and the construction of water and sewer lines to be owned and operated by the Town of Hillsboro.

Upload: others

Post on 15-May-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB - Page 1

Town of Hillsboro, Virginia

INVITATION FOR BID

Charles Town Pike (Rt. 9) Traffic Calming Project

Managed and Administered by the Town of Hillsboro Non-Federally Funded

BID ACCEPTANCE DATE: Prior to 3 p.m., Friday, June 21, 2019 IFB NUMBER: HR-19-101 ACCEPTANCE PLACE: Town Office, 37098 Charles Town Pike, 1st Floor Hillsboro, Va., 20132 MANDATORY PRE-BID CONFERENCE: Wednesday, May 29, 10 a.m., Town Office, 37098 Charles Town Pike, 1st Floor, Hillsboro, Va., 20132 ONLY THOSE PRIME CONTRACTORS PREQUALIFIED THROUGH THE VIRGINIA DEPARTMENT OF TRANSPORTATION (VDOT) OR WEST VIRGINIA DEPARTMENT OF TRANSPORTATION (WVDOT) ARE ELIGIBLE TO SUBMIT BIDS FOR THIS PROJECT. PRIME BIDS FROM NON-VDOT OR NON-WVDOT PREQUALIFIED FIRMS WILL NOT BE CONSIDERED. PLEASE NOTE: Sealed bids from prequalified bidders only are hereby solicited for construction of the Town of Hillsboro-managed Charles Town Pike (Rt. 9) Traffic Calming and Pedestrian Safety project. This non-federally funded project includes roadway and roundabout construction, earth work operations, storm drain and storm water management construction, installation of granite curbs and exposed aggregate gutter, temporary and permanent signage and pavement markings, temporary signalization, lighting, and landscaping. This Project also includes dry utility relocation, burial of overhead utilities, utility coordination, and the construction of water and sewer lines to be owned and operated by the Town of Hillsboro.

Page 2: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB - Page 2

One (1) Mandatory Pre-Bid Conference for clarification of any questions on the drawings, specifications and site conditions will be held in the 1st Floor auditorium at the Town of Hillsboro Town Office located at 37098 Charles Town Pike, Hillsboro, Va., 20132. The Mandatory Pre-Bid Conference will be held on Wednesday, May 29, at 10:00 AM. Attendance at the Pre-Bid Conference is mandatory for all prime/general bidders. Failure of a bidder to attend the conference will result in the bid being deemed non-responsive and rejected. Bidders must be present prior to the beginning of the conference. Bidders must sign in with the Project Coordinator as record of attendance. Late entry to the Pre-Bid Conference will not be permitted. Plans and specifications, and bid forms may be downloaded at either of the following addresses: www.Hillsborova.gov, www.eva.virginia.gov, or may be picked up on a flash drive at the Town Office (by appointment only, email [email protected] or call 540.486.8001) at the address above between the hours of 9 a.m. and 3 p.m., Tuesdays through Thursdays. Each plan and specification package contains a geotechnical report. A geotechnical report release form must be submitted with bid. No bids will be accepted without the signed release. The terms and conditions contained in this Invitation for Bid and in the Town-Contractor Agreement are not negotiable. Bidders must submit three bid packages (one original signed hard copy, one hard copy and one in digital format). Bids will be open publicly and read aloud beginning at 3:05 p.m., Friday, June 21, 2019, at the address noted above. Requests for information related to this Invitation should be directed to:

Ms. Alison Badger Project Coordinator Town of Hillsboro 37098 Charles Town Pike Hillsboro, VA 20132 540-486-8001 [email protected]

All questions concerning the project must be submitted in writing to the Project Coordinator, Ms. Alison Badger, submitted via email to: [email protected]., and to be given consideration must be received at least ten (10) business days prior to the date fixed for the opening of the bids (no later than Friday, June 7, 12 noon). This office is the only point from which information will be disseminated.

Issue Date: May 21, 2019

IF YOU NEED ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, PLEASE CONTACT THE TOWN

OF HILLSBORO AS SOON AS POSSIBLE.

Page 3: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 3

INVITATION FOR BID Charles Town Pike (Rt. 9) Traffic Calming

SECTION/TITLE 1.0 PURPOSE .......................................................................................................................................... 2.0 COMPETITION INTENDED ............................................................................................................... 3.0 BIDDER MINIMUM QUALIFICATIONS…………………………… …………………………………… 4.0 SPECIFICATIONS ............................................................................................................................. 5.0 DISCREPANCIES .............................................................................................................................. 6.0 BUSINESS PROFESSIONAL, AND OCCUPATIONAL LICENSE REQUIREMENT ....................... 7.0 ETHICS IN PUBLIC CONTRACTING ............................................................................................... 8.0 EMPLOYMENT DISCRIMINATION BY CONTRACTORS PROHIBITED ........................................ 9.0 DRUG-FREE WORKPLACE ............................................................................................................. 10.0 FAITH-BASED ORGANIZATIONS ................................................................................................... 11.0 EXEMPTION FROM TAXES ............................................................................................................. 12.0 CONSTRUCTION CONTRACT PERFORMANCE AND PAYMENT BONDS .................................. 13.0 CONSTRUCTION CONTRACT BOND FORMS AND COPIES; ALTERNATIVE FORMS .............. 14.0 CONSTRUCTION CONTRACT RETAINAGES ................................................................................ 15.0 ESCROW ACCOUNT FOR RETAINED FUNDS .............................................................................. 16.0 AUTHORITY TO TRANSACT BUSINESS IN VIRGINIA .................................................................. 17.0 INSTRUCTIONS TO BIDDERS ......................................................................................................... 18.0 PRICING PAGE & BID FORMS…………………………………………………………………...……

Attachments: Attachment 1: Proposed Town – Contractor Agreement Attachment 2: Escrow Agreement Attachment 3: Geotechnical Report Release Form Attachment 4: Bonds Attachment 5: Town of Hillsboro Revisions to the 2016 VDOT Road & Bridge Specifications Division I - General Provisions Attachment 6: Supplementary Notes to the Schedule of Bid Items Attachment 7: VSMP Permit Attachment 8: General Construction Permit Attachment 9: SWPPP Attachment 10: Loudoun County Grading Permit Attachment 11: Electric, Telephone, Communications Specifications Contract Specifications Construction Drawings Geotechnical Report Authorized By: s/Mayor Roger Vance Date: May 21, 2019

Page 4: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 4

Charles Town Pike (Rt. 9) Traffic Calming

1.0 PURPOSE The Intent of this Invitation for Bid (IFB) is to obtain the services of a qualified general contractor to construct the non-federally funded Charles Town Pike (Rt. 9) Traffic Calming (the Project), per plans and specifications prepared by Volkert, Inc., as reviewed and approved by Town of Hillsboro, Virginia (Town), Loudoun County, Virginia (County) and the Virginia Department of Transportation (VDOT). The project is a reconstruction of a primary roadway through the Town of Hillsboro. Project limits on Charles Town Pike (Rt. 9) are from 0.076 miles west of the intersection of Stony Point Road (Rt. 719) to Mountain Road (Rt. 690). The limits on Gaver Mill Road (Rt. 812) are from Rt. 9 to 250 feet south of Rt. 9 and the limits on Hillsboro Road (Rt. 690) are from Rt. 9 to 300 feet south of Rt. 9. The project shall create a pedestrian- and business-friendly streetscape that retains the integrity and authenticity of this well-preserved, historically significant rural town. The project includes traffic-calming features, raised crosswalks, sidewalks, on-street parking, a bike/shared-use path, burial of all overhead utilities, duct banks for future communication/data utilities; installation of a new drinking water main and laterals and sanitary sewer main and laterals. This Project includes, but is not limited to: roadway and roundabout construction, surveying, clearing and grubbing, earth work operations, unclassified excavation, erosion and sediment control; demolition of pavement, installation of pavement, traffic control, installation of granite/concrete curb & gutter, storm sewer, culvert crossings; temporary and permanent signage and pavement markings, temporary signalization, lighting, and landscaping. This Project also includes utility relocations of dry utilities, utility coordination, construction of water and sewer lines to be owned and operated by Town of Hillsboro. The project also requires complete compliance with all applicable permits and other regulations, including VDOT Land Use Permit (LUP), County issued Virginia Stormwater Management Permit (VSMP), Contractor obtained Loudoun County Grading Permit, environmental controls, and all other applicable environmental permits. Once complete, the roadway improvements will be turned over to the Commonwealth of Virginia. The construction shall be managed by the Town of Hillsboro and will be constructed in VDOT’s right of way utilizing a land use permit.

This is a Unit Price Contract. Any quantity or scope item in the Schedule of Bid Items which a bidder considers to be in error should be submitted to the Town prior to the IFB question and answer

Page 5: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 5

deadline identified in IFB Paragraph 17.2, for verification. The information will be reviewed by the design engineer and Town staff and addressed in an addendum. It is the responsibility of the Contractor to construct all duct banks and conduit systems, as well as schedule all the utility work to meet the completion date of the Project.

The Town is obtaining the VDOT Land Use Permit for the project and the Contractor shall be responsible for acting as Agent on the Permit and provide a Dual Obligee Rider as explained further, as well as complying with all requirements and stipulations listed in the permit.

2.0 COMPETITION INTENDED It is the Town's intent that this IFB permits competition. It shall be the bidder's

responsibility to advise the Project Coordinator in writing if any language, requirement, specification, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this IFB to a single source. Such notification must be received by the Town not later than fifteen (15) days prior to the date set for bids to close.

3.0 BIDDER’S MINIMUM QUALIFICATIONS Bidders must demonstrate that they have the resources and capability to provide the materials and services as described herein. All bidders shall submit the documentation indicated below with their bid. Failure to provide any of the required documentation will be cause for bid to be deemed non-responsible and rejected. In order to be eligible for this contract, the prime/general bidders shall meet the following criteria: 3.1 VDOT and WVDOT Prequalification. Bidder shall be on VDOTs or

WVDOTs list of pre-qualified bidders. Provide appropriate documentation. 3.2 Self-Performance. The Contractor shall perform with his own organization

work amounting to not less than 30 percent of the original contract value unless otherwise noted in the Contract per 2016 VDOT Road and Bridge Specification105.6 – Subcontracting. Bidder shall self-perform not less than thirty percent (30%) of the value of the Work (in the sole judgment of the Town) and explain how bidder will comply with the requirement to self-perform not less than thirty percent (30%) of the value of the Work. Identify the work items contained in the plans and specifications that will be self-performed. Self-performance is defined as tradesman/craftsman employed by the bidder or equipment owned or leased by the bidder that is actually performing the Work.

3.3 References. All bidders shall include with their bids a list of three (3) references for whom comparable work has been successfully completed in the last ten (10) years. Two of the references must be for intersection projects of similar scope to the Charles Town Pike (Rt. 9) Traffic Calming Project described in this IFB with historic and decorative features and

Page 6: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 6

requirements and the third project may be for a road construction/improvement project with a construction cost of approximately $10 million dollars. Project information must include names and locations of projects, project descriptions of sufficient detail to allow determination of projects size and scope, contract costs, contract schedule milestones, and names, addresses, current phone numbers, and e-mail addresses of architects and owners. Bidder hereby releases listed references from all claims and liability for damages which may result from the information provided by the reference. • A successfully completed project includes: that the project was

completed within the contract time, including any owner approved time extensions, that the project was completed at or below the contract award amount, including any subsequent owner approved cost change orders, that the project was completed in accordance with the contract documents.

4.0 SPECIFICATIONS The work to be performed as a result of this IFB shall be in accordance with the following: • The plans and specifications prepared by Volkert, Inc. located at 6225 Brandon

Avenue, Springfield, VA 22150. Project Name – “Charles Town Pike (Rt. 9) Traffic Calming.

• 2016 VDOT Road & Bridge Specifications and 2008 VDOT Road & Bridge Standards

• Town Revisions to the 2016 VDOT Road and Bridge Specifications Division I General Provisions

• 2015 Edition of the Virginia Work Area Protection Manual and 2009 Edition for Manual on Uniform Traffic Control Devices

• Latest Virginia Department of Conservation and Recreation (DCR) Erosion and Sediment Control Handbook, DCR Erosion & Sediment Control Inspector and Responsible Land Disturber Certifications

• Latest Virginia Department of Health specifications and requirements for municipal water and sewer systems.

• Department of Conservation & Recreation VSMP (VAR-10) Permit, Storm Water Pollution Prevention Plan and all other applicable permits

• VDOT Land Use Permit and Entrance Permits and all other applicable permits

• Supplemental Specifications, Special Provisions and Special Provision Copied Notes contained herein.

• Loudoun County FSM and Loudoun Water Standards and Specifications A field office shall be provided by the Town for the Inspection team and Town Staff. The Contractor is responsible for their own office facilities. The Contractor shall provide office equipment to be placed in the Town’s field office located at the Town

Page 7: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 7

Office.

5.0 DISCREPANCIES Should a bidder find discrepancies in the plans and/or specifications or be in doubt

as to the meaning or intent of any part thereof, the bidder shall request clarification from the Town in writing, not later than ten (10) days prior to the bid opening. Any changes to the IFB that result from such a clarification request, will be communicated through a written addendum and posted on the Town’s website and eVA. Failure to request such a clarification is a waiver of any claim by the bidder for additional expenses because its interpretation was different than the Town’s.

6.0 NOTICE OF REQUIRED DISABILITY LEGISLATION COMPLIANCE The Town is required to comply with state and federal disability legislation: The

Rehabilitation Act of 1973 Section 504, The Americans with Disabilities Act (ADA) for 1990 Title II and The Virginians with Disabilities Act of 1990.

Specifically, the Town may not, through its Contractual and/or financial arrangements, directly or indirectly avoid compliance with Title II of the Americans with Disabilities Act, Public Law 101-336, which prohibits discrimination by public entities on the basis of disability. Subtitle A protects qualified individuals with disability from discrimination on the basis of disability in the services, programs, or activities of all State and local governments. It extends the prohibition of discrimination in federally assisted programs established by the Rehabilitation Act of 1973 Section 504 to all activities of State and local governments, including those that do not receive Federal financial assistance, and incorporates specific prohibitions of discrimination on the basis of disability in Titles I, III, and V of the Americans with Disabilities Act. The Virginians with Disabilities Act of 1990 follows the Rehabilitation Act of 1973 Section 504.

7.0 ETHICS IN PUBLIC CONTRACTING The provisions contained in §§ 2.2-4367 through 2.2-4377 of the Virginia Public Procurement Act as set forth in the 1950 Code of Virginia, as amended, shall be applicable to all Contracts solicited or entered into by the Town. A copy of these provisions may be obtained from the Project Coordinator upon request.

The above-stated provisions supplement, but do not supersede, other provisions of law including, but not limited to, the Virginia State and Local Government Conflict of Interests Act (§ 2.2-3100 et seq.), the Virginia Governmental Frauds Act (§ 18.2-498.1 et seq.) and Articles 2 and 3 of Chapter 10 of Title 18.2. The provisions apply notwithstanding the fact that the conduct described may not constitute a violation of the Virginia State and Local Government Conflict of Interests Act.

8.0 EMPLOYMENT DISCRIMINATION BY CONTRACTORS PROHIBITED Every Contract of over $10,000 shall include the following provisions:

A. During the performance of this Contract, the Contractor agrees as follows:

Page 8: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 8

1. The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, status as a service disabled veteran, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an equal opportunity employer.

3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient to meet this requirement.

B. The Contractor will include the provisions of the foregoing paragraphs, 1, 2, and 3 in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

9.0 DRUG-FREE WORKPLACE Every Contract of over $10,000 shall include the following provisions:

During the performance of this Contract, the Contractor agrees to (i) provide a drug-free workplace for the Contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific Contract awarded to a Contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the Contract.

10.0 FAITH-BASED ORGANIZATIONS The Town does not discriminate against faith-based organizations.

Page 9: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 9

11.0 EXEMPTION FROM TAXES Pursuant to Va. Code § 58.1-609.1, the Town is exempt from Virginia State Sales or Use Taxes and Federal Excise Tax, therefore the Contractor shall not charge the Town for Virginia State Sales or Use Taxes or Federal Excise Tax on the finished goods or products provided under the Contract. However, this exemption does not apply to the Contractor, and the Contractor shall be responsible for the payment of any sales, use, or excise tax it incurs in providing the goods required by the Contract, including, but not limited to, taxes on materials purchased by a Contractor for incorporation in or use on a construction project. Nothing in this section shall prohibit the Contractor from including its own sales tax expense in connection with the Contract in its Contract price.

12.0 CONSTRUCTION CONTRACT PERFORMANCE AND PAYMENT BONDS

Within 15 calendar days after the notice of award date, the following bonds, dual oblige rider, and security shall be delivered to the Town and shall become binding on the parties upon the execution of the Contract:

A A performance bond satisfactory to the Town, executed by a surety company authorized to do business in Virginia in accordance with the laws of Virginia and the regulations of the State Corporate Commission; with a Best’s Key Rating of Level A or better and in a financial size of Class VII or higher, or otherwise secured in a manner satisfactory to the Town, for the faithful performance of the Contract in strict conformity with the plans, specifications and conditions of the Contract. The bond shall be in an amount equal to one hundred percent (100%) of the price specified in the Contract; and

B A payment bond satisfactory to the Town, executed by a surety company authorized to do business in Virginia with a Best’s Key Rating of Level A or better and in a financial size of Class VII or higher, or otherwise secured in a manner satisfactory to the Town, for the protection of all persons supplying labor and material to the Contractor or its subcontractors for the performance of the work provided for in the Contract. Labor and materials shall include public utility services and reasonable rentals of equipment, but only for the periods when the equipment rented is actually used at the site. The bond shall be in an amount equal to one hundred percent (100%) of the price specified in the Contract.

C. The amount of the performance and payment bonds shall increase without the necessity of any action by the Town, to the same extent the Contract Price increases due to changes.

D. All sureties providing bonds shall give written notice to the Town at least thirty (30) days prior to the expiration or termination of the bond(s).

E. If at any time, any surety or sureties become insolvent or are determined by the Town to be unable to adequately secure the interests of the Town, the Contractor shall within thirty (30) days after such notice from Town to do so,

Page 10: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 10

substitute an acceptable bond(s) in such form and sum and signed by such other sureties as may be satisfactory to the Town. The premium on such bond(s) shall be paid by the Contractor at no additional cost to the Town provided reasonable justification can be provided by the Town for its determination.

F. A prime Contractor shall not be precluded from requiring each subcontractor to furnish a payment bond with surety thereon in an amount equal to one hundred percent (100%) of the Contract with such subcontractor.

G. To be considered properly executed, the bonds shall include authorized signatures and titles.

13.0 CONSTRUCTION CONTRACT BOND FORMS AND COPIES; ALTERNATIVE FORMS

In lieu of a payment or performance bond, the Contractor may furnish a certified check or cash escrow in the face amount required for the bond. If approved by the Town Attorney, a Contractor may furnish a personal bond, property bond, or bank or savings and loan association's letter of credit on certain designated funds in the face amount required for the payment or performance bond. Approval shall be granted only upon a determination that the alternative form of security proffered affords the same protection to the Town equivalent to the corporate surety bond.

14.0 CONSTRUCTION CONTRACT RETAINAGES The Contractor shall be paid ninety-five percent (95%) of the earned sum when

payment is due, with not more than five percent (5%) being retained to assure faithful performance of the Contract. Should sufficient progress be made on the project at approximately 50% complete, the Town may consider not retaining any additional retainage such that a total of 5% of the contract total shall be withheld during the entire duration of the project. All amounts withheld may be included in the final payment. Any subcontract which provides for similar progress payments shall be subject to the same limitations.

15.0 ESCROW ACCOUNT FOR RETAINED FUNDS Provided the Bid price exceeds $200,000.00 and subject to the provisions of §2.2-4334 of the Virginia Public Procurement Act, the bidder shall have the option to request use of an escrow account procedure for utilization of funds retained by the Town, and may request use of this option by so indicating in the space provided on the Bid Form. If the Contractor elects to use the escrow account procedure, the "Escrow Agreement" form included with this bid shall be executed by the Contractor and submitted to the Project Coordinator within fifteen (15) calendar days of notification by the Town that its bid has been accepted. If the "Escrow Agreement" is not submitted within the fifteen (15) day period, the Contractor shall forfeit such rights to the use of the escrow account procedure. In order to have retained funds paid to an escrow agent, the Contractor, the escrow agent and the surety shall execute an Escrow Agreement form and submit same

Page 11: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 11

to the Town for approval. The Contractor's escrow agent shall be a trust company, bank or savings and loan institution with its principal office located in the Commonwealth of Virginia. The Escrow Agreement form shall contain the complete address of the escrow agent and surety, and an executed escrow agreement will be authority for the Town, or their designee, to make payment of retained funds to the escrow agent. After approving the Escrow Agreement, the Town will pay to the escrow agent the funds retained as provided herein except that funds retained for lack of progress or other deficiencies on the part of the Contractor will not be paid to the escrow agent.

The escrow agent may, in accordance with stipulations contained in the Escrow Agreement, invest the funds paid into the escrow account and pay earnings on such investments to the Contractor or release the funds to the Contractor provided such funds are fully secured by approved securities. Retained funds invested and securities held as collateral for retainage may be released only as and when directed by the Town, or its designee. When the final pay application is released for payment, the Town will direct the escrow agent to settle the escrow account by paying the Contractor or the Town monies due them as determined by the Town, or their designee. The Town reserves the right to recall retained funds and to release same to the surety upon receipt of written requests from the Contractor or in the event of default.

16.0 AUTHORITY TO TRANSACT BUSINESS IN VIRGINIA A Contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described herein that enters into a Contract with the Town pursuant to the Virginia Public Procurement Act 2.2-4300 et seq. shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50 of the Code of Virginia, to be revoked or cancelled at any time during the term of the Contract. The Town may void any Contract with a business entity if the business entity fails to remain in compliance with the provisions of this section.

17.0 INSTRUCTIONS TO BIDDERS 17.1 Preparation and Submission of Bids

A. Before submitting a bid, read the ENTIRE solicitation including the Terms and Conditions. Failure to read any part of this solicitation will not relieve a bidder of the Contractual obligations.

B. Pricing must be submitted on Invitation for Bid pricing form only. Include other information, as requested or required.

Page 12: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 12

C. All bids must be submitted to the Town Office in a sealed container. The face of the sealed container shall indicate the IFB number, time and date of opening and the title of the IFB.

D. All bids shall be signed in ink by the individual or authorized principals of the firm.

E. All attachments to the Invitation for Bid requiring execution by the firm are to be returned with the bids, including the geotechnical release form.

F. Bids must be received by the Town Office prior to 3:00 p.m., local Atomic time on date identified on the cover of this IFB. Requests for extensions of this time and date will not be granted, unless deemed to be in the Town's best interest. Bidders mailing their bids shall allow for sufficient mail time to ensure receipt of their bids by the Town by the time and date fixed for acceptance of the bids. Bids or unsolicited amendments to bids received by the Town after the acceptance date and time will not be considered. Bids will be publicly accepted and logged in at the time and date specified above.

G. Bidders must submit three bid packages one (1) original signed hard copy, one (1) hard copy and one (1) in digital format either hand delivered, US mail, or private carrier (UPS/FedEx) to 37098 Charles Town Pike, Hillsboro, VA 20132. Faxed and e-mailed bids will not be accepted.

17.2 Questions and Inquiries Questions and inquiries, both oral and written, will be accepted from any and all bidders. However, when requested, complex oral questions shall be submitted in writing. The Town is the sole point of contact for this solicitation unless otherwise instructed herein. Unauthorized contact with other Town staff regarding the IFB may result in the disqualification of the bidder. Inquiries pertaining to the Invitation for Bid must give the IFB number, time and date of opening and the title of the IFB. Material questions will be answered in writing with an Addendum provided, however, that all questions are received by noon June 7, 2019. It is the responsibility of all bidders to ensure that they have received all Addendums and to include signed copies with their bid. Addendums can be downloaded from the Town’s website and available through eVA.

17.3 Exceptions/Additions No exceptions or additions to the Specifications/Scope of Work or Terms

and Conditions shall be permitted. Any questions or concerns regarding any part of the IFB shall be submitted to the Town prior to the date specified in the Questions and Inquiries section above. Bids containing any exceptions to the Specifications/Scope of Work or Terms and Conditions or submitting additional terms and conditions shall be deemed non-responsive

Page 13: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 13

and rejected. Exceptions or additions proposed after bid submission by the successful bidder shall not be accepted.

17.4 Inspection of Site All bidders are encouraged to make an on-site inspection of the location where the work will be performed to become completely familiar with the existing conditions. Failure to comply with this requirement will not relieve the successful bidder of his obligation to carry out the scope of the resulting contract. The Project site is open for inspection by bidders from 9:30 a.m. to 3:00 p.m., Monday through Friday.

17.5 Firm Pricing for Town Acceptance Bid price must be firm for Town acceptance for a minimum of forty-five days (45) days from bid opening date.

17.6 Proprietary Information Trade secrets or proprietary information submitted by a bidder in connection with this solicitation shall not be subject to disclosure under the Virginia Freedom of Information Act; however, pursuant to § 2.2-4342 of the Code of Virginia, the bidder must invoke the protections of this section prior to or upon submission of the data or other materials, and must clearly identify the data or other materials to be protected and state the reasons why protection is necessary. Failure to abide by this procedure may result in disclosure of the bidder’s information. Bidders shall not mark sections of their bid as proprietary if they are to be part of the award of the Contract and are of a "Material" nature.

17.7 Authority to Bind Firm in Contract Bids MUST give full firm name and address of bidder. Failure to manually sign bid may disqualify it. Person signing bid should show TITLE or AUTHORITY TO BIND THE FIRM IN A CONTRACT. Firm name and authorized signature must appear on bid in the space provided on the pricing page. Those authorized to sign are as follows:

If a sole proprietorship, the owner may sign. If a general partnership, any general partner may sign. If a limited partnership, a general partner must sign. If a limited liability company, a “member” may sign or “manager” must sign

if so specified by the articles of organization If a regular corporation, the CEO, President or Vice-President must sign.

Others may be granted authority to sign but the Town requires that a corporate document authorizing him/her to sign be submitted with bid.

17.8 Withdrawal of Construction Contract Bid Due to Error A bidder for a construction Contract may withdraw its bid from consideration if the price bid was substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually

Page 14: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 14

due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of a bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the bid sought to be withdrawn. The bidder shall give notice in writing of its claim of right to withdraw its bid within two business days after the conclusion of the bid opening procedure and shall submit original work papers with such notice.

17.9 Late Bids LATE bids will be returned to bidder UNOPENED, if IFB number, opening date and bidder's return address is shown on the container.

17.10 Rights of Town The Town reserves the right to reject all or any part of any bid, waive informalities, and award the contract to the lowest responsive and responsible bidder to best serve the interest of the Town. Informality shall mean a minor defect or variation of a bid from the exact requirements of the Invitation to Bid which does not affect the price, quality, quantity, or delivery schedule for the goods, services or construction being procured.

17.11 Prohibition as Subcontractors Under Competitive Sealed Bidding No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the Contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted.

17.12 Vendor Preference in Tie Bids The Town making purchases of goods, services and construction shall give preference to goods, services and construction sold by Town and State vendors, in that order, in all cases of tie bids, quality and service being equal.

17.13 Anti-Trust Violations Tie bids may cause rejection of bids by the Town and/or prompt an investigation for Anti Trust violations.

17.14 Basis for Award Contract award will be made to the lowest responsive and responsible bidder based upon the total cost. Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia and such state under its laws allows a resident Contractor of that state a percentage preference, a like preference shall be allowed to the lowest responsive and responsible bidder who is a resident of Virginia and is the next lowest bidder. If the lowest bidder is a resident Contractor of a state with an absolute preference, the bid preference shall not be considered.

Page 15: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 15

17.15 Notice of Award A Notice of Award will be posted on the Town's web site.

17.16 Protest Bidders may refer to §§ 2.2-4357 through 2.2-4364 of the Code of Virginia to determine their remedies concerning this competitive process. Protests shall be submitted no more than fifteen (15) days after the opening of bids to Ms. Alison Badger, Project Coordinator, Town of Hillsboro, 37098 Charles Town Pike, Hillsboro, VA 20132, 540-486-8001.

17.17 Construction Contract Bid Security Bid security is required for this Project. Bid security shall be a bond provided by a surety company selected by the bidder and authorized to do business in Virginia, or the equivalent in cash, or otherwise supplied in a form satisfactory to the Town. Bid security shall be in an amount equal to at least five percent (5%) of the amount of the bid. Non-compliance with this provision requires that the bid be rejected unless it is determined that the bid fails to comply in a non-substantial manner.

17.18 Debarment By submitting a bid, the bidder is certifying that bidder is not currently debarred by Virginia, West Virginia, Loudoun County, or in a procurement involving federal funds, by the Federal Government.

17.19 Proof of Authority to Transact Business in Virginia A bidder organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia shall include in its bid or proposal the identification number issued to it by the State Corporation Commission. Any bidder that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law shall include in its bid or proposal a statement describing why the bidder is not required to be so authorized. Any bidder described herein that fails to provide the required information shall not receive an award unless a waiver of this requirement and the administrative policies and procedures established to implement this section is granted by the Purchasing Agent or his designee. The SCC may be reached at (804) 371-9733 or at http://www.scc.virginia.gov/default.aspx.

17.20 W-9 Form Required Each bidder shall submit a completed W-9 form with their bid. In the event of Contract award, this information is required in order to issue purchase orders and payments to your firm. A copy of this form can be downloaded from http://www.irs.gov/pub/irs-pdf/fw9.pdf.

17.21 Insurance Coverage Bidders shall include with their bid a copy of their current Certificate of

Page 16: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 16

Insurance that illustrates the current level of coverage the bidder carries. The Certificate can be a current file copy and does not need to include any “additional insured” language for the Town. Notwithstanding the foregoing, the successful bidder will be required as a condition of award to demonstrate coverage that meets or exceeds the requirements section 103.06(e) of Attachment 5 and obtain endorsements of the Town of Hillsboro as additional insured in accordance with the provisions therein provided.

17.22 Acknowledgement of Contract By submitting a bid, the bidder acknowledges that it understands and agrees to the Terms and Conditions contained herein.

17.23 Legal Action No bidder or potential bidder shall institute any legal action until all statutory requirements have been met.

17.24 Unit Price Bid unit price on quantity specified, extend and show total. In case of errors in extension, unit prices shall govern.

18.0 PRICING PAGE & BID FORMS

Page 17: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 17

Town of Hillsboro, Virginia

37098 Charles Town Pike Hillsboro, VA 20132

Pricing Page

Charles Town Pike (Rt. 9) Traffic Calming

IFB HR-19-101 The firm of hereby offers to achieve final completion of the Charles Town Pike (Rt. 9) Traffic Calming in accordance with this Invitation for Bid within seven hundred ninety (790) days after the date of the Notice to proceed.

Charles Town Pike (Rt. 9) Traffic Calming

Total Cost =$__________________________ Attention bidders: Do not take any exceptions or make any qualifications to your bid. Bidder shall indicate below its intended use, or nonuse of the escrow provisions available: I DO OR I DO NOT_____WISH TO USE THE ESCROW ACCOUNT FOR RETAINED FUNDS AS PROVIDED FOR IN THIS BID DOCUMENT. A. Return the following with your bid. If bidder fails to provide with their bid, items

shall be provided within twenty-four (24) hours of bid opening. ITEM: INCLUDED: (X) 1. W-9 Form : ______ 2. Certificate of Insurance : ______ 3. Addenda, if any (Informality) : ______ 4. Schedule of Bid Items : ______ 5. Geotechnical Report Release Form ______

Page 18: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 18

B. Failure to provide the following items with your bid shall be cause for rejection of

bid as non-responsive and/or non-responsible. It is the responsibility of the bidder to ensure that it has received all addenda and to include signed copies with their bid.

ITEM: INCLUDED: (X) 1. Addenda, if any : 2. Payment Terms: ______ net 30 or ____ Other 4. Proof of Authority to Transact Business in Virginia Form : 5. Bid Bond : ______ 6. Minimum Qualification Documentation: 3.1 Proof of VDOT or WVDOT Pre-Qualification ______ 3.2 Self Performance – 30% ______ 3.2 References ______ 7. Virginia Contractors license number: Person to contact regarding this bid:

Title: Phone: Fax:

E-mail Address:

Name of person authorized to bind the Firm:

Signature: Date:

Address:

By signing and submitting a bid, your firm acknowledges and agrees that it has read

and understands the IFB documents and agrees to the Terms and Conditions as contained herein

Page 19: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Town of Hillsboro, VirginiaCharles Town Pike (Rt. 9) Traffic Calming

PLEASE FURNISH, COMPLETE IN PLACE, THE FOLLOWING:

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

10 513 MOBILIZATION LS 1.0

20 517CONSTRUCTION SURVEYING (CONSTR.) LS 1.0

30 301 CLEARING AND GRUBBING LS 1.0

40 303 REGULAR EXCAVATION CY 14,561.0

50 303

TRENCH EXCAVATION - ELECTRIC, TELEPHONE, COMMUNICATION, & LIGHTING CY 929.0

60 303UNDERCUT FOR ROADWAY, DRAINAGE, AND RETAINING WALLS CY 756.0

70 303 305 BORROW EXCAVATION CY 2,021.0

80 303 305BORROW EXCAVATION - SHARED USE PATH CY 647.0

90 305 SELECT MATL. TY. I MIN. CBR-30 CY 4,818.0

100 ATTD BEDDING MATL. AGGR. NO. 25 OR 26 TON 279.0

110 ATTDCONCRETE CLASS A3 - ELECTRIC CONDUIT ENCASEMENT CY 157.0

120 316CONCRETE CLASS A3 - ROADWAY TRUCK APRON CY 318.0

130 302 504 CONCRETE CLASS A3 - DRAINAGE CY 7.0

140 501 UNDERDRAIN UD-2 LF 630.0

150 501 UNDERDRAIN UD-4 LF 7,194.0

160 501 CROSSDRAIN CD-2 LF 202.0

FORM OF BID

IFB - 19

Page 20: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

170 501 OUTLET PIPE LF 263.0

180 302 ENDWALL EW-12 EA 4.0

190 302 12" PIPE LF 322.0

200 302 STORM SEWER PIPE 15" LF 3,165.0

210 302 STORM SEWER PIPE 18" LF 758.0

220 302 STORM SEWER PIPE 24" LF 1,431.0

230 302 STORM SEWER PIPE 30" LF 269.0

240 302 STORM SEWER PIPE 36" LF 50.0

250 302 12" END SECTION ES-1 OR 2 EA 2.0

260 302 15" END SECTION ES-1 OR 2 EA 6.0

270 302 18" END SECTION ES-1 OR 2 EA 2.0

280 302 24" END SECTION ES-1 OR 2 EA 2.0

290 302 30" END SECTION ES-1 OR 2 EA 1.0

300 302 DROP INLET DI-1 EA 5.0

310 302 DROP INLET DI-2B,L=4' EA 16.0

320 302 DROP INLET DI-2B,L=6' EA 22.0

330 302 DROP INLET DI-2B,L=8' EA 11.0

340 302 DROP INLET DI-2B, L=10' EA 5.0

350 302 DROP INLET DI-2B,L=12' EA 4.0

IFB - 20

Page 21: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

360 302 DROP INLET DI-2B,L=14' EA 2.0

370 302 DROP INLET DI-2B,L=18' EA 1.0

380 302 DROP INLET DI-2C,L=6' EA 7.0

390 302 DROP INLET DI-2C,L=8' EA 6.0

400 302 DROP INLET DI-2C,L=12' EA 1.0

410 302 DROP INLET DI-2CC,L=6' EA 1.0

420 302 DROP INLET DI-2CC,L=8' EA 1.0

430 302 DROP INLET DI-2E,L=8' EA 1.0

440 302 DROP INLET DI-2E,L=10' EA 1.0

450 302 DROP INLET DI-2EE,L=6' EA 4.0

460 302 DROP INLET DI-2EE,L=8' EA 2.0

470 302 DROP INLET DI-2F,L=6' EA 1.0

480 302 DROP INLET DI-2F,L=16' EA 1.0

490 302 DROP INLET DI-5 EA 7.0

500 302 DROP INLET DI-12,L=12' EA 1.0

510 302 MANHOLE MH-1 OR 2 LF 41.0

520 302 FRAME AND COVER MH-1 EA 7.0

530 414 EROS. CONTR. STONE CL. I EC-1 TON 327.0

540 414 EROS. CONTR. STONE CL. II EC-1 TON 619.0

IFB - 21

Page 22: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

550 502 PAVED DITCH PG-2A SY 68.0

560 308 309AGGR. BASE MATL. TY. I NO. 21B (SIDEWALK) TON 740.0

570 308 309AGGR. BASE MATL. TY. I NO. 21B (ROADWAY) TON 6,297.0

580 315 ASPHALT CONCRETE TY. SM-9.5D TON 1,316.0

590 315 ASPHALT CONCRETE TY. IM

19.0A TON 1,761.0

600 315 ASPHALT CONCRETE TY. BM

25.0A TON 5,754.0

610 315 FLEXIBLE PAVEMENT PLANING 0"-2" SY 4,305.0

620 508 DEMO. OF PAVEMENT (FLEXIBLE) SY 9,097.0

630 311 SURFACE TREATMENT DRIVEWAY SY 300.0

640502

ATTDNS RADIAL CURB RADIAL MODIFIED CG-3 CURB LF 550.0

650 ATTDCG-12 DETECTABLE WARNING SURFACE SY 64.0

660 504CONCRETE CLASS A3 - CURB CUT RAMPS CY 49.0

670 ATTDNS RADIAL CG-7 WITH EXPOSED AGGREGATE FINISH LF 228.0

680 ATTDNS CG-7 WITH EXPOSED AGGREGATE FINISH LF 268.0

690 404CONCRETE CLASS C1 (RETAINING WALL, PIER, & STEPS) CY 756.0

700 407REINFORCING STEEL (RETAINING WALL, PIER, & STEPS) LB 9,500.0

710 401 COMPOSITE WALL DRAIN SY 124.0

720 504HYDRAULIC CEMENT CONCRETE SIDEWALK 4" SY 378.0

730 ATTD 12"X6" GRANITE STRAIGHT CURB LF 8,898.0

IFB - 22

Page 23: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

740 ATTD 12"X6" GRANITE CIRCULAR CURB LF 1,816.0

750 ATTD BULLNOSE GRANITE CURB LF 141.0

760 ATTDEXPOSED AGGREGATE CONCRETE GUTTER 24" WIDE SY 1,310.0

770 ATTDEXPOSED AGGREGATE CONCRETE 'V-SHAPE' GUTTER 36" WIDE SY 409.0

780 ATTDEXPOSED AGGREGATE CONCRETE PAVEMENT 4" THICK SY 740.0

790 ATTDEXPOSED AGGREGATE CONCRETE DRIVEWAY APRON 7" THICK SY 671.0

800 ATTDCONCRETE PAVER (SLATE FINISH) ON PCC BASE SY 2,564.0

810 ATTDCONCRETE PAVER (ANTIQUE FINISH) ON PCC BASE SY 172.0

820 ATTDGRANITE PAVER (THERMAL FINISH) ON PCC BASE - SIDEWALK SY 93.0

830 ATTDGRANITE PAVER BANDING ON PCC BASE - SIDEWALK SY 44.0

840 ATTDGRANITE PAVER (THERMAL FINISH) ON PCC BASE - CROSSWALK SY 76.0

850 ATTD GRANITE TREAD SY 24.0

860 ATTD

EXPOSED AGGREGATE CONCRETE (RAISED CROSSWALK - SURFACE AND BASE) CY 48.0

870 ATTDCOBBLESTONE PAVER ON PCC BASE - PARKING SY 615.0

880 505 REMOVE EXISTING GUARDRAIL LF 1,050.0

890 505 GR-MGS3 GUARDRAIL EA 1.0

900 505 GR-MGS1 LONG POST GUARDRAIL LF 787.0

910 505 GR-MGS4 GUARDRAIL TRANSITION EA 3.0

920 505 MEDIAN BARRIER MB-7F LF 779.0

IFB - 23

Page 24: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

930 512 TEMPORARY CONSTRUCTION SIGNS SF 523.0

940 512 GROUP 2 CHANNELIZING DEVICES DAY 20,496.0

950 512PORTABLE CHANGEABLE MESSAGE SIGN HR 132,480.0

960 512 FLAGGER SERVICE HR 5,807.5

970 PLANSEEDING OF PERENNIAL MIXES 01, 02 & 03 SY 280.0

980 PLAN SEEDING OF TURF MIX SY 6,639.0

990 606 EC-2 TYPE 1 SY 169.0

1000 606 EC-3 TYPE 1 SY 39.0

1010 303 TEMPORARY DIVERSION DIKE LF 1,625.0

1020 303 CHECK DAM, ROCK TY. I EA 14.0

1030 303 CHECK DAM, ROCK TY. II EA 65.0

1040 303 SILTATION CONTROL EXCAVATION CY 1,978.0

1050 303 INLET PROTECTION, TYPE A EA 16.0

1060 303 INLET PROTECTION, TYPE B EA 81.0

1070 303 TEMP. SILT FENCE TYPE A LF 7,500.0

1080 512 CONSTRUCTION ENTRANCE EA 2.0

1090 603TEMPORARY SEEDING (INCLUDING LIME, FERTILIZER, AND MULCH) AC 4.0

1100 ATTD 3/4" WATER SERVICE LINE LF 892.0

1110 ATTD 4" DUCTILE IRON WATER MAIN LF 2,991.0

IFB - 24

Page 25: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

1120 ATTD 4" GATE VALVE & BOX EA 13.0

1130 ATTD 3/4" WATER METER & BOX EA 35.0

1140 ATTD 2" SAN. SEWER LPFM LF 500.0

1150 ATTD 3" SAN. SEWER LPFM LF 1,930.0

1160 ATTD 2.5" SAN. SEWER LPFM LF 609.0

1170 ATTD 1.25" SAN. SEWER LPFM LATERAL LF 1,011.0

1180 ATTDSEWER LATERAL VALVE/ METER BOX & COVER EA 36.0

1190 ATTD WATER LINE BLOW OFF STATION EA 1.0

1200 ATTD4" AIR RELEASE VALVE AND ASSEMBLY - WATER EA 3.0

1210 ATTDIN-LINE FLUSHING CONNECTION - SEWER EA 3.0

1220 701 INSTALL SIGN EA 41.0

1230 701 SIGN PANEL SF 575.0

1240 700 SIGN POST WOOD 4" X 4" LF 26.0

1250 700 SIGN POST WOOD 6" X 6" LF 130.0

1260 700 SIGN POST STP-1, 2" LF 455.0

1270 700 SIGN POST STP-1, 2 3/16" LF 42.0

1280 700 SIGN POST STP-1, 2 1/2" LF 182.0

1290 700CONCRETE FOUNDATION STP-1, Type A EA 73.0

1300 510REMOVE EXIST. POST SIGN STRUCTURE EA 27.0

IFB - 25

Page 26: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

1310 510RELOCATE EXIST. 1 POST GROUND MOUNTED SIGN PANEL EA 20.0

1320 ATTD

PORTABLE TRAFFIC CONTROL SIGNAL - FURNISH PORTABLE TRAFFIC SIGNAL EQUIPMENT PROJECT EA 2.0

1330 PLAN

NS TRAFFIC SIGNALIZATION - TEMP. TRAF. SIG. DESIGN AND EX. SIG. EQUIP. RELOC. LS 1.0

1340 703 REMOVE EXISTING SIGNAL POLE EA 3.0

1350 703 REMOVE EXISTING FOUNDATION EA 4.0

1360 703 REMOVE EXISTING SIGNAL HEAD EA 8.0

1370 703 REMOVE EXISTING CONTROLLER EA 1.0

1380 703REMOVE EXISTING MANHOLE/JUNCTION BOX EA 4.0

1390 704 PAVE. MRK TY. B, CL I - 4" WHITE LF 2,058.0

1400 704 PAVE. MRK TY. B, CL I - 4" YELLOW LF 8,767.0

1410 704 PAVE. MRK TY. B, CL I - 6" LF -

1420 704 PAVE. MRK TY. B, CL I - 8" LF 328.0

1430 704 PAVE. MRK TY. B, CL I - 12" LF 467.0

1440 704 PAVE. MRK TY. B, CL I - 24" LF 616.0

1450 704NS PAVEMENT MARKING PREFORMED THERMOPLASTIC YIELD BAR EA 51.0

1460 704PAVE. SYMB. MARKING (YIELD 2'X3') TYP. B. CL I EA 12.0

1470 704TYPE B, CLASS I, PAVEMENT MESSAGE MARKING "SCHOOL" EA 3.0

1480 512 ERAD. OF EXIST.PAVE.MARKING LF 11,019.0

1490 704SNOW PLOWABLE RAISED PAVE. MARKER ASPH. CONC EA 80.0

IFB - 26

Page 27: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

1500 512CONSTR. PAVE. MRK TY. D, CL II - 4" WHITE LF 5,787.0

1510 512CONSTR. PAVE. MRK TY. D, CL II - 4" YELLOW LF 20,251.0

1520 512CONSTR. PAVE. MRK TY. D, CL II - 8" WHITE LF 1,800.0

1530 512CONSTR. PAVE. MRK TY. D, CL II - 24" WHITE LF 709.0

1540PLAN & MATRIX 8" CONDUIT - ELECTRIC LF 738.0

1550PLAN & MATRIX 6" CONDUIT - ELECTRIC LF 5,056.0

1560PLAN & MATRIX 4" CONDUIT - ELECTRIC LF 5,745.0

1570PLAN & MATRIX 18'x6'x8' MANHOLE - ELECTRIC EA 2.0

1580PLAN & MATRIX 12'x6'x7' MANHOLE - ELECTRIC EA 7.0

1590PLAN & MATRIX

MANHOLE FRAME & COVERS - ELECTRIC (PICKUP & INSTALL) EA 9.0

1600PLAN & MATRIX

MANHOLE RISERS - ELECTRIC (PICKUP & INSTALL) EA 9.0

1610PLAN & MATRIX

MANHOLE GROUND RODS - ELECTRIC (PICKUP & INSTALL) EA 9.0

1620PLAN & MATRIX

TRANSFORMER FOUNDATIONS AND BASE STONE - ELECTRIC EA 5.0

1630PLAN & MATRIX

PEDESTAL - ELECTRIC (PICKUP & INSTALL) EA 2.0

1640PLAN & MATRIX

SPLICE BOX - ELECTRIC (PICKUP & INSTALL) EA 5.0

1650PLAN & MATRIX UFER GROUNDING - ELECTRIC EA 9.0

1660PLAN & MATRIX 4" CONDUIT - TELEPHONE LF 11,548.0

1670PLAN & MATRIX 2" CONDUIT - TELEPHONE LF 97.0

1680PLAN & MATRIX

1.5" CONDUIT - TELEPHONE (INSTALL ONLY) LF 4,916.0

IFB - 27

Page 28: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

1690PLAN & MATRIX

2'x3' VERIZON HANDHOLE - TELEPHONE (INSTALL ONLY) EA 11.0

1700PLAN & MATRIX

4" CONDUIT - TOWN COMMUNICATIONS LF 2,060.0

1710PLAN & MATRIX

1.25" CONDUIT - TOWN COMMUNICATIONS LF 7,430.0

1720PLAN & MATRIX

2'X3' HANDHOLE - TOWN COMMUNICATIONS EA 7.0

1730 700 6 CONDUCTOR CABLE - LIGHTING LF 17,910.0

1740 700 4" METAL CONDUIT - LIGHTING LF 14.0

1750 700 2" PVC CONDUIT - LIGHTING LF 4,683.0

1760 PLANDVP DECORATIVE ROUND TAPERED FLUTED COMPOSITE POLE - 12 FEET EA 40.0

1770 PLAN DVP DECORATIVE POLE FOUNDATION EA 40.0

1780 ATTDCONTROL CENTER CCW-1 TYPE C AND FOUNDATION EA 2.0

1790 700 ELECTRICAL SERVICE SE-6 - LIGHTING EA 2.0

1800 700 JUNCTION BOX JB-S1 - LIGHTING EA 44.0

1810 700 JUNCTION BOX JB-S3 - LIGHTING EA 2.0

1820 ATTDNS LIGHTING - PROVIDENCE LED LUMINAIRE PROV-T2-32LED-3K-450 EA 21.0

1830 ATTDNS LIGHTING - PROVIDENCE LED LUMINAIRE PROV-T3-32LED-3K-700 EA 18.0

1840 ATTDNS LIGHTING - PROVIDENCE LED LUMINAIRE PROV-T2-32LED-3K-700 EA 1.0

1850 ATTD PLANTING BED SOIL CY 1,368.0

1860 504GEOTEXTILE MEMBRANE FOR PARKING AREA SY 615.0

1870 PLAN BENCH EA 4.0

IFB - 28

Page 29: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

1880 PLAN TRASH RECEPTACLE EA 2.0

1890 PLAN LARGE TREE EA 70.0

1900 PLAN SMALL TREE EA 126.0

1910 PLAN MULCH FOR PLANTINGS (3" LAYER) SF 7,335.0

1920 PLAN SHRUB EA 128.0

1930 PLAN PERENNIALS EA 361.0

1940 PLAN ORNAMENTAL GRASSES EA 492.0

1950 ATTD STEEL RAILING FOR WALL LF 276.0

1960 ATTD STEEL RAILING FOR STEPS LF 100.0

1970 ATTD STEEL RAILING FOR SPRING HOUSE LF 35.0

1980 ATTD STEEL RAILING FOR SIDEWALK LF 58.0

1990 ATTD STONE MASONRY CLASS C CY 125.1

2000 ATTD CONCRETE CAPSTONE LF 310.0

2010 ATTD STONE MASONRY CAPSTONE LF 610.0

2020 ATTDRUBBLE WALL RW-1A WALL WITH FOUNDATION CY 71.0

2030 PLANMASONRY CONCRETE UNIT BLOCK WALL CY 7.0

2040 ATTD WELCOME TO HILLSBORO LETTERING EA 18.0

2050 ATTD HILLSBORO SIGN (TOWN SYMBOL) EA 1.0

2060 ATTD STONE BOLLARD EA 23.0

IFB - 29

Page 30: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Line No.

Spec Number Item description Units Estimated

Quantity Unit Price Amount

2070 ATTD INSTALL SALVAGED BRICK CY 4.0

2080 ATTDINSTALL SALVAGED STONE AS BOULDER CY 13.0

2090 ATTD INSTALL SALVAGED STONE AS SLAB CY 20.0

2100 ATTD PREMANUFACTURED SHELTER EA 1.0

2110 ATTDMAILBOX STRUCTURE (WALL MOUNTED) EA 1.0

2120 PLANTABLE AND CHAIRS (CHAIRS CONNECTED TO TABLE) EA 1.0

2130 PLAN SNAKE RAIL FENCE - SHELTER LF 340.0

2140 PLANTEMPORARY CHAIN LINK FENCE TREE PROTECTION LF 250.0

2150 ATTDCONCRETE PAVER BANDING ON PCC BASE - SHELTER SY 22.0

2160 ATTDSPECIAL CURBING FOR SPRING HOUSE AT BACK OF SIDEWALK LS 1.0

2170 ATTD VIBRATION MONITORING LS 1.0

TOTAL BID PRICE

IFB - 30

Page 31: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 31

Town of Hillsboro, Virginia

PROOF OF AUTHORITY TO TRANSACT BUSINESS IN VIRGINIA

THIS FORM MUST BE SUBMITTED WITH YOUR BID/PROPOSAL. FAILURE TO INCLUDE THIS FORM SHALL RESULT IN REJECTION OF YOUR BID/PROPOSAL

Pursuant to Virginia Code §2.2-4311.2, a bidder/offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia shall include in its bid/ proposal the identification number issued to it by the State Corporation Commission (“SCC”). Any bidder/offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law shall include in its bid or proposal a statement describing why the offeror is not required to be so authorized. Any bidder/offeror described herein that fails to provide the required information shall not receive an award unless a waiver of this requirement and the administrative policies and procedures established to implement this section is granted by the Purchasing Agent or his designee.

If this bid/proposal for goods or services is accepted by the Town of Hillsboro, Virginia, the undersigned agrees that the requirements of the Code of Virginia Section 2.2-4311.2 have been met. Please complete the following by checking the appropriate line that applies and providing the requested information. PLEASE NOTE: The SCC number is NOT your federal ID number or business license number. A._____ Bidder/offeror is a Virginia business entity organized and authorized to transact business in Virginia by the SCC and such bidder’s/offeror’s Identification Number issued to it by the SCC is ______________________. B._____ Bidder/offeror is an out-of-state (foreign) business entity that is authorized to transact business in Virginia by the SCC and such bidder’s/offeror’s Identification Number issued to it by the SCC is _____________________. C._____ Bidder/offeror does not have an Identification Number issued to it by the SCC and such bidder/offeror is not required to be authorized to transact business in Virginia by the SCC for the following reason(s): Please attach additional sheets of paper if you need to explain why such bidder/offeror is not required to be authorized to transact business in Virginia. ________________________________________________________________ Legal Name of Company (as listed on W-9)

________________________________________________________________

Legal Name of Bidder/Offeror

_______________________________

Date

________________________________________________________________

Authorized Signature

________________________________________________________________

Print or Type Name and Title

Page 32: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 32

Self Performance Explanation/Approach

______________________________________________________________________________________ (Insert Company Name Above)

In the space provided below, explain how you will comply with the requirement to self-perform thirty percent (30%) of the value of the Work. For example: list the trades that you typically self-perform; provide information on full-time employees by trade/craft/category that you anticipate utilizing in the performance of the Work; provide examples of equipment you own or lease that employees operate; etc. Please limit your explanation/approach to the two (2) page space provided

Page 33: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IFB – Page 33

Self Performance Explanation/Approach (Continued)

Page 34: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 1 – Proposed Town Contractor Agreement Page 1

ATTACHMENT 1 Charles Town Pike (Rt. 9) Traffic Calming

PROPOSED TOWN-CONTRACTOR AGREEMENT

THIS AGREEMENT for the Construction of the Charles Town Pike (Rt. 9) Traffic Calming herein after referred to as the “Project”, executed in three (3) originals, effective this __ day of June 2019, is by and between TOWN OF HILLSBORO, VIRGINIA (herein referred to as the "Owner"), and (herein referred to as the "Contractor"). In consideration of the promises made herein and other good and valuable considerations, the following terms and conditions are hereby agreed to between the Owner and Contractor. This Agreement consists of and incorporates by reference the following attachments:

Exhibit 1 The Owner’s Invitation for Bid No. IFB HR-19-101 dated May 21, 2019, including all attachments and any addenda.

Exhibit 2 Contract Plans, Specifications and Town Revisions to VDOT Division I, and Special Provisions.

Exhibit 3 The Contractor’s bid dated _______.

In the event that Exhibit 3 contradicts or limits this Agreement or Exhibits 1 and 2, this Agreement and Exhibits 1 first and then Exhibit 2 shall prevail.

Article 1 ARCHITECT/ENGINEER 1.1 The Architect/Engineer (hereinafter referred to as the "A/E and as defined in the

General Conditions) shall be Volkert, Inc., whose address is 6225 Brandon Avenue, Springfield, VA 22150. Provided, however, that the Owner may, without liability to the Contractor, unilaterally amend this Article from time to time by designating a different person or organization to act as its A/E and so advising the Contractor in writing, at which time the person or organization so designated shall be the A/E for purposes of this Contract.

Page 35: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 1 – Proposed Town Contractor Agreement Page 2

Article 2 TIME OF COMMENCEMENT AND COMPLETION 2.1 The Contractor shall commence the Work upon the date established in the Notice

to Proceed. 2.2 The Contractor shall achieve Final Completion, as defined in Section 105.01,

Contract Time, Notice of Contract Execution and Notice to Proceed of the Town Revisions to the 2016 VDOT Road & Bridge Specifications, Division I - General Provisions, within seven hundred ninety (790) calendar days from the date of the Notice to Proceed. This time period shall be designated the Contract Time. The Notice to Proceed is intended to be issued thirty (30) days after the execution of this agreement. The Contractor agrees that the time for completion of the Work as described in the Contract Documents shall govern unless specifically amended in writing by the Owner, and that no claims for early completion are allowed to be presented by the Contractor to the Owner.

2.3 The Owner specifies that time is of the essence under this Contract. Time being

of the essence, it is essential to the Owner that Contract work will be completed within the Contract Time. The Owner and the Contractor agree that damages for failure to complete the work within the Contract Time are not susceptible to exact determination but that $1,500 per day is in proportion to the actual loss that the Owner would suffer from such delay. Therefore, the Contractor will pay the Owner on demand $1,500 per day for each and every day beyond the completion time limit specified above, or modified date of completion, that the Owner determines that work is not complete, as damages caused by such delay and not as a penalty. The Owner is entitled to offset liquidated damages against any sum owed by the Owner to the Contractor under this Contract.

2.4 Liquidated Damages, if assessed, may be assessed cumulatively at the discretion

of the Owner. This provision for liquidated damages does not bar Owner's right to enforce other rights and remedies against Contractor, which are otherwise legally enforceable, including but not limited to, specific performance or injunctive relief.

2.5 The Contractor hereby waives any defense as to the validity of any liquidated

damages stated in this Agreement as they may appear on grounds that such liquidated damages are void as penalties or are not reasonably related to actual damages.

Article 3 CONTRACT SUM 3.1 Provided that the Contractor shall strictly and completely perform all of its

obligations under the Contract Documents, and subject only to additions and

Page 36: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 1 – Proposed Town Contractor Agreement Page 3

deductions by Modification or as otherwise provided in the Contract Documents, the Owner shall pay to the Contractor, in current funds and at the times and in the installments hereinafter specified, the sum of Dollars ($ ) (herein referred to as the "Contract Sum").

Article 4 PROGRESS PAYMENTS 4.1 The Contractor shall provide a Payment Schedule as referred to in Special

Provision Section 1020. 4.2 The Contractor hereby agrees that on or about the first day of the month for every

month during the performance of the Work he will deliver to the A/E a Payment Request Application in accordance with the provisions of 109.08 – Partial Payments of the Town Revisions to the VDOT Division I – General Provisions. This date may be changed upon mutual agreement, stated in writing, between the Owner and Contractor. Payment under this Contract shall be made as provided in the General Conditions. An updated progress schedule shall be submitted with each Payment Request Application.

4.3 The Construction Progress Schedule as detailed in the Special Provision 1020 shall be utilized by Owner, A/E and Contractor for submission, review and approval of monthly Payment Request. The schedule must be updated by Contractor monthly with each progress payment application and submitted to the Owner and A/E for review with the progress payment application. Owner shall not be required to process and review Contractor's Application for Payment if Contractor has failed or refused to provide the progress scheduling update information required herein.

Article 5 OTHER REQUIREMENTS 5.1 The Contractor shall submit the Performance Bond and Labor and Material

Payment Bond as described in section 12.0 of the IFB and a Warranty Bond as described in the Town Revisions to VDOT Division I - General Provisions Section 109.08 and a Certification of Insurance as required by the Contract Documents.

5.2 To the extent required by the Commonwealth of Virginia (see e.g. 54.1-1100 et seq. of the Code of Virginia) or the Town of Hillsboro, the Contractor shall be duly licensed to perform the services required to be delivered pursuant to this Contract.

5.3 A Contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth

Page 37: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 1 – Proposed Town Contractor Agreement Page 4

as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described herein that enters into a Contract with the Town pursuant to the Virginia Public Procurement Act 2.2-4300 et seq. shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50 of the Code of Virginia, to be revoked or cancelled at any time during the term of the Contract. The Town may void any Contract with a business entity if the business entity fails to remain in compliance with the provisions of this section.

5.4 The Owner has acquired the plan and contract approvals necessary to obtain the VDOT Land Use Permit. The Contractor shall be listed on the land use permit application (LUP-A) as the agent and shall provide a dual obligee rider on the Performance and Payment bonds listing VDOT as an additional dual obligee. The Contractor shall fulfill all requirements and stipulations outlined in the Land Use Permit. The Contractor’s contract shall not be considered complete until the VDOT Land Use Permit has been released by VDOT.

5.5 Contractor warrants to Owner that the construction, including all materials and equipment furnished as part of this Project, shall be new unless otherwise specified in the Contract Documents, of good quality, in conformance with the Contract Documents, and free of defects in materials and workmanship.

5.6 A VSMP permit has been issued by Loudoun County and a general construction permit has been issued by DCR. The Contractor shall comply with all permit requirements detailed in both permits. It shall be the responsibility of the Contractor to comply with Town Ordinances by securing a Loudoun County grading permit, including payment of fees for such permit.

Article 6

IMMIGRATION REFORM AND CONTROL ACT OF 1986 6.1 By entering this Contract, the Contractor certifies that it does not and will not during

the performance of this Contract violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens.

Article 7

ENTIRE AGREEMENT AND SEVERABILITY 7.1 This Contract represents the entire and integrated agreement between the parties

hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or changed only by an Amendment or Modification. Nothing contained in the Contract Documents shall create any Contractual relationship between the Owner, or any agent, consultant,

Page 38: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 1 – Proposed Town Contractor Agreement Page 5

or independent Contractor employed by the Owner and any subcontractor, sub-subcontractor, supplier or vendor of the Contractor, but the Owner shall be entitled to performance of all obligations intended for his benefit, and to enforcement thereof.

7.2 In the event that any provision of this Contract shall be adjudged or decreed to be

invalid by a court of competent jurisdiction, such ruling shall not invalidate the entire agreement but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding, and in full force and effect.

Article 8

GOVERNING LAW/FORUM

8.1 This Agreement shall be governed and construed in all respects by its terms and by the laws of the Commonwealth of Virginia, without giving effect to its conflicts of laws provisions. Any judicial action shall be filed in the Commonwealth of Virginia, Town of Hillsboro. Contractor expressly waives any objection to venue or jurisdiction of the Loudoun County Circuit Court, Loudoun County, Virginia. Contractor expressly consents to waiver of service of process in an action pending in the Loudoun County Circuit Court pursuant to Virginia Code Section 8.01-286.1.

Article 9

COUNTERPARTS

9.1 This Contract and any amendments or renewals hereto may be executed in a number of counterparts, and each counterpart signature, when taken with the other counterpart signatures, is treated as if executed upon one original of this Contract or any amendment or renewal. A signature by any party to this Contract provided by facsimile or electronic mail is binding upon that party as if it were the original.

Page 39: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 1 – Proposed Town Contractor Agreement Page 6

Witness the following signatures: TOWN OF HILLSBORO, VIRGINIA CONTRACTOR 37098 Charles Town Pike Hillsboro, VA 20132 Phone: 540-486-8001 Phone: Fax: Fax: By: By: Name: Name: Title: Mayor Title: Date: Date: APPROVED AS TO FORM: By: Town Attorney

Page 40: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 2 – Escrow Agreement Page 1

ATTACHMENT 2 Charles Town Pike (Rt. 9) Traffic Calming

ESCROW AGREEMENT

THIS AGREEMENT, made this day of , 2019, among the TOWN OF HILLSBORO, VIRGINIA (“Town”) and (“Contractor”) and a trust company, bank, or savings and loan institution with is principal office located in Virginia (“hereinafter referred to collectively as “Bank”); and (“Surety”), provides:

I.

The Town and the Contractor have entered into a Contract with respect to Project Name Charles Town Pike (Rt. 9) Traffic Calming ("Contract"). This Agreement is pursuant to, but in no way amends or modifies, the Contract. Payments made hereunder or the release of funds from escrow shall not be deemed approval or acceptance of performance of the Contractor.

II.

In order to assure full and satisfactory performance by the Contractor of its obligations under the Contract, the Town Treasurer is required thereby to retain certain amounts otherwise due the Contractor. The Contractor has, with the approval of the Town, elected to have these retained amounts held in escrow by the Bank. This agreement sets forth the terms of the escrow. The Bank shall not be deemed a party to, bound by, or required to inquire into the terms of the Contract or any other instrument or agreement between the Town and the Contractor.

III.

The Town shall from time to time pursuant to the Contract pay to the Bank amounts

retained by it under the Contract. Except as to amounts actually withdrawn from escrow by the Town, the Contractor shall look solely to the Bank for the payment of funds retained under the Contract and paid by the Town to the Bank.

The risk of loss by the diminution of the principal of any funds invested under the terms of the Contract shall be solely upon the Contractor.

Funds and securities held by the Bank pursuant to this escrow agreement shall not

be subject to levy, garnishment, attachment, lien, or other process whatsoever. Contractor agrees not to assign, pledge, discount, sell or otherwise transfer or dispose of

Page 41: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 2 – Escrow Agreement Page 2

its interest in the escrow account or any part thereof, except to the Surety.

IV.

Upon receipt of checks or warrants drawn by the Town and made payable to it as escrow agent, the Bank shall promptly notify the Contractor, negotiate the same deposit or invest and reinvest the proceeds in approved securities in accordance with the written instructions of the Contractor. In no event shall the Bank invest the escrowed funds in any security not approved.

V.

The following securities, and none other, are approved securities for all purposes of this Agreement:

(1) United States Treasury Bonds, United States Treasury Notes, United States

Treasury Certificates of Indebtedness or United States Treasury Bills. (2) Bonds, notes and other evidence of indebtedness unconditionally

guaranteed as to the payment of principal and interest by the United States, (3) Bonds of any political subdivision of the Commonwealth of Virginia, if such

bonds carried, at the time of purchase by the Bank or deposit by the Contractor, a Standard and Poor's or Moody's Investors Service rating of at least "A," and

(4) Certificates of deposit issued by commercial Banks located within the Commonwealth of Virginia, including, but not limited to, those insured by the Bank and its affiliates,

(5) Any bonds, notes or other evidences of indebtedness listed in Sections (1) through (3) may be purchased pursuant to a repurchase agreement with a bank, within or without the Commonwealth of Virginia having a combined capital, surplus and undivided profit of not less that $25,000,000, provided the obligation of the Bank to repurchase is within the time limitations established for investments as set forth herein. The repurchase agreement shall be considered a purchase of such securities even if title, and/or possession of such securities is not transferred to the Escrow Agent, so long as the repurchase obligation of the Bank is collateralized by the securities themselves, and the securities have on the date of the repurchase agreement a fair market value equal to at least 100% of the amount of the repurchase obligation of the Bank, and the securities are held by a third party, and segregated from other securities owned by the Bank.

No security is approved hereunder which matures more than five (5) years after

the date of its purchase by the Bank or deposit by the Contractor. VI.

The Contractor may from time to time withdraw the whole or any portion of the

escrowed funds by depositing with the Bank approved securities in an amount equal to,

Page 42: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 2 – Escrow Agreement Page 3

or in excess of, the amount so withdrawn. Any securities so deposited or withdrawn shall be valued at such time of deposit or withdrawal at the lower of par or market value, the latter as determined by the Bank. Any securities so deposited shall thereupon become a part of the escrowed fund.

Upon receipt of a direction signed by the Town, the Bank shall pay the principal of

the fund, or any specified amount thereof, to the Town for deposit to the appropriate fund and account within the Town's approved accounting structure. Such payment shall be made in cash as soon as is practicable after receipt of the direction.

Upon receipt of a direction signed by the Town, the Bank shall pay and deliver

the principal of the fund, or any specified amount thereof, to the Contractor, in cash or in kind, as may be specified by the Contractor. Such payment and delivery shall be made as soon as is practicable after receipt of the direction.

VII.

For its services hereunder, the Bank shall be entitled to a reasonable fee in

accordance with its published schedule of fees or as may be agreed upon by the Bank and the Contractor. Such fee and any other costs of administration of this Agreement shall be paid from the income earned upon the escrowed fund and, if such income is not sufficient to pay the same, by the Contract

VIII.

The net income earned and received upon the principal of the escrowed fund shall be paid over to the Contractor in quarterly or more frequent installments. Until so paid or applied to pay the Bank's fee or any other costs of administration, such income shall be deemed a part of the principal of the fund.

IX.

The Surety undertakes no obligation hereby but joins in this Agreement for the sole purpose of acknowledging that its obligations as surety for the Contractor's performance of the Contract are not affected hereby.

Page 43: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 2 – Escrow Agreement Page 4

WITNESS the following signatures, all as of the day and year first above written. TOWN OF HILLSBORO, VIRGINIA CONTRACTOR Mayor Officer, Partner or Owner Contractor’s Bank SURETY Title Title Address Address

Page 44: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 3 – Geotechnical Report Release Form Page 1

ATTACHMENT 3 Charles Town Pike (Rt. 9) Traffic Calming

GEOTECHNICAL REPORT RELEASE FORM

This form shall be signed and submitted prior to obtaining plans and specifications from the Division of Procurement. Plans and specifications will not be released if a signed form has

not been submitted. As evidenced by the Bidder’s signature below, the attached Geotechnical and/or Geophysical Engineering Report(s) dated March 23, 2018 with revisions on July 19, 2018, November 16, 2018, December 26, 2018, and March 26, 2019, prepared by Soil and Land Use Technology, Inc. and related to HR17-101, Engineering Design & Construction Management Services for Hillsboro Pedestrian Safety & Traffic Calming Project – Retaining Walls (Project), is being made available to the Bidder in good faith in order to apprise the Bidder of the information within the possession of the Town. The Bidder understands that this report is for informational purposes only and is not part of the Contract and the Town provides no warranty as to the accuracy, completeness, or correctness of such report. This report was developed for design purposes only. The Bidder agrees to indemnify, hold harmless and defend the Town, its employees, agents, servants and representatives from and against any costs, claims, extension of Contract time, or liabilities of any kind resulting from the use of or reliance on these reports. By making this information available, the Town is not classifying the site. Additionally, this information is not a substitute for personal and independent investigation, interpretation, and judgment by the Bidder. In the event the Bidder elects not to perform his/her own investigation of the subsurface conditions prior to the submission of the Bid, the Bidder will relinquish the Town from any liability, extension of Contract time, or cost associated with this decision. It is the obligation of the Bidder to make its own interpretation of all subsurface data that may be available and satisfy itself, through its own independent investigation, as to the nature, condition, and extent of the material to be excavated, graded, or driven through or any other geotechnical aspect of this Project. If Bidder elects to conduct its own site investigation, the Bidder shall contact the Virginia Department of Transportation (VDOT) to gain access to their Right-of-Way or the Property Owner if access is needed to property not in VDOT’s Right-of-Way. Bidders shall comply with the requirements of the property owners and indemnify, hold harmless and defend the Town, its employees, agents, servants and representatives from and against any and all claims, suits, demands, actions (regardless of the merits thereof) and damages of whatever nature arising out of or resulting from its site visit and any associated work, including jurisdictional labor disputes or other labor troubles that may occur during the performance of the Work. The submission of a Bid shall be considered conclusive evidence that the Bidder has satisfied itself as to the subsurface conditions that may be encountered in performing the work for the Project. FIRM NAME: Principal or authorized representative (Print Name) Date Principal or authorized representative (Signature) Date

Page 45: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 4

Charles Town Pike (Rt. 9) Traffic Calming

Attachment 4 – Page 1

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we,

(Contractor’s Name)

of (Contractor’s Address)

(hereinafter called the “Principal”), and , a corporation organized and

existing under the laws of the State of , with its principal

office in , and authorized to do business in the Commonwealth of Virginia as a surety (hereinafter called the “Surety”), are held and firmly bound unto THE TOWN OF HILLSBORO with its principal offices at 37098 Charles Town Pike, Hillsboro, VA 22132 (hereinafter called the “Obligee”) in the full and just sum which is equal to 5% of the total amount of the Principal’s Bid (as that term is defined below), as submitted to the Obligee (such total amount referred to herein as the “Total Bid”), in good and lawful money of the United States of America, to be paid upon demand of the Obligee, for the payment of such sum well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally and firmly by these presents. The Total Bid is the aggregate amount (including amounts set forth with respect to any and all Alternates) set forth on the Principal’s Bid Form for performance of the work described below, as submitted to and maintained by the Obligee (such Bid Form referred to herein as the “Bid”). The Surety hereby acknowledges and agrees that the Bid shall be deemed to be incorporated by reference in this Bid Bond to the same extent as if set forth fully herein.

WHEREAS, the Principal intends to submit, or has submitted to the Obligee, a Bid for the

Principal to perform work for the Obligee, designated as:

Charles Town Pike (Rt. 9) Traffic Calming (hereinafter called the “Project”) and,

WHEREAS, the Principal desires to provide this Bid Bond in lieu of a certified check or cash escrow otherwise required to accompany the Principal’s Bid.

NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, if

the Bid be accepted by the Obligee, and if the Principal shall, within ten (10) days after the date of receipt of a written Notice of Award from the Obligee or any agency or department thereof, (i) execute a Contract in accordance with the Bid and upon the terms, conditions and price set forth therein, in the form and manner required by the Obligee, (ii) execute a sufficient and satisfactory Performance Bond in the amount of 100% of the total Contract Sum and a sufficient and satisfactory Payment Bond in the amount of 100% of the total Contract Sum, each payable to the Obligee, in a form and with a surety satisfactory to the Obligee, and (iii) provide the Obligee with copies of all required insurance policies, then this obligation is to be void; otherwise this obligation shall be and remain in full force and in the event of the failure of any or all of the foregoing requirements to be satisfied within the time period specified

Page 46: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Attachment 4 – Page 2

above, the Principal immediately shall pay to the Obligee, upon demand, the lesser of: (a) the amount hereof and (b) the difference between the Bid and the next low bid for the Project, in each case in good and lawful money of the United States of America, not as a penalty, but as liquidated damages.

IN WITNESS WHEREOF, the Principal and Surety have caused this Bid Bond to be signed

and sealed in ( ) counterparts, each of which shall be deemed an original by

their duly authorized officers this day of , 20 .

(Seal)

Principal

By:

Name:

Title:

(Seal) Surety

By: , Attorney-in-Fact (Attach Copy of Power of Attorney)

Name:

Title:

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in Virginia. Powers of Attorney must be attached and valid through date of Bond.

Page 47: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 4 Charles Town Pike (Rt. 9) Traffic Calming

Attachment 4 – Page 3

PAYMENT BOND BOND NO.

AMOUNT: $ KNOW ALL MEN BY THESE PRESENTS, that ______________________ [legal name of contractor] of ____________________________________________________ [street address of contractor plus P. O. address, if applicable] hereinafter called the CONTRACTOR (Principal), and ____________________________ [surety name and principal address]

a corporation duly organized and existing under and by virtue of the laws of the State

of______________________________, hereinafter called the SURETY, and authorized to

transact business as a ____________________________________________________________

[legal form and SCC-assigned identification number]

within the Commonwealth of Virginia, as SURETY, are held and firmly bound unto The Town

of Hillsboro, Virginia, as OWNER (Obligee), in the sum of:

________________________________DOLLARS ($____________________), lawful money of the United States of America, for the payment of which, well and truly be made to the OWNER. The CONTRACTOR and the SURETY bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT: WHEREAS, the CONTRACTOR has executed and entered into a certain Contract hereto

attached with the Town of Hillsboro, naming the OWNER as beneficiary, dated this _____ day

of _________________________, 20 _____ , for: Charles Town Pike (Route 9) Traffic

Calming, Contract No. _____;

NOW, THEREFORE, if the CONTRACTOR shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in the Contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment, and tools consumed or used in connection with the construction of the work, and all insurance premiums on the work, and for all labor performed in the work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect.

Page 48: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Attachment 4 – Page 4

Furthermore, the SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the work to be performed thereunder, or the Specifications accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract Documents. PROVIDED, FURTHER that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, the above parties bounded together have executed this instrument

this _______ day of _________________________ , 20 ____ , the name and corporate seal of

each corporate party being hereto affixed and those presents duly signed by its undersigned

representative, pursuant to authority of its governing body.

CONTRACTOR

________________________________________

By __________________________________(Seal) Attest SURETY ________________________________________

By __________________________________(Seal) Attest NOTE 1: This Payment Bond, and the Contract it secures, is being made under the laws of the Commonwealth of Virginia. Reference is made to Chapter 43 of Title 2.2 of the Virginia Code, and additionally to sections 2.2-4337 and 2.2-4341. NOTE 2: Date of bond must not be prior to date of Contract. If CONTRACTOR is a partnership, all partners should execute bond. IMPORTANT: The SURETY named on this bond shall be one who is licensed to conduct business in the Commonwealth of Virginia, and named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies, as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the SURETY at the time of the signing of this bond.

Page 49: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 4 Charles Town Pike (Rt. 9) Traffic Calming

Attachment 4 – Page 5

PERFORMANCE BOND BOND NO. _____________ AMOUNT: $_____________ KNOW ALL MEN BY THESE PRESENTS, that ______________________ [legal name of contractor] of ____________________________________________________ [street address of contractor plus P. O. address, if applicable] hereinafter called the CONTRACTOR (Principal), and ____________________________ [surety name and principal address]

a corporation duly organized and existing under and by virtue of the laws of the State

of______________________________, hereinafter called the SURETY, and authorized to transact

business as a ____________________________________________________________

[legal form and SCC-assigned identification number]

within the Commonwealth of Virginia, as SURETY, are held and firmly bound unto The Town of

Hillsboro, Virginia, as OWNER (Obligee), in the sum of:

________________________________DOLLARS ($____________________), lawful money of the United States of America, for the payment of which, well and truly be made to the OWNER. The CONTRACTOR and the SURETY bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT: WHEREAS, the CONTRACTOR has executed and entered into a certain Contract hereto attached with

the Town of Hillsboro, naming the OWNER as beneficiary, dated this _____ day of

_________________________, 20 _____ , for: Charles Town Pike (Route 9) Traffic Calming, Contract

No. _____;

NOW, THEREFORE, if the CONTRACTOR shall at all times duly, promptly, and faithfully perform the Contract and any alteration in or addition to the obligations of the CONTRACTOR arising thereunder, including the matter of infringement, if any, of patents or other proprietary rights, and shall assure all guarantees and warranties against defective workmanship and materials, including the guarantee or warranty period following final completion by the CONTRACTOR and final acceptance by the OWNER and comply with all covenants therein contained in the Specifications, Drawings, and other Documents constituting a part of the Contract required to be performed by the CONTRACTOR, in the manner and within the times provided in the Contract, and shall fully indemnify and save harmless the OWNER from all cost and damage which it may suffer by reason or failure so to do, and shall fully reimburse and repay it all outlay and expenses which OWNER may incur in making good any default, and reasonable counsel fees incurred in the prosecution of or defense of any action arising out of or in connection with any such default, then this obligation shall be void; otherwise to remain in full force and effect.

Page 50: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Attachment 4 – Page 6

Furthermore, the SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the work to be performed thereunder, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract Documents. IN WITNESS WHEREOF, the above parties bounded together have executed this instrument this

_______ day of _________________________, 20____, the name and corporate seal of each corporate

party being hereto affixed and those presents duly signed by its undersigned representative, pursuant to

authority of its governing body.

CONTRACTOR ________________________________________

By ______________________________(Seal) Attest

SURETY ________________________________________ By _____________________________(Seal) Attest NOTE 1: This Performance Bond, and the Contract it secures, is being made under the laws of the Commonwealth of Virginia. Reference is made to Chapter 43 of Title 2.2 of the Virginia Code, and additionally to sections 2.2-4337 and 2.2-4340. NOTE 2: Date of bond must not be prior to date of Contract. If CONTRACTOR is a partnership, all partners should execute bond. IMPORTANT: The SURETY named on this bond shall be one who is licensed to conduct business in the Commonwealth of Virginia, and named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies, as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the SURETY at the time of the signing of this bond.

Page 51: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 Charles Town Pike (Rt. 9) Traffic Calming

TOWN OF HILLSBORO REVISIONS TO THE 2016 VDOT ROAD &

BRIDGE SPECIFICATIONS DIVISION I GENERAL PROVISONS

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 1

A. The Town of Hillsboro Revisions to the 2016 VDOT Road and Bridge Specifications revise only the specification sections identified herein. The unedited specifications remain as is and are incorporated into the IFB as well. Other than Section 101.02 Terms, if a specification sub-section is included in these revisions such as 103.05, for example, it is to be deleted from the 2016 VDOT Road & Bridge Specifictions Division 1 General Provisions and replaced with the revisions provided herein.

B. This is a UNIT PRICE CONTRACT. C. In the event of conflict between the Town’s Contract Terms and Conditions and Specifications and

2016 VDOT Road & Bridge Specifications, the Town’s Terms and Conditions and Specifications shall prevail, unless Contractor is directed otherwise by the Town.

D. Reference in this document as well as the 2016 VDOT Road & Bridge Specifications to

“Department” shall be construed to refer to the Town of Hillsboro, except in references to approvals and certifications provided by VDOT, VDOT as author of the 2016 VDOT Road & Bridge Specifications, or where related to matters of VDOT final approval and acceptance the Work.

E. Reference in this document as well as in the 2016 VDOT Road & Bridge Specifications to

“Engineer” shall be construed to refer to the Project Coordinator from the Town of Hillsboro and/or Engineer from Volkert, Inc.

Page 52: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 2

TABLE OF CONTENTS

Section 101 Definition of Abbreviations, Acronyms & Terms 101.02 Terms Section 102 Bidding Requirements and Conditions 102.02 Content of Proposal (Invitation for Bid) 102.04 Examination of Site of Work and Proposal (Invitation for Bid) 102.05 Preparation of Bid 102.06 Irregular Bids 102.07 Proposal (Invitation for Bid) Guarantee 102.09 Submission of Bid 102.10 Withdrawal of Bid 102.11 eVA Business-To- Government Vendor Registration 102.12 Public Opening of Bids Section 103 Award and Execution of Contract 103.01 Consideration of Bids 103.02 Award of Contract 103.03 Cancellation of Award 103.04 Forfeiture of Proposal (Invitation for Bid) Guarantee 103.05 Requirements of Contract Bond 103.06 Contract Documents 103.07 Failure to Furnish Bonds or Certificate of Insurance 103.08 Contract Audit 103.09 Execution of Contract 103.10 Assignments Section 104 Scope of work 104.01 Intent of Contract 104.02 Alteration of Quantities or Character of Work Section 105 Control of Work 105.01 Contract Time, Notice of Contract Execution and Notice to Proceed 105.03 Authorities of Project Personnel & Decision Making 105.08 Utilities 105.12 Coordination of Plans, Standard Drawings, Specifications, Supplemental Specifications, Special Provisions, and Special Provision Copied Notes 105.13 State Force Construction Surveying 105.15 Removing and Disposing of Structures 105.17 Inspection of Work 105.19 Submission and Disposition of Claims Section 107 Legal Responsibilities 107.01 Laws To Be Observed 107.06 Personal Liability of Public Officials 107.11 Use of Explosives Section 108 Prosecution and Progress of Work 108.03 Progress Schedule General Requirements 108.04 Determination and extension of completion date 108.06 Failure to Complete on Time/Liquidated Damages

Page 53: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 3

108.07 Default of Contract 108.08 Termination of Contract 108.10 Termination of Contractor’s Responsibilities Section 109 Modifications to Work and Payment 109.08 Partial Payments 109.09 Payment for Stored Materials 109.10 Final Payment

Page 54: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 4

SECTION 101—DEFINITIONS OF ABBREVIATIONS, ACRONYMS, AND TERMS 101.02—Terms. It is understood that reference in this document as well as the 2016 VDOT Road & Bridge Specifications to “Department” shall be construed to refer to the Town of Hillsboro or the Town generally, except in references to approvals and certifications provided by VDOT, VDOT as author of the 2016 VDOT Road & Bridge Specifications, or where related to matters of VDOT final approval and acceptance the Work. It is understood that reference in this document as well as the 2016 VDOT Road & Bridge Specifications, to “District Engineer”, it shall be replaced by the term “Engineer” or “Town Project Manager”. The Town has entered into a separate contract with Volkert, Inc. who shall serve as the Town’s Architect/Engineer and Construction Manager and Inspection. Reference in the Contract Documents to the term “State” appears in the context of the governing body of the Commonwealth of Virginia, and whenever the terms “Board”, “Virginia Department of Transportation” and “Department” appear in the context of the authority vested with the operation of the state's roadway network, such term shall remain unchanged. Revisions herein include only those that vary from those in the 2016 VDOT Road & Bridge Specifications Division I, Section 101.

-A- Addendum - A written revision or addition to any of the Contract Documents, transmitted in advance of the opening of proposals to all parties who have been recorded by the Town as having secured full sets of Contract Documents. Agreement; Owner – Contractor. The written instrument used for signature and execution which binds the Town and Contractor and is evidence of mutual understanding and agreement between the Parties. The Contract Agreement expressly incorporates and enumerates any documents, which are referred to as the “Contract Documents”. Architect/Engineer (A/E). The term Architect/Engineer, hereinafter "A/E" shall mean the consulting firm or Town agency, or their duly authorized representatives, lawfully licensed to practice in Virginia, that is responsible for designing or engineering the work, and performing the activities specified herein. The A/E shall be Volkert, Inc. and is referred to throughout the Contract Documents as if singular in number and masculine in gender. Award. The decision of the Town of Hillsboro Town Council to accept the bid of the lowest responsive and responsible bidder for the work. The award is subject to the execution and approval of a satisfactory Contract therefore, and such conditions as may be specified or required by law. Award Date. The date a Notice of Award or Notice of Intent to Award is posted on the Town's web site (www.hillsborova.gov); on the bulletin board located in the Town Office, 37098 Charles Town Pike, Hillsboro, VA; and available on eVA.

-B- Bid. The offer of a bidder, submitted on the proposal (Invitation for Bid), to perform the work and furnish the materials and labor at the prices set forth therein; valid only when properly signed and guaranteed.

Page 55: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 5

Bidder. Any individual, partnership, corporation, or joint venture that formally submits a bid for the work contemplated, or for any portion thereof, acting directly or through a duly authorized representative. Bids, Invitation for. See Proposal Board. Town Council.

-C- Commissioner. Mayor. Contract Documents - The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work, including without limitation, all labor, materials, equipment and furnishings required in connection therewith. Such incorporated documents customarily include but are not limited to; the Invitation for Bid (Proposal) including any and all addendums and attachments, these Town of Hillsboro Revisions to 2016 VDOT Road & Bridge Specifications Division 1 General Provisions, Plans, Construction Drawings/Plans, Bidder Response/ Proposal, Owner – Contractor Agreement and all attachments and exhibits thereto, Supplementary Specifications to the Schedule of Bid Items, 2016 VDOT Road and Bridge Specifications, Insurance coverage/polices, bonds, Specifications, and all Modifications, including addenda and subsequent change orders. Oral representations or promises will not be considered a part of the Contract. Any soils, geotechnical or other reports, surveys and analyses which may be made available to the Contractor for review or information under this Contract, are not adopted by reference into, nor are they part of the Contract Documents. Contracting Officer. The Project Coordinator from the Town of Hillsboro assigned to manage the Contract. Town. The Town of Hillsboro in the Commonwealth of Virginia. Commonwealth. Commonwealth of Virginia and/or the Town of Hillsboro

-D- Department. Town of Hillsboro, Virginia and/or Virginia Department of Transportation.

-E- Engineer. The Engineer from Volkert, Inc. assigned from the Town of Hillsboro to administer construction contracts on behalf of Town’s Council. Engineer, Contract. Mayor of Town of Hillsboro or his designee. Authorized representative for administering the advertisement of work, receiving bids for such , and awarding such work as contracts for the Town. Execution date. The effective date on the Town of Hillsboro Owner – Contractor Agreement. Extra work. An item of work that is not provided for in the Contract as awarded but that is found to be essential to the satisfactory fulfillment of the Contract within its intended scope.

Page 56: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 6

-F- Final Completion (date of). The date of Final Completion of the Work is the date determined by the Owner when the Work is totally complete, to include punch list work, in accordance with the Contract Documents and the Owner may fully occupy and utilize the Work for the use for which it is intended.

-L- Lump Sum. Aggregate or total price to construct the project per the Contract Documents. See definition of Contract Documents.

-M- Modification. A Modification is (a) a written Amendment to the Contract signed by both parties, (b) a written Change Order signed by both parties (c) a written Field Order or, (d) a Unilateral Change Order issued by the Owner.

-N- Notice. The term "Notice" as used herein shall mean written notice delivered to:

Owner: Town of Hillsboro 37098 Charles Town Pike

Hillsboro, VA 20132 Project Coordinator: Town of Hillsboro 37098 Charles Town Pike

Hillsboro, VA 20132 Town Attorney: Elizabeth D. Whiting

241 Edwards Ferry Road, NE Leesburg, VA 20176 [email protected]

Contractor: Address in the Owner – Contractor Agreement

Delivery shall be deemed to have been given when made in writing and (a) when delivered in person, or (b) on the date delivered by special courier or recognized overnight delivery service, or three (3) business days after being sent by United States mail. Facsimile copies and e-mail shall be acceptable if the original is received by special courier, recognized overnight delivery service, or United States mail within three (3) business days.

Notice of Award. Written notice documenting the award date that is posted on the Town's web site (www.hillsborova.gov ) and on the bulletin board located in the Town Office,37098 Charles Town Pike, Hillsboro, VA. Notice to Proceed. A written notice to the Contractor from the Town’s Contracting Officer/Contract Engineer that advices him of the date on which prosecution of the work shall begin.

-O-

Page 57: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 7

Owner – Also referred to herein as Town of Hillsboro. The Town Council of Town of Hillsboro, Virginia and is referred to throughout the Contract Documents as if singular in number and masculine in gender. The term Owner means the Owner or its authorized representative of the Town Council for this Contract. The Town will designate a single Owner’s representative with the title of Project Manager (PM) who will have the power to act, within the scope of this delegated authority, for and on the behalf of the Owner, in accordance with the terms of the Contract. For purposes of change in the work, the term “Owner” or “Owner’s Representative” specifically excludes any inspectors having specification and material compliance responsibilities.

-P-Q- Project Manager. The individual designated by the Mayor, Town of Hillsboro to administer the construction contract on behalf of the Town. Normally the same individual as the Engineer or Contract Administrator. Project Showing. Refered to as the Pre-Bid Meeting. The scheduled event at which the Town’s representative meets with prospective bidders to describe and answer questions regarding the proposed work. Proposal. Referred to as the Invitation for Bid. The document sent by the Town to prospective bidders that describes the work for which bids will be accepted; it includes the official form on which the Town requires bids to be submitted for the work described. Also identified as the Invitation for Bid (IFB).

-R- Request for Information. A Request for information (RFI) is a written request from the Contractor to Engineer requesting information regarding the existing site conditions, interpretation or clarification of the Contract Design or other applicable information that the Contractor may find necessary in the execution of their Work. The Contractor shall promptly notify the Engineer in writing of the specific requested information and/or other applicable questions. All RFI’s shall be numbered sequentially as submitted. Any revisions made to a specific RFI, shall reference the original RFI and will add “R1, 2, 3…” to the numbering. Resident Engineer. Deleted.

-S- Substantial Completion of Work (date of). Substantial Completion of the Work or designated portion thereof is the date determined by Owner when: (a) construction is sufficiently complete, in accordance with the Contract Documents, so the Owner can occupy or utilize the Work or designated portion thereof for the use for which it is intended; and (b) the Contractor has satisfied all other requirements for Substantial Completion which may be set forth in the Contract Documents.

-V- Vouchered. Deleted.

SECTION 102—BIDDING REQUIREMENTS AND CONDITIONS

Page 58: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 8

102.02 - Content of Invitation for Bid (Proposal) Upon request, the Town will furnish a proposal (Invitation for Bid) to any interested party. The proposal (Invitation for Bid) will specify the location and description of the contemplated construction, the estimate of the various quantities and kinds of work to be performed or materials to be furnished, and a Schedule of Items for which unit prices are invited. The proposal (Invitation for Bid) will specify the time in which the work shall be completed and the date and time by which bids must be filed. The proposal (Invitation for Bid) will also include these Town of Hillsboro Revisions to the 2016 VDOT Road and Bridge Specifications, Division I – with supplemental specifications, special provisions, or special provision copied notes governing the proposed work. Attachments to the proposal (Invitation for Bid) will be considered a part of the bid. The plans, Specifications, and other documents specified in the proposal (Invitation for Bid) will be considered a part of the proposal (Invitation for Bid) and contain required supplemental specifications, special provisions, and special provision copied notes governing the proposed work not included in Division I.

102.04- Examination of Site of Work and Proposal (Invitation for Bid). (a) Evidence of Examination of Site of Work and Proposal

The submission of a bid will be considered conclusive evidence that the bidder has examined the site of the proposed work, the bid proposal and other documents referenced therein, and the plans before submitting a bid and is satisfied as to the conditions to be encountered in performing the work and the requirements specified in the proposal.

(b) Subsurface Data Subsurface data may be available for review by the bidder in the form of a geotechnical report. Such data are accurate with regard to test holes and are made available to the bidder in good faith in order to apprise him of information in possession of the Town. The Town does not warrant these conclusions to be correct, either expressly or by implication. Further, the Town does not warrant the condition, amount, or nature of the material that may be encountered or the sufficiency of the data, either expressly or by implication. The bidder shall make his own interpretation of the subsurface data that may be available and satisfy himself with regard to the nature, condition, and extent of the material to be excavated, graded, or driven through. The submission of a bid will be considered conclusive evidence that the bidder is satisfied with regard to the subsurface conditions to be encountered in the work and has taken such conditions into consideration when submitting the bid.

A Geotechnical/Geophysical release form signed by an authorized individual per Invitation for Bid – Authority to Bind Firm in Contract must be provided with your submission of bids. This form must also be submitted with the bidders bid submission,

(c) Notice of Alleged Ambiguities

If a word, phrase, clause, or any other portion of the proposal is alleged to be ambiguous, the Bidder shall submit to the Contract Engineer a written notice of the alleged ambiguity not later than the date specified in IFB – Questions and Inquiries and request an interpretation thereof. This written notice shall be submitted in accordance with the instructions in IFB.

The Town will not be responsible for any other explanations or interpretations of the alleged ambiguities except those brought to the attention of and responded to by the Contract Engineer. No employee or agent of the Town shall have the authority to furnish any explanation or interpretation, verbal or written, of alleged ambiguities that are not submitted to the Contract Engineer by the bidder.

Page 59: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 9

If the bidder fails to give written notice and request an interpretation of the alleged ambiguity within the specified time, he shall waive any right he may have had to his own interpretation of the alleged ambiguity.

(d) Required Attendance of Project Showing One (1) Mandatory Pre-Bid Conference will be held for clarification of any questions on the drawings, specifications and site conditions. Attendance at the Pre-Bid Conference is mandatory for all prime bidders. Bidders must be present prior to the beginning of the conference. Bidders must sign in with the Town’s Representative as record of attendance. Late entry to the Pre-Bid Conferences will not be permitted. Failure to attend the conference will result in your bid being deemed non-responsive and rejected.

Date, time, and location of the Mandatory Pre-Bid Conference is specified on the cover of the Proposal (Invitation for Bid).

102.05 - Preparation of Bid. (a) Instruction to Bidders.

Detailed instructions on the preparation and submissions of bids is contained in IFB – Instruction to Bidders

(b) General (1) The bidder shall furnish a unit or lump sum price as called for in the bidding proposal, in

numerical figures, for each pay item listed. The bidder shall also show the products of the unit prices and quantities in numerical figures in the column provided for that purpose and the total amount of the bid.

If a unit or lump sum price is omitted, the bid will be rejected. If there is a discrepancy between the unit price and its extension, the unit price will govern.

Bids will be considered irregular and may be rejected for any of the reasons stated in Section 102.06.

The Bidder shall submit a proposal guaranty in accordance with the requirements of Section 102.07.

A bid may be rejected and the Bidder may be disqualified for any of the reasons stated in Section 102.08.

(2) Required Certifications

A bidder who makes a false certification on the Bidder Certification of the Prequalification Classification and Work Capacity Form will be subject to forfeiture of his bid bond and/or disqualification from bidding on future work for a 90 day period, or both. The Contracting Officer will determine the imposition and the extent of such sanctions.

A sworn statement shall be executed by the bidder or his agent on behalf of each person, firm, association, or corporation submitting a bid. The statement shall certify that the person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action to restrain free competitive bidding in connection with the proposal. The sworn statement shall be part of the bid or in the form of an affidavit and shall be sworn to before a person who is authorized by the laws of the State to administer oaths. The bids shall contain the identical sworn statement. The original of the sworn statement shall be filed with the Town when the bid is submitted.

(3) Acknowledgement of Receipt of Revisions (Addendums)

Page 60: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 10

It is the responsibility of all bidders to ensure that they have received all Addendums and to include signed copies of the Addendums with their bid. Addendums can be downloaded from www.hillsborova.gov and from eVA. Failure to include signed addendums may lead to a bidder being deemed nonresponsive and/or non responsible.

(4) Bids shall be signed by individuals authorized to do so. Refer to IFB – Authority to Bind Firm in Contract

102.06 - Irregular Bids. Bids will be considered irregular and may be rejected for any of the following reasons:

(a) If the bidder fails to comply with the requirements of IFB.

(b) If the bidder fails to comply with the requirements of Sections 102.05 and 102.07

(c) If the bidder fails to provide Certification of Prequalification with VDOT or WVDOT

(d) If the bid is not properly signed

(e) If the bidder fails to acknowledge Addendum(s) by including the signed Addendum(s)

(f) If there are unauthorized additions, conditional or alternate bids, or irregularities of any kind that may make the bid incomplete, indefinite, or ambiguous

(g) If the unit prices in the bid are obviously unbalanced, either in excess or below the cost

analysis values as determined by the Town

(h) If the bidder fails to submit a statement concerning collusion

(i) If bids are submitted showing a designation for a project other than the project for which the bid is made

(j) If a bid is not totaled

(k) If erasures or alterations in the bidder’s entries on paper bids, when allowed, are not initialed by the bidder

(l) If any attachments included in the bid are altered when the bid is submitted except as otherwise provided for herein

(m) If the bidder adds any provisions reserving the right to accept or reject an award or enter into a contract pursuant to an award except as otherwise permitted in these Specifications

102.07 – Invitation for Bid (Proposal) Guarantee Bid will not be accepted or considered unless accompanied by a proposal guarantee in the form of a bid bond. Refer to IFB – Construction Contract Bid Security

102.09 - Submission of Bids Refer to IFB – Instruction to Bidders

102.10 - Withdrawal of Bid. Refer to See Invitation for Bid – Withdrawal of Construction Contract Bid Due to Error.

Page 61: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 11

102.11 – eVA Business-To-Government Vendor Registration Delete this section in its entirety. The Contractor shall not be required to be registered in the eVA System.

102.12—Public Opening of Bids. Bids will be read publicly at the time and place specified in the Invitation for Bid. Interested parties are invited to be present.

SECTION 103—AWARD AND EXECUTION OF CONTRACTS

103.01—Consideration of Bids. After bids have been opened and read, the Town will evaluate bid submittals to determine if all requirements of Section 102 have been met. Bids not submitted in accordance with the requirements of Section 102 may be rejected.

Bids will be compared on the basis of the summation of the products of the quantities shown in the bid schedule and the unit bid prices.

The Town may correct arithmetical errors in the bid prior to such comparison, in accordance with Section 102.05. The results of the comparisons will be available to the public after the determination has been made to award the Contract.

The Town reserves the right to reject any or all bids, waive informalities, advertise for new bids, or proceed to do the work if it deems that the best interest of the Town would be promoted thereby.

103.02—Award of Contract (a) See Invitation for Bid – Firm Pricing for Town Acceptance See Invitation for Bid – Vendor Preference in Tie Bids (b) See Invitation for Bid – Basis for Award. 103.03—Cancellation of Award

The Town may cancel the award of any contract at any time before the execution of the contract by all parties without liability to the Town.

103.04—Forfeiture of Proposal (Invitation for Bid) Guarantee When the bidder withdraws his bid prior to award, after being determined the apparent low bidder, the bid bond will be forfeited in accordance with the requirements of the Code of Virginia as amended. 103.05—Requirements of Contract Bond See Invitation for Bid - Construction Contract Payment and Performance Bonds.

The Town is obtaining the VDOT Land Use Permit for the project and the Contractor shall be responsible for acting as agent and providing a dual oblige rider and for complying with all requirements and stipulations listed in the permit. There are no fees required for the VDOT Land Use Permit. In addition, the Town has obtained a Loudoun County VSMP and shall require the Contractor to obtain the Grading Permit and pay the associated fees for the Grading Permit. 103.06—Contract Documents.

Page 62: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 12

The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work, including without limitation, all labor, materials, equipment and furnishings required in connection therewith. The Contract Documents are complimentary, and what is required by one shall be as binding as if required by all.

(a) Contract: The Contract shall include all Contract Documents, including but not limited to the Invitation for Bid (Proposal); all attachments to the Invitation for Bid; all addendums issued; Schedule of Bid Items submitted by the bidder, bidder’s proposal, plans, standard drawings, specifications, supplemental specifications, special provisions, special provision copied notes, and the Owner – Contractor Agreement.

(b) Contract Bonds: Contract bonds shall conform to the requirements of Section 103.05.

(c) Affidavits and Documents: Affidavits and documents shall include those required to be made a part of the Contract by any federal or state law in effect on the date of the Notice of Advertisement.

(d) Progress Schedule: S108C00-0911 – Special Provision for CPM Progress Schedule for Category III Projects located in Special Provision Section 1020.

(e) Insurance: A. The Contractor shall be responsible for its work and every part thereof, and for all

materials, tools, equipment, appliances, and property of any and all description used in connection therewith. The Contractor assumes all risk of direct and indirect damage or injury to the property or persons used or employed on or in connection with the work contracted for, and of all damage or injury to any person or property wherever located, resulting from any action, omission, commission or operation under the Contract.

B. The Contractor shall, during the continuance of all work under the Contract provide, and require that its subcontractors provide, the following:

1. Maintain Workers' Compensation and Employer's Liability to protect the Contractor from any liability or damages for any injuries (including death and disability) to any and all of its employees, including any and all liability or damage which may arise by virtue of any statute or law in force within the Commonwealth of Virginia.

2. The Contractor agrees to maintain Comprehensive General Liability insurance to protect the Contractor, its subcontractors, and the interest of the Town, its officers, employees, and agents against any and all injuries to third parties, including bodily injury and personal injury, wherever located, resulting from any action or operation under the Contract or in connection with the contracted work. The General Liability insurance shall also include the Broad Form Property Damage endorsement, in addition to coverage for explosion, collapse, and underground hazards, where required.

3. The Contractor agrees to maintain owned, non-owned, and hired Automobile Liability insurance, covering all owned, non-owned, borrowed, leased, or rented vehicles operated by the Contractor. In addition, all mobile equipment used by the Contractor in connection with the contracted work, will be insured under an inland marine insurance policy..

4. Professional Liability against any and all wrongful acts, errors, or omissions on the part of the Contractor resulting from any action or operation under the Contract or in connection with the contracted work.

5. The Contractor shall purchase and maintain such boiler and machinery insurance as may be required by the Contract Documents. This

Page 63: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 13

insurance shall include the interests of the Town, the Contractor and subcontractors.

C. The Contractor agrees to provide the above referenced policies with the following limits. Liability insurance limits may be arranged by General Liability and Automobile Liability policies for the full limits required, or by a combination of underlying policies for lesser limits with the remaining limits provided by an Excess or Umbrella Liability policy.

1. Workers’ Compensation:

Coverage A: Statutory

Coverage B: $100,000

2. General Liability:

Per Occurrence: $15,000,000

Personal/Advertising Injury: $15,000,000

General Aggregate: $15,000,000

Products/Completed Operations: $15,000,000

Fire Damage Legal Liability: $100,000

GL Coverage, excluding Products and Completed Operations, should be on a Per Project Basis 3. Automobile Liability:

Combined Single Limit: $15,000,000

4. Professional Liability

Per Occurrence: $15,000,000

General Aggregate: $15,000,000

5. Boiler & Machinery: (If applicable) $15,000,000

D. The following provisions shall be agreed to by the Contractor:

1. No change, cancellation, or non-renewal shall be made in any insurance coverage without a forty-five (45) day written notice to the Town. The Contractor shall furnish a new certificate prior to any change or cancellation date. The failure of the Contractor to deliver a new and valid certificate will result in suspension of all payments until the new certificate is furnished.

2. Liability Insurance “Claims Made” basis: If the liability insurance purchased by the Contractor has been issued on a “claims made” basis, the Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included as described previously in these provisions, remain the same. The Contractor must either:

a. Agree to provide, prior to commencing work under the Contract, certificates of insurance evidencing the above coverage for a period of two (2) years after final payment for the Contract for General Liability policies and five (5) years for Professional Liability policies. This certificate shall evidence a "retroactive date" no later than the beginning of the Contractor's work under this Contract, or

Page 64: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 14

b. Purchase the extended reporting period endorsement for the policy or policies in force during the term of this Contract and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance or a copy of the endorsement itself.

3. The Contractor must disclose the amount of deductible/self-insured retention applicable to the General Liability, Automobile Liability and Professional Liability policies, if any. The Town reserves the right to request additional information to determine if the Contractor has the financial capacity to meet its obligations under a deductible/self-insured plan. If this provision is utilized, the Contractor will be permitted to provide evidence of its ability to fund the deductible/self-insured retention. In addition, the Contractor agrees to provide insurance issued by:

a. Companies admitted within the Commonwealth of Virginia, with the Best's Key Rating of at least A:VII.

b. European markets including those based in London, and the domestic surplus lines market that operate on a non-admitted basis are exempt from this requirement provided that the Contractor's broker can provide financial data to establish that a market's policyholder surpluses are equal to or exceed the surpluses that correspond to Best's A:VII Rating.

4. a. The Contractor will provide an original signed Certificate of Insurance and such endorsements as prescribed herein.

b. The Contractor will secure and maintain all insurance certificates of its subcontractors which shall be made available to the Town on demand.

c. The Contractor will provide on request certified copies of all insurance coverage related to the Contract within ten (10) business days of demand by the Town. These certified copies will be sent to the Town from the Contractor's insurance agent or representative. Any request made under this provision will be deemed confidential and proprietary.

d. Any certificates provided shall indicate the Contract name and number.

5. The Town, its officers and employees shall be Endorsed to the Contractor’s Automobile and General Liability policies as an "additional insured" with the provision that this coverage "is primary to all other coverage the Town may possess." (Use "loss payee" where there is an insurable interest). A Certificate of Insurance evidencing the additional insured status must be presented to the Town along with a copy of the Endorsement.

6. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all subcontractors of their liabilities provisions of the Contract.

E. Contractual and other Liability insurance provided under this Contract shall not contain a supervision, inspection or engineering services exclusion that would preclude the Town from supervising and/or inspecting the project as to the end result. The Contractor shall assume all on-the-job responsibilities as to the control of persons directly employed by it and of the subcontractors.

Page 65: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 15

F. Nothing contained in the specifications shall be construed as creating any contractual relationship between any subcontractor and the Town. The Contractor shall be as fully responsible to the Town for the acts and omissions of the subcontractors and of persons employed by them as it is for acts and omissions of persons directly employed by it.

G. Precaution shall be exercised at all times for the protection of persons (including employees) and property.

H. The Contractor and all subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, as it may apply to this Contract.

I. When the Town finds it necessary to occupy or use a portion or portions of the work prior to substantial completion thereof, such occupancy shall commence with a mutual agreement between the Town and Contractor. The insurance company or companies providing the property insurance recognize this contingency and shall provide evidence of such endorsement prior to commencement of work. This insurance shall not be canceled or lapsed for the unoccupied part of the building on account of such partial occupancy. Consent of the Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld.

J. If an "ACORD" Insurance Certificate form is used by the Contractor's insurance, the words "endeavor to" and "... but failure to mail such notice shall impose no obligation or liability of any kind upon the company" in the "Cancellation" paragraph of the form shall be deleted.

K. The Contractor agrees to waive all rights of subrogation against the Town, its officers, employees, and agents.

103.07 - Failure to Furnish Bonds or Certificate of Insurance Failure by the successful bidder to furnish the Town acceptable payment and performance bonds and dual rider oblige and proof of the insurance requirements in Sections 103.05 and 103.06 within 15 calendar days after the Notice of Award shall be considered just cause for cancellation of award and forfeiture of the proposal guarantee (bid bond). This does not include any Bonds associated with the VDOT Land Use Permit. In such event, the proposal guarantee (bid bond) shall become the property of the Town, not as a penalty but in liquidation of damages sustained. The Contract may then be awarded to the next lowest responsive and responsible bidder, or the work may be re-advertised or constructed otherwise, as determined by the Town.

103.09 - Execution of Contract The bid as submitted, including the documents specified in Section 103.06(a), shall be a part of the Contract upon submittal of the Town of Hillsboro payment and performance bonds and proof of the insurance requirements in 103.06(e) and the final execution by the Town. After the Town has recommended the bid for award the apparent low bidder shall be required to sign and return the Owner – Contractor Agreement to the Town Project Coordinator. Failure to sign and return the Owner – Contractor Agreement within 15 calendar days of receipt may result in forfeiture of the proposal guarantee (bid bond). If the Contract is not awarded within the time limit specified in IFB Section 17.5, the bidder may withdraw his bid without penalty or prejudice unless the time limit is extended by mutual consent. No Contract shall be considered effective until it has been fully executed by all parties.

SECTION 104—SCOPE OF WORK

Page 66: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 16

104.01 - Intent of Contract The intent of the Contract is to provide for completion of the work specified therein within the Contract Sum and time limit stated in the Contract. Further it is understood that the Contractor execute the Work under the Contract as an independent contractor and not as an agent of the Town.

104.02 - Alteration of Quantities or Character of Work

(a) General The Engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to complete the project satisfactorily. Such changes in quantities and alterations shall not invalidate the Contract or release the surety, and the Contractor shall agree to perform the work as altered. No change, alteration or modification in or deviations from the Contract or the Contract Documents, or the giving by the Town of any extension of time for the performance of the Contract, or the forbearance on the part of the Town shall release or exonerate in whole or in part either the Contractor or any surety on the obligations of any bond given in connection with the Contract. Neither the Town nor the Contractor shall be under any obligation to notify the surety or sureties of any such alteration, change, extension or forbearance, notice thereof being expressly waived. Any increase in the Contract amount shall automatically result in a corresponding increase in the penal amount of the bonds without notice to or consent from the surety, such notice and consent being hereby waived. Decreases in the Contract amount shall not, however, reduce the penal amount of the bonds unless specifically provided in any change order as authorized in accordance with the provisions of Section 109.05 decreasing the scope of the work.

If the alterations in the nature of the work or changes in quantities, significantly change the character of the work under the Contract, an adjustment, excluding anticipated profits for the reduced or eliminated work, may be made to the Contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, an adjustment will be made either for or against the Contractor in such amount as the Engineer may determine to be fair and equitable.

At the option of the Engineer, the Contractor may be directed to accomplish the work on a force account basis when the scope of work meets the requirements for such a determination in accordance with the requirements of Section 109.05.

If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the Contract.

The term significant change shall be construed to apply only to the following circumstances:

(1) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction or

(2) When a major item of work, as defined elsewhere in the contract is increased or decreased more than 25 percent of the original contract quantity. Any allowance for an increase or decrease in cost due to an increase in quantity of more than 25 percent shall be calculated only on that quantity in excess of 125 percent of the original contract bid item quantity. Also any allowance for an increase or decrease in cost due to a decrease in quantity of more than 25 percent shall be calculated only on that quantity below 75 percent of the original contract bid item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed, or

(3) When overruns or underruns of more than 100% on minor items can be demonstrated as not representative of the true cost of the work when considering the unit bid price.

Page 67: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 17

SECTION 105—CONTROL OF WORK

105.01— Contract Time, Notice of Contract Execution and Notice to Proceed

(a) Unless otherwise provided, the Contract Time is the period of time specified in the Town-Contractor Agreement for Final Completion of the Work as defined herein, including authorized adjustments thereto. The Contractor shall complete the Work within the Contract Time.

(b) The date of commencement of the Work is the date established in the Notice of Proceed.

(c) The Contractor shall commence work no later than ten (10) days after the date established in the Notice to Proceed

(d) The Contractor shall not commence work or store materials or equipment on site until written Notice to Proceed is issued or until the Contractor otherwise receives the Owner's written consent.

(e) The date of Substantial Completion of the Work or designated portion thereof is the date determined by Owner when: (a) construction is sufficiently complete, in accordance with the Contract Documents, so the Owner can occupy or utilize the Work or designated portion thereof for the use for which it is intended; and (b) the Contractor has satisfied all other requirements for Substantial Completion which may be set forth in the Contract Documents.

(f) The date of Final Completion of the Work is the date determined by the Town when the Work is totally complete, to include punch list work, in accordance with the Contract Documents and the Town may fully occupy and utilize the Work for the use for which it is intended. Final Completion shall not be granted until VDOT has released the Land Use Permit and all work has been found to be acceptable to the Town and the Department.

(g) The effective date of the Owner – Contractor Agreement shall be the date of contract

execution. The Contract Time will begin upon the date of the Notice to Proceed. The Town Project Manager or its designated representative, the Project Coordinator, will contact the Contractor on the date of contract execution to inform Contractor of such action.

(h) The Town plans to issue the Notice to Proceed thirty (30) calendar days after the execution of the Owner – Contractor Agreement. The thirty (30) calendar days between the execution of the Owner Contractor Agreement and the date of the Notice to Proceed is to provide reasonable time for the Contractor to complete pre-construction requirements such as submission and final approval of all required preconstruction submittals, obtain VDOT’s Land Use Permit, obtain Loudoun County Grading Permit and other required permits and to hold the Preconstruction meeting.

(i) In the event the Contractor, for matters of his convenience, wishes to begin work later than 10 calendar days from the date of Notice to Proceed he shall promptly make such a request in writing to the Engineer. If the Contractor’s requested start date is acceptable to the Town, the Contractor will be notified in writing; however, the Contract calendar completion date will not be adjusted but will remain binding. The Contractor’s request to adjust the start date for the work on the Contract will not be considered as a basis for claim that the time resulting from Contractor’s requested start date, if accepted by the Engineer, is insufficient to accomplish the work nor shall it relieve the Contractor of his responsibility to perform the work in accordance with the Scope of Work and requirements of the Contract. In no case shall work begin before the Town executes the Contract. The Contractor shall notify the Engineer at least 24 hours prior to the date on which he plans to begin the work.

Page 68: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 18

105.03 – Authorities of Project Personnel (a) Authority of the Owner (1) Owner's Right To Stop Work

If the Contractor fails to correct defective Work as required herein or persistently fails to carry out the Work in accordance with the Contract Documents, the Owner, by a written order, may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the Owner to stop the Work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity.

(2) Owner's Right to Carry Out the Work

a. If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within seven (7) days after receipt of written Notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may, without prejudice to any other remedy he may have, rectify such deficiencies as outlined in Section 105.03 (a)(4) Owner’s Right to Perform Work and to Award Separate Contracts. In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including compensation for the A/E's additional services made necessary by such default, neglect or failure (“Deductive Change Order”). If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner.

b. Neither the Owner nor the A/E nor their officers, agents, assigns or employees are in any way liable or accountable to the Contractor or his surety for the method by which work performed by the Owner, or at the Owner's direction, or any portion thereof, is accomplished or for price paid therefor. Notwithstanding the Owner's right to carry out a portion of the Work, maintenance and protection of the Work remains the Contractor's and Contractor’s surety's responsibility as provided for in the Contractor’s Bonds and Guarantee.

(3) Suspension of Work

a. The Owner shall have the authority to suspend the Work, in whole or in part, for such periods and such reasons as the Owner may deem necessary or desirable, in its sole discretion, including without limitation:

i. Unsuitable weather;

ii. Other conditions considered unfavorable for the suitable prosecution of the Work; and/or

iii. Other conditions considered adverse to the best interests of the Owner.

Any such suspension shall be in writing to the Contractor. The Contractor shall obey immediately such orders of the Owner and shall not resume the Work until so ordered in writing by the Owner. The Contractor may be entitled to an extension of the Contract Time subject to the provisions of this Section 105.03 (a) (3) and Section 108.04.

No such suspension of the Work shall be the basis of a claim by the Contractor for any increase in the Contract Sum or for any other

Page 69: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 19

damages, losses, costs or expenses whatsoever provided that the suspension is for a reasonable time under the circumstances then existing or the cause thereof is beyond the control and is without the fault or negligence of the Owner.

In the event of suspension of Work, the Contractor will and will cause his subcontractors to protect carefully materials and Work against damage or injury from the weather and maintain completed and uncompleted portions of the work as required by the Contract Documents. If, in the opinion of the Owner any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect same, such work and materials shall be removed and replaced at the expense of the Contractor.

(4) Owner's Right to Perform Work and to Award Separate Contracts

a. The Owner reserves the right to perform work related to the Project with his own forces, and to award separate contracts in connection with other portions of the Project or other work on the site.

b. When separate contracts are awarded for different portions of the Project or other work on the site, the term Contractor in the Contract Documents in each case shall mean the Contractor who executes each separate Owner-Contractor Agreement.

(b) Authority of Engineer During prosecution of the work, the Engineer will answer all questions that may arise as to the quantity, quality, and acceptability of materials furnished and work performed; rate of progress of the work; interpretation of the plans and Specifications; acceptable fulfillment of the Contract by the Contractor; disputes and mutual rights between contractors; and compensation.

The Engineer has the authority to suspend the work wholly or in part if the Contractor has created conditions that are unsafe or fails to correct conditions that are unsafe for workers or the general public or fails to carry out the provisions of the Contract. The Engineer may also suspend work for such periods as he may deem necessary because of catastrophic or extraordinary weather in accordance with the definition of such in Section 108.04, conditions considered unsuitable for prosecution of the work, or any other condition or reason deemed to be in the public interest.

The Engineer may issue written clarifications or directives that either enhance or alter Contract Documents. The Engineer may order such work as may be necessary to complete the Contract satisfactorily.

(c) Authority of Inspector. Inspectors employed by the Town are authorized to inspect all work performed and materials furnished. Inspection may extend to all or any part of the work and to the preparation, fabrication, and manufacture of the materials to be used. The Inspector is not authorized to alter or waive the provisions of these Specifications or make changes in the plans.

The Inspector is not authorized to make final acceptance of the Project, approve any operation or item, or act as foreman for the Contractor. However, the Inspector will have the authority to reject defective work and material and suspend work that is being improperly performed, subject to the concurrence of the Engineer. Such inspection shall not relieve the Contractor of any obligation to furnish acceptable materials or provide completed construction that is in accordance with the requirements of the Contracts.

Page 70: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 20

The Inspector will exercise only such additional authority as may be delegated by the Engineer. The Engineer will advise the Contractor in writing of delegations of authority that will affect his operations.

105.08 Cooperation with regards to Utilities As part of this project, the Contractor shall be responsible for relocating, adjusting, installations of existing and new utilities as detailed in the contract documents. The Contractor shall coordinate with all utility companies and property owners in the installation and the undergrounding of the existing utilities. It is noted that the utilities companies shall require 70 calendar days to complete their work, including but not limited to pulling cable/wiring and connecting customers to the new systems. This time shall be considered to be part and included in the calendar day completion contract time limit. All properties shall not have any of the utilities disconnected for more than a 2-hour duration and without prior notification and coordination with the property owner.

105.12 - Coordination of Plans, Standard Drawings, Specifications, Supplemental Specifications, Special Provisions, and Special Provision Copied Notes The plans, Standard Drawings, these Specifications, Invitation for Bid, Town of Hillsboro Revisions to VDOT Division 1 General Provisions, Supplemental Specifications, Special Provisions, Special Provision Copied Notes and Supplementary Documents are parts of the Contract. These Contract documents are defined in Section 101 - Definitions. A requirement occurring in one shall be as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of a discrepancy, the following order of priority will apply, with the highest governing item appearing first and the least governing item appearing last:

(a) Town of Hillsboro Owner – Contractor Agreement and Exhibits

(b) Town of Hillsboro Invitation for Bid, Bid form, including all attachments and addendums

(c) Town of Hillsboro Revisions to 2016 VDOT Road & Bridge Specifications Division 1 General Provisions

(d) Supplementary Notes to the Schedule of Bid Items

(e) Special provisions

(f) Plans

(g) Specifications

(h) Standard Drawings. Calculated dimensions, unless obviously incorrect, will govern over scaled

dimensions.

Sketches, drawings, general notes and other written information that are not included in special provisions will have the same status as plans.

The Contractor shall not take advantage of any obvious or apparent error or omission in the Contract Documents, including the plans or Specifications. If the Contractor discovers an error or omission, he shall immediately notify the Engineer. The Engineer will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the Contract.

105.13—State Force Construction Surveying This specification section is deleted and replaced with: The General Contractor shall be responsible for providing all surveying and stakeout for the successful prosecution of work as indicated on the plans and as directed by the Engineer. Stakeout work shall be in accordance with VDOT’s Survey Manual.

Page 71: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 21

The following surveying work shall be performed by or under the direct control and personal supervision of a surveyor who is licensed in Virginia as a Land Surveyor and is experienced in highway construction stakeout, right of way and boundaries affecting property ownership, horizontal and vertical control for bridges, horizontal and vertical control for box culverts and culverts having spans or openings larger than 48 inches, horizontal and vertical control for culverts with design grades, horizontal and vertical control for additional centerlines or baselines for roadways, ramps, loops and connections. Should the Contractor choose to utilize automated control and/or GPS stake-out, traditional stake-out shall still be required.

All other surveying work may be performed by or under the direct supervision and control of the Contractor who is experienced in highway construction stakeout.

The Contractor shall provide the Engineer with a record copy of survey drawings, field notes and computations prior to the use of said stakeout information for construction. Survey record drawings shall be prepared and certified in accordance with the requirements of the sample figure drawings as shown in the Survey Manual. Electronic data files may be submitted along with paper sketches and drawings, subject to the prior approval of the Engineer. All electronic copies submitted shall be in a format fully compatible with the Town’s and VDOT’s existing computer hardware and software. It shall be the responsibility of the Contractor to check all surveying work for correctness. Consideration will not be given for any delays to the project that are a result of inaccurate stakeout or time lost to correct elements of the defective survey work. Contractor shall bear all cost to correct all deficiencies resulting from defective survey work. Should a discrepancy arise during construction, the Contractor shall immediately provide oral and written notice to the Town, accurately describing and documenting the discrepancy. The Town will respond to the Contractor’s notice and provide direction on how the work is to proceed.

The Contractor shall perform all construction and other surveying which the Contractor deems necessary to construct this project in accordance with the Contract documents. The location of any reference points which may have been established by the Town and any control data which the Town may have will be made available to the Contractor upon request. The cost for all surveying performed by the Contractor shall be included in the price bid for the Construction Surveying pay item.

The Contractor shall provide and protect temporary construction benchmarks within the construction limits. Temporary construction benchmarks shall be located not farther than 500 feet apart for the total length of the project or as indicated on the plans. Temporary construction benchmarks that are disturbed during construction operations shall be reestablished by the Contractor at no additional cost to the Town.

105.17 - Inspection of Work Inspection will be performed at critical stages. However, all stages, materials, and details of the work are subject to inspection. The Contractor shall provide the Engineer and Inspectors with full and safe access to all parts of the work and shall be furnished such information and assistance by the Contractor as are required to make a complete, timely and detailed inspection. The Engineer and his appointed representatives shall have ready access to machines and plant equipment used in processing or placing materials.

Prior to the beginning of operations, the Engineer will meet with the Contractor to establish an understanding of the critical stages of work that shall be performed in the presence of the Inspector. In order for the Town to schedule inspection of the work, the Contractor shall keep the Engineer informed of planned operations in accordance with the requirements of Section 108.03

If the Engineer requests it, the Contractor shall remove or uncover such portions of the finished work as may be directed at any time before final acceptance. The Contractor shall restore such portions of the work to comply with the appropriate contract specification requirements. If the work exposed is acceptable, the uncovering or removing and replacing the covering or making good the parts removed will be paid for as extra work in accordance with the requirements of Section 104.03. If the work is unacceptable, the cost of uncovering or removing and replacing the covering or making good the parts removed shall be borne by the Contractor.

When any unit of government, political subdivision, or public or private corporation is to pay a portion of the cost of the work specified in the Contract, its representatives shall have the right to inspect the work.

Page 72: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 22

The exercise of this right shall not be construed as making them a party or parties to the Contract or conferring on them the right to issue instructions or orders to the Contractor.

If materials are used or work is performed without inspection by an authorized representative of the Town, the Contractor may be ordered to remove and replace the work or material at his own expense unless the Town’s representative failed to inspect the work or material after having been given reasonable notice in writing that the material was to be used or the work was to be performed.

If an inspection reveals that work has not been properly performed, the Contractor will be so advised and he shall immediately inform the Town of his schedule for correcting such work and the time when a reinspection can be made.

(a) Inspection, Examination and Testing by the Town

(1) All material and workmanship shall be subject to inspection, examination and testing by the Town, the Engineer, the Project Inspector, authorized inspectors and authorized independent testing entities at any and all times during manufacture and/or construction. The Engineer and the Town shall have authority to reject defective material and workmanship and require its correction. Rejected workmanship shall be satisfactorily corrected and rejected material shall be satisfactorily replaced with proper material without charge therefore, and the Contractor shall promptly segregate and remove the rejected material from the Site. If the Contractor fails to proceed at once with replacement of rejected material and/or the correction of defective workmanship, the Town may, by contract or otherwise, replace such material and/or correct such workmanship and charge the cost to the Contractor, or may terminate the right of the Contractor to proceed. As a result, the Contractor and its Surety may be held liable for any damages to the same extent as provided in Contract for termination hereunder.

(2) Site inspections, tests conducted on site or tests of materials gathered on site, which the Contract requires to be performed by independent testing entities, shall be contracted and paid for by the Town. Examples of such tests are the testing of cast-in-place concrete, foundation materials, soil compaction, masonry, and steel framing connections. The only exception is the testing of all asphalt, where the Contractor perform all necessary testing as outlined in VDOT specifications for all asphalt on the project. The Contractor shall promptly furnish, without additional charge, all reasonable facilities, labor and materials necessary and convenient for making such tests. Except as provided in this specification section, whenever such examination and testing finds defective materials, equipment or workmanship, the Contractor shall reimburse the Town for the cost of re-examination and retesting. Although conducted by independent testing entities, the Town will not contract and pay for tests or certifications of materials, manufactured products or assemblies which the Contract, codes, standards, etc., require to be tested and/or certified for compliance with industry standards such as Underwriters Laboratories, Factory Mutual or ASTM. If fees are charged for such tests and certifications, they shall be paid by the Contractor. The Contractor shall also pay for all inspections, tests, and certifications which the Contract specifically requires him to perform or to pay, together with any inspections and tests which he chooses to perform for his own purposes, but are not required by the Contract.

(3) Where Work is related to or dependent upon work that is subsequently found to be defective, the Contractor shall stop such related or dependent Work until the Defective Work or deficiency is corrected or an alternative solution is presented that is satisfactory to the Town. Where Work is rejected because of defective material or workmanship, the Contractor shall stop like Work in other areas or locations on the Project until the matter is resolved and the Town has approved corrective measures.

Page 73: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 23

105.19 - Submission and Disposition of Claims No claim shall be made under this Contract until and unless the Contractor has failed to obtain a Change Order or has received a Deductive Change Order. The Contractor shall give the Town written Notice of Intent To File a Claim within ten (10) calendar days of each and every occurrence that the Contractor feels gives it the right to make a claim or prior to the beginning of the work upon which the claim is to be based, or the rejection of his Proposed Change Order, whichever is earlier. This written Notice shall clearly inform the Town that it is a “Notice of Intent To File a Claim” and describe the act of omission or commission by the Town or its agents that allegedly caused damage to the Contractor and the nature of the claimed damage. Failure to submit such Notice of Intent shall be a conclusive waiver to such claim for damages by the Contractor. An oral notice or statement will not be sufficient. In addition, at the time of each and every occurrence that the Contractor feels gives it the right to make a claim or prior to beginning the work upon which a claim and any subsequent action will be based, the Contractor shall furnish the Engineer an itemized list of materials, equipment, and labor for which additional compensation will be claimed. Only actual cost for materials, labor and equipment will be considered. The Contractor shall afford the Engineer every facility for keeping an actual cost record of the work. Failure on the part of the Contractor to afford the Engineer proper facilities for keeping a record of actual costs will constitute a waiver of a claim for such extra compensation except to the extent that it is substantiated by the Town’s records. The filing of such Notice of Intent by the Contractor and the keeping of cost records by the Engineer shall in no way establish the validity of a claim.

No claim shall be allowed and no amounts paid for any and all costs incurred if the “Notice of Intent To File a Claim” is not given to the Owner as herein provided.

The complete written claim, with all supporting documentation, shall be submitted to the Town Project Coordinator no later than sixty (60) days after final payment. If the claim is not disposed of by agreement, the Project Coordinator shall reduce his decision to writing and mail or otherwise forward a copy thereof to the Contractor within thirty (30) days of receipt of the claim.

The Project Coordinator's decision shall be final unless the Contractor appeals within thirty (30) days by submitting a written letter of appeal to the Town Mayor. The Town Mayor shall render a decision within sixty (60) days of receipt of the appeal.

No litigation shall be instituted prior to the exhaustion of the aforesaid claims process. The Contractor may not introduce factual matters in such litigation that were not set forth in the aforesaid claims process. Each party shall bear its own costs and expenses resulting from any litigation, including attorney’s fees.

Any monies that become payable as the result of claim settlement after final payment will not be subject to payment of interest unless such payment is specified as a condition of the claim settlement.

The Contractor shall submit a certification with any claim using the following format:

Pursuant to Code of Virginia, I hereby certify that this contract claim submission for the Town of Hillsboro Project ____________________________________ (IFB_____) is a true and accurate representation of additional costs and/or delays incurred by (name of Contractor) in the performance of the required contract work. Any statements made, and known to be false, shall be considered a violation of the Virginia Governmental Frauds Act, punishable as allowed by the Virginia Code for a Class 6 Felony.

(Company)

By:

As officer or duly appointed agent of (Company)

Title:

Date:

State Of:

Page 74: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 24

City/Town of _______________, To-Wit:

I, the undersigned, a Notary Public in and for the City/ Town and State aforesaid, do hereby certify that , whose name is signed to the foregoing instrument, bearing date of the______ day of , 20_, has this day acknowledged the same before me in my City/ Town and State aforesaid.

Given under my hand this day of , 20_.

Notary Public:

My commission expires:

Claims submitted during the statutory period for submitting contract claims and submitted without the certification described above shall not have standing as a claim and shall not be considered by the Town

SECTION 107—LEGAL RESPONSIBILITIES

107.01 - Laws to Be Observed The Contractor shall keep fully informed of federal, state, and local laws, bylaws, ordinances, orders, decrees, and regulations of governing bodies, courts, and agencies having any jurisdiction or authority that affects those engaged or employed on the Work, the conduct of the Work, or the execution of any documents in connection with the Work. The Contractor shall observe and comply with such laws, ordinances, regulations, orders, or decrees. The Contractor shall execute and file the documents, statements, and affidavits required under any applicable federal or state law or regulation required by or affecting his bid or Contract or prosecution of the Work there under. The Contractor shall permit examination of any records made subject to such examination by any federal or state law or by regulations promulgated there under by any state or federal agency charged with enforcement of such law.

(a) Hold Harmless Clause

(1) It is hereby mutually covenanted and agreed that the relation of the Contractor and the Owner with regard to the Work to be performed by him under this Contract shall be that of an independent contractor and that as such he will be responsible for all damages, loss or injury, including death, to persons or property that may arise or be incurred in or during the conduct and progress of said Work as the result of any action, omission or operation under the Contract or in connection with the Work, whether such action, omission or operation is attributable to the Contractor, subcontractor, any material supplier, or anyone directly or indirectly employed by any of them. The Contractor shall make good any damages that may occur in consequence of the Work or any part of it. The Contractor shall assume all liability, loss and responsibility of whatsoever nature by reason of his neglect or violation of any Federal, State, Town or local laws, regulations or ordinances.

(2) The Contractor shall indemnify, hold harmless and defend the Owner, its employees, agents, servants and representatives from and against any and all claims, suits, demands, actions (regardless of the merits thereof) and damages of whatever nature arising out of or resulting from the performance of the Work or the failure to perform the Work, including jurisdictional labor disputes or other labor troubles that may occur during the performance of the Work.

(3) The indemnification obligations under this Article shall not be affected in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under worker's or workman's compensation acts, disability benefit acts or other employee benefit acts.

Page 75: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 25

(4) The obligations of the Contractor under this Hold Harmless clause shall not extend to the actions or omissions of the A/E, his agents or employees, arising out of; (a) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs or specifications, or (b) the giving of or the failure to give directions or instructions by the A/E, his agents or employees provided such giving or failure to give is the primary cause of the injury or damage.

(5) The obligations of the Contractor under this Hold Harmless Clause shall not extend to the proportion of damages, loss or injury, including death, to persons or property that may arise or be incurred as the result of any action, omission or operation of the Owner, or Owner’s Separate Contractor(s), and their authorized employees, agents, servants, and/or representatives.

(6) This section shall survive the Contract.

(7) The Town is prohibited from indemnifying Contractor and/or any other third parties.

(b) Payments to Subcontractors

Within seven (7) days after receipt of amounts paid by the Town for work performed by a subcontractor under this Contract, the Contractor shall either:

(1) Pay the subcontractor for the proportionate share of the total payment received from the Town attributable to the work performed by the subcontractor under this Contract; or

(2) Notify the Town and subcontractor, in writing, of his intention to withhold all or a part of the subcontractor's payment and the reason for non-payment.

The Contractor shall pay interest to the subcontractor on all amounts owed that remain unpaid beyond the seven (7) day period except for amounts withheld as allowed in item (b) above.

Unless otherwise provided under the terms of this Contract, interest shall accrue at the rate of one percent (1%) per month.

The Contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements as set forth above with respect to each lower-tier subcontractor.

The Contractor's obligation to pay an interest charge to a subcontractor pursuant to this provision may not be construed to be an obligation of the Town.

(c) Provisions Required By Law Deemed Inserted

Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein and if through mistake or otherwise, any such provision is not inserted or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion.

(d) Severability

In the event that any provision shall be adjudged or decreed to be invalid, such ruling shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding and in full force and effect.

(e) Rights and Remedies

(1) The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law, not inconsistent with the Contract Documents. No time limitations described

Page 76: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 26

in this Contract shall be construed to alter the applicable statutory period of limitations with regard to the enforcement of the obligations of the parties.

(2) No action or failure to act by the Owner, A/E or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

(3) Contractor agrees that he can be adequately compensated by money damages for any breach of this Contract which may be committed by the Owner and hereby agrees that, no default, act, or omission of the Owner or the A/E, except for failure to make payments as required by the Contract Documents, shall constitute a material breach of the Contract entitling Contractor to cancel or rescind the provisions of this Contract or (unless the Owner shall so consent or direct in writing) to suspend or abandon performance of all or any part of the Work. Contractor hereby waives any and all rights and remedies to which he might otherwise be or become entitled, saving only its right to money damages.

(f) Successors and Assigns

(1) The Owner and the Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto and to the partners, successors, assigns and legal representatives of such other party in respect to all covenants, agreements and obligations contained in the Contract Documents. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the Contractor assign any monies due or to become due to him hereunder, without the previous written consent of the Owner and the Contractor's Surety.

(2) In the event the Contractor desires to make an assignment of all or part of the Contract or any monies due or to become due hereunder, the Contractor shall file a copy of consent of surety, together with a copy of the assignment to the Owner and A/E. In the event the Contractor assigns all or any part of the monies due or to become due under this Contract, the instrument of assignment shall state that the right of assignees in and to any monies due to or to become due to Contractor shall be subject to prior liens and claims of all persons, firms and corporations that provided labor services or furnished material and equipment during the performance of the Work. The rights of assignees shall further be subject to the payment of any liens, claims, or amounts due to Federal, State, or Local governments.

(g) Applicable Laws/Forum

This Contract shall be governed in all respects by the laws of the Commonwealth of Virginia. Any judicial action shall be filed in the Commonwealth of Virginia, County of Loudoun. Contractor expressly waives any objection to venue or jurisdiction of the Loudoun County Circuit Court, Loudoun County, Virginia. Contractor expressly consents to waiver of service of process in an action pending in the Loudoun County Circuit Court pursuant to Virginia Code Section 8.01-286.1.

107.06 - Personal Liability of Public Officials In carrying out any of the provisions of these Specifications or in exercising any power or authority granted to them by or within the scope of the Contract, there shall be no liability upon the Town, its employees or agents, the A/E, or their authorized representatives, either personally or as officials of the Town. In all such matters, they act solely as agents and representatives of the Town.

Page 77: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 27

SECTION 108—PROSECUTION AND PROGRESS OF WORK

108.03 - Progress Schedule General Requirements This section is deleted and replaced in its entirety by the Special Provision for CPM Progress Schedule for Category III Projects.

108.04 Determination and extension of completion date This section is deleted and replaced with:

A. CLAIMS FOR TIME EXTENSIONS

1. The time during which the Contractor is delayed in the performance of the Work, by the acts or omissions of the Owner, the A/E or their employees or agents, acts of God, unusually severe and abnormal climatic conditions, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotions or freight embargoes, or other conditions beyond the Contractor's control and which the Contractor could not reasonably have foreseen and provided against, shall be added to the time for completion of the Work (i.e., the Contract Time) stated in the Agreement; provided, however, that no claim by the Contractor for an extension of time for delays will be considered unless made in compliance with the requirements of this Article and other provisions of the Contract Documents.

2. The Owner shall not be obligated or liable to the Contractor for, and the Contractor hereby expressly waives any claims against the Owner on account of any indirect or direct damages, costs or expenses of any nature which the Contractor, its Subcontractors, or Sub-subcontractor's or any other person may incur as a result of: (1) any delays, reasonable or unreasonable, foreseeable or unforeseeable which are either not caused by the acts or omissions of the Owner, its agents or employees or which arise from or out of (or due to) causes not within the control of the Owner, its agents or employees; or (2) any reasonable delay regardless of its cause; it being understood and agreed that the Contractor's sole and exclusive remedy in any such events shall be an extension of the Contract Time, but only as determined in accordance with the provisions of the Contract Documents.

3. The burden of proof to substantiate claim for an extension of the Contract Time shall rest with the Contractor, including evidence that the cause was beyond his control. It shall be deemed that the Contractor has control over the supply of labor, materials, equipment, methods and techniques of construction and over the Subcontractors and suppliers, unless otherwise specified in the Contract Documents.

4. In the event of Changes in the Work, any consideration by the Owner for a time extension will be made no later than when the Change Order is prepared or within such other longer periods as the Owner may agree in writing to allow.

5. No time extensions will be granted as a result of the Contractor's improper or unreasonable scheduling or for the Contractor's failure to have Shop Drawings, Product Data, Samples or Manuals submitted in ample time for review under a reasonable and agreed upon schedule.

6. Delays by Subcontractors or suppliers will not be considered justification for a time extension, except for the same valid reasons and conditions enumerated herein.

7. The Contractor acknowledges and agrees that actual delays due to changes, suspension of work or excusable delays, in activities which according to the schedule do not affect the Contract Time will not be considered to have any effect upon the Contract Time and therefore will not be the basis for a time extension.

Page 78: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 28

8. The Contractor acknowledges and agrees that time extensions will be granted only to the extent that: (1) excusable delays exceed the available flexibility in the Contractor's schedule; and (2) Contractor can demonstrate that such excusable delay actually caused, or will cause, delay to the Contractor's schedule that will extend the Contract Time.

9. The Contractor shall not be entitled to any extension of time for delays resulting from any conditions or other causes unless he shall have given written notice to the Owner, within seven (7) calendar days following the commencement of each such condition or cause, describing the occurrence, the activities impacted and the probable duration of the delay. The Contractor's complete claim submittal for a time extension shall be submitted no later than twenty (20) calendar days after cessation of the delay or within such other longer period as the Owner may agree in writing to allow.

10. No such extension of time shall be deemed a waiver by the Owner of his right to terminate the Contract for abandonment or delay by the Contractor as herein provided or to relieve the Contractor from full responsibility for performance of his obligations hereunder.

11. The Contractor shall be liable to the Owner and shall pay it for a percentage of all costs incurred by the Owner in investigating, analyzing, negotiating, resolving any claim for costs or damages due to the alleged delaying of the Contractor in the performance of the Work, which percentage shall be equal to the percentage of the Contractor's total delay claim which is determined to be false or to have no basis in law or in fact.

B. CHANGE ORDER WORK

1. The Contractor shall make every reasonable effort to perform Change Order work within the Contract Time and in such manner as to have minimum delaying effects on all remaining work to be performed under the contract. If, however, the Change Order work results in an unavoidable increase in the time required to complete the project, an extension of the Contract Time may be granted to the Contractor for the Change Order work. The Contractor's request therefore shall be determined in accordance with what follows:

.1 If the time required for performance of the Change Order work has an unavoidable direct delaying effect on the primary sequence of work activities remaining after rescheduling (e.g., the critical path in CPM type scheduling), the overall contract time may be extended by the minimum number of days required for the Change Order work as mutually agreed upon by the Owner and the Contractor;

.2 If the time required for performance of the Change Order work does not have an unavoidable direct delaying effect on the primary sequence of work activities but is ordered by the Owner at a time such that insufficient Contract Time remains for completion of the Change Order work (and any limited number of contingent work activities), the Contract Time may be extended by the minimum number of days required for the Change Order work as mutually agreed upon by the Owner and the Contractor but only for the Change Order work and contingent activities, all other unaffected work shall be performed within the Contract Time;

.3 Failure of the Owner and the Contractor to agree on a Contract Time extension as specified above shall not relieve the Contractor from proceeding with and performing the Change Order work promptly, as well as in such manner as to have minimal delaying effects on all remaining work to be performed under the Contract.

C. TIME EXTENSIONS FOR WEATHER

1. The Contract Time will not be extended due to inclement weather conditions which are normal to the general locality of Work site. The time for performance of this Contract includes an allowance for work days (based on a 5 day work week) which, according to historical data, may not be suitable for construction work.

Page 79: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 29

.1 The following is the schedule of monthly anticipated normal inclement weather work days for the project location and will constitute the base line for monthly weather time extension evaluations.

ANTICIPATED NORMAL INCLEMENT WEATHER WORK-DAYS INCLUDED IN THE CONTRACT TIME OF PERFORMANCE JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC

6 6 7 7 8 7 7 6 6 5 6 6

2. The Contractor, in his planning and scheduling of the Work as required by the Contract Documents, shall allow for the normal inclement weather for the locality of the Work site. If the Contractor believes that the Progress of the Work has been adversely affected and that it will directly result in a failure to meet a Contract Milestone date or Completion within the Contract Time, by weather conditions above and beyond the amount normally expected, he shall submit a written request to the Owner with a copy to the A/E for an Extension of Time. Such request for Time Extension must clearly demonstrate that the adverse weather conditions were more severe than allowed above, and that weather conditions actually caused a delay beyond Contractor’s control and prevented work on critical path activities. Time Extension request must also include detailed reports documenting adverse weather conditions and resulting impact on critical path of the schedule. Weather report indicating daily precipitation less than 0.10 inch or “traces of rain” will not be considered as justification of inclement weather condition.

3. Such request shall be evaluated by the Owner in accordance with the provisions of the Contract Documents and shall include a comparison of actual weather statistics for the time of year, the locality of the particular Work site with the days claimed by the Contractor and the anticipated normal inclement weather as stated in above and the impact on critical path of the schedule. The normal inclement weather expected has been included in the designated Contract time for completion. The decision of the Owner shall be final.

4. The Contractor shall not be entitled to any money damages whatsoever for any delays resulting from inclement weather, whether normal or abnormal, foreseeable or unforeseeable.

108.06 - Failure to Complete on Time/Liquidated Damages The damages incurred by the Owner due to the Contractor's failure to complete the Work within required Contract Time, including any extensions thereof, shall be in the amount set forth in the Owner-Contractor Agreement, for each consecutive day beyond the Contract Time (Sundays and all holidays included) for which the Contractor shall fail to complete the Work. The amount of liquidated damages provided in this Contract is neither a penalty nor a forfeiture and shall compensate the Owner solely for the Owner's inability to use the Work for its fully intended purpose, and is not intended to, nor does said amount include: (a) any damages, additional or extended costs, incurred by the Owner for extended administration of this Contract, or by the Owner's agents, consultants or independent contractors for extended administration of this Contract, or (b) any additional services, relating to or arising as a result of the delay in the completion of the Work. Owner shall be entitled to claim against Contractor for its actual damages and any amounts not specifically included within the liquidated damages as set forth herein. Such costs shall be computed separately and together with liquidated damages, either deducted from the Contract Sum or billed to the Contractor, at the option of the Owner.

108.07 – Default of Contract The Contractor may be declared in default and the contract terminated if Contractor:

Page 80: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 30

(a) fails to begin the work under the Contract within 10 calendar days of the date of the Notice to Proceed except as otherwise permitted by specific contract language or the provisions of Section 108.02, or

(b) fails to perform the work with sufficient workers and equipment or with sufficient materials to ensure prompt completion of the work, or

(c) performs the work unsuitably or neglects or refuses to remove materials or perform anew work that is unacceptable, or

(d) discontinues prosecution of the work, or

(e) fails to resume work that has been discontinued within a reasonable time after notice to do so, or

(f) becomes insolvent, is declared bankrupt, or commits any act of bankruptcy or insolvency

(g) allows any final judgment to stand against him unsatisfied for a period of 10 days, or

(h) makes an assignment for the benefit of creditors, or

(i) fails for any other cause whatsoever to carry on the work or contractual obligations in an acceptable manner.

(j) fails to complete preconstruction requirements within thirty calendar days of the date of execution of the Owner – Contractor Agreement as required by the provisions of Section 105.1.

If any one or more of these conditions exists, the Engineer will give notice in writing to the Contractor and his surety of the delay, neglect, or default. If within 10 days after the date of such notice the Contractor or his surety has not taken measures that will, in the judgment of the Engineer, ensure satisfactory progress of the work or give assurances satisfactory to the Engineer that the provisions of the Contract will be fully carried out and instructions complied with, the Town may then, or at any time thereafter, declare the Contractor in default. Without violating the Contract, the Town may call upon the Contractor’s surety for the satisfactory and expeditious completion of all work under the Contract or may otherwise terminate the Contract in accordance with the provisions of Section 108.08.

If the Contractor’s surety fails or refuses to proceed with the work in accordance with the instructions of the surety documents, the Town will appropriate and use any or all materials and equipment on the project site that are suitable and acceptable and will enter into an agreement with others for the completion of the work, or he will use such other methods as he deems necessary to ensure the completion of the work.

Costs and charges incurred by the Town, including the cost of completing the work under the Contract, will be deducted from any monies due or that will become due the Contractor and his surety. If the expense incurred by the Town is less than the sum that would have been payable under the Contract had the work been completed by the Contractor, the Contractor and his surety will be entitled to receive the difference. If the expense exceeds the sum that would have been payable under the Contract, the Contractor and his surety shall be liable for and shall pay to the Town the amount of the excess.

108.08 - Termination of Contract (a) Owner's Right to Terminate Contract for Cause

(1) If the Contractor should be adjudged as bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, the Owner may terminate the Contract. If the Contractor should refuse or should repeatedly fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials and equipment, or if he should fail to make prompt payment to subcontractors or suppliers of material of labor, or refuse to prosecute the Work or any part thereof with such diligence as will ensure the Substantial Completion

Page 81: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 31

of the Work within the Contract Time or fails to substantially complete the work within such period, or if he should disregard laws, ordinances or the written instructions of the Engineer or the Owner, or otherwise be in substantial violation of any provision of the Contract, then the Owner may terminate the Contract.

(2) Prior to termination of the Contract, the Owner shall give the Contractor and his surety ten (10) calendar days written Notice during which the Contractor and/or his surety may rectify the basis for the Notice. If rectified to the satisfaction of the Owner within said ten (10) days, the Owner may rescind its Notice of Termination. If not, the termination for cause shall become effective at the end of the ten (10) day notice period. In the alternative, the Owner may, in writing, postpone the effective date of the termination for cause, at its sole discretion, if it should receive reassurances from the Contractor and/or its surety that the basis for the termination will be remedied in a time and manner which the Owner finds acceptable. If at any time after such postponement, the Owner determines that Contractor and/or its surety has not or is not likely to rectify the causes of termination in an acceptable manner or within the time allowed, then the Owner may immediately terminate the Contract for cause, without the necessity of further ten (10) day notice, by notifying the Contractor and his surety in writing of the termination. In no event shall termination for cause terminate the obligations of the Contractor’s surety on its payment and performance bonds.

(3) Upon termination of the Contract, the Contractor shall immediately cease work and the Owner shall take possession of the Site and of all materials, tools and equipment thereon and finish the Work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Owner has finally completed the project through its own resources or those of a subsequent contractor. If the expense of finishing the Work, including compensation for additional design, managerial and administrative services, shall exceed the unpaid balance of the Contract Price, the Contractor shall pay the difference to the Owner, together with any other expenses of terminating the Contract and having it completed by others. If the unpaid balance of the Contract Price exceeds the costs of finishing the Work, including compensation or expenses incurred for additional design, managerial and administrative services, such excess shall be paid to the Contractor.

(4) If it should be judicially determined that the Owner improperly terminated this Contract for cause, then the termination shall be deemed to be a termination for the convenience of the Owner.

(5) Termination of the Contract under this Section is without prejudice to any other right or remedy of the Owner.

(b) Owner's Right to Terminate Contract for Convenience

(1) Owner may terminate this Contract, in whole or in part, at any time without cause upon giving the Contractor written Notice of such termination. Upon such termination, the Contractor shall immediately cease Work and remove from the Site all of its labor forces and such of its materials as Owner elects not to purchase or to assume in the manner hereinafter provided. Upon such termination, the Contractor shall take such steps as Owner may require to assign to the Owner the Contractor’s interest in all subcontracts and purchase orders designated by Owner. After all such steps have been taken to Owner’s satisfaction, the Contractor shall receive as full compensation for termination and assignment the following:

a. Amounts due for Work performed in accordance with the Contract through the date of termination.

Page 82: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 32

b. Reasonable compensation for the actual cost of demobilization incurred by the Contractor as a direct result of such termination. The Contractor shall not be entitled to any compensation or damages for lost profits or for any other type of contractual compensation or damages other than those provided by the preceding sentence. Upon payment of the foregoing, Owner shall have no further obligations to Contractor of any nature.

c. In no event shall termination for the convenience of the Owner terminate the obligations of the Contractor’s surety on its payment and performance bonds.

d. After receipt of a Notice of Termination, the Contractor shall submit to the Owner his termination claim. Such claim shall be submitted promptly but in no event later than forty-five (45) days from the effective date of termination. Upon failure of the Contractor to submit his termination claim within the time allowed, the Owner may determine, on the basis of information available to him, the amount, if any, due to the Contractor by reason of the termination.

(c) Contractor's Responsibilities upon Termination

(1) After receipt of a Notice of Termination pursuant to 108.08(b) Owner’s Right to Terminate Contract for Convenience the Contractor shall mitigate any damages to the extent reasonably possible.

(2) In addition to the provisions of 108.08(c) (1), the Contractor shall:

a. At the option of the Owner, assign to the Owner, in the manner, at the time, and to the extent directed by the Owner, all of the right, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Owner shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts;

b. Transfer title and deliver to the Owner in the manner, at the times, and to he extent, if any, directed by the Owner:

1. The fabricated or unfabricated parts, work in process, completed Work, supplies, and other material procured as a part of, or acquired in connection with the performance of the Work terminated by the Notice of Termination, and.

2. The completed or partially completed drawings, releases, information, manuals and other property which, if the Contract had been completed, would have been required to be furnished to the Owner;

c. Complete performance of such part of the Work as shall not have been terminated by the Notice of Termination; and

d. Take such action as may be necessary, or as the Owner may direct, for the protection and preservation of the property related to this Contract which is in the possession of the Contractor and in which the Owner has or may acquire an interest.

e. Disturbed areas shall be promptly placed in an acceptable condition as directed by the Engineer. Payment for such work will be made at the contract unit prices.

f. At the option of the Engineer, materials the Contractor obtains for the work that have been inspected, tested, and accepted by the Engineer

Page 83: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 33

and that have not been incorporated in the work may be purchased from the Contractor at actual costs as shown by receipted bills, purchase orders, bills of lading or other similar actual cost records at such points of delivery as may be designated by the Engineer.

g. Perform site cleanup pursuant to the provisions of Section 105.16.

(d) Disputes upon Termination

The provisions of 105.19 - Submission and Disposition of Claims, shall be applicable to any claim, dispute or other matter arising because of termination under 108.08.

108.10 Termination of Contractor’s Responsibilities. The Contract will be considered complete upon final acceptance and approval by Town of Hillsboro and the Virginia Dept. of Transportation. The Contractor will be notified in writing of the final acceptance, and his responsibility will then cease except as set forth in his bond.

SECTION 109—MEASUREMENT AND PAYMENT 109.08 - Partial Payments Partial payments will be based on a monthly progress estimate consisting of approximate quantities and value of work performed as determined by the Engineer.

(a) Application for Payment

(1) The Contractor shall submit to the A/E three (3) originally executed, itemized Applications for Payment (and one (1) copy to the Owner) on or about the first day of each month as designated in Article 4 of the Owner-Contractor Agreement. The Application for Payment shall be notarized, indicate in complete detail all labor and material incorporated in the Work during the month prior to submission, and supported by such data substantiating the Contractor's payment request as the Owner may require. The Application for Payment shall also contain Contractor’s certification that due and payable amounts and bills have been paid by the Contractor for work for which previous Certificates of Payment were issued and payments received from the Owner. The Application for payment shall also include an updated Progress Schedule.

(2) Payment may be made for the value of materials, which are to be incorporated into the finished Work, and which are delivered to and suitably stored and protected on the Work site. The Contractor shall provide releases or paid invoices from the Seller to establish, to the Owner's satisfaction, that the Owner has title to said material. Stored materials shall be in addition to the Work completed and shall be subject to the same retainage provisions as the completed Work. Material once paid for by the Owner becomes the property of the Owner and may not be removed from the Work site without the Owner's written permission.

(3) The requirements for the payment for materials stored on-site shall remain unchanged. The requirements for payment for materials stored off-site shall include, but is not limited to, those specified in Section 109.09 and the additional requirements hereinafter specified. Material stored off-site under this provision shall be included in the definition of Work.

a. For purposes of administering this provision, the following definitions are provided.

Page 84: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 34

1. Material stored NEAR the Work Site: A storage location shall be considered near the work site if it is not more than fifty (50) miles (approximately a one-hours drive) from the Work Site.

2. Material stored DISTANT from the Work Site: Locations beyond the limit of fifty (50) miles shall be considered distant.

b. All proposed off-site locations, regardless of whether they are near or distant, shall be approved by the Owner prior to any payment under this Article. The approval process will include an inspection of the proposed storage site, which may or may not coincide with any inspection of materials stored.

c. Prior to payment for any material stored off-site, said material shall be inspected to verify that it is properly stored; i.e., segregated, inventoried, identified as the property of the Owner and Contractor. This material shall be clearly identified and physically segregated from any other material or stock, in such a manner that it is clear, from casual observation, that said material is not a part of any other stock or stored material.

d. For materials stored distant to the Work site, the Contractor shall reimburse the Owner for all reasonable costs incurred by the Owner, to include but not limited to salary, transportation, lodging and per diem, for the Owner's or the A/E's employees to travel to and from the storage locations for the purpose of verifying the material is properly stored. It is anticipated that such trips would occur whenever additional material is claimed for payment and/or at least every six (6) months until the material is delivered to the work site.

e. Except for unusual circumstances, the Contractor will not be required to reimburse the Owner's costs for visits to storage locations near the work site.

f. The Contractor shall hold the Owner harmless from any and all losses, additional costs, direct or indirect damages and/or delays, whatsoever, which may occur as a result of a failure of the Contractor to deliver (or have delivered), in a timely manner, materials (for which payment has been made) to the work site for installation and incorporation into the Work.

g. The Contractor shall provide to the Owner, a Release of Lien or other suitable certification by the Seller, in addition to paid invoices, verifying that the Contractor has valid title to all materials for which payment is requested. The Seller, however, shall not be required to waive his rights for recovery, if his Contract is breached.

(4) The Contractor warrants that title to all Work, materials and equipment covered by an Application for Payment will pass to the Owner either by incorporation in the construction or upon the receipt of payment by the Contractor, whichever occurs first, free and clear of all liens, claims, security interests or encumbrances, hereinafter referred to as "liens". The Contractor further warrants that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor or by any other person performing Work at the site or furnishing materials and equipment for the Project that is subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person.

Page 85: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 35

(5) The Contractor's Application for Payment shall provide that the payment request attests that all Work for which the request is made has been completed in full according to the drawings, specifications and other terms of the Contract Documents. By submitting his Application for Payment, the Contractor also represents that he has no knowledge that any subcontractor or suppliers have not been fully and timely paid and that, insofar as he knows, the only outstanding items for payment with respect to the Contract are those to be paid from the funds for which Application is being made.

(b) Certificates for Payment

(1) The A/E will, within seven (7) calendar days after the receipt of the Contractor's Application for Payment, recommend a Certificate for Payment to the Owner, for such amount as the A/E determines is properly due, with his reasons for withholding or adjusting a Certificate as provided in Section 109.08(d) Payments Withheld, if any.

(2) After the Certificate for Payment is recommended by the A/E, the Owner will review it and make any changes deemed necessary by the Owner's Representative. The recommendation of the Certificate for Payment by the A/E does not waive or limit the Owners right to reduce the amount of the payment due to the Contractor as determined to be appropriate by the Owner.

(3) The recommendation of a Certificate for Payment will constitute a representation by the A/E to the Owner, based on his observations at the site hereof and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that, to the best of his knowledge, information and belief: (a) the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial or Final Completion, to the results of any subsequent tests required by or performed under the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in his Certificate); and that (b) the Contractor is entitled to payment in the amount certified. However, by recommending a Certificate for Payment, the A/E shall not thereby be deemed to represent that he has made exhaustive or continuous on-site inspections to check the quality or quantity of the Work or that he has reviewed the construction means, methods, techniques, sequences or procedures, or that he has made any examination to ascertain how or for what purpose the Contractor has used the moneys previously paid on account of the Contract Sum.

(c) Progress Payments

(1) The Owner shall make payment in the manner and within thirty (30) calendar days after receipt of the Certificate of Payment from the A/E based upon the Owner's approval or adjustment of said Certificate. The Contractor shall be paid the amount approved or adjusted by the Owner, less five percent (5%) retainage which is being held to assure faithful performance; provided however, that said retainage is not applicable to Time and Material Change Orders.

(2) In relation to punch list or other uncompleted work and in lieu of a portion of the above-specified five percent (5%) retainage, the Owner may, at its sole discretion, elect to retain fixed amounts directly relating to the various items of uncompleted Work. All amounts withheld shall be included in the Final Payment.

(3) The Contractor shall, within seven (7) days after receiving payment from the Owner, do one of the following:

Page 86: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 36

a) Pay all subcontractors for the proportionate share of the total payment received from the Owner for work performed by each subcontractor under the Contract; or

b) Notify the Owner and subcontractor(s), in writing, of his intention to withhold all or part of the subcontractor's payment with the reason for nonpayment.

(4) The Contractor shall make payment to subcontractors as heretofore specified. Each payment shall reflect the percentage actually retained, if any, from payments to the Contractor on account of such subcontractor's Work.

(5) The Contractor shall provide the Owner with his social security number, if an individual, and their federal identification number if a corporation, partnership, or proprietorship.

(6) The Contractor shall be obligated to pay unpaid subcontractors interest on payments that are not made in accordance with this Section 109.08(e) Progress Payments. The rate of interest shall be in compliance with the Prompt Payment section of the Virginia Public Procurement Act of the Code of Virginia. The Contractor shall, by an appropriate agreement with each subcontractor require each subcontractor to make payments to his sub-subcontractors according to all the same requirements as provided in this Section 109.06(e) Progress Payments.

(7) The Owner may, upon written request, furnish to any subcontractor, if practicable, information regarding the percentages of completion or the amounts applied for by the Contractor and the action taken thereon by the Owner on account of Work done by such subcontractor.

(8) Neither the Owner nor the A/E shall have any obligation to pay or to see to the payment of any monies to any subcontractor except as may otherwise be required by law.

(9) No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents.

(d) Payments Withheld

(1) The Owner may withhold the payment in whole or in part, if necessary, to reasonably protect the Owner. If the A/E is unable to make representations as provided in Section 109 and to recommend payment in the amount of the application, he will notify the Owner. If the Contractor and the Owner cannot agree on a revised amount, the Owner will promptly issue a Certificate for Payment for the amount for which he is able to make representations with respect to payment due for work performed. The Owner may also decline to certify or make payment or, because of subsequently discovered evidence or subsequent observations, the Owner may nullify the whole or any part of any Certificate for Payment previously issued.

(2) The Owner may withhold from the Contractor so much of any payment approved by the A/E, as may in the judgment of the Owner be necessary:

a. To protect the Owner from loss due to defective work not remedied;

b. To protect the Owner upon receipt of Notice of the filing in court or in an arbitration proceeding as may be required in any third party contract, of verified claims of any persons supplying labor or materials for the Work, or other verified third party claims;

Page 87: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 37

c. To protect the Owner upon reasonable evidence that the Work will not be completed for the unpaid balance of the Contract Sum;

d. To protect the Owner upon reasonable evidence that the Work will not be completed within the Contract Time, or any Contract Milestones as established by this Contract; or

e. To protect the Owner upon the Contractor's failure to properly schedule and coordinate the work in accordance with or as required by the Contract Documents, or failure to provide progress charts, revisions, updates or other scheduling data as required by the Contract Documents, or upon the Contractor's failure to provide as-built drawings as required herein, or upon Contractor's failure to otherwise substantially or materially comply with the Contract Documents.

(3) As required by the Owner-Contractor Agreement, the Contractor shall, concurrent with his submission of the Construction Schedule, submit a practicable and realistic payment schedule showing the dates on which the Contractor will submit each and every Application for Payment and the amount he expects to receive for each and every monthly progress payment. If during the performance of the Work, the Contractor expects to receive an amount for a monthly progress payment larger than that indicated on the payment schedule; the Contractor shall notify the Owner at least thirty (30) days in advance of that payment so that the necessary allocation of funds can be processed. In the event the Contractor fails to submit a practicable and realistic payment schedule, the Contractor's Application for Payment shall be honored only to the extent that the Work is actually performed and that the proportion of payments made to the Contract Sum does not exceed the proportion of the Contract Time expired as of the time of the request.

(e) Failure of Payment

If the Owner does not make payment to the Contractor within the thirty (30) calendar days after receipt of the Contractor's Application for Payment by the A/E through no fault of Contractor, and the Owner otherwise not being entitled under the Contract Documents or applicable law to withhold payment, then the Contractor may, upon fifteen (15) additional days' written Notice to the Owner and the A/E, stop the Work until payment of the amount owing has been received. In such event, the Contract Sum shall be increased by the amount of the Contractor's reasonable costs of shutdown, delay and start-up, which shall be effected by appropriate Change Order as provided herein.

(f) Substantial Completion and Warranty Bond

(1) Unless otherwise specified in Section 109.10 Final Completion and Final Payment, when the Contractor considers that the Work, or a designated portion thereof which is acceptable to the Owner and VDOT, is substantially complete, the Contractor shall request in writing that the A/E and the Owner perform a Substantial Completion inspection. Prior to such inspection the Contractor shall:

b. Submit five (5) copies each of the Operations and Maintenance Manuals to the A/E as specified and one (1) copy to the Owner.

(2) The Owner shall determine whether the project is substantially complete and shall compile a punch list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.

(3) When the Owner on the basis of his inspection determines that the Work or a designated portion thereof is substantially complete, the A/E will then prepare a Certificate of Substantial Completion which shall establish the Date of Substantial Completion and shall state the responsibilities of the Owner and the Contractor

Page 88: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 38

for security, maintenance, heat, utilities, damage to the Work and insurance. The Certificate of Substantial Completion shall be submitted to the Owner and the Contractor for their written acceptance of the responsibilities assigned to them in such Certificate.

(4) The Contractor shall have the thirty days from the Date of Substantial Completion to complete all items on the punch list to the satisfaction of the Owner. If the Contractor fails to complete all punch list items within the designated time, the Owner shall have the option to correct or conclude any remaining items by utilizing its own forces or by hiring others. The cost of such correction of remaining punch list items by the Owner or others shall be deducted from the final payment to the Contractor.

(5) Guarantees and warranties required by the Contract Documents shall commence on the Date of Final Completion of the Work, unless otherwise provided in the Certificate of Substantial or Final Completion, or the Contract Documents. Provided, however, that if Contractor does not complete certain punch list items within this time period, specified in Section 109.08(f)(4), all warranties and guarantees for such incomplete Punch List items shall become effective upon issuance of final payment for the project.

a. The Contractor shall warranty for a term of one (1) year from the date of Final Completion or Final Payment, (unless otherwise provided for in the Certificate(s) or Final Completion or the Contract Documents): (a) the quality and stability of all materials equipment and Work; (b) all the Work against defects in materials, equipment or workmanship; and (c) all shrinkage, settlement or other faults of any kind which are attributable to defective materials or workmanship. The Contractor shall remedy at his own expense, when so notified in writing to do so by the Owner, and to the satisfaction of the Owner, the Work or any part thereof that does not conform to any of the warranties and guaranties described in the Contract Documents.

b. In order to make good the warranty as herein required, the Contractor may be required to deposit with the Owner, after Substantial Completion but before Final Payment, a Warranty Bond(s) issued by a surety licensed to do business in Virginia, otherwise acceptable to the Owner and on a form approved by the Owner in advance, for the faithful performance of the guarantee. Said Bond(s) shall be for a period of one (1) year and in the amount of five percent (5%) of the final gross value of the Contract.

c. The Contractor shall complete repairs during the warranty period, within five (5) working days after the receipt of notice from the Owner and if the Contractor shall fail to complete such repairs within the said five (5) working days, the Owner may employ such other person or persons as it may deem proper to make such repairs and pay the expenses thereof out of any sum retained by it, provided nothing herein contained shall limit the liability of the Contractor or his surety to the Owner for non-performance of the Contractor's obligations at any time.

(6) The issuance of the Certificate of Substantial Completion does not indicate final acceptance of the project by the Owner, and the Contractor is not relieved of any responsibility for the project except as specifically stated in the Certificate of Substantial Completion.

(7) Upon Substantial Completion of the Work, or designated portion thereof, and upon application by the Contractor and certification by the A/E, the Owner shall

Page 89: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 39

make payment, adjusted for retainage and payments withheld, if any, for such Work or portion thereof, as provided in the Contract Documents.

(8) Should the Owner determine that the Work or a designated portion thereof is not substantially complete, he shall provide the Contractor a written notice stating why the project or designated portion is not substantially complete. The Contractor shall expeditiously complete the Work and shall re-request in writing that the Owner perform a substantial completion inspection.

109.10 - Final Payment Final Completion and Final Payment

(a) A Certificate of Final Completion shall be issued by the A/E prior to final payment. At the Owner's sole option, this Final Completion Certificate may be issued without a Certificate of Substantial Completion. The Contractor, prior to application for Final Payment and within the time specified for completion of the Work, shall complete all Work, to include punch list items and provide operating manuals and as-built data, for the Work, as completed and in place. Contractor shall also request a final inspection from VDOT Land Use Permit Office and complete all requirements necessary to release the land use permit for this project. Said Certificate of Final Completion shall be issued, even if a Certificate of Substantial Completion has been issued previously and temporary authority to operate the Work has been granted.

(1) The Certificate of Final Completion shall certify that all Work has been completed in accordance with Contract Documents and is ready for use by the Owner.

(b) For all projects where Substantial Completion Certificates have been issued for various portions of the Work, at differing times, the Contractor shall request and the Owner shall, prior to final payment, issue a Certificate of Final Completion which certifies that all required Work, including punch list items, have been completed in accordance with the Contract Documents.

(c) Neither the final payment nor any remaining retainage shall become due until the Contractor submits to the A/E the following:

(1) An Application for Payment for all remaining monies due under the Contract.

(2) Consent of surety, if any, to final payment and the guarantee bond;

(3) If required by the Owner, other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of claims arising out of the Contract, to the extent and in such form as may be designated by the Owner. If any subcontractor refuses to furnish waiver of claims satisfactory to the Owner, the Contractor may furnish a bond satisfactory to the Owner to indemnify him against any such claim. If any such claim remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such claim, including all costs and reasonable attorneys' fees;

(4) As-built drawings, operation and maintenance manuals and other project closeout submittals, as required by the Contract Documents;

(5) Construction releases as required by the Contract Documents from each property owner on whose property an easement for construction of this project has been obtained by the Owner, such release to be in the forms to be provided by the Owner. This release is for the purpose of releasing the Owner and the Contractor from liability, claims, and damages arising from construction operations on or adjacent to the easement and includes proper restoration of the property after construction. It shall be the Contractor's sole responsibility to obtain all such releases and furnish them to the Owner; and

Page 90: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 5 - Town of Hillsboro Revisions to VDOT Division I General Provisions Page 40

(6) A written certification that:

a. The Contractor has reviewed the requirements of the Contract Documents,

b. The Work has been inspected by the Contractor for compliance with all requirements of the Contract Documents,

c. Pursuant to this inspection, the Contractor certifies and represents that the Work complies in all respects with the requirements of the Contract Documents,

d. The Contractor further certifies and represents that all equipment and systems have been installed in accordance with the Contract Documents and have been tested in accordance with specification requirements and are operational, and

e. The Contractor hereby certifies and represents that the Work is complete in all respects and ready for final inspection.

(d) Upon receipt of the documents required in Section 109.10 (c) and upon receipt of a final Application for Payment, the A/E and Owner will promptly make a final inspection. When the A/E finds the Work acceptable under the Contract Documents and the Contract fully performed, he will promptly issue a final Certificate for Payment and a Final Certificate of Completion. The Certificate of Completion will state that to the best of his knowledge, information and belief, and on the basis of his observations and inspections, the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance designated in the final certificate for payment is due and payable. The final Certificate for Payment will constitute a further representation that the conditions precedent to the Contractor's being entitled to final payment as set forth in Section 109.10 (c) have been fulfilled. The Owner shall review the Certificate of Payment and shall accept it and issue final acceptance, or reject it and notify the Contractor, within ten (10) days. Final payment to the Contractor shall be made within thirty (30) days after final acceptance. All prior estimates and payments, including those relating to change order work shall be subject to correction by this final payment.

(e) The making of Final Payment shall constitute a waiver of all claims by the Owner, except those arising from:

(1) Unsettled claims;

(2) Faulty, defective, or non-conforming Work discovered or appearing after Substantial or Final Completion;

(3) Failure of the Work to comply with the requirements of the Contract Documents;

(4) Terms of any warranties or guarantees required by the Contract Documents; or

(5) Fraud or bad faith committed by the Contractor or any subcontractor or supplier during performance of work but discovered by Owner after Final Payment.

(f) The acceptance of Final Payment shall constitute a waiver of all claims by the Contractor, except those previously made in writing and so identified by the Contractor, as unsettled at the time of the final Application for Payment. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance or the Warranty Bonds.

Page 91: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 6

Charles Town Pike (Rte. 9) Traffic Calming

ATTACHMENT 6 – Supplementary Specifications to the Schedule of Bid Items Page - 1

SUPPLEMENTARY SPECIFICATIONS to the SCHEDULE OF BID ITEMS

Plan Quantity Items: The following items are to be paid on basis of plan quantity in accordance with current VDOT Road and Bridge Specifications:

1. Regular Excavation 2. Obscuring Roadway 3. Demolition of Pavement (Flexible)

Incidental Notes –

1. Sawcut is to be full depth of asphalt (flexible) and concrete (rigid) pavement structure. 2. The quantity listed for Portable Changeable Message Sign (HR) is based on the

placement, operation, and maintenance of up to 8 portable Changeable Message Signs at a single time. At the end of the project, the Contractor shall turn over two (2) portable changeable message sign boards that were purchased new at the beginning of the project. The cost of turning these portable changeable message sign boards over to the Town shall be considered incidental to the unit price of the sign boards. In addition, the Portable Changeable Message Signs shall be able to be remote programmed to allow for quick message change as necessary.

3. The Contractor is not allowed to perform any blasting on this project. 4. The cost of removal of all existing concrete items located in the area to be graded,

including, but not limited to the following, shall be incidental in the price bid for regular excavation, but not measured separately: Small Footings, Light Pole Foundations, End Walls, Head Walls, Drop Inlets, Manholes, Pipes, Concrete Slabs, Curb & Gutter, Concrete or Asphalt Sidewalk, Paved Ditches, Foundation Slabs, and Base or Brick items.

5. The pay item - UNDERCUT FOR ROADWAY, DRAINAGE, AND RETAINING WALLS – shall be paid at the unit price bid for the excavation as labeled on the plans as undercut or overexcavation and shall be measured in cubic yards of the area excavated.

6. Temporary Asphalt necessary for the Maintenance of Traffic as outlined in the plans shall be paid as the type of asphalt placed per the Bid Form. Any Temporary Asphalt needed to restore the original surface due to trenching or other excavation shall be considered incidental and shall not be measured nor paid separately.

Price adjustment for Fuel, Steel, and Asphalt –

There will be no price adjustments for these items during the construction of this project.

Non-Payment Items

E. All cost for work implied or detailed in the plans, supplemental/special conditions, approved shop drawings and Contract Documents for which there are no specific bid items are to be considered incidental to the work and shall be included in the Form of Bid to which the work pertains. No separate payment will be made to the contractor. Non- payment items include, but are not limited to the following: 1. Removal/Resetting and/or temporary relocation of road signs and mail boxes

within the construction zone.

Page 92: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

ATTACHMENT 6 – Supplementary Specifications to the Schedule of Bid Items Page - 2

2. Adjusting of existing utility boxes, manholes and valve covers prior to asphalt overlay.

3. Saw cutting, milling, and sealing joints for smooth tie-in. 4. Any steel plates, and other devices necessary to maintain a safe construction

site and traffic flow. 5. Bedding stone required for pipe and structure installation. 6. 21B stone aggregate backfill for storm drainage pipe and dry and wet utilities in

all areas within the VDOT right of way. 7. Any de-watering and pumping of water encountered during excavation due to

ground water table conditions, rain, or surface runoff accumulated in excavations or structures pertaining to the project.

8. Coordination of the work sequence with Utility Companies at site performing their utility installation or relocation. It is noted that seventy (70) calendar days shall be required for the Utility Companies work, including but not limited to pulling cable/wiring and connecting customers to the new systems.

Page 93: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
ben.lineberry
Text Box
ATTACHMENT 7 VSMP Permit
Page 94: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 95: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
ben.lineberry
Text Box
ATTACHMENT 8 General Construction Permit
Page 96: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

COMMONWEALTH of VIRGINIADEPARTMENT OF ENVIRONMENTAL QUALITY

Street address: 1111 E. Main Street, Suite 1400, Richmond, Virginia 23219Mailing address: P.O. Box 1105, Richmond, Virginia 23218

www.deq.virginia.govMatthew J. Strickler

Secretary of Natural ResourcesDavid K. Paylor

Director

(804) 698-40001-800-592-5482

December 27, 2018

Roger L Vance37098 Charles Town TpkeHillsboro, VA [email protected]

RE: Coverage under the VPDES Construction General Permit (VAR10)General Permit No. VAR10L975VSMP-2018-0082Route 9 Pedestrian Safety and Traffic Calming ProjectTransportation - Construction of public road improvements and several roundabout additionsHillsboro (in Loudoun County)

Dear Permittee:

DEQ has reviewed your Registration Statement received on August 08, 2018 and determined that the proposed land-disturbing activity is covered under the General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10). The effective date of your coverage under this general permit is July 1, 2014 or the date of this letter, whichever is later. A copy of the general permit can be obtained from DEQ’s webpage at the following location: http://www.deq.virginia.gov/Portals/0/DEQ/Water/Publications/CGP2014.pdf.

The general permit contains the applicable Stormwater Pollution Prevention Plan (SWPPP) requirements and other conditions of coverage. Please print the general permit and read it carefully as you will be responsible for compliance with all permit conditions. Additionally, coverage under this construction general permit does not relieve the operator of complying with all other federal, state, or local laws and regulations.

DEQ staff has determined that the proposed land-disturbing activity will discharge to a surface water identified as impaired or for which a TMDL wasteload allocation has been established and approved prior to the term of the general permit for (i) sediment or a sediment-related parameter or (ii) nutrients. Therefore, the following general permit (Part I.B.4) and SWPPP requirements (Part II.A.5) must be implemented for the land-disturbing activity:

Permanent or temporary soil stabilization shall be applied to denuded areas within seven (7) days after final grade is reached on any portion of the site;

Nutrients (e.g., fertilizers) shall be applied in accordance with manufacturer’s recommendations or an approved nutrient management plan and shall not be applied during rainfall events;

Inspections shall be conducted at a frequency of (i) at least once every four (4) business days or (ii) at least once every (5) business days and no later than 48 hours following a measurable storm event. In the event that a measurable storm event occurs when there are more than 48 hours between business days, the inspection shall be conducted on the next business day; and

Representative inspections used by utility line installation, pipeline construction, or other similar linear construction activities shall inspect all outfalls.

In accordance with the Virginia Stormwater Management Program State Permit Fee Regulation (9 VAC 25-870-830), you may be required to pay an annual permit maintenance fee until coverage under this

Page 97: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2

general permit is terminated. If you are required to pay an annual permit maintenance fee, you will receive an invoice from the VSMP Authority including the amount and due date.

The general permit will expire on June 30, 2019. The conditions of the general permit require that you submit a new registration statement at least 90 days prior to that date if you wish to continue coverage under the general permit, unless permission for a later date has been granted by the Board. Permission cannot be granted to submit the registration statement after the expiration date of the general permit.

If you have any questions about this permit, please contact the DEQ Office of Stormwater Management at [email protected].

Sincerely,

Jaime B. Robb, ManagerOffice of Stormwater Management

Page 98: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
ben.lineberry
Text Box
ATTACHMENT 9 Stormwater Pollution Prevention Plan
Page 99: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Stormwater Pollution Prevention Plan (SWPPP)

For

Charles Town Pike (Rte. 9) Traffic Calming

From: 0.071 Mi. W. Int. Stony Point Rd. (RTE. 719) To: Mountain Rd. (Rte. 690)

INCLUDING GAPWAY TRAIL - UPC# 111405

Prepared by:

VOLKERT, Inc. 6552 Brandon Ave. Suite 540

Springfield, VA, 22150

Date

November 21, 2018

Page 100: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Table of Contents

Section 1 – Cover Page ........................................................................................................1

Section 1.1 – Project Narrative ..........................................................................................3

Section 2 – Notice of Coverage Letter ................................................................................6

Section 3 – Copy of the Construction General Permit .....................................................7

Section 4 – Registration Statement .....................................................................................32

Section 5 – Delegation of Authority ....................................................................................36

Section 6 – Qualified Personnel ..........................................................................................38

Section 7 – BMP Site Map ...................................................................................................41

Section 8 – Loudoun County Approved Plans ..................................................................42

Section 9 – Impaired Waters/TMDL Statement ...............................................................43

Section 10 – Pollution Prevention Plan ..............................................................................45

Section 11 – Contractor Information Table ......................................................................51

Section 12 – Amendments, Modifications, and Updates Table ........................................53

Section 13 – BMP Construction Inspection Checklist ......................................................55

Section 14 – Site Inspection Reports with Corrective Actions .........................................57

Page 101: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 1 Cover Page

1

Page 102: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Route 9 – Charles Town Pike Traffic Calming Project

Stormwater Pollution Prevention Plan (SWPPP)

In compliance with:

Stormwater Construction General Permit No. VAR10 Virginia Stormwater Management Program

(VSMP)

SWPPP Coordinator:

______________________ (Signature)

______________________ (Name of Person)

______________________ (Title)

______________________ (Company)

______________________ (Phone #)

______________________ (Cell Phone #/pager #)

“I certify under penalty of law that I have read and understand this document and that this document and all attachments were prepared in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations.” "I certify that the SWPPP coordinator named above is my duly authorized representative for this Project".

Signature: __________________________________________Date: _____________________ [Authorized Representative per Section III.K.1 of the Construction General Permit, Section 3] Name: ___________________________________ Title: ____________________________________ Legal Entity: ______________________________

2

Page 103: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 1.1 Project Narrative

3

Page 104: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Project Narrative Description of Construction Activity The Route 9 Pedestrian Safety and Traffic Calming Project provides traffic calming measures for the Town of Hillsboro, while incorporating pedestrian safety and access improvements along the corridor. The proposed improvement along Route 9 is approximately 0.7 miles with associated intersection and side road improvements, including two roundabouts. As part of the roadway improvements, there are sidewalks on the north and south sides of Route 9, raised cross walks, addition of curb and gutter, on-street parking, a closed storm sewer system, and a 10’ shared use path at the east end of the Town.

Erosion and Sediment Control Plan The plan has an erosion and sediment control plan approved by the Town as authorized under the Erosion and Sediment Control Regulations (9VAC25-840). The Charles Town Pike (Route 9) Traffic Calming and Gapway Trail Project (UPC# 111405) plans contain detailed information regarding erosion and sediment controls used in this project. Specifically, erosion and sediment control measures can be found on sheets 18(1) to 18(23). The items covered in the erosion and sediment control plan are as follows:

a) Sequence of Activities – the project will be constructed in accordance with the “Sequence of Construction” detailed on plan sheets 1K(1) to 1K(6). All erosion and sediment control measures shall be installed in three phases.

b) Controls and measures – The following list of control measures are expected to be

implemented during the course of the project: Temporary Seeding / Permanent Seeding Silt Fence Sediment Trap Inlet Protection / Outlet Protection Diversion Dike Dust Control

c) Maintenance of erosion and sediment controls – All erosion and sediment control

measures will be checked daily and after each significant rainfall event. Additional maintenance measures specific for each erosion and sediment control are specified on the Erosion and Sediment Control Narrative (Sheet 18(1)).

d) Soil Stabilization - Permanent or temporary soil stabilization shall be applied to denuded areas within seven days after final grade is reached on any portion of the site.

4

Page 105: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

e) Nutrient application - Nutrients and/or fertilizers shall be applied in accordance with manufacturer's recommendations or an approved nutrient management plan and shall not be applied during rainfall events.

f) Inspection Schedule - Inspections shall be conducted at least once every 4 business days or at least once every 5 business days and no later than 48 hours following a measurable storm event.

Stormwater Management Plan A stormwater management (SWM) plan as been developed in accordance with Chapter 1096 of the Codified Ordinances and Chapter 5 of the Facility Standards Manual. Because the project is considered “grandfathered” per 9VAC25-870-48, SWM Technical Criteria II C apply. The water quantity aspect of the SWM plan is met through demonstration of adequate outfalls. The water quality criteria are met through the purchase of nutrient credits. There are no SWM facilities proposed in conjunction with the construction plan.

5

Page 106: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 2 Notice of Coverage Letter

6

Page 107: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 3 Copy of the Construction General

Permit

7

Page 108: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

COMMONWEALTH of VIRGINIA DEPARTMENT OF ENVIRONMENTAL QUALITY

General Permit No.: VAR10

Effective Date: July 1, 2014

Expiration Date: June 30, 2019

GENERAL VPDES PERMIT FOR DISCHARGES OF STORMWATER FROM CONSTRUCTION ACTIVITIES

AUTHORIZATION TO DISCHARGE UNDER THE VIRGINIA STORMWATER MANAGEMENT PROGRAM AND THE VIRGINIA STORMWATER MANAGEMENT ACT

In compliance with the provisions of the Clean Water Act, as amended, and pursuant to the Virginia Stormwater Management Act and regulations adopted pursuant thereto, operators of construction activities are authorized to discharge to surface waters within the boundaries of the Commonwealth of Virginia, except those specifically named in State Water Control Board regulations that prohibit such discharges.

The authorized discharge shall be in accordance with this cover page, Part I - Discharge Authorization and Special Conditions, Part II - Stormwater Pollution Prevention Plan, and Part III - Conditions Applicable to All VPDES Permits as set forth herein.

8

Page 109: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 1 of 23

PART I

DISCHARGE AUTHORIZATION AND SPECIAL CONDITIONS

A. Coverage under this general permit. 1. During the period beginning with the date of coverage under this general permit and lasting until the

general permit's expiration date, the operator is authorized to discharge stormwater from construction activities.

2. This general permit also authorizes stormwater discharges from support activities (e.g., concrete or

asphalt batch plants, equipment staging yards, material storage areas, excavated material disposal areas, borrow areas) located on-site or off-site provided that:

a. The support activity is directly related to the construction activity that is required to have general

permit coverage for discharges of stormwater from construction activities; b. The support activity is not a commercial operation, nor does it serve multiple unrelated

construction activities by different operators; c. The support activity does not operate beyond the completion of the last construction activity it

supports; d. The support activity is identified in the registration statement at the time of general permit

coverage; e. Appropriate control measures are identified in a stormwater pollution prevention plan and

implemented to address the discharges from the support activity areas; and f. All applicable state, federal, and local approvals are obtained for the support activity.

B. Limitations on coverage. 1. Post-construction discharges. This general permit does not authorize stormwater discharges that

originate from the site after construction activities have been completed and the site, including any support activity sites covered under the general permit registration, has undergone final stabilization. Post-construction industrial stormwater discharges may need to be covered by a separate VPDES permit.

2. Discharges mixed with nonstormwater. This general permit does not authorize discharges that are

mixed with sources of nonstormwater, other than those discharges that are identified in Part I E (Authorized nonstormwater discharges) and are in compliance with this general permit.

3. Discharges covered by another state permit. This general permit does not authorize discharges of

stormwater from construction activities that have been covered under an individual permit or required to obtain coverage under an alternative general permit.

4. Impaired waters and TMDL limitation. Discharges of stormwater from construction activities to surface

waters identified as impaired in the 2012 § 305(b)/303(d) Water Quality Assessment Integrated Report or for which a TMDL wasteload allocation has been established and approved prior to the term of this general permit for (i) sediment or a sediment-related parameter (i.e., total suspended solids or turbidity) or (ii) nutrients (i.e., nitrogen or phosphorus) are not eligible for coverage under this general permit unless the operator develops, implements, and maintains a SWPPP that minimizes the pollutants of concern and, when applicable, is consistent with the assumptions and requirements of the approved TMDL wasteload allocations. In addition, the operator shall implement the following items:

9

Page 110: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 2 of 23

a. The impaired water(s), approved TMDL(s), and pollutant(s) of concern, when applicable, shall be identified in the SWPPP;

b. Permanent or temporary soil stabilization shall be applied to denuded areas within seven days

after final grade is reached on any portion of the site; c. Nutrients shall be applied in accordance with manufacturer's recommendations or an approved

nutrient management plan and shall not be applied during rainfall events; and d. The applicable SWPPP inspection requirements specified in Part II F 2 shall be amended as

follows:

(1) Inspections shall be conducted at a frequency of (i) at least once every four business days or (ii) at least once every five business days and no later than 48 hours following a measurable storm event. In the event that a measurable storm event occurs when there are more than 48 hours between business days, the inspection shall be conducted on the next business day; and

(2) Representative inspections used by utility line installation, pipeline construction, or other

similar linear construction activities shall inspect all outfalls discharging to surface waters identified as impaired or for which a TMDL wasteload allocation has been established and approved prior to the term of this general permit.

5. Exceptional waters limitation. Discharges of stormwater from construction activities not previously

covered under the general permit issued in 2009 to exceptional waters identified in 9VAC25-260-30 A 3 c are not eligible for coverage under this general permit unless the operator implements the following:

a. The exceptional water(s) shall be identified in the SWPPP; b. Permanent or temporary soil stabilization shall be applied to denuded areas within seven days

after final grade is reached on any portion of the site; c. Nutrients shall be applied in accordance with manufacturer's recommendations or an approved

nutrient management plan and shall not be applied during rainfall events; and d. The applicable SWPPP inspection requirements specified in Part II F 2 shall be amended as

follows:

(1) Inspections shall be conducted at a frequency of (i) at least once every four business days or (ii) at least once every five business days and no later than 48 hours following a measurable storm event. In the event that a measurable storm event occurs when there are more than 48 hours between business days, the inspection shall be conducted on the next business day; and

(2) Representative inspections used by utility line installation, pipeline construction, or other

similar linear construction activities shall inspect all outfalls discharging to exceptional waters. 6. There shall be no discharge of floating solids or visible foam in other than trace amounts. C. Commingled discharges. Discharges authorized by this general permit may be commingled with other sources of stormwater that are not required to be covered under a state permit, so long as the commingled discharge is in compliance with this general permit. Discharges authorized by a separate state or VPDES permit may be commingled with discharges authorized by this general permit so long as all such discharges comply with all applicable state and VPDES permit requirements.

10

Page 111: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 3 of 23

D. Prohibition of nonstormwater discharges. Except as provided in Parts I A 2, I C, and I E, all discharges covered by this general permit shall be composed entirely of stormwater associated with construction activities. All other discharges including the following are prohibited: 1. Wastewater from washout of concrete; 2. Wastewater from the washout and cleanout of stucco, paint, form release oils, curing compounds,

and other construction materials; 3. Fuels, oils, or other pollutants used in vehicle and equipment operation and maintenance; 4. Oils, toxic substances, or hazardous substances from spills or other releases; and 5. Soaps, solvents, or detergents used in equipment and vehicle washing. E. Authorized nonstormwater discharges. The following nonstormwater discharges from construction activities are authorized by this general permit when discharged in compliance with this general permit: 1. Discharges from firefighting activities; 2. Fire hydrant flushings; 3. Waters used to wash vehicles or equipment where soaps, solvents, or detergents have not been

used and the wash water has been filtered, settled, or similarly treated prior to discharge; 4. Water used to control dust that has been filtered, settled, or similarly treated prior to discharge; 5. Potable water sources, including uncontaminated waterline flushings; 6. Routine external building wash down where soaps, solvents or detergents have not been used and

the wash water has been filtered, settled, or similarly treated prior to discharge; 7. Pavement wash waters where spills or leaks of toxic or hazardous materials have not occurred (or

where all spilled or leaked material has been removed prior to washing); where soaps, solvents, or detergents have not been used; and where the wash water has been filtered, settled, or similarly treated prior to discharge;

8. Uncontaminated air conditioning or compressor condensate; 9. Uncontaminated ground water or spring water; 10. Foundation or footing drains where flows are not contaminated with process materials such as

solvents; 11. Uncontaminated excavation dewatering, including dewatering of trenches and excavations that have

been filtered, settled, or similarly treated prior to discharge; and 12. Landscape irrigation. F. Termination of general permit coverage. 1. The operator of the construction activity shall submit a notice of termination in accordance with

9VAC25-880-60 to the VSMP authority after one or more of the following conditions have been met:

11

Page 112: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 4 of 23

a. Necessary permanent control measures included in the SWPPP for the site are in place and

functioning effectively and final stabilization has been achieved on all portions of the site for which the operator is responsible. When applicable, long term responsibility and maintenance requirements shall be recorded in the local land records prior to the submission of a notice of termination;

b. Another operator has assumed control over all areas of the site that have not been finally

stabilized and obtained coverage for the ongoing discharge; c. Coverage under an alternative VPDES or state permit has been obtained; or d. For residential construction only, temporary soil stabilization has been completed and the

residence has been transferred to the homeowner. 2. The notice of termination should be submitted no later than 30 days after one of the above conditions

in subdivision 1 of this subsection is met. Authorization to discharge terminates at midnight on the date that the notice of termination is submitted for the conditions set forth in subdivisions 1 b through 1 d of this subsection. Termination of authorizations to discharge for the conditions set forth in subdivision 1 a of this subsection shall be effective upon notification from the department that the provisions of subdivision 1 a of this subsection have been met or 60 days after submittal of the notice of termination, whichever occurs first.

3. The notice of termination shall be signed in accordance with Part III K of this general permit. G. Water quality protection. 1. The operator must select, install, implement and maintain control measures as identified in the

SWPPP at the construction site that minimize pollutants in the discharge as necessary to ensure that the operator's discharge does not cause or contribute to an excursion above any applicable water quality standard.

2. If it is determined by the department that the operator's discharges are causing, have reasonable

potential to cause, or are contributing to an excursion above any applicable water quality standard, the department, in consultation with the VSMP authority, may take appropriate enforcement action and require the operator to:

a. Modify or implement additional control measures in accordance with Part II B to adequately

address the identified water quality concerns; b. Submit valid and verifiable data and information that are representative of ambient conditions and

indicate that the receiving water is attaining water quality standards; or c. Submit an individual permit application in accordance with 9VAC25-870-410 B 3.

All written responses required under this chapter must include a signed certification consistent with Part III K.

12

Page 113: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 5 of 23

PART II

STORMWATER POLLUTION PREVENTION PLAN

A stormwater pollution prevention plan (SWPPP) shall be developed prior to the submission of a registration statement and implemented for the construction activity, including any support activity, covered by this general permit. SWPPPs shall be prepared in accordance with good engineering practices. Construction activities that are part of a larger common plan of development or sale and disturb less than one acre may utilize a SWPPP template provided by the department and need not provide a separate stormwater management plan if one has been prepared and implemented for the larger common plan of development or sale. The SWPPP requirements of this general permit may be fulfilled by incorporating by reference other plans such as a spill prevention control and countermeasure (SPCC) plan developed for the site under § 311 of the federal Clean Water Act or best management practices (BMP) programs otherwise required for the facility provided that the incorporated plan meets or exceeds the SWPPP requirements of Part II A. All plans incorporated by reference into the SWPPP become enforceable under this general permit. If a plan incorporated by reference does not contain all of the required elements of the SWPPP, the operator must develop the missing elements and include them in the SWPPP. Any operator that was authorized to discharge under the general permit issued in 2009, and that intends to continue coverage under this general permit, shall update its stormwater pollution prevention plan to comply with the requirements of this general permit no later than 60 days after the date of coverage under this general permit. A. Stormwater pollution prevention plan contents. The SWPPP shall include the following items: 1. General information.

a. A signed copy of the registration statement, if required, for coverage under the general VPDES permit for discharges of stormwater from construction activities;

b. Upon receipt, a copy of the notice of coverage under the general VPDES permit for discharges of

stormwater from construction activities (i.e., notice of coverage letter); c. Upon receipt, a copy of the general VPDES permit for discharges of stormwater from construction

activities; d. A narrative description of the nature of the construction activity, including the function of the

project (e.g., low density residential, shopping mall, highway, etc.); e. A legible site plan identifying:

(1) Directions of stormwater flow and approximate slopes anticipated after major grading

activities; (2) Limits of land disturbance including steep slopes and natural buffers around surface waters

that will not be disturbed; (3) Locations of major structural and nonstructural control measures, including sediment basins

and traps, perimeter dikes, sediment barriers, and other measures intended to filter, settle, or similarly treat sediment, that will be installed between disturbed areas and the undisturbed vegetated areas in order to increase sediment removal and maximize stormwater infiltration;

(4) Locations of surface waters;

13

Page 114: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 6 of 23

(5) Locations where concentrated stormwater is discharged; (6) Locations of support activities, when applicable and when required by the VSMP authority,

including but not limited to (i) areas where equipment and vehicle washing, wheel wash water, and other wash water is to occur; (ii) storage areas for chemicals such as acids, fuels, fertilizers, and other lawn care chemicals; (iii) concrete wash out areas; (iv) vehicle fueling and maintenance areas; (v) sanitary waste facilities, including those temporarily placed on the construction site; and (vi) construction waste storage; and

(7) When applicable, the location of the on-site rain gauge or the methodology established in

consultation with the VSMP authority used to identify measurable storm events for inspection purposes.

2. Erosion and sediment control plan.

a. An erosion and sediment control plan approved by the VESCP authority as authorized under the Erosion and Sediment Control Regulations (9VAC25-840), an "agreement in lieu of a plan" as defined in 9VAC25-840-10 from the VESCP authority, or an erosion and sediment control plan prepared in accordance with annual standards and specifications approved by the department. Any operator proposing a new stormwater discharge from construction activities that is not required to obtain erosion and sediment control plan approval from a VESCP authority or does not adopt department-approved annual standards and specifications shall submit the erosion and sediment control plan to the department for review and approval.

b. All erosion and sediment control plans shall include a statement describing the maintenance

responsibilities required for the erosion and sediment controls used. c. A properly implemented approved erosion and sediment control plan, "agreement in lieu of a

plan," or erosion and sediment control plan prepared in accordance with department-approved annual standards and specifications, adequately:

(1) Controls the volume and velocity of stormwater runoff within the site to minimize soil erosion; (2) Controls stormwater discharges, including peak flow rates and total stormwater volume, to

minimize erosion at outlets and to minimize downstream channel and stream bank erosion; (3) Minimizes the amount of soil exposed during the construction activity; (4) Minimizes the disturbance of steep slopes; (5) Minimizes sediment discharges from the site in a manner that addresses (i) the amount,

frequency, intensity, and duration of precipitation; (ii) the nature of resulting stormwater runoff; and (iii) soil characteristics, including the range of soil particle sizes present on the site;

(6) Provides and maintains natural buffers around surface waters, directs stormwater to

vegetated areas to increase sediment removal, and maximizes stormwater infiltration, unless infeasible;

(7) Minimizes soil compaction and, unless infeasible, preserves topsoil; (8) Ensures that stabilization of disturbed areas will be initiated immediately whenever any

clearing, grading, excavating, or other land-disturbing activities have permanently ceased on any portion of the site, or temporarily ceased on any portion of the site and will not resume for a period exceeding 14 days; and

14

Page 115: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 7 of 23

(9) Utilizes outlet structures that withdraw stormwater from the surface (i.e., above the

permanent pool or wet storage water surface elevation), unless infeasible, when discharging from sediment basins or sediment traps.

3. Stormwater management plan.

a. New construction activities. A stormwater management plan approved by the VSMP authority as authorized under the Virginia Stormwater Management Program (VSMP) Regulation (9VAC25-870), or an "agreement in lieu of a stormwater management plan" as defined in 9VAC25-870-10 from the VSMP authority, or a stormwater management plan prepared in accordance with annual standards and specifications approved by the department. Any operator proposing a new stormwater discharge from construction activities that is not required to obtain stormwater management plan approval from a VSMP authority or does not adopt department-approved annual standards and specifications shall submit the stormwater management plan to the department for review and approval.

b. Existing construction activities. Any operator that was authorized to discharge under the general

permit issued in 2009, and that intends to continue coverage under this general permit, shall ensure compliance with the requirements of 9VAC25-870-93 through 9VAC25-870-99 of the VSMP Regulation, including but not limited to the water quality and quantity requirements. The SWPPP shall include a description of, and all necessary calculations supporting, all post-construction stormwater management measures that will be installed prior to the completion of the construction process to control pollutants in stormwater discharges after construction operations have been completed. Structural measures should be placed on upland soils to the degree possible. Such measures must be designed and installed in accordance with applicable VESCP authority, VSMP authority, state, and federal requirements, and any necessary permits must be obtained.

4. Pollution prevention plan. A pollution prevention plan that addresses potential pollutant-generating

activities that may reasonably be expected to affect the quality of stormwater discharges from the construction activity, including any support activity. The pollution prevention plan shall:

a. Identify the potential pollutant-generating activities and the pollutant that is expected to be

exposed to stormwater; b. Describe the location where the potential pollutant-generating activities will occur, or if identified

on the site plan, reference the site plan; c. Identify all nonstormwater discharges, as authorized in Part I E of this general permit, that are or

will be commingled with stormwater discharges from the construction activity, including any applicable support activity;

d. Identify the person responsible for implementing the pollution prevention practice or practices for

each pollutant-generating activity (if other than the person listed as the qualified personnel); e. Describe the pollution prevention practices and procedures that will be implemented to:

(1) Prevent and respond to leaks, spills, and other releases including (i) procedures for

expeditiously stopping, containing, and cleaning up spills, leaks, and other releases; and (ii) procedures for reporting leaks, spills, and other releases in accordance with Part III G;

(2) Prevent the discharge of spilled and leaked fuels and chemicals from vehicle fueling and

maintenance activities (e.g., providing secondary containment such as spill berms, decks, spill containment pallets, providing cover where appropriate, and having spill kits readily available);

15

Page 116: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 8 of 23

(3) Prevent the discharge of soaps, solvents, detergents, and wash water from construction

materials, including the clean-up of stucco, paint, form release oils, and curing compounds (e.g., providing (i) cover (e.g., plastic sheeting or temporary roofs) to prevent contact with stormwater; (ii) collection and proper disposal in a manner to prevent contact with stormwater; and (iii) a similarly effective means designed to prevent discharge of these pollutants);

(4) Minimize the discharge of pollutants from vehicle and equipment washing, wheel wash water,

and other types of washing (e.g., locating activities away from surface waters and stormwater inlets or conveyance and directing wash waters to sediment basins or traps, using filtration devices such as filter bags or sand filters, or using similarly effective controls);

(5) Direct concrete wash water into a leak-proof container or leak-proof settling basin. The

container or basin shall be designed so that no overflows can occur due to inadequate sizing or precipitation. Hardened concrete wastes shall be removed and disposed of in a manner consistent with the handling of other construction wastes. Liquid concrete wastes shall be removed and disposed of in a manner consistent with the handling of other construction wash waters and shall not be discharged to surface waters;

(6) Minimize the discharge of pollutants from storage, handling, and disposal of construction

products, materials, and wastes including (i) building products such as asphalt sealants, copper flashing, roofing materials, adhesives, and concrete admixtures; (ii) pesticides, herbicides, insecticides, fertilizers, and landscape materials; and (iii) construction and domestic wastes such as packaging materials, scrap construction materials, masonry products, timber, pipe and electrical cuttings, plastics, Styrofoam, concrete, and other trash or building materials;

(7) Prevent the discharge of fuels, oils, and other petroleum products, hazardous or toxic wastes,

and sanitary wastes; and (8) Address any other discharge from the potential pollutant-generating activities not addressed

above; and

f. Describe procedures for providing pollution prevention awareness of all applicable wastes, including any wash water, disposal practices, and applicable disposal locations of such wastes, to personnel in order to comply with the conditions of this general permit. The operator shall implement the procedures described in the SWPPP.

5. SWPPP requirements for discharges to impaired waters, surface waters with an applicable TMDL

wasteload allocation established and approved prior to the term of this general permit, and exceptional waters. The SWPPP shall:

a. Identify the impaired water(s), approved TMDL(s), pollutant(s) of concern, and exceptional waters

identified in 9VAC25-260-30 A 3 c, when applicable; b. Provide clear direction that:

(1) Permanent or temporary soil stabilization shall be applied to denuded areas within seven

days after final grade is reached on any portion of the site; (2) Nutrients shall be applied in accordance with manufacturer's recommendations or an

approved nutrient management plan and shall not be applied during rainfall events; and (3) A modified inspection schedule shall be implemented in accordance with Part I B 4 or Part I B

5.

16

Page 117: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 9 of 23

6. Qualified personnel. The name, phone number, and qualifications of the qualified personnelconducting inspections required by this general permit.

7. Delegation of authority. The individuals or positions with delegated authority, in accordance with PartIII K, to sign inspection reports or modify the SWPPP.

8. SWPPP signature. The SWPPP shall be signed and dated in accordance with Part III K.

B. SWPPP amendments, modification, and updates.

1. The operator shall amend the SWPPP whenever there is a change in the design, construction,operation, or maintenance that has a significant effect on the discharge of pollutants to surface watersand that has not been previously addressed in the SWPPP.

2. The SWPPP must be amended if, during inspections or investigations by the operator's qualifiedpersonnel, or by local, state, or federal officials, it is determined that the existing control measures areineffective in minimizing pollutants in discharges from the construction activity. Revisions to theSWPPP shall include additional or modified control measures designed and implemented to correctproblems identified. If approval by the VESCP authority, VSMP authority, or department is necessaryfor the control measure, revisions to the SWPPP shall be completed no later than seven calendardays following approval. Implementation of these additional or modified control measures must beaccomplished as described in Part II G.

3. The SWPPP must clearly identify the contractor(s) that will implement and maintain each controlmeasure identified in the SWPPP. The SWPPP shall be amended to identify any new contractor thatwill implement and maintain a control measure.

4. The operator shall update the SWPPP no later than seven days following any modification to itsimplementation. All modifications or updates to the SWPPP shall be noted and shall include thefollowing items:

a. A record of dates when:

(1) Major grading activities occur;

(2) Construction activities temporarily or permanently cease on a portion of the site; and

(3) Stabilization measures are initiated;

b. Documentation of replaced or modified controls where periodic inspections or other informationhave indicated that the controls have been used inappropriately or incorrectly and where modifiedas soon as possible;

c. Areas that have reached final stabilization and where no further SWPPP or inspectionrequirements apply;

d. All properties that are no longer under the legal control of the operator and the dates on which theoperator no longer had legal control over each property;

e. The date of any prohibited discharges, the discharge volume released, and what actions weretaken to minimize the impact of the release;

f. Measures taken to prevent the reoccurrence of any prohibited discharge; and

g. Measures taken to address any evidence identified as a result of an inspection required underPart II F.

17

Page 118: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 10 of 23

5. Amendments, modifications, or updates to the SWPPP shall be signed in accordance with Part III K.

C. Public Notification. Upon commencement of land disturbance, the operator shall post conspicuously acopy of the notice of coverage letter near the main entrance of the construction activity. For linearprojects, the operator shall post the notice of coverage letter at a publicly accessible location near anactive part of the construction project (e.g., where a pipeline crosses a public road). The operator shallmaintain the posted information until termination of general permit coverage as specified in Part I F.

D. SWPPP availability.

1. Operators with day-to-day operational control over SWPPP implementation shall have a copy of theSWPPP available at a central location on-site for use by those identified as having responsibilitiesunder the SWPPP whenever they are on the construction site.

2. The operator shall make the SWPPP and all amendments, modifications, and updates available uponrequest to the department, the VSMP authority, the EPA, the VESCP authority, local governmentofficials, or the operator of a municipal separate storm sewer system receiving discharges from theconstruction activity. If an on-site location is unavailable to store the SWPPP when no personnel arepresent, notice of the SWPPP's location must be posted near the main entrance of the constructionsite.

3. The operator shall make the SWPPP available for public review in an electronic format or in hardcopy. Information for public access to the SWPPP shall be posted and maintained in accordance withPart II C. If not provided electronically, public access to the SWPPP may be arranged upon request ata time and at a publicly accessible location convenient to the operator or his designee but shall be noless than once per month and shall be during normal business hours. Information not required to becontained within the SWPPP by this general permit is not required to be released.

E. SWPPP implementation. The operator shall implement the SWPPP and subsequent amendments,modifications, and updates from commencement of land disturbance until termination of general permitcoverage as specified in Part I F.

1. All control measures must be properly maintained in effective operating condition in accordance withgood engineering practices and, where applicable, manufacturer specifications. If a site inspectionrequired by Part II F identifies a control measure that is not operating effectively, corrective action(s)shall be completed as soon as practicable, but no later than seven days after discovery or a longerperiod as established by the VSMP authority, to maintain the continued effectiveness of the controlmeasures.

2. If site inspections required by Part II F identify an existing control measure that needs to be modifiedor if an additional control measure is necessary for any reason, implementation shall be completedprior to the next anticipated measurable storm event. If implementation prior to the next anticipatedmeasurable storm event is impracticable, then alternative control measures shall be implemented assoon as practicable, but no later than seven days after discovery or a longer period as established bythe VSMP authority.

F. SWPPP Inspections.

1. Personnel responsible for on-site and off-site inspections. Inspections required by this general permitshall be conducted by the qualified personnel identified by the operator in the SWPPP. The operatoris responsible for insuring that the qualified personnel conduct the inspection.

2. Inspection schedule.

a. Inspections shall be conducted at a frequency of:

18

Page 119: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 11 of 23

(1) At least once every five business days; or (2) At least once every 10 business days and no later than 48 hours following a measurable

storm event. In the event that a measurable storm event occurs when there are more than 48 hours between business days, the inspection shall be conducted no later than the next business day.

b. Where areas have been temporarily stabilized or land-disturbing activities will be suspended due

to continuous frozen ground conditions and stormwater discharges are unlikely, the inspection frequency may be reduced to once per month. If weather conditions (such as above freezing temperatures or rain or snow events) make discharges likely, the operator shall immediately resume the regular inspection frequency.

c. Representative inspections may be utilized for utility line installation, pipeline construction, or

other similar linear construction activities provided that:

(1) Temporary or permanent soil stabilization has been installed and vehicle access may compromise the temporary or permanent soil stabilization and potentially cause additional land disturbance increasing the potential for erosion;

(2) Inspections occur on the same frequency as other construction activities; (3) Control measures are inspected along the construction site 0.25 miles above and below each

access point (i.e., where a roadway, undisturbed right-of-way, or other similar feature intersects the construction activity and access does not compromise temporary or permanent soil stabilization); and

(4) Inspection locations are provided in the report required by Part II F.

3. Inspection requirements.

a. As part of the inspection, the qualified personnel shall:

(1) Record the date and time of the inspection and when applicable the date and rainfall amount of the last measurable storm event;

(2) Record the information and a description of any discharges occurring at the time of the

inspection; (3) Record any land-disturbing activities that have occurred outside of the approved erosion and

sediment control plan; (4) Inspect the following for installation in accordance with the approved erosion and sediment

control plan, identification of any maintenance needs, and evaluation of effectiveness in minimizing sediment discharge, including whether the control has been inappropriately or incorrectly used:

(a) All perimeter erosion and sediment controls, such as silt fence; (b) Soil stockpiles, when applicable, and borrow areas for stabilization or sediment trapping

measures; (c) Completed earthen structures, such as dams, dikes, ditches, and diversions for

stabilization;

19

Page 120: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 12 of 23

(d) Cut and fill slopes; (e) Sediment basins and traps, sediment barriers, and other measures installed to control

sediment discharge from stormwater; (f) Temporary or permanent channel, flume, or other slope drain structures installed to

convey concentrated runoff down cut and fill slopes; (g) Storm inlets that have been made operational to ensure that sediment laden stormwater

does not enter without first being filtered or similarly treated; and (h) Construction vehicle access routes that intersect or access paved roads for minimizing

sediment tracking;

(5) Inspect areas that have reached final grade or that will remain dormant for more than 14 days for initiation of stabilization activities;

(6) Inspect areas that have reached final grade or that will remain dormant for more than 14 days

for completion of stabilization activities within seven days of reaching grade or stopping work; (7) Inspect for evidence that the approved erosion and sediment control plan, "agreement in lieu

of a plan," or erosion and sediment control plan prepared in accordance with department-approved annual standards and specifications has not been properly implemented. This includes but is not limited to:

(a) Concentrated flows of stormwater in conveyances such as rills, rivulets or channels that

have not been filtered, settled, or similarly treated prior to discharge, or evidence thereof; (b) Sediment laden or turbid flows of stormwater that have not been filtered or settled to

remove sediments prior to discharge; (c) Sediment deposition in areas that drain to unprotected stormwater inlets or catch basins

that discharge to surface waters. Inlets and catch basins with failing sediments controls due to improper installation, lack of maintenance, or inadequate design are considered unprotected;

(d) Sediment deposition on any property (including public and private streets) outside of the

construction activity covered by this general permit; (e) Required stabilization has not been initiated or completed on portions of the site; (f) Sediment basins without adequate wet or dry storage volume or sediment basins that

allow the discharge of stormwater from below the surface of the wet storage portion of the basin;

(g) Sediment traps without adequate wet or dry storage or sediment traps that allow the

discharge of stormwater from below the surface of the wet storage portion of the trap; and

(h) Land disturbance outside of the approved area to be disturbed;

(8) Inspect pollutant generating activities identified in the pollution prevention plan for the proper

implementation, maintenance and effectiveness of the procedures and practices; (9) Identify any pollutant generating activities not identified in the pollution prevention plan; and

20

Page 121: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 13 of 23

(10) Identify and document the presence of any evidence of the discharge of pollutants prohibited

by this general permit. 4. Inspection report. Each inspection report shall include the following items:

a. The date and time of the inspection and when applicable, the date and rainfall amount of the last measurable storm event;

b. Summarized findings of the inspection; c. The location(s) of prohibited discharges; d. The location(s) of control measures that require maintenance; e. The location(s) of control measures that failed to operate as designed or proved inadequate or

inappropriate for a particular location; f. The location(s) where any evidence identified under Part II F 3 a (7) exists; g. The location(s) where any additional control measure is needed that did not exist at the time of

inspection; h. A list of corrective actions required (including any changes to the SWPPP that are necessary) as

a result of the inspection or to maintain permit compliance; i. Documentation of any corrective actions required from a previous inspection that have not been

implemented; and j. The date and signature of the qualified personnel and the operator or its duly authorized

representative. The inspection report and any actions taken in accordance with Part II must be retained by the operator as part of the SWPPP for at least three years from the date that general permit coverage expires or is terminated. The inspection report shall identify any incidents of noncompliance. Where an inspection report does not identify any incidents of noncompliance, the report shall contain a certification that the construction activity is in compliance with the SWPPP and this general permit. The report shall be signed in accordance with Part III K of this general permit. G. Corrective actions. 1. The operator shall implement the corrective action(s) identified as a result of an inspection as soon as

practicable but no later than seven days after discovery or a longer period as approved by the VSMP authority. If approval of a corrective action by a regulatory authority (e.g., VSMP authority, VESCP authority, or the department) is necessary, additional control measures shall be implemented to minimize pollutants in stormwater discharges until such approvals can be obtained.

2. The operator may be required to remove accumulated sediment deposits located outside of the

construction activity covered by this general permit as soon as practicable in order to minimize environmental impacts. The operator shall notify the VSMP authority and the department as well as obtain all applicable federal, state, and local authorizations, approvals, and permits prior to the removal of sediments accumulated in surface waters including wetlands.

21

Page 122: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 14 of 23

PART III

CONDITIONS APPLICABLE TO ALL VPDES PERMITS

NOTE: Discharge monitoring is not required for this general permit. If the operator chooses to monitor stormwater discharges or control measures, the operator must comply with the requirements of subsections A, B, and C, as appropriate. A. Monitoring. 1. Samples and measurements taken for the purpose of monitoring shall be representative of the

monitoring activity. 2. Monitoring shall be conducted according to procedures approved under 40 CFR Part 136 or

alternative methods approved by the U.S. Environmental Protection Agency, unless other procedures have been specified in this general permit. Analyses performed according to test procedures approved under 40 CFR Part 136 shall be performed by an environmental laboratory certified under regulations adopted by the Department of General Services (1VAC30-45 or 1VAC30-46).

3. The operator shall periodically calibrate and perform maintenance procedures on all monitoring and

analytical instrumentation at intervals that will ensure accuracy of measurements. B. Records. 1. Monitoring records and reports shall include:

a. The date, exact place, and time of sampling or measurements; b. The individual(s) who performed the sampling or measurements; c. The date(s) and time(s) analyses were performed; d. The individual(s) who performed the analyses; e. The analytical techniques or methods used; and f. The results of such analyses.

2. The operator shall retain records of all monitoring information, including all calibration and

maintenance records and all original strip chart recordings for continuous monitoring instrumentation, copies of all reports required by this general permit, and records of all data used to complete the registration statement for this general permit, for a period of at least three years from the date of the sample, measurement, report or request for coverage. This period of retention shall be extended automatically during the course of any unresolved litigation regarding the regulated activity or regarding control standards applicable to the operator, or as requested by the board.

C. Reporting monitoring results. 1. The operator shall update the SWPPP to include the results of the monitoring as may be performed in

accordance with this general permit, unless another reporting schedule is specified elsewhere in this general permit.

2. Monitoring results shall be reported on a discharge monitoring report (DMR); on forms provided,

approved or specified by the department; or in any format provided that the date, location, parameter, method, and result of the monitoring activity are included.

22

Page 123: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 15 of 23

3. If the operator monitors any pollutant specifically addressed by this general permit more frequently

than required by this general permit using test procedures approved under 40 CFR Part 136 or using other test procedures approved by the U.S. Environmental Protection Agency or using procedures specified in this general permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the DMR or reporting form specified by the department.

4. Calculations for all limitations which require averaging of measurements shall utilize an arithmetic

mean unless otherwise specified in this general permit. D. Duty to provide information. The operator shall furnish, within a reasonable time, any information which the board may request to determine whether cause exists for modifying, revoking and reissuing, or terminating this general permit or to determine compliance with this general permit. The board, department, EPA, or VSMP authority may require the operator to furnish, upon request, such plans, specifications, and other pertinent information as may be necessary to determine the effect of the wastes from his discharge on the quality of surface waters, or such other information as may be necessary to accomplish the purposes of the CWA and the Virginia Stormwater Management Act. The operator shall also furnish to the board, department, EPA, or VSMP authority, upon request, copies of records required to be kept by this general permit. E. Compliance schedule reports. Reports of compliance or noncompliance with, or any progress reports on, interim and final requirements contained in any compliance schedule of this general permit shall be submitted no later than 14 days following each schedule date. F. Unauthorized stormwater discharges. Pursuant to § 62.1-44.5 of the Code of Virginia, except in compliance with a state permit issued by the department, it shall be unlawful to cause a stormwater discharge from a construction activity. G. Reports of unauthorized discharges. Any operator who discharges or causes or allows a discharge of sewage, industrial waste, other wastes or any noxious or deleterious substance or a hazardous substance or oil in an amount equal to or in excess of a reportable quantity established under either 40 CFR Part 110, 40 CFR Part 117, 40 CFR Part 302, or § 62.1-44.34:19 of the Code of Virginia that occurs during a 24-hour period into or upon surface waters or who discharges or causes or allows a discharge that may reasonably be expected to enter surface waters, shall notify the Department of Environmental Quality of the discharge immediately upon discovery of the discharge, but in no case later than within 24 hours after said discovery. A written report of the unauthorized discharge shall be submitted to the department and the VSMP authority within five days of discovery of the discharge. The written report shall contain: 1. A description of the nature and location of the discharge; 2. The cause of the discharge; 3. The date on which the discharge occurred; 4. The length of time that the discharge continued; 5. The volume of the discharge; 6. If the discharge is continuing, how long it is expected to continue; 7. If the discharge is continuing, what the expected total volume of the discharge will be; and 8. Any steps planned or taken to reduce, eliminate and prevent a recurrence of the present discharge or

any future discharges not authorized by this general permit.

23

Page 124: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 16 of 23

Discharges reportable to the department and the VSMP authority under the immediate reporting requirements of other regulations are exempted from this requirement. H. Reports of unusual or extraordinary discharges. If any unusual or extraordinary discharge including a "bypass" or "upset," as defined herein, should occur from a facility and the discharge enters or could be expected to enter surface waters, the operator shall promptly notify, in no case later than within 24 hours, the department and the VSMP authority by telephone after the discovery of the discharge. This notification shall provide all available details of the incident, including any adverse effects on aquatic life and the known number of fish killed. The operator shall reduce the report to writing and shall submit it to the department and the VSMP authority within five days of discovery of the discharge in accordance with Part III I 2. Unusual and extraordinary discharges include but are not limited to any discharge resulting from: 1. Unusual spillage of materials resulting directly or indirectly from processing operations; 2. Breakdown of processing or accessory equipment; 3. Failure or taking out of service of some or all of the facilities; and 4. Flooding or other acts of nature. I. Reports of noncompliance. The operator shall report any noncompliance which may adversely affect surface waters or may endanger public health. 1. An oral report to the department and the VSMP authority shall be provided within 24 hours from the

time the operator becomes aware of the circumstances. The following shall be included as information that shall be reported within 24 hours under this subdivision:

a. Any unanticipated bypass; and b. Any upset that causes a discharge to surface waters.

2. A written report shall be submitted within five days and shall contain:

a. A description of the noncompliance and its cause; b. The period of noncompliance, including exact dates and times, and if the noncompliance has not

been corrected, the anticipated time it is expected to continue; and c. Steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. The department may waive the written report on a case-by-case basis for reports of noncompliance under Part III I if the oral report has been received within 24 hours and no adverse impact on surface waters has been reported.

3. The operator shall report all instances of noncompliance not reported under Part III I 1 or 2 in writing

as part of the SWPPP. The reports shall contain the information listed in Part III I 2. NOTE: The reports required in Part III G, H and I shall be made to the department and the VSMP authority. Reports may be made by telephone, email, or by fax. For reports outside normal working hours, leaving a recorded message shall fulfill the immediate reporting requirement. For emergencies, the Virginia Department of Emergency Management maintains a 24-hour telephone service at 1-800-468-8892.

24

Page 125: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 17 of 23

4. Where the operator becomes aware of a failure to submit any relevant facts, or submittal of incorrectinformation in any report, including a registration statement, to the department or the VSMP authority,the operator shall promptly submit such facts or correct information.

J. Notice of planned changes.

1. The operator shall give notice to the department and the VSMP authority as soon as possible of anyplanned physical alterations or additions to the permitted facility or activity. Notice is required onlywhen:

a. The operator plans an alteration or addition to any building, structure, facility, or installation thatmay meet one of the criteria for determining whether a facility is a new source in 9VAC25-870-420;

b. The operator plans an alteration or addition that would significantly change the nature or increasethe quantity of pollutants discharged. This notification applies to pollutants that are not subject toeffluent limitations in this general permit; or

2. The operator shall give advance notice to the department and VSMP authority of any plannedchanges in the permitted facility or activity, which may result in noncompliance with state permitrequirements.

K. Signatory requirements.

1. Registration statement. All registration statements shall be signed as follows:

a. For a corporation: by a responsible corporate officer. For the purpose of this chapter, aresponsible corporate officer means: (i) a president, secretary, treasurer, or vice-president of thecorporation in charge of a principal business function, or any other person who performs similarpolicy-making or decision-making functions for the corporation; or (ii) the manager of one or moremanufacturing, production, or operating facilities, provided the manager is authorized to makemanagement decisions that govern the operation of the regulated facility including having theexplicit or implicit duty of making major capital investment recommendations, and initiating anddirecting other comprehensive measures to assure long-term compliance with environmental lawsand regulations; the manager can ensure that the necessary systems are established or actionstaken to gather complete and accurate information for state permit application requirements; andwhere authority to sign documents has been assigned or delegated to the manager inaccordance with corporate procedures;

b. For a partnership or sole proprietorship: by a general partner or the proprietor, respectively; or

c. For a municipality, state, federal, or other public agency: by either a principal executive officer orranking elected official. For purposes of this chapter, a principal executive officer of a publicagency includes: (i) the chief executive officer of the agency or (ii) a senior executive officerhaving responsibility for the overall operations of a principal geographic unit of the agency.

2. Reports, etc. All reports required by this general permit, including SWPPPs, and other informationrequested by the board or the department shall be signed by a person described in Part III K 1 or by aduly authorized representative of that person. A person is a duly authorized representative only if:

a. The authorization is made in writing by a person described in Part III K 1;

b. The authorization specifies either an individual or a position having responsibility for the overalloperation of the regulated facility or activity such as the position of plant manager, operator of awell or a well field, superintendent, position of equivalent responsibility, or an individual or positionhaving overall responsibility for environmental matters for the operator. (A duly authorized

25

Page 126: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 18 of 23

representative may thus be either a named individual or any individual occupying a named position); and

c. The signed and dated written authorization is included in the SWPPP. A copy must be provided tothe department and VSMP authority, if requested.

3. Changes to authorization. If an authorization under Part III K 2 is no longer accurate because adifferent individual or position has responsibility for the overall operation of the construction activity, anew authorization satisfying the requirements of Part III K 2 shall be submitted to the VSMP authorityas the administering entity for the board prior to or together with any reports or information to besigned by an authorized representative.

4. Certification. Any person signing a document under Part III K 1 or 2 shall make the followingcertification:

"I certify under penalty of law that I have read and understand this document and that this document and all attachments were prepared in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations."

L. Duty to comply. The operator shall comply with all conditions of this general permit. Any state permitnoncompliance constitutes a violation of the Virginia Stormwater Management Act and the Clean WaterAct, except that noncompliance with certain provisions of this general permit may constitute a violation ofthe Virginia Stormwater Management Act but not the Clean Water Act. Permit noncompliance is groundsfor enforcement action; for state permit termination, revocation and reissuance, or modification; or denialof a state permit renewal application.The operator shall comply with effluent standards or prohibitions established under § 307(a) of the CleanWater Act for toxic pollutants within the time provided in the regulations that establish these standards orprohibitions or standards for sewage sludge use or disposal, even if this general permit has not yet beenmodified to incorporate the requirement.

M. Duty to reapply. If the operator wishes to continue an activity regulated by this general permit after theexpiration date of this general permit, the operator shall submit a new registration statement at least 90days before the expiration date of the existing general permit, unless permission for a later date has beengranted by the board. The board shall not grant permission for registration statements to be submittedlater than the expiration date of the existing general permit.

N. Effect of a state permit. This general permit does not convey any property rights in either real orpersonal property or any exclusive privileges, nor does it authorize any injury to private property orinvasion of personal rights, or any infringement of federal, state or local law or regulations.

O. State law. Nothing in this general permit shall be construed to preclude the institution of any legalaction under, or relieve the operator from any responsibilities, liabilities, or penalties established pursuantto any other state law or regulation or under authority preserved by § 510 of the Clean Water Act. Exceptas provided in general permit conditions on "bypassing" (Part III U) and "upset" (Part III V), nothing in thisgeneral permit shall be construed to relieve the operator from civil and criminal penalties fornoncompliance.

P. Oil and hazardous substance liability. Nothing in this general permit shall be construed to preclude theinstitution of any legal action or relieve the operator from any responsibilities, liabilities, or penalties towhich the operator is or may be subject under §§ 62.1-44.34:14 through 62.1-44.34:23 of the State WaterControl Law or § 311 of the Clean Water Act.

26

Page 127: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 19 of 23

Q. Proper operation and maintenance. The operator shall at all times properly operate and maintain all facilities and systems of treatment and control (and related appurtenances), which are installed or used by the operator to achieve compliance with the conditions of this general permit. Proper operation and maintenance also includes effective plant performance, adequate funding, adequate staffing, and adequate laboratory and process controls, including appropriate quality assurance procedures. This provision requires the operation of back-up or auxiliary facilities or similar systems, which are installed by the operator only when the operation is necessary to achieve compliance with the conditions of this general permit. R. Disposal of solids or sludges. Solids, sludges or other pollutants removed in the course of treatment or management of pollutants shall be disposed of in a manner so as to prevent any pollutant from such materials from entering surface waters and in compliance with all applicable state and federal laws and regulations. S. Duty to mitigate. The operator shall take all steps to minimize or prevent any discharge in violation of this general permit that has a reasonable likelihood of adversely affecting human health or the environment. T. Need to halt or reduce activity not a defense. It shall not be a defense for an operator in an enforcement action that it would have been necessary to halt or reduce the permitted activity in order to maintain compliance with the conditions of this general permit. U. Bypass. 1. "Bypass," as defined in 9VAC25-870-10, means the intentional diversion of waste streams from any

portion of a treatment facility. The operator may allow any bypass to occur that does not cause effluent limitations to be exceeded, but only if it also is for essential maintenance to ensure efficient operation. These bypasses are not subject to the provisions of Part III U 2 and 3.

2. Notice.

a. Anticipated bypass. If the operator knows in advance of the need for a bypass, the operator shall submit prior notice to the department, if possible at least 10 days before the date of the bypass.

b. Unanticipated bypass. The operator shall submit notice of an unanticipated bypass as required in

Part III I. 3. Prohibition of bypass.

a. Except as provided in Part III U 1, bypass is prohibited, and the board or department may take enforcement action against an operator for bypass unless:

(1) Bypass was unavoidable to prevent loss of life, personal injury, or severe property damage.

Severe property damage means substantial physical damage to property, damage to the treatment facilities that causes them to become inoperable, or substantial and permanent loss of natural resources that can reasonably be expected to occur in the absence of a bypass. Severe property damage does not mean economic loss caused by delays in production;

(2) There were no feasible alternatives to the bypass, such as the use of auxiliary treatment

facilities, retention of untreated wastes, or maintenance during normal periods of equipment downtime. This condition is not satisfied if adequate back-up equipment should have been installed in the exercise of reasonable engineering judgment to prevent a bypass that occurred during normal periods of equipment downtime or preventive maintenance; and

(3) The operator submitted notices as required under Part III U 2.

27

Page 128: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 20 of 23

b. The department may approve an anticipated bypass, after considering its adverse effects, if the

department determines that it will meet the three conditions listed in Part III U 3 a. V. Upset. 1. An "upset," as defined in 9VAC25-870-10, means an exceptional incident in which there is

unintentional and temporary noncompliance with technology-based state permit effluent limitations because of factors beyond the reasonable control of the operator. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventive maintenance, or careless or improper operation.

2. An upset constitutes an affirmative defense to an action brought for noncompliance with technology-

based state permit effluent limitations if the requirements of Part III V 4 are met. A determination made during administrative review of claims that noncompliance was caused by upset, and before an action for noncompliance, is not a final administrative action subject to judicial review.

3. An upset does not include noncompliance to the extent caused by operational error, improperly

designed treatment facilities, inadequate treatment facilities, lack of preventative maintenance, or careless or improper operation.

4. An operator who wishes to establish the affirmative defense of upset shall demonstrate, through

properly signed, contemporaneous operating logs or other relevant evidence that:

a. An upset occurred and that the operator can identify the cause(s) of the upset; b. The permitted facility was at the time being properly operated; c. The operator submitted notice of the upset as required in Part III I; and d. The operator complied with any remedial measures required under Part III S.

5. In any enforcement proceeding, the operator seeking to establish the occurrence of an upset has the

burden of proof. W. Inspection and entry. The operator shall allow the department as the board's designee, the VSMP authority, EPA, or an authorized representative of either entity (including an authorized contractor), upon presentation of credentials and other documents as may be required by law to: 1. Enter upon the operator's premises where a regulated facility or activity is located or conducted, or

where records must be kept under the conditions of this general permit; 2. Have access to and copy, at reasonable times, any records that must be kept under the conditions of

this general permit; 3. Inspect and photograph at reasonable times any facilities, equipment (including monitoring and

control equipment), practices, or operations regulated or required under this general permit; and 4. Sample or monitor at reasonable times, for the purposes of ensuring state permit compliance or as

otherwise authorized by the Clean Water Act or the Virginia Stormwater Management Act, any substances or parameters at any location.

For purposes of this section, the time for inspection shall be deemed reasonable during regular business hours, and whenever the facility is discharging. Nothing contained herein shall make an inspection unreasonable during an emergency.

28

Page 129: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 21 of 23

X. State permit actions. State permits may be modified, revoked and reissued, or terminated for cause. The filing of a request by the operator for a state permit modification, revocation and reissuance, or termination, or a notification of planned changes or anticipated noncompliance does not stay any state permit condition. Y. Transfer of state permits. 1. State permits are not transferable to any person except after notice to the department. Except as

provided in Part III Y 2, a state permit may be transferred by the operator to a new operator only if the state permit has been modified or revoked and reissued, or a minor modification made, to identify the new operator and incorporate such other requirements as may be necessary under the Virginia Stormwater Management Act and the Clean Water Act.

2. As an alternative to transfers under Part III Y 1, this state permit may be automatically transferred to a

new operator if:

a. The current operator notifies the department at least 30 days in advance of the proposed transfer of the title to the facility or property;

b. The notice includes a written agreement between the existing and new operators containing a

specific date for transfer of state permit responsibility, coverage, and liability between them; and c. The department does not notify the existing operator and the proposed new operator of its intent

to modify or revoke and reissue the state permit. If this notice is not received, the transfer is effective on the date specified in the agreement mentioned in Part III Y 2 b.

3. For ongoing construction activity involving a change of operator, the new operator shall accept and

maintain the existing SWPPP, or prepare and implement a new SWPPP prior to taking over operations at the site.

Z. Severability. The provisions of this general permit are severable, and if any provision of this general permit or the application of any provision of this state permit to any circumstance, is held invalid, the application of such provision to other circumstances and the remainder of this general permit shall not be affected thereby.

29

Page 130: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 22 of 23

DEFINITIONS

"Business day" means Monday through Friday excluding state holidays. "Commencement of land disturbance" means the initial disturbance of soils associated with clearing, grading, or excavating activities or other construction activities (e.g., stockpiling of fill material). "Construction site" means the land where any land-disturbing activity is physically located or conducted, including any adjacent land used or preserved in connection with the land-disturbing activity. "Final stabilization" means that one of the following situations has occurred: 1. All soil disturbing activities at the site have been completed and a permanent vegetative cover has

been established on denuded areas not otherwise permanently stabilized. Permanent vegetation shall not be considered established until a ground cover is achieved that is uniform (e.g., evenly distributed), mature enough to survive, and will inhibit erosion.

2. For individual lots in residential construction, final stabilization can occur by either:

a. The homebuilder completing final stabilization as specified in subdivision 1 of this definition; or b. The homebuilder establishing temporary soil stabilization, including perimeter controls for an

individual lot prior to occupation of the home by the homeowner, and informing the homeowner of the need for, and benefits of, final stabilization.

3. For construction projects on land used for agricultural purposes, final stabilization may be

accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities, such as buffer strips immediately adjacent to surface waters, and areas that are not being returned to their preconstruction agricultural use must meet the final stabilization criteria specified in subdivision 1 or 2 of this definition.

"Immediately" means as soon as practicable, but no later than the end of the next business day, following the day when the land-disturbing activities have temporarily or permanently ceased. In the context of this general permit, "immediately" is used to define the deadline for initiating stabilization measures. "Impaired waters" means surface waters identified as impaired on the 2012 § 305(b)/303(d) Water Quality Assessment Integrated Report. "Infeasible" means not technologically possible or not economically practicable and achievable in light of best industry practices. "Initiation of stabilization activities" means: 1. Prepping the soil for vegetative or nonvegetative stabilization; 2. Applying mulch or other nonvegetative product to the exposed area; 3. Seeding or planting the exposed area; 4. Starting any of the above activities on a portion of the area to be stabilized, but not on the entire area;

or 5. Finalizing arrangements to have the stabilization product fully installed in compliance with the

applicable deadline for completing stabilization. This list is not exhaustive.

30

Page 131: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

General Permit No.: VAR10 Page 23 of 23

"Measurable storm event" means a rainfall event producing 0.25 inches of rain or greater over 24 hours. "Stabilized" means land that has been treated to withstand normal exposure to natural forces without incurring erosion damage.

31

Page 132: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 4 Registration Statement

32

Page 133: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

07/2014 Page 1 of 1

Registration Statement General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10)

(Please Type or Print All Information)

1. Construction Activity Operator: (General permit coverage will be issued to this operator. The Certification in Item #12

must be signed by the appropriate person associated with this operator.)

Name: Roger L. Lance

ContactMailing Address: 37098 Charles Town Pike

City: Hillsboro State: VA Zip: 20132 Phone: 540-486-8001

Email address (if available): [email protected]

Indicate if DEQ may transmit general permit correspondence electronically: Yes No2. Existing General Permit Registration Number (for renewals only):

3. Name and Location of the Construction Activity:

Zip:

Zip:

Latitude (decimal degrees): Longitude (decimal degrees):

4. Status of the Construction Activity (check only one): Federal State Public Private 5. Nature of the Construction Activity (e.g., commercial, industrial, residential, agricultural, oil and gas, etc.):

6. Name of the Receiving Water(s) and Hydrologic Unit Code (HUC):

Name: HUC:

7. If the discharge is through a Municipal Separate Storm Sewer System (MS4), the name of the MS4 operator:

8. Estimated Project Start and Completion Date:

Completion Date (mm/dd/yyyy): 9. Total Land Area of Development (to the nearest one-hundredth acre):

Estimated Area to be Disturbed (to the nearest one-hundredth acre):

10. Is the area to be disturbed part of a larger common plan of development or sale? Yes No 11. A stormwater pollution prevention plan (SWPPP) must be prepared in accordance with the requirements of the General

VPDES Permit for Discharges of Stormwater from Construction Activities prior to submitting this Registration Statement.By signing this Registration Statement the operator is certifying that the SWPPP has been prepared.

12. Certification: "I certify under penalty of law that I have read and understand this Registration Statement and that this documentand all attachments were prepared in accordance with a system designed to assure that qualified personnel properly gathered andevaluated the information submitted. Based on my inquiry of the person or persons who manage the system or those personsdirectly responsible for gathering the information, the information submitted is to the best of my knowledge and belief true,accurate, and complete. I am aware that there are significant penalties for submitting false information including the possibility offine and imprisonment for knowing violations."

Title:Date:

(Please sign in INK. This Certification must be signed by the appropriate person associated with the operator identified in Item #1.)

Name: Catoctin Creek Watershed

HUC: 02070008

Name: Route 9 Pedestrian Safety and Traffic Calming Project

Address (if available): 37098 Charles Town Pike

City: Hillsboro State: VA

County (if not located within a City):Latitude (decimal degrees): Longitude (decimal degrees):Name and Location of all Off-site Support Activities to be covered under the general permit:

Name:Address (if available):City: State:County (if not located within a City):

20132

Loudoun County

Printed Name: Roger L. Lance Mayor

Signature: 08/02/18

N/A

9.81 acres

39.1980° N 77.7199° W

03/2021Start Date (mm/dd/yyyy): 03/2019

N/A

Commercial

9.81 acres

33

Page 134: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

07/2014 Page 1 of 2

Instructions for Completing the Registration Statement General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10)

GENERAL

A. Coverage Under this General Permit.

Any operator applying for coverage under this general permit who is required to submit a Registration Statement (see Section B below) must submit a complete Registration Statement to the Department. The Registration Statement serves as a Notice of Intent for coverage under the General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10).

B. Single-family Detached Residential Structures.

Operators with an existing stormwater discharge or proposing a new stormwater discharge associated with the construction of a single-family detached residential structure are not required to submit a Registration Statement or the Department of Environmental Quality (DEQ) portion of the general permit fee.

Operators of these types of discharges are authorized to discharge under this general permit immediately upon the general permit’s effective date of July 1, 2014.

C. To Apply for Permit Coverage.

1. New Construction Activities. Any operator proposing a newstormwater discharge from construction activities shall submit acomplete Registration Statement to the Department prior to thecommencement of land disturbance, unless exempted by Section Babove. Any operator proposing a new stormwater discharge fromconstruction activities in response to a public emergency where therelated work requires immediate authorization to avoid imminentendangerment to human health or the environment is immediatelyauthorized to discharge under this general permit and must submit acomplete Registration Statement to the Department no later than 30days after commencing land disturbance; documentation tosubstantiate the occurrence of the public emergency mustaccompany the Registration Statement.

2. Existing Construction Activities. Any operator that wasauthorized to discharge under the general permit issued in 2009,and who intends to continue coverage under this general permit,shall submit a complete Registration Statement to the Departmenton or before June 1, 2014, unless exempted by Section B above.

D. Where to Submit Registration Statements.

All Registration Statements should be submitted to:

Department of Environmental Quality Office of Stormwater Management, 10

th Floor

P.O. Box 1105 Richmond, VA 23218

LINE-BY-LINE INSTRUCTIONS

Item 1: Construction Activity Operator Information.

"Operator" means the owner or operator of any facility or activity subject to the Stormwater Management Act and regulations. In the context of stormwater associated with a large or small construction activity, operator means any person associated with a construction project that meets either of the following two criteria: (i) the person has direct operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications or (ii) the person has day-to-day operational control of those activities at a project that are necessary to ensure compliance with a stormwater pollution prevention plan for the site or other state permit or VSMP authority permit conditions (i.e., they are authorized to direct workers at a site to carry out activities required by the stormwater pollution prevention plan or comply with other permit conditions).

The entities that are considered operators will commonly consist of the owner or developer of a project (the party with control of project plans and specifications) or the general contractor (the party with day to day operational control of the activities at the project site which are necessary to ensure compliance with the general permit).

Provide the legal name (do not use a colloquial name), contact, mailing address, telephone number, and email address (if available) of the construction activity operator; general permit coverage will be issued to this operator. Indicate if the Department may transmit general permit correspondence electronically.

Item 2: Existing General Permit Registration Number.

For reapplications only, provide the existing general permit registration number for the construction activity. This item does not need to be completed for new construction activities applying for general permit coverage.

Item 3: Name and Location of the Construction Activity Information.

Provide the official name, street address (if available), city or county (if not located within a City) of the construction activity. Also, provide the latitude and longitude in decimal degrees of the approximate center of the construction activity (e.g., N 37.5000, W 77.5000).

Name and Location of Off-site Support Activity Information.

This general permit also authorizes stormwater discharges from support activities (e.g., concrete or asphalt batch plants, equipment staging yards, material storage areas, excavated material disposal areas, borrow areas) located on-site or off-site provided that (i) the support activity is directly related to a construction activity that is required to have general permit coverage; (ii) the support activity is not a commercial operation, nor does it serve multiple unrelated construction activities by different operators; (iii) the support activity does not operate beyond the completion of the construction activity it supports; (iv) the support activity is identified in the registration statement at the time of general permit coverage; (v) appropriate control measures are identified in a SWPPP and implemented to address the discharges from the support activity areas; and (vi) all applicable state, federal, and local approvals are obtained for the support activity.

Provide the official name, street address (if available), City and County (if not located within a City) of all off-site support activities to be covered under this general permit. Also, provide the latitude and longitude in decimal degrees of the approximate center of the off-site support activities (e.g., N 37.5000, W 77.5000). Also, if an off-site support activity is going to be covered under this general permit the total land area of the off-site support activity and the estimated area to be disturbed by the off-site support activity need to be included in Item #9.

Item 4: Status of the Construction Activity.

Indicate the appropriate status (Federal, State, Public, or Private) of the construction activity.

Item 5: Nature of the Construction Activity.

Provide a brief description of the construction activity, such as commercial, residential, agricultural, oil and gas, etc. This list is not all inclusive.

Item 6: Receiving Waters(s) and HUC Information.

Provide the name of the receiving water(s) and corresponding HUC for all stormwater discharges including any stormwater discharges from off-site support activities to be covered under this general permit. Hydrologic Unit Code or HUC is a watershed unit established in the most recent version of Virginia’s 6

th order national watershed boundary dataset.

34

Page 135: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

07/2014 Page 2 of 2

Item 7: MS4 Information.

If stormwater is discharged through a municipal separate storm sewer system (MS4), provide the name of the MS4 operator. The name of the MS4 operator is generally the Town, City, County, Institute or Federal facility where the construction activity is located.

Item 8: Construction Activity Start and Completion Date Information.

Provide the estimated start date (month/day/year) of the construction activity. Provide the estimated completion date (month/day/year) of the construction activity.

Item 9: Construction Activity Area Information.

Provide the total area (to the nearest one-hundredth acre) of the development (i.e.., the total acreage of the larger common plan of development or sale). Include the total acreage of any off-site support activity to be covered under this general permit.

Provide the estimated area (to the nearest one-hundredth acre) to be disturbed by the construction activity. Include the estimated area of land disturbance that will occur at any off-site support activity to be covered under this general permit.

Item 10: Common Plan of Development or Sale Information.

Indicate if the area to be disturbed by the construction activity is part of a larger common plan of development or sale. Larger common plan of development or sale is defined as a contiguous area where separate and distinct construction may be taking place at different times on different schedules. Plan is broadly defined as any announcement or documentation, including a sign, public notice or hearing, sales pitch, advertisement, drawing, permit application, zoning request, etc., or physical demarcation such as boundary signs, lot stakes, or surveyor markings indicating that construction activities may occur.

Item 11: Stormwater Pollution Prevention Plan (SWPPP).

A Stormwater Pollution Prevention Plan (SWPPP) must be prepared in accordance with the requirements of the General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10) prior to submitting this Registration Statement. By signing this Registration Statement the operator is certifying that the SWPPP has been prepared.

Item 12: Certification.

A properly authorized individual associated with the operator identified in Item 1 of the Registration Statement is responsible for certifying and signing the Registration Statement. Please sign the Registration Statement in INK.

State statutes provide for severe penalties for submitting false information on the Registration Statement. State regulations require that the Registration Statement be signed as follows:

a. For a corporation: by a responsible corporate officer. For thepurpose of this part, a responsible corporate officer means:

(i) A president, secretary, treasurer, or vice-president of thecorporation in charge of a principal business function, or any otherperson who performs similar policy-making or decision-makingfunctions for the corporation, or

(ii) the manager of one or more manufacturing, production, oroperating facilities, provided the manager is authorized to makemanagement decisions that govern the operation of the regulatedfacility including having the explicit or implicit duty of making majorcapital investment recommendations, and initiating and directingother comprehensive measures to assure long-term compliancewith environmental laws and regulations; the manager can ensurethat the necessary systems are established or actions taken togather complete and accurate information for permit applicationrequirements; and where authority to sign documents has been

assigned or delegated to the manager in accordance with corporate procedures.

b. For a partnership or sole proprietorship: by a general partner orthe proprietor, respectively.

c. For a municipality, state, federal, or other public agency: by eithera principal executive officer or ranking elected official. For purposesof this part, a principal executive officer of a public agency includes:

(i) The chief executive officer of the agency, or

(ii) A senior executive officer having responsibility for the overalloperations of a principal geographic unit of the agency.

35

Page 136: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 5 Delegation of Authority

36

Page 137: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

STORMWATER POLLUTION PREVENTION PLAN (SWPPP)

Route 9 Traffic Calming Project

Town of Hillsboro, VA

In compliance with:

General VPDES Permit for Discharges of Stormwater from Construction Activities No. VAR10 (9VAC25-880-1, et. seq.)

DELEGATED AUTHORITY

Name: _________________________________

Title: _________________________________

Company: _________________________________

Phone #: _________________________________

I certify the individual or position named above has the delegated authority to sign inspection reports and/or amend or modify this SWPPP. “I certify under penalty of law that I have read and understand this document and that this document and all attachments were prepared in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations.”

OPERATOR (Same as Registration Statement) Signature: _____________________________ Date: ________________

Name: ___ ___ Title: __ _ Company: __ __

37

Page 138: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 6 Qualified Personnel

38

Page 139: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IDENTIFICATION OF QUALIFIED PERSONNEL In accordance with the General VPDES Permit for Discharges of Stormwater from Construction Activities, the individuals responsible for conducting on-site and off-site inspections must be identified. If the identified individual changes or additional individuals are given this responsibility after the preconstruction meeting occurs, the changes/additions must be noted below and submitted to the Loudoun County Site Inspector. Print Name: _____________________________________________ Company: _____________________________________________ Address: _____________________________________________ Phone #: _____________________________________________ Qualifications: Responsible Land Disturber # ________________

Certified ESC Inspector # ___________________ Certified SWM Inspector # ___________________ Licensed Professional (P.E., L.S., etc.)

Other: _________________________ Print Name: _____________________________________________ Company: _____________________________________________ Address: _____________________________________________ Phone #: _____________________________________________ Qualifications: Responsible Land Disturber # ________________

Certified ESC Inspector # ___________________ Certified SWM Inspector # ___________________ Licensed Professional (P.E., L.S., etc.)

Other: _________________________

39

Page 140: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Print Name: _____________________________________________ Company: _____________________________________________ Address: _____________________________________________ Phone #: _____________________________________________ Qualifications: Responsible Land Disturber # ________________

Certified ESC Inspector # ___________________ Certified SWM Inspector # ___________________ Licensed Professional (P.E., L.S., etc.)

Other: _________________________ Print Name: _____________________________________________ Company: _____________________________________________ Address: _____________________________________________ Phone #: _____________________________________________ Qualifications: Responsible Land Disturber # ________________

Certified ESC Inspector # ___________________ Certified SWM Inspector # ___________________ Licensed Professional (P.E., L.S., etc.)

Other: _________________________

40

Page 141: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 7 BMP Site Map

41

Page 142: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 8 Loudoun County Approved Plans

42

Page 143: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 9 Impaired Waters/TMDL Statement

43

Page 144: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Impaired Waters/TMDL Statement

This project is located within the lower stream segment of the North Fork Catoctin Creek Watershed. The lower stream segment has slightly more impairment to its aquatic life than the upstream site. The impairments are caused by extended no-flow conditions and the benthic community. Sediment is the most probable additional impairment in the lower segment although nutrients and organic matter maybe additional sources on the benthic community. Therefore, it is recommended that a TMDL be developed for sediment to address the aquatic life use impairment on the lower stream segment.

Discharges of stormwater from construction activities to surface waters identified as impaired in the 2016 § 305(b)/303(d) Water Quality Assessment Integrated Report or for which a TMDL wasteload allocation has been established and approved prior to the term of the general permit for sediment or a sediment-related parameter (i.e., total suspended solids or turbidity) or nutrients (i.e., nitrogen or phosphorus) are not eligible for coverage under the general permit unless the operator develops, implements, and maintains a SWPPP that minimizes the pollutants of concern and, when applicable, is consistent with the assumptions and requirements of the approved TMDL wasteload allocations.

In accordance with Part I.B.4 of the Permit, control measures shall be protective of water quality standards for impaired waters identified as having impairments for pollutants that may be discharged from the construction activity in the 2016 § 305(b)/303(d) Water Quality Assessment Integrated Report.

Stabilization requirements, inspection frequency, and application of nutrients for projects with impaired waters shall follow the guidelines set forth within Part I.B.4. Permanent or temporary soil stabilization shall be applied to denuded areas within seven days after final grade is reached on any portion of the site. Nutrients/fertilizers shall be applied in accordance with manufacturer's recommendations or an approved nutrient management plan and shall not be applied during rainfall events. Inspections must be conducted at least once every 4 business days or at least once every 5 business days and no later than 48 hours following a measurable storm event.

The project is located in Catoctin Creek watershed and North Fork Catoctin Creek was listed as impaired for Benthic-Macroinvertebrate Bioassessments in Virginia’s 2016 305(b)/303(d) Water Quality Assessment Integrated Report (VADEQ, 2016). The impaired segment is located within the Potomac River basin in the Town of Hillsboro and Loudoun County, Virginia.

Regular inspections must be performed by “qualified personnel” (Section 6). The name and contact information of the qualified personnel conducting inspections required by this general permit can be found in the Contractor Certification table (Section 11).

44

Page 145: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 10 Pollution Prevention Plan

45

Page 146: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Pollution Prevention Plan

The following Pollution Prevention Plan addresses potential pollution generating activities that may be reasonably be expected to affect the quality of stormwater discharges from construction and related support activities. Specific locations of potential pollutants can be found on the design plans or as referenced on the ESC sheets (Section 8) to be updated in the field. The person responsible for implementing the pollution prevention plan is the SWPPP Coordinator. All necessary personnel shall be familiar with practices involved in the prevention, stopping, containing, clean up, and reporting any potential pollutant.

a) Potential Pollutants – The table below addresses potential pollutants that may

be found on site.

Trade Material Chemical/Physical Description

Stormwater Pollutant

Pollution Prevention Practice

Fertilizer Hazardous Product Petroleum Products

Liquid or solid grains Liquids or solids Liquids

Nitrogen, phosphorous Paints, solvents, acids, additives, Diesel Fuel, Oil, Hydraulics fluids, Other petroleum Products.

Fertilizers shall be applied per manufacturer’s recommendations and not during rainfall events. All containers will be tightly sealed and stored when not required to use. Excess material will be properly disposed of according to manufacturers’ instructions or state or town regulations. Empty containers that may contain chemical residues shall be disposed of in accordance with state and town regulations. Chemical & petroleum products will not be mixed with one another unless recommended by the manufacturer. All on-site equipment will be checked for leaks and

46

Page 147: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Construction Waste

Solids

Package Material, scrap construction materials, Masonry products, pipes, plastics, concrete, and other trash or other building material.

receives regular preventive maintenance. All waste materials will be collected and stored in proper receptacle in accordance with all town and state solid waste management regulations. All trash and construction debris from the site will be deposited in dumpsters. The trash will be hauled to an appropriate waste disposal site Products, where possible, will be kept in their original containers with original manufacturer’s label. Wherever possible, all of a product will be used up before disposing of the container. Manufacturers’ recommendations for proper use and disposal will be followed.

b) Non-stormwater discharges – Water used to wash vehicles or equipment where soaps, solvents, or detergents have not been used and the wash water has been filtered, settled, or similarly treated prior to discharge; water used to control dust that has been filtered, settled, or similarly treated prior to discharge; pavement wash waters where spills or leaks of toxic or hazardous materials have not occurred (or where all spilled or leaked material had been removed prior to washing); where soaps, solvents, or detergents have not been used; and where the wash water has been filtered, settled, or similarly treated prior to discharge; foundation or footing drains where flows are not contaminated with process materials such as solvents; landscape irrigation; uncontaminated, excavation dewatering, including dewatering of trenches and excavations that have been filtered, settled, or similarly treated prior to discharge.

47

Page 148: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

c) Fuels and Oils – All onsite vehicles will be monitored for leaks and receive preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers which are clearly labeled.

d) Solid Waste – All solid waste materials will be collected and placed in closed dumpsters with lids.

e) Hazardous or toxic waste – All hazardous waste materials will be disposed of in the manner specified by the manufacturer and as required by town or state regulation.

f) Fertilizer/Nutrient Application – Nutrients shall be applied in accordance with manufacturer’s recommendations or an approved nutrient management plan and shall not be applied during rainfall events. All materials stored on-site will be stored in a neat, orderly manner in their appropriate containers. Material which have the potential for contaminating runoff during storm events will be stored in their appropriate watertight containers, stored under a canopy, tarpaulin, shrink wrapped or otherwise precluded from direct exposure to precipitation.

g) Paint, stucco, form release oils, and curing compounds – All hazardous waste materials will be disposed of in the manner specified by local or state regulation or by the manufacturer.

h) Concrete – Concrete trucks will only wash out or discharge surplus concrete or drum wash water at approval locations in accordance with state and town regulations. The discharge of wastewater from washout of concrete is prohibited. Direct wash water into a leak-proof container or leak-proof settling basin. The container or basin shall be designed so that no overflows can occur due to inadequate sizing or precipitation. Hardened concrete wastes shall be removed and disposed of in a manner consistent with the handling of other construction wastes.

i) Sanitary Waste – Portable sanitary units will be utilized at various locations along the project site. All sanitary waste will be collected from the portable units as required by the town and state regulation. Portable sanitary units should not be located in or adjacent to drop inlets and flowpaths.

j) Offsite Vehicle Tracking – Stabilized construction entrances will be provided with wash racks for vehicles to wash prior to leaving the site.

k) Equipment and Vehicle Washing – construction vehicle washing will only occur at approved locations in accordance with state and town regulations. Vehicle washing should only take place when soaps, solvents, or detergents have not been used. Tire washing may be necessary as part of the site’s construction entrance in order to minimize the transport of sediment by vehicular traffic onto a paved surface. If washing is necessary, provisions must be made to intercept the wash water and trap the sediment so it can be

48

Page 149: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

collected and stabilized. Wash water must be carried away from the construction entrance to an approved settling area to remove sediment.

l) Vehicle Fueling and maintenance – The contractor shall document thelocations of all vehicle fueling areas in the SWPPP once identified. If vehiclefueling will not be part of the project, a written statement indicating that “noon-site vehicle fueling will be part of this project” should be added on the planor included in the Records of SWPPP Amendments table (Section 12). Allon-site vehicles will be monitored for leaks and receive regular preventivemaintenance to reduce the chance of leakage.

m) Storage and handling of construction products – All material stored on-sitewill be stored in a neat, orderly manner in their appropriate containers. Allwaste materials will be collected and stored in a proper receptacle inaccordance with all town and state solid waste management regulations. Alltrash and construction debris from the site will be deposited in dumpsters.Manufacturers’ recommendations for proper use and disposal will befollowed.

Contractor will train employees per pollution prevention.

Spill Prevention and Response

Contractor will follow, at a minimum, the state, town and the manufacturers recommended method for spill cleanup. Any expected deviations from these procedures are provided below:

Manufacturers’ recommended method for spill cleanup will be clearly posted andsite personnel will be made aware of the procedures and the location of theinformation and cleanup supplies.

Materials and equipment necessary for spill cleanup will be kept in the materialstorage area onsite. Equipment and materials will include but not be limited tobrooms, dustpans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, andplastic and metal trash containers specifically for this purpose.

All spill will be cleaned up immediately after discovery. The sill area will be kept well ventilated and personnel will wear appropriate

protective clothing injury from contact with a hazardous substance. Spills of toxic or hazardous material will be reported to the appropriate state and

town government agency, regardless of the size. The spill prevention plan will be adjusted to include measures to prevent this type

of spill from reoccurring and how to clean up the spill if there is another one. Adescription of the spill, what caused it, and the cleanup measures will also beincluded.

Oil, sewage, industrial waste, chemical or other hazardous substance spills in excess of reportable quantities, in accordance with Part I.E of the Construction General Permit

49

Page 150: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

(Section 3), will be reported to the Department in accordance with Part III.G of the Permit as soon as the discharge is discovered, but no later than 24 hours. A reportable quantity of oil is defined as a discharge to the surface water that causes a sheen, discoloration, and/or an emulsion. Reports shall be made to the following:

DEQ Northern Regional Office Phone: (703) 583-3800 For reports outside normal working hours, leave a message.

Virginia Department of Emergency Management Emergency Operations Center (EOC) Phone: 1-(800) 468-8892

All oil or other chemical spills shall be cleaned up immediately upon discovery. Spills large enough to reach the storm sewers shall be reported to the National Response Center at 1-800-424-8802. In the event of a hazardous spill contact: Purcellville Public Safety Center, Purcellville Fire & Rescue Companies 2 & 14 via 911 for all emergencies or (540)338-5961 (Company 2) and (540)338-4706 (Company 14) for a non-emergency In the event of a non-hazardous spill contact: Loudoun County Department of Transportation and Capital Infrastructure 101 Blue Seal Drive Phone: (703) 737-8624

50

Page 151: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 11 Contractor Information Table

51

Page 152: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Contractor Certification

Contractors noted below have been trained in pollution prevention practices and are familiar with the procedures and information contained within this SWPPP.

Site:

SWPPP Measure Company Name Contact Name Business Address Phone Number

General

Contractor

General

Contractor

General

Contractor

E&S Controls

Portable Toilets

Trash Containers

Concrete

52

Page 153: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 12 Amendments, Modifications, and

Updates Table

53

Page 154: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Stormwater Pollution Prevention Plan Rte.9 – Pedestrian Safety and Traffic Calming Project Hillsboro, Virginia

Instructions:

• Create a log here of changes and updates to the SWPPP. You should include additions of new BMPs, replacement of failed BMPs, significant changes in the activities or their timing on the project, changes in personnel, changes in inspection and maintenance procedures, and updates to site maps, etc.

Records of SWPPP Amendments Date

Completed Problem Actions Taken Completed

By Signature

Please attach additional changes/updates if necessary.

54

Page 155: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 13 BMP Construction Inspection

Checklist

55

Page 156: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Statement of Omission of BMP Construction Inspection Checklists No BMP facilities are proposed as a part of the construction plan. Thus, no BMP construction inspection checklists for Bioretention, Wet Ponds, Extended Detention Ponds, Wet Swales, or Dry Swales are included with this SWPPP at this time. If a BMP is deemed necessary in the field and is added to the construction plan during operations, the Records of SWPPP Amendments table (Section 12) shall be updated and the appropriate blank BMP Construction Inspection Checklist shall be incorporated into this Section from the Loudoun County Department of Building and Development Technical and Procedural Newsletter dated June 16, 2017 (https://www.loudoun.gov/DocumentCenter/View/128068).

56

Page 157: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

SECTION 14 Site Inspection Reports with

Corrective Actions

57

Page 158: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Site Inspection Reports with Corrective Actions Statement Regular inspections of the construction site shall be performed by qualified personnel. The Permit operator is responsible for ensuring that qualified personnel conduct the inspections. Inspections shall include the review of all disturbed areas, structural and non-structural control measures, material storage areas, and vehicular access points. Inspections shall identify any maintenance needs and evaluate the effectiveness of controls in minimizing sediment and pollutant discharge. Receiving waters shall be inspected to ascertain whether control measures are effective in preventing significant impacts. Inspections shall include all the requirements found in Part II.F of the Construction General Permit (Section 3). Inspections shall be conducted at a frequency of at least once every four business days or at least once every five business days and no later than 48 hours following a measurable storm event. In the event a measurable storm event occurs when there are more than 48 hours between business days, the inspection shall be conducted on the next business day.

All control measures must be properly maintained in effective operating condition in accordance with good engineering practices and, where applicable, manufacturer specifications. If a site inspection required by Part II.F identifies a control measure that is not operating effectively, corrective action(s) shall be completed as soon as practicable, but no later than seven days after discovery or a longer period as established by the Town, to maintain the continued effectiveness of the control measures. If control measures need to be modified to assure effectiveness or if additional measures are determined to be necessary, implementation shall be completed prior to the next anticipated measurable storm event or as soon as practicable, but no later than seven days after discovery or a longer period as established by the Town. A report summarizing the inspections and the subsequent maintenance activities shall be completed and maintained within this Section as part of the SWPPP. A blank copy of the inspection form and the Records of Corrective Actions Log are included at the back of this Section. If an inspection does not identify any incidents of non-compliance, the inspection report shall contain a certification that the construction activity is in compliance with the SWPPP and the permit.

58

Page 159: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

C-107 – PART I(v. 08/15/17)

Sheet 1 of 5

CONSTRUCTION RUNOFF CONTROL INSPECTION FORM (CRCIF) C-107 CONTRACTOR INSPECTION SHEET

Project Name/ID UPC

Contractor

Inspection Date

Type of Inspection: (Check Appropriate Block)

(1) Schedule 1: (5 Business Days and within 48 hours following a measurable storm event)After Measurable Storm Event Estimated Total Rainfall of Storm Event - inches (2) Schedule 2: (Monday and Thursday/ 4 Business Days)(3) Monthly Schedule(4) Other Describe:

Weather Conditions (At Time of Inspection) (Check All Appropriate) Clear Sunny Partly Cloudy Cloudy Cold Cool Mild Hot

Is there any discharge occurring from construction site at time of inspection? Yes No

If yes, is discharge compliant with the Erosion and Sediment Control Regulation and VPDES Construction Permit Requirements? Yes No

If no, describe conditions of discharge:

ITEM # ESC INSPECTION QUESTIONS N/A1 YES2 NO3

1 Have stabilization activities been initiated on all disturbed areas that have reached final grade or that will remain dormant for more than 14 days?

2 Have stabilization activities been completed within 7 days of initiation?

3 Have disposal/borrow and soil stockpiles areas been stabilized and/or protected with sediment trapping measures?

4 Have perimeter controls been constructed as a first step prior to initiation of land disturbing activities (including clearing or grubbing)?

5 Are perimeter and other erosion and sediment control structures and systems being maintained, inspected and repaired, as necessary, to ensure functionality?

6 Have all land-disturbing activities occurred within the approved ESC plan area?

7 Have earthen structures, such as dams, dikes, and diversions, been immediately stabilized upon installation?

8 Have sediment basins and traps been constructed according to plans, specifications, and/or standards?

9 Are all cut and fill slopes at final grade adequately stabilized?

10 Is concentrated water flowing through adequate slope drains, flumes, or other non-erodible conveyances on cut or fill slopes?

11 Is stormwater runoff containing sediment or turbidity being properly treated prior to discharge?

12 Where water seeps from slope faces, has adequate drainage or erosion protection been provided?

13 Do all operational storm sewer and culvert inlets have inlet protection in accordance with plans, specifications, and/or standards?

14 Are constructed stormwater conveyance channels and ditches stabilized with appropriate channel lining and/or outlet protection?

15 Is in-stream construction being conducted using measures to minimize channel impacts?

16 Are temporary stream crossings of non-erodible material installed at locations where construction equipment must cross?

17 Are all water quality permit requirements being adhered to?

18 Is re-stabilization of in-stream construction areas complete before leaving the site?

19 Are utility trenches stabilized properly according to the specifications?

20 Is effluent from dewatering operations being filtered (including in-stream structure dewatering)?

21 Are construction entrances installed at appropriate locations and being maintained properly?

59

Page 160: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

C-107 – PART I (v. 08/15/17)

Sheet 2 of 5

ITEM # ESC INSPECTION QUESTIONS (CONTINUED) N/A1 YES2 NO3

22 Is any sediment tracking on public roadways cleaned-up at the end of each work day?

23 Have all temporary ESC measures that are no longer needed been removed and have all such areas been re-graded, as necessary, and stabilized?

24 Are properties and waterways adjacent to the project site being adequately protected from accidental land disturbance, potential pollutant discharge, erosion, flooding, and sedimentation from the project site?

25 Are all discharges from the construction site allowable under the VPDES construction permit?

26 Are all ESC deficiencies from previous reports being addressed within allowable/established time frames?

27 Is the location of the on-site rain gage identified on the record set of plans or in other appropriate SWPPP documents?

28 Is the data from the daily observations of the rain gage being documented and included in the SWPPP in accordance with the Specifications and/or the SWPPP General Information Sheet?

ITEM # POLLUTION PREVENTION (P2) INSPECTION QUESTIONS N/A1 YES2 NO3

29 Have all potential pollutant generating activities present on the site been identified in the SWPPP and addressed with an approved Pollution Prevention Plan?

30 Is the person or contractor responsible for implementing and maintaining the pollution prevention practices for each potential pollutant generating support activity identified in the approved Pollution Prevention Plan?

31 Has pollution prevention awareness been provided to appropriate personnel?

32 Are chemicals being properly stored (e.g., under cover or within secondary containment) and handled?

33 Are storage containers labeled to describe contents?

34 Are construction products, materials, and wastes being properly stored, handled, and disposed of?

35 Is the site absent of loose or uncontrolled trash and debris?

36 Is the site absent of spills, leaks, or stains (e.g., from hydraulic hoses, vehicle/equipment maintenance and fueling operations, etc.)?

37 Are chemicals, soaps, solvents, and wash water from construction materials (e.g., from release oils and curing compounds from hand tools) prevented from leaving the site?

38 Is vehicle wash water free of soaps/detergents and properly treated before leaving the site?

39 Is concrete wash-out being directed into a properly installed leak-proof container or leak-proof settling basin?

40 Are concrete wash-out areas being properly maintained and utilized?

41 Are all other unauthorized non-stormwater discharges prevented from leaving the site (including untreated dust control water)?

42 Are all P2 deficiencies from previous reports being addressed within allowable/established time frames?

ITEM # SWPPP UPDATE AND MODIFICATION QUESTIONS N/A1 YES2 NO3

43 Is the SWPPP being modified, amended and updated in accordance with the specifications and/or the SWPPP General Information Sheet?

44 Is a record set of plans being maintained and updated to document SWPPP changes?

45 Are modifications, amendments or updates to the SWPPP being signed by the contractor and VDOT? 1 – N/A: Not Applicable 2 – YES: All related contract items, requirements, plans, specifications, standards, and permits pertaining to this question are being satisfied 3 – NO: See Note 1 on Sheet 4

I certify under penalty of law that I have read and understand this document and that this document and all attachments were prepared in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations

Certified CONTRACTOR: See Note 2 on Sheet 4

Name Signature ESCCC Certification Number Date

Certified Inspector: See Note 3 on Sheet 4

Name Signature DEQ Certification Number Date

Provide copies to 1.) the Contractor, 2.) the VDOT Project Records

60

Page 161: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

C-107 – PART I (v. 08/15/17)

Sheet 3 of 5

CONSTRUCTION RUNOFF CONTROL INSPECTION FORM (CRCIF) C-107 DEFICIENCY DESCRIPTION SHEET

Project Name/ID UPC

Contractor

Inspection Date

ITEM # STATION DESCRIPTION OF PROBLEM, LOCATION,

AND RECOMMENDED CORRECTIVE ACTION (SEE NOTE 5)

DATE TO BE CORRECTED

BY

DATE CORRECTIVE

ACTION COMPLETED

61

Page 162: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

C-107 – PART I (v. 08/15/17)

Sheet 4 of 5

CONSTRUCTION RUNOFF CONTROL INSPECTION FORM (CRCIF) C-107 NOTES AND ACRONYMS SHEET

NOTES 1. If any “No” boxes are checked on the “Inspection Questions List” on Part I or if any other deficiencies of a contract specification plan item or

SWPPP requirement is noted, the C-107 Deficiency Description Sheet is to be used to document the specifics of the deficiency. The description of the deficiency must contain (1) the permit condition deficiency, if applicable, (2) a description of the deficiency, (3) a corrective action deadline (should be as soon as practical and prior to the next anticipated measurable storm event but no later than seven days after the date of the site inspection that identified the deficiency) and (4) a recommended solution or approach. If this is a follow-up inspection, previous deficiencies that have been corrected must be documented as such. Date of when previous deficiencies have been corrected must be completed. If conformity to specifications and plans is being achieved but the site conditions indicate that plan or specification adjustments may be needed to address environmental concerns, such conditions should be immediately referred to the designated Responsible Land Disturber (RLD) for resolution. SWPPP shall be updated no later than seven days following any modifications to its implementation.

2. The Part I inspection and report is to be completed in accordance with the inspection schedule in the most recent Supplement to the VDOT R&B specifications. Inspection to be conducted and report signed and submitted by a Contractor employee (Certified Contractor) who is certified through the VDOT Erosion and Sediment Control Contractor Certification (ESCCC) Program.

3. The Part I report is to be accepted, confirmed, certified and signed by a VDOT employee or a consultant inspector working directly for VDOT on a CEI services contract (Certified Inspector) who is certified through DEQ’s Erosion and Sediment Control Certification program and who is knowledgeable in the area of pollution prevention practices at construction sites. Confirmation shall be in the form of a joint inspection with the Certified Contractor or an independent inspection by Certified Inspector. For Design-Build Projects the QAM or QAI is responsible for signing as the Certified Inspector.

4. All original completed C-107 Forms are to be maintained with the other SWPPP documents for the land disturbing activity. Copies of this report are to be provided to the Contractor and the VDOT Project Inspector to keep in the project records.

5. For Part I, non-compliant, non-compliance, or deficient is defined as documented evidence of (1) off-site damage in the form of sedimentation, unauthorized dewatering or pollutant discharge, erosion, flooding, encroachment outside of the project/permit limits, or a permit condition deficiency, (2) on-site damage in the form of significant erosion, flooding, sedimentation or uncontrolled pollution discharge, or (3) a previous deficiency that has not been corrected within the specified timeframe.

6. For the purposes of this document, a day is a calendar day unless otherwise stated. ACRONYMS ACE Area Construction Engineer CEI Construction, Engineering and Inspection CRCIF Construction Runoff Control Inspection Form DEQ Virginia Department of Environmental Quality ESC Erosion and Sediment Control ESCCC Erosion and Sediment Control Contractor Certification MS Minimum Standard P2 Pollution Prevention R&B Road & Bridge RLD Responsible Land Disturber SWM Stormwater Management SWPPP Stormwater Pollution Prevention Plan VAC Virginia Administrative Code VDOT Virginia Department of Transportation VESCR Virginia Erosion and Sediment Control Regulations VPDES Virginia Pollutant Discharge Elimination System VSMP Virginia Stormwater Management Program

62

Page 163: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

C-107 – PART I (v. 08/15/17)

Sheet 5 of 5

CONSTRUCTION RUNOFF CONTROL INSPECTION FORM (CRCIF) C-107 CHAIN OF DOCUMENTED COMMUNICATION*

NOTES * This process does not address work order or claim procedures which should be considered separately. ** Certified Contractor means contractor employee certified through the VDOT Erosion and Sediment Control Contractor Certification (ESCCC) Program. *** Certified Inspector VDOT employee or a consultant inspector working directly for VDOT on a CEI services contract who is certified through DEQ’s Erosion and Sediment Control Certification program and who is knowledgeable in the area of pollution prevention practices at construction sites. Confirmation shall be in the form of a joint inspection with the Certified Contractor or an independent inspection by Certified Inspector. For Design-Build Projects the QAM or QAI is responsible for signing as the Certified Inspector. **** See Note 3 on Sheet 4. ***** Refers to one inspection event.

Submits CRCIF to Certified Inspector

Certified Contractor**

(1) Requires Contractor to Re-Inspect

(2) Conducts Joint Inspection with

Contractor

(3) Add Comments, Changes, etc. and

Initials

Reviews & Confirms

CRCIF ****

1) Contractor and Inspector discuss 2) Contractor may add comments/appeals on CRCIF

(must initial) 3) Inspector adds Corrective Action Date

Contractor Correct

Deficiencies

Deficiencies Remain Uncorrected Inspector shall pursue

1) Project suspension in-part or whole

2) Remedy deficiencies by state forces and deduct costs from contractor

3) Other contract penalties

FINISH*****

Certified Inspector***

Documents Deficiencies and/or

Compliance on CRCIF

Inspects Project at Prescribed Frequency

Both Contractor and Inspector 1) Sign CRCIF 2) Maintain original document with other SWPPP

documents

Option 1

LEGEND

Option 3

Inspector Disagrees

Inspector Agrees & Adds Corrective

Action Date

Authorized Representative Action

Decision

Joint Action

Contractor Path

Inspector Path

Joint Path

Option 2

63

Page 164: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Stormwater Pollution Prevention Plan Rte.9 – Pedestrian Safety and Traffic Calming Project Hillsboro, Virginia

Instructions:

• Create here a corrective action log. This log should describe repair,replacement, and maintenance of BMPs undertaken based on the inspectionsand maintenance procedures described above. Actions related to the findingsof inspections should reference the specific inspection report.

• This log should describe actions taken, date completed, and note the personthat completed the work.

Records of Corrective Actions Log

Date Completed Actions Taken Completed By

Please attach additional Corrective actions if necessary.

64

Page 165: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
ben.lineberry
Text Box
ATTACHMENT 10 Loudoun County Grading Permit
Page 166: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 167: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 168: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
tom.brown
Text Box
Page 169: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Grading Permit No. _____________________________________(Assigned by County Staff)

LOUDOUN COUNTY GRADING PERMIT APPLICATION

EXPIRATION: I hereby understand that Grading Permit “approval” expires in six (6) months from the date of approval if the collateral (surety, letter of credit or cash) has not been submitted and approved for this project. Once a permit is issued, the duration of the permit shall be in effect for no longer than three (3) three years after the date of issuance. (Codified Ordinances of Loudoun County, Chapter 1220.06(k) Erosion Control)

RIGHT OF ENTRY: I hereby grant designated officials of Loudoun County the right to enter my property for the purpose of inspection or monitoring for compliance with the approved erosion and sediment control plan on the above referenced project.

PLAN IMPLEMENTATIONS: I certify that I fully understand and will comply with all Loudoun County Erosion and Sediment Control Program requirements and the Virginia Erosion and Sediment Control Laws. I will carry out the erosion and sediment control plan on the above referenced project as approved by Loudoun County. I will keep a copy of the most current Virginia Erosion and Sediment Control Handbook (Third Edition 1992) or field manual and one set of the approved Erosion Control Plan on the referenced site at all times. __________________________ _________________________ _______________ Printed Name and Title of Applicant Signature of Applicant Date __________________________ _________________________ _______________ Printed Name and Title of Owner Signature of Owner Date __________________________ _________________________ _______________ Printed Name and Title of Owner Signature of Owner Date

For County Office Use Only – Applicant does not fill out Director of Building & Development: Date: Note: If there is more than one property owner, please provide an additional addendum sheet with all the appropriate owner signatures, or the application will not be valid. If the applicant is signing on behalf of the owner/owners, you must provide authorization.

Updated October 31, 2011

Page 170: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 171: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Page 6

Note: (T

he B

ond E

stimate S

heet in

EX

CE

L F

ormat can

be fou

nd in

the “E

rosion and S

edim

ent Con

trol Docum

ents” F

older )

C

OU

NT

Y O

F L

OU

DO

UN

E

RO

SIO

N A

ND

SE

DIM

EN

T C

ON

TR

OL

B

ON

D E

ST

IMA

TE

AN

D B

ON

D R

ED

UC

TIO

N F

OR

M

PR

OJE

CT

NA

ME

:______________________________________ P

RO

JEC

T N

UM

BE

R: C

PA

P/S

TP

L _______________________________

PR

EP

AR

ED

BY

:________________________________________ F

IRM

:________________________ DA

TE

:____________________

BO

ND

ES

TIM

AT

E

RE

DU

CT

ION

ES

TIM

AT

E

ITE

M

UN

IT

UN

IT C

OS

T

QU

AN

TIT

Y

EX

TE

NS

ION

Q

UA

NT

ITY

E

XT

EN

SIO

N

% C

OM

PL

ET

E

CO

NS

TR

UC

TIO

N E

NT

RA

NC

E W

ITH

W

AS

H R

AC

K

EA

$2,290.00

E

A

$3,620.00

SIL

T F

EN

CE

L

F

$3.60

RE

INF

OR

CE

D S

ILT

FE

NC

E

LF

$12.00

D

IVE

RS

ION

DIK

E

LF

$3.60

T

RE

E P

RO

TE

CT

ION

L

F

$3.60

SE

DIM

EN

T T

RA

P

EA

$420.00

P

IPE

OU

TL

ET

TR

AP

E

A

$1,330.00

SED

IME

NT

BA

SIN

EA

$4,580.00

IN

LE

T P

RO

TE

CT

ION

E

A

$180.00

OU

TL

ET

PR

OT

EC

TIO

N

EA

$300.00

S

TO

NE

CH

EC

K D

AM

E

A

$300.00

RIP

RA

P C

LA

SS I

SY

$60.00

P

IPE

SL

OP

E D

RA

IN

LF

$7.80

U

TIL

ITY

ST

RE

AM

CR

OSS

ING

E

A

$1,810.00

TE

MP

OR

AR

Y S

EE

DIN

G IN

CL

UD

ES

S

TR

AW

MU

LC

H

AC

$1,810.00

PE

RM

AN

EN

T S

EE

DIN

G IN

CL

UD

ES

S

TR

AW

MU

LC

H

AC

$2,410.00

SO

IL S

TA

BIL

IZA

TIO

N M

AT

S

F

$1.20

LO

T A

SSE

SSM

EN

T F

OR

RU

RA

L

SU

BD

IVIS

ION

LO

TS

L

OT

$3,000.00

E

stimate of

Com

pleted

Work:

(Note: C

urren

t inflation factor for bond estim

ates is 4%)

TO

TA

L

$____________________________

+ 10%

CO

NT

ING

EN

CIE

S $____________________________

GR

AN

D T

OT

AL

$____________________________

+ IN

FL

AT

ION

FA

CT

OR

AT

4%

$____________________________

1st YE

AR

BO

ND

=G

RA

ND

TO

TA

L+

INF

LA

TIO

N F

AC

TO

R

$____________________________

Updated O

ctober 31, 2011

Page 172: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 173: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Page 8

Loudoun County, Virginia

www.loudoun.gov

Department of Building and Development 1 Harrison Street, S. E., P. O. Box 7000, Leesburg, VA 20177-7000 (703)777-0220 Fax Numbers: Permits (703)771-5522 – Engineering (703)737-8993 Zoning Administration (703)771-5215

TYPICAL NARRATIVE

FOR CONSTRUCTION OF SINGLE FAMILY RESIDENCE

IN RURAL ZONING DISTRICTS

Project Description: (Example) The purpose of this project is for the construction of single-family residences in the Loudoun County AR-1 & AR-2 (formerly A-3) Agricultural-Residential Districts. Single-family dwellings with driveways and septic fields are being planned for lots xx-xx, Section xx, of the xxxx Development in Loudoun County. The total disturbed area of all lots is xx acres. Erosion and Sediment Controls: Unless otherwise indicated, all vegetative and structural E/S practices shall be constructed and maintained according to the “Minimum Standards” and specifications of the Virginia Erosion and Sediment Control Handbook, Third Edition, 1992. The following measures shall be used on each property in accordance with the VESCH: Silt Fence: SF shall be placed adjacent to the down-slope perimeter of the disturbed area. Construction Entrance: CE shall be placed and maintained at the entrance of the property. Permanent Seeding: Appropriate seeding mixture shall be placed on the total disturbed area within 7 days of final grading to ensure proper stabilization of the disturbed soils. Diversion Dikes, Super Silt Fence, Sediment Traps, Inlet and Outlet Protection: These controls shall be used depending on such factors as disturbed area, drainage issues, critical areas such as proximity to floodplain or wetlands, or steep slopes. Mountainside Development Overlay District (MDOD): (If applicable) If a lot or portions of a lot are within the MDOD, then a locational clearance for all development and land disturbing activity on these lots is required and shall comply with Section 4-1600 of the 1993 Loudoun County Zoning Ordinance. Steep Slopes: (If applicable) If a lot contains Moderately Steep Slopes (15 – 25%) and Steep slopes (> 25 %), then a locational clearance for all development and land disturbing activity on these lots is required and shall comply with Section 5-1508 of the 1993 Loudoun County Zoning Ordinance. Notes: Final limits of clearing and grading will be determined when the houses are sited. The clearing of the lots is not to be conducted with the construction of other activities or infrastructure related to this plan. The Department of Building and Development shall be notified for a pre-construction meeting prior to the clearing of any lot.

Updated October 31, 2011

Page 174: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Page 9

Loudoun County, Virginia www.loudoun.gov

Department of Building and Development 1 Harrison Street, S. E., P. O. Box 7000, Leesburg, VA 20177-7000 (703)777-0220 Fax Numbers: Permits (703771-5522 – Engineering (703)737-8993 Zoning & Administration (703771-5215

Updated October 31, 2011

Page 175: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Page 10

Loudoun County, Virginia www.loudoun.gov

Department of Building and Development 1 Harrison Street, S. E., P. O. Box 7000, Leesburg, VA 20177-7000 (703)777-0220 FAX Numbers: Permits (703)771-5522 – Engineering (703)737-8993 Zoning & Administration (703)771-5215

STANDARDS AND SPECIFICATIONS FOR EROSION CONTROLS

Temporary Stone Construction Entrance, STD & SPEC 3.02: To reduce the amount of soil or mud being transported onto public roads. Install a stone pad located at points of ingress and egress, using VDOT #1 stone. Dimensions of construction entrance shall be a minimum of 12 feet wide by 70 feet length. A filter fabric liner shall be installed prior to the placement of the construction entrance aggregate as specified in State Minimum Standard # 17. Silt Fence, STD & SPEC 3.05: A temporary sediment barrier to control erosion in sheet flow and low flow channel situations. Silt fence consists of a synthetic filter fabric (usually black) entrenched 4” into the ground, stretched tight and attached to support posts spaced 6 feet apart. Temporary Diversion Dike (berm), STD & SPEC 3.09: A temporary ridge (1.5 ft. height by 4.5 ft. width) of compacted soil at the top or bottom of disturbed area, to divert off-site water away from or on-site water to a sediment pond. Berms must be seeded and mulched immediately. Temporary Sediment Trap, STD & SPEC 3.13: A temporary ponding area formed by an earth embankment with a stone outlet that filters the sediment from the runoff. To be used with drainage areas smaller than one acre. The outlet filter is placed at the low point of the pond and consists of Class #1 riprap faced with smaller stone (VDOT #3, #57 or #5). Rock Check Dams, STD & SPEC 3.20: Used in drainage areas of less than two acres to reduce the velocity of concentrated stormwater flows, thereby reducing erosion. Install a small stone dam across a swale or ditch, using a combination of larger stone (for stability) faced with smaller stone for filtering. Shape dam in a semi-circle with the center of the check dam at least six inches lower than the outer edges. Permanent or Temporary Seeding, STD & SPEC 3.31, 3.32: Soil stabilization shall be applied to areas that will be denuded and inactive for more than thirty days or within seven days after final grade is achieved. Areas to be permanently seeded are to use a certified seed. All seeded areas are to be straw mulched at the rate of two tons per acre.

Updated October 31, 2011

Page 176: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
tom.brown
Text Box
Page 177: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Page 12

Loudoun County, Virginia www.loudoun.gov

Department of Building and Development 1 Harrison Street, S. E., P. O. Box 7000, Leesburg, VA 20177-7000 (703)777-0220

Fax Numbers: Permits (703)771-5522 – Engineering (703)737-8993 Zoning and Administration (703)771-5215

SUPER SILT FENCE

Definition A temporary barrier of Geotextile Class F over 2-inch wire fabric mesh (chain link) used to control sediment-laden runoff from small drainage areas.

Purpose To reduce runoff velocity and allow the deposition of transported sediment to occur. Limits imposed by ultraviolet light stability of the fabric will dictate the maximum time period the silt fence may be used. 1) Super silt fence (SSF) provides a barrier that can collect and hold debris and soil, preventing the material

from entering critical areas, streams, streets, etc. 2) Super silt fence can be used where the installation of a dike would destroy sensitive areas, woods, wetlands,

etc. 3) Super silt fence should be placed as close to the contour as possible. No section of silt fence should exceed a

grade of 5% for more than 50 feet. 4) Super silt fence is not intended to replace primary controls such as sediment traps or sediment basins.

Design Criteria Length of the flow contributing to Super Silt Fence shall conform to the following limitations: Slope Slope Steepness Slope Length (Max.) Silt Fence Length (Max) 0-10% 0-10:1 Unlimited Unlimited 10-20% 10:1-5:1 200 feet 1,500 feet 20-33% 5:1-3:1 100 feet 1,000 feet 33 -50% 3:1- 2:1 100 feet 500 feet 50% + 2:1 + 50 feet 250 feet

Construction Specifications 1) Fencing shall be 42 inches in height and constructed in accordance with the latest Virginia Department of

Transportation Road and Bridge Standards for chain link fencing. 2) Chain link fence shall be securely fastened to the fence posts with wire ties or other suitable means. The

lower tension wire, brace and truss rods, drive anchors and post caps are not required except on the ends of the fence.

3) The silt fence fabric shall be securely fastened to the chain link fence with ties spaced every 24 inches at the top and mid-section.

4) The silt fence fabric shall be embedded a minimum of 8 inches into the ground. 5) When two sections of silt fence fabric adjoin each other, they shall be overlapped by 6 inches and folded. 6) Maintenance shall be performed as needed and silt build-up removed when the silt reaches one-half the

height of the fence. 7) The silt fence fabric shall meet the following requirements for Geotextile Class F:

Tensile strength 50 lb/in (min) ASTM Test Method D- 4595 Tensile Modulus 20 lb/in (min) ASTM Test Method D 4595 Flow Rate 0.3 gal/cu.ft. /min. (max) ASTM Test Method D- 5141 Filtering Efficiency 75 % (min) ASTM Test Method D-5141 References: VDOT Road and Bridge Standards Vol. I 1993 Maryland Department of Environment Water Management Administration US Department of Agriculture Soil Conservation Service

Updated October 31, 2011

Page 178: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Page 13

CHECKLIST FOR EROSION AND SEDIMENT CONTROL PLANS

_____ Minimum Standards – All applicable Minimum Standards as described in the Virginia Erosion

and Sediment Control Handbook, Third Edition, 1992, must be addressed. COMPONENTS of NARRATIVE: _____ Project Description – Briefly describes the nature and purpose of the land-disturbing activity,

and the area (acres) to be disturbed. _____ Existing site conditions – A description of the existing topography, vegetation and drainage. _____ Adjacent Areas – A description of neighboring areas such as streams, lakes, residential areas,

roads, etc., which might be affected by the land disturbance. _____ Off-site areas – Describe any off-site land-disturbing activities that will occur (including borrow

sites, waste or surplus areas, etc.). Will any other areas be disturbed? _____ Soils – A brief description of the soils on the site giving such information as soil name, mapping

unit, erodibility, permeability, depth, texture and soil structure. _____ Critical Areas – A description of areas on the site which have potentially serious erosion

problems (e.g., steep slopes, channels, wet weather/underground springs, etc.). _____ Erosion and sediment control measures – A description of the methods, which will be used to

control erosion and sedimentation on the site. Controls should meet the specifications in Chapter 3.

_____ Permanent Stabilization – A brief description, including specifications, of how the site will be

stabilized after construction is completed. _____ Stormwater runoff considerations – Will the development site cause an increase in peak runoff

rates? Will the increase in runoff cause flooding or channel degradation downstream? Describe the strategy to control stormwater runoff.

_____ Calculations – Detailed calculations for the design of temporary sediment basins, permanent

stormwater detention basins, diversions, channels, etc. Include calculations for pre- and post-development runoff.

_____ Vicinity map – A small map locating the site in relation to the surrounding area. Include any

landmarks, which might assist in locating the site. _____ Indicate north – The direction of north in relation to the site. _____ Limits of clearing and grading – Areas which are to be cleared and graded. _____ Existing contours – The existing contours of the site. _____ Final contours – Changes to the existing contours, including final drainage patterns. _____ Existing Vegetation- The existing tree lines, grassed areas, or unique vegetation described.

Updated October 31, 2011

Page 179: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

IRS Form W-9

Please refer to https://www.irs.gov/forms-pubs/about-form-w9 for Form W-9, Request for Taxpayer Identification Number and Certification.

• Form W-9

• Instructions for the Requester of Form W-9 (HTML)

Page 180: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Letter of Credit No. ______________________

15

[TO BE RETYPED ON BANK’S LETTERHEAD]

Irrevocable Letter of Credit No. _________________ Board of Supervisors County of Loudoun Leesburg, Virginia 20175 Attn: Building and Development – Bonds Management Erosion and Sediment Control Gentlemen: We,___[Name of Bank]_____, ___[Street Address]______________, ____[City]_______,

____[State]____ [Zip Code]____, this ______ day of ______________, 20 ___, hereby authorize you

to draw on us for the account of ___[Individual or Company Name]_____ (the “Developer”),

____[Street Address]_______, _____[City]____, ___[State]____[Zip Code]___, up to an aggregate

amount of U.S. Dollars ______________________________________ ($__________), such amount

not available except by your drafts at sight accompanied by certification of the Director of Building and

Development of Loudoun County, Virginia that the Developer failed to complete and maintain the

erosion control structures and procedures in accordance with the approved grading plans and

specifications submitted with the project known as _______[Name of Project]________________,

CPAP/STPL # ________________ (if applicable) and approved revisions thereof however such

revisions may be designated, or otherwise failed to perform in accordance with the Grading Permit

Application dated _______________, and submitted by _________[Name of Applicant]__________

to the Loudoun County Board of Supervisors.

We hereby further agree that:

(a) Drafts drawn under and in compliance with the terms of this Letter of Credit will be duly

honored if presented at our office on or before _____________________.

[NOTE TO BANK: THIS EXPIRATION DATE MUST BE AT LEAST EIGHTEEN (18) MONTHS AFTER THE EFFECTIVE DATE OF THIS LETTER OF CREDIT AND THE ADDRESS OF PRESENTATION MUST BE AN OFFICE OF THE BANK LOCATED WITHIN THE COMMONWEALTH OF VIRGINIA.] THIS INSTRUCTION NEED NOT BE INSERTED IN THE LOC.

(b) Funds available under this Letter of Credit may be drawn in such amounts and at such

times as determined by the Director of Building and Development, in his sole discretion, provided that

the amount drawn shall not exceed the aggregate amount specified herein.

(c) We shall have no right, duty, obligation, or responsibility to evaluate the performance or

nonperformance of the underlying contract or obligations between the Developer and the beneficiary of

this credit.

(d) It is a condition of this Letter of Credit that it will be automatically extended for an

additional period of six (6) months from the present or future expiration date hereof, unless ninety (90)

days prior to such date we will notify you, in writing by registered or certified mail or overnight

courier, that we elect not to renew this Letter of Credit for such additional period.

(e) The amount of any draft drawn hereunder must be endorsed on the reverse side hereof.

All drafts must be marked “Drawn under Irrevocable Letter of Credit No. _____________,

______[Individual or Company Name]___________.”

Page 181: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Letter of Credit No. ______________________

16

(f) Except as expressly provided herein, this Letter of Credit is governed by the laws of

Virginia and is subject to the Uniform Customs and Practice for Documentary Credits, 2007 Revision,

ICC Publication No. 600 (“UCP”). In the event of any conflict between Virginia law and the UCP,

Virginia law shall prevail. For choice of forum purposes only, this credit shall be deemed to be a

contract made under the laws of Virginia, and the parties expressly agree that the courts of the

Commonwealth of Virginia shall have exclusive jurisdiction to decide any questions arising hereunder.

Dated this ________day of ____________, 20__. CORPORATE SEAL ATTEST: _________________________________________ By: ______________________________________ STATE OF __________________________ COUNTY OF ________________________, to wit: I, the undersigned Notary Public, in and for the jurisdiction aforesaid, do hereby certify that ______________________________________ as ______________________________________ of __________________________________, whose name is signed to the foregoing, appeared before me and personally acknowledged the same in my jurisdiction aforesaid. GIVEN under my hand and seal this _______ day of ______________________, 20__. My Commission Expires: __________________________________ __________________________________ Notary Public Grading/LOC September 2002 Rev March 2008 Rev April 2014

Page 182: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 183: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 184: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 185: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 186: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 187: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 188: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 189: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
ben.lineberry
Text Box
ATTACHMENT 11 Electric, Telephone, and Communications Specifications
Page 190: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 1

CONDUIT SPECIFICATIONS

Section I – Material

1. The Contractor shall provide all material except items specifically supplied by the Dominion

and those previously agreed upon.

2. Conduit shall be PVC Schedule 40 or galvanized steel for direct burial applications and PVC Schedule 40 for concrete encasement. PVC schedule 40 conduit shall conform to NEMA TC-2 and NEMA TC-3 specifications. Galvanized steel should not be used for single phase primary cable.

3. Sweep ells shall have a minimum radius of six times the conduit diameter with the exception of two-inch conduit, which shall be twenty four inch minimum radius.

4. No use of any material other than that approved by Dominion will be allowed.

5. Dominion shall be notified, and reserves the right of approval, as to the type of conduits to be

installed by the Contractor.

Page 191: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 2

Section II – Trenching and Installation

1. The Contractor will assume sole responsibility for damage to any utility lines on or adjacent to

the proposed facilities. Also, all such utility lines are to be assumed in service.

Exploration to determine the location and depth of all existing underground facilities necessary

to establish the required depth and location of proposed Dominion facilities will be the

Contractor’s responsibility and at his expense. The Contractor will be responsible for calling

MISS UTILITY prior to any excavation.

a. Miss Utility in Virginia: 811

2. The Contractor is to perform all trenching and backfilling where noted by Dominion. This shall include, but not be limited to, removal of unsuitable backfill material and purchase and installation of select backfill material if suitable backfill material is unavailable in adjacent materials. Debris, such as rocks, pieces of wood, brush, and other similar materials shall not be backfilled into trenches. All trench lines are to be compacted and the customer shall correct any settlement of the backfill. Trench depth and level of conduits shall be in accordance with the requirements of the local jurisdiction or the National Electrical Safety Code, whichever is greater, but in any case, minimum cover from final grade to the top of the concrete encasement shall be 30”. Minimum cover for direct buried conduits shall be 24” from the final grade for secondary voltage applications (less than or equal to 600v) and 30” for primary voltage applications (greater than 600v).

3. All PVC conduits are to be joined with couplings and glued with PVC solvent type of cement.

4. Obstructions encountered in conduit construction that cannot be economically relocated shall be bypassed by splitting or offsetting the conduit line. When a concrete envelope is split, each portion shall be encased in concrete and the intervening space backfilled with compact select material. Approval of the Town is required to split the envelope. The divergence of the ducts

shall start a minimum of 8 feet before and after the obstruction.

Page 192: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 3

7. The inner surface of the conduit must be free of obstructions that may damage cable during installation. When construction of the conduit line is completed, all conduits shall be rodded with a mandrel having a diameter of ¼” (inch) less than bore diameter of the conduit, and be brushed with a stiff wire brush. All conduits are then to contain “polyolefin” 1,000 pounds stress pull lines or better, to accommodate the pulling of cable.

8. During construction, plugs should be installed at the end of each working day.

9. The ends of any conduit installed by the Contractor must be clearly marked to assist Dominion in locating the conduit.

Section III-Concrete Encasement

1. When specified by Contract concrete encasement shall have the following:

a. Minimum of 3000 psi concrete with a maximum ¾” (inch) aggregate.

b. Three inch envelope of concrete surrounding the conduit system.

c. Vibrated to eliminate voids.

2. All concrete encased conduit runs, (duct banks) regardless of the number of ducts, shall have

a minimum of 1 ½” (inch) horizontal and vertical spacing between ducts, except at the entrance

to manholes. The concrete envelope or encasement shall be a minimum of 3” (inch) thick.

IN entering manholes, ducts are to have a vertical and horizontal separation of not less than 2

½” (inch). Point of separation should begin a minimum of 8’ (feet) from the manhole wall.

3. Standard spacers, located at 5’ (feet) intervals shall be used in all conduit construction to

be concrete encased. Direct buried conduits require standard spacer installation if the

conduits installed are 4”, 6” or 8” and consist of six or more conduits.

4. The conduit or concrete envelope shall have a minimum of 12” (inch) separation from

all obstructions and existing utilities.

5. The duct bank configuration will normally be two (2) conduits wide and the required number

in depth. However, with Dominion's approval, the Contractor may configure the conduits more than two (2) wide to avoid obstructions. When entering a manhole, the duct bank configuration must be 2 conduits wide.

Section IV-Manholes

A standard detail form manholes is enclosed. This drawing is for 6” conduit but must be adjusted

based on conduit size. Bell ends are to be installed on conduit at the point where it enters a

vault or manhole. The bell ends shall be flush with the interior wall and the wall shall be

parged to provide a smooth transition. All excess concrete shall be removed. Manhole shall be

cleaned of all debris.

Page 193: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 4

2. All precast concrete manholes and splice boxes are to be set by the Contractor so the frame

and cover is flush with the final grade surface. A precise or field constructed collar is to be

installed between the frame and the top of the manhole. The minimum collar heights shall be

12 inches. This collar height is adjustable within the range given to compensate for the setting

depth of the manhole as installed. Dominion will make 30” frame and covers available at our

office for pickup and installation by the Contractor. Only Dominion provided manhole covers

are to be used on Dominion manholes.

3. A 6” to 8” bed of gravel is to be placed in the bottom of the excavation holes prior to setting the manholes. Smaller composite type splice boxes do not require a gravel bed.

4. Manhole grounding may be either:

a. Four (4) six-foot copper ground rods are to be installed in each manhole, one rod in each corner. Dominion shall supply the ground rods for the Contractor to install.

b. Counterpoise and/or Ufer grounding method is to be installed as required by

Dominion. Ufer method cannot be used if ductbank has steel reinforcement

included due to reaction of dissimilar metals.

Section V – Inspection

1. No concrete encasement of any duct bank will occur until Dominion has had the opportunity to

inspect the conduit run. The provision of a construction schedule as required the above items should allow for a smoothly progressing inspection process.

2. It is the Contractor's sole responsibility to notify Dominion at least seven (7) day prior to the beginning of duct bank construction. This lead time is required to insure the availability of inspection personnel. The notification to Dominion must be in writing with a brief construction schedule included. The name and telephone number of the individual supervising the work shall be included with the notification.

Section VI – Conduits Terminating in Building or Transformer

1. All conduits, including spares, terminating in an open or exterior area including at poles,

buildings or other structures shall be plugged to prevent entrance of foreign material.

2. Conduit in most cases shall be terminated on exterior of building walls using a 90 degree PVC

sweep elbow with a radius as described in Section I, paragraph 3. If the conduit extends through

the building wall for an indoor installation, it must be installed a minimum 24” below final grade.

Page 194: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 5

3. Insofar as practical, Dominion will install a seal intended to prevent the entrance of gas, on the external end of the conduit(s) entering buildings. The Contractor also is required to install

the water seal where he owns and installs the service lateral. Should the Contractor's

conduit and service lateral extend to Dominion's transformer, Dominion will install a seal

intended to prevent the entrance of gas, on the transformer end of the conduit(s) insofar as

practical.

4. Conduit to be provided within a building for Dominion's use shall be installed so that the entire installation meets the National Electric Code criteria for exterior wire. This type of installation requires special arrangements between the property owner, Dominion and the local authority having jurisdiction. Reference the latest edition of the National Electrical Code, Articles 230-6 and 450, part III for more information.

5. Transformer pad sizes and well dimensions vary greatly depending on the size of the transformer. Dominion will supply transformer pad drawings for proposed transformer installations.

Section VII – Contractor Responsibility

1. Subsequent to the notification outline in Section V, a pre-construction meeting will be held at the Company’s local office located at:

37098 Charles Town Pike

Hillsboro, Virginia 22032

3. Representatives from the general contractor and appropriate subcontractors are required to attend the meeting. Dominion's Construction Management Department representative will review the proposed construction schedule and discuss any construction practices and/or methods applicable to the project at hand. The undersigned Dominion representative

will coordinate and schedule this meeting.

Page 195: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 6

5. The Contractor will supply two copies of the as-built drawings showing the final locations of

the duct bank and manholes, or conduits as actually installed in the field.

6. Dominion will not consider the requirements of these specifications complete and in full compliance, until all cable has been installed, terminated and energized. It is the Contractor’s

sole responsibility to make repairs, corrections, or alterations to conduits not meeting

the requirements of this specification. The Contractor will be required to make repairs or

replace the manholes, conduit system or any part thereof, should they deteriorate within

one year after acceptance by Dominion.

Section VIII - Clearances

1. The sizes and location of pad mounted devices shown on drawings may not be to scale. In

addition, architectural plans may not be available during design of the duct system. Therefore,

the following clearances must be met for pad mounted devices:

a. A minimum of 10’ (feet) of clear flat ground must be maintained on the door ends of

pad mounted equipment. Doors are located on two ends of a pad mount switch.

b. A minimum of three feet must be maintained on the remaining two sides of a pad

mount device from another pad mounted device, wall or other obstruction.

c. A minimum clearance of five feet must be maintained between any pad mounted device

and a window or ventilating system.

d. A minimum of 20’ (feet) must be maintained between any pad mounted device and a

fire escape.

e. Transformers and other devices cannot be placed within 5’ (feet) of building air intake

systems.

Section IX – Miscellaneous

1. Pad mounted devices can be screened. Any screening must allow for and maintain required clearances. For example, gates may installed on the door end (or ends) of any device to allow Dominion personnel to safely operate it. Any screening must be submitted to Dominion for approval.

2. Pad mounted devices should not interfere with line of sight for vehicles at intersections or at driveway entrances.

Page 196: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 7

LETTER OF AGREEMENT

WR#:

We understand and agree with your requirements as submitted. All conduit work and inspection

coordination will comply fully with these specifications. It is further agreed that all appropriate

subcontractors have been made aware of Company requirements. Compliance by all parties is

guaranteed. Any questions arising during the construction phase will be brought to the Company

representative immediate attention.

Firm Name:______________________________________________________________________

Signature: _______________________________________________________________________

Print Name: ______________________________________________________________________

Date: ___________________________________________________________________________

Page 197: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 8

Page 198: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 9

PADMOUNT EQUIPMENT WORKING CLEARANCES

Page 199: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 10

PADMOUNT EQUIPMENT WORKING CLEARANCES

Page 200: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 11

PRECAST MANHOLE FOR UNDERGROUND CABLES I.D. 8’ X 16’ X 8’

Page 201: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 12

PRECAST MANHOLES FOR UNDERGROUND CABLE I.D. 6’ X 12’ X 7’

Page 202: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 13

PRECAST MANHOLES FOR UNDERGROUND CABLE I.D. 8’ X 16’ X 10’

Page 203: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 14

STANDARD 30 INCH MANHOLE FRAME COVER AND EXTENSION RING

Page 204: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 15

STANDARD DUCT FACE CONSTRUCTION

Page 205: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 16

STANDARD 6” DUCT FACE FORMATION IN MANHOLE

Page 206: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 17

STANDARD CONDUIT LINE FORMATION – 8” DUCT

Page 207: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 18

STANDARD CONDUIT LINE CONSTRUCTION

Page 208: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 19

Page 209: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 20

STANDARD CONDUIT SPACER

Page 210: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 21

POLYMER CONCRETE SPLICING BOX (SMALL)

Page 211: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 22

POLYMER CONCRETE SPLICING BOX (LARGE)

Page 212: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 23

CONDUIT ENTRY FOR LARGE POLYMER CONCRETE SPLICING BOX

Page 213: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 24

UFER GROUNDING

Page 214: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 25

COUNTERPOISE GROUNDING

Page 215: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic CalmingTown of Hillsboro, VA

Utility Installation Responsibility Matrix

MaterialDominion

EnergyVerizon Contractor

Town of Hillsboro

Pick Up Location Lead Time for

Pick Up/Delivery

Dominion Main Duct Bank Conduits Supply &

Install

Dominion Electrical Manholes & RisersSupply &

Install

Dominion Electrical SwitchesSupply &

InstallDominion Electical Splice Boxes for Distribution System Supply

Pick up & Install

Leesburg Local Office

4 Week Advanced Notification

Dominion Electrical Pedestals SupplyPick up &

InstallLeesburg Local

Office4 Week Advanced

Notification

Dominion Manhole Frame & Covers SupplyPick up &

InstallLeesburg Local

Office4 Week Advanced

Notification

Dominion Manhole Ground Rods SupplyPick up &

InstallLeesburg Local

Office4 Week Advanced

Notification

Stone for Dominion Transformer FoundationsSupply &

Install

UFER Grounding for Dominion ManholesSupply &

Install

Dominion Electrical TransformersSupply &

InstallDominion Electrical Cables for Distribution System

Supply & Install

Page 216: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic CalmingTown of Hillsboro, VA

Utility Installation Responsibility Matrix

MaterialDominion

EnergyVerizon Contractor

Town of Hillsboro

Pick Up Location Lead Time for

Pick Up/Delivery

Electrical Splice Boxes for Lighting SystemSupply &

Install

Electrical Cables for Lighting SystemSupply &

Install

Roadway Lighting PolesSupply &

Install

SE-6 Cabinet for Roadway LightingSupply &

Install

Meter Panel for SE-6 Cabinet SupplyPick up &

InstallLeesburg Local

Office4 Week Advanced

Notification

Conduits for Lighting SystemSupply &

Install

Verizon Main Duct Bank Conduits Supply &

Install

Verizon Telephone Service 1.5" Conduits Supply InstallWill be Delivered

to the jobsite4 Weeks Advanced

NotificationVerizon Telephone Cables (All Copper and FiberOptic) Supply & Install

Verizon Telephone Hand Holes Supply InstallWill be Delivered

to the jobsite4 Week Advanced

Notification

Verizon Telephone Pedestals Supply & InstallWill be Delivered

to the jobsite4 Week Advanced

Notification

Page 217: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic CalmingTown of Hillsboro, VA

Utility Installation Responsibility Matrix

MaterialDominion

EnergyVerizon Contractor

Town of Hillsboro

Pick Up Location Lead Time for

Pick Up/Delivery

Concrete for Duct BankSupply &

Install

RFID Markers Install SupplyWill Be Delivered

to the job site3 Day Advanced

Notification

All Conduit SpacersSupply &

Install

Conduits for Town Fiber Optic SystemSupply &

Install

Fiber Optic Splice Boxes for Town SystemSupply &

Install

Traffic Controls for All Utility WorkSupply &

Install

Supply The responsible party shall furnish that particular item to the ContractorSupply & Install The responsible party shall furnish and install that particular item on the project

Pick up & InstallThe responsible party shall pick up the item from the Utility Company and Install the item on the project project

Page 218: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

MEASUREMENT & PAYMENT

ELECTRICAL, TELEPHONE, COMMUNICATION, AND LIGHTING

Section X - Measurement & Payment General The Utility Matrix shall determine the responsibility of each party (Town, Dominion, Verizon, and Contractor) for the items of work listed in this special provision and on the plans. REGULAR EXCAVATION - ELECTRIC, TELEPHONE, COMMUNICATIONS, LIGHTING - shall be measured and paid in CY and shall include all necessary equipment, labor, and materials to excavate the roadway to the required grades for the conduits and manholes for the electric, telephone, communications, and lighting systems. CONCRETE CLASS A3 - ELECTRIC - shall be measured and paid in CY of concrete for the concrete encasement of the conduits. CONDUIT - shall be measured and paid in LF for each appropriate size and type and shall include any necessary conduit, fittings, bends, cleaner, adhesive, spacers/forms required to hold the conduit in the proper location and any other incidentals required by the appropriate Utility company. The required pull tape shall be installed in all conduit and shall be considered incidental. MANHOLES - shall be measured and paid in each installed and shall include all labor, equipment, and materials, including risers necessary to install the manholes per the Utility company's requirements. MANHOLE FRAME & COVERS - ELECTRIC (PICKUP & INSTALL) - The manhole frame & covers shall be provided by Dominion Energy and shall be picked up by the Contractor at the location identified in the matrix. The measurement and payment shall be for the complete installation of the frame and cover including any labor, equipment, and materials necessary making the installation acceptable to the Utility company. MANHOLE GROUND RODS - ELECTRIC (PICKUP & INSTALL) - The ground roads shall be provided by Dominion Energy and shall be picked up by the Contractor at the location identified in the matrix. The measurement and payment shall be for the complete installation of the rods including any labor, equipment, and materials necessary making the installation acceptable to the Utility company. TRANSFORMER FOUNDATIONS AND BASE STONE - ELECTRIC - shall be measured and paid as each complete in place, including any necessary excavation, stone, fill material, or other materials necessary for the transformer foundation to be complete in place ready for the setting of the transformer by the Utility Company. PEDESTAL - ELECTRIC (PICKUP & INSTALL) - The pedestals shall be provided by Dominion Energy and shall be picked up by the Contractor at the location identified in the matrix. The measurement and payment shall be for the complete installation of the pedestals including any necessary excavation, stone, fill materials, or labor, equipment, or any other materials necessary making the installation acceptable to the Utility company. SPLICE BOX - ELECTRIC (PICKUP & INSTALL) - The splice boxes shall be provided by Dominion

Page 219: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2

Energy and shall be picked up by the Contractor at the location identified in the matrix. The measurement and payment shall be for the complete installation of the splice boxes including any necessary excavation, stone, fill materials, or labor, equipment, or any other materials necessary making the installation acceptable to the Utility company. UFER GROUNDING - ELECTRIC - shall be measured and paid as each for a complete grounding in place and acceptable to the Utility Company. 1.5" CONDUIT - TELEPHONE (INSTALL ONLY) - The conduit shall be provided by Verizon with the Contractor providing the necessary installation of the conduit including any necessary spacers and forms required to hold the conduit in the proper location. PROPOSED 2'x3' VERIZON HANDHOLE – TELEPHONE (INSTALL ONLY) - The handhole shall be provided by Verizon with the installation completed by the Contractor. All necessary excavation, stone, fill material, and any other material necessary to properly install the handhole shall be considered incidental. 2'X3' HANDHOLE - TOWN COMMUNICATIONS - The handhole shall be provided and installed complete by the Contractor. All necessary excavation, stone, fill material, and any other material necessary to properly install the handhole shall be considered incidental. 6 CONDUCTOR CABLE – LIGHTING – The cable shall be measured in LF complete in place, including all necessary splices, connections, and testing required to provide acceptable wiring to the Utility Company and Town. 4" METAL CONDUIT – LIGHTING – shall be measured and paid per VDOT’s standard specifications section 700. 2" PVC CONDUIT – LIGHTING - shall be measured and paid per VDOT’s standard specifications section 700. DVP DECORATIVE ROUND TAPERED FLUTED COMPOSITE POLE - 12 FEET – shall be measured as each and shall be complete in place and operational as a street light pole. DVP DECORATIVE POLE FOUNDATION – shall be measured as each for a complete foundation with the necessary conduit in proper location and height and proper anchor bolts as detailed on the plans and required by the pole fabricator. ELECTRICAL SERVICE SE-6 – LIGHTING - shall be measured and paid per VDOT’s standard specifications section 700. JUNCTION BOX JB-S1 – LIGHTING - shall be measured and paid per VDOT’s standard specifications section 700. JUNCTION BOX JB-S3 – LIGHTING - shall be measured and paid per VDOT’s standard specifications section 700.

Page 220: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
ben.lineberry
Text Box
FOR INFORMATION ONLY
Page 221: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 222: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the
Page 223: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

DOMINION CONDUIT SPECIFICATIONS

© 2013 Dominion Page 24

UFER GROUNDING

Page 224: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

1000-1

SPECIAL PROVISIONS SECTION 1000

SPECIAL PROVISIONS

PART 1 – GENERAL 1.1 DESCRIPTION

A. Furnish all labor, new materials, tools, equipment, supplies and services for all work as indicated, in accordance with the special provisions attached.

B. The Work shall be complete, and all work, materials, and services not expressly called for in the Specifications which may be necessary for complete and proper construction to carry out the Contract in good faith, shall be performed, furnished, and installed by the Contractor at no additional cost to the Town. Qualified, careful and experienced workers shall execute the Work in the best and most workmanlike manner.

1.2 SUMMARY OF WORK A. The attached special provisions detail the work that is not expressly detailed in or is modified

from the standard specifications for the Virginia Department of Transportation or Loudoun Water. The special provisions are intended to provide sufficient information on the requirements of the specific portion of work completed in place and operational, as appropriate.

Section 1010 As-built Drawings Section 1020 CPM Progress Schedule for Category III Projects Section 1030 Vibration Monitoring Section 2100 Water & Sewer Utility Submittals Section 2110 Basic Mechanical Requirements for Water & Sewer Section 2120 Ductile Iron Pipe Section 2130 Low Pressure Sanitary Sewer Force Main Section 244 Roadside Development Section 3310 Exposed Aggregate Concrete Section 3320 Granite Curbing Section 3330 Stone and Concrete Masonry Section 504 Sidewalk, Steps, and Handrails (Concrete, Cobblestones, Granite Pavers, and Granite Treads) Section 5040 Pipe Railing Section 5050 Shelter Structure Section 5060 Site Furnishings Section 5070 Stone Bollards Section 5080 Exterior Signage Section 510 Salvage Stone Section 512 Portable Traffic Signal Equipment Section 705 Luminaires

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

Page 225: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

1010-1

SPECIAL PROVISIONS SECTION 1010

AS BUILT DRAWINGS

A. GENERAL - During the entire construction period, the Contractor shall maintain one complete record set of Contract Drawings on which he shall annotate daily all deviations, field changes, changes accomplished by Change Order, as constructed depths of footings and structural elements, horizontal and vertical locations of underground electrical and utility facilities referenced to survey data and temporary construction left in place (if permitted). The Contractor shall make this annotated record set of Contract Drawings available for review every month at the time of submission of payment estimate. Should the As-Builts not be to the satisfaction of the Engineer each month, the monthly estimate may be delayed until the drawings are brought into compliance.

The following information is a partial listing of requirements for this submission:

1. All storm sewer, sanitary sewer, manhole, inlet structures, and fire hydrants, showing pipe sizes, lengths, top and invert elevations and percent slope of pipe.

2. Deed book and page number of any dedication and all easements. 3. Certification by the engineer or surveyor indicating that the As- Builts represent the actual

conditions on the site, and bearing his signature and Virginia registration number. 4. Any other pertinent information as determined by the Owner or Engineer. 5. Field changes of dimension and detail. 6. Changes made by change order or field order. 7. Specifications and Addenda: Mark legibly by hand or type on each section to record

changes made by change order, field order, substitution or any other changes.

The Engineer will furnish to the Contractor electronic files of the Contract Drawings for reproduction. The Contractor shall make permanent modifications to the reproducible set by adding the revisions from the annotated record set. The completed As-Built drawings shall be certified by an officer of the Contractor using a stamp as follows:

AS BUILT

(Date)

I certify that this drawing accurately depicts the Work as constructed. (An Officer of the Contractor’s Company)

Signature Title

CONTRACTOR’S NAME

When the Contract is completed and the revisions have all been digitally transcribed to the reproducible set, the Contractor shall copy the electronic files on a CD ROM. The Contractor shall then prepare and deliver to the Engineer 2 CD ROM copies of the electronic files of the final As-Built drawings, the modified reproducible set, five (5) bound half-size sets on bond paper prepared by a licensed Land Surveyor or licensed Professional Engineer. All As-Built drawings shall be submitted in Microstation, AutoCAD and PDF formats.

B. WATER and SEWER WORK - The Contractor shall submit As-Built drawings for water work in

accordance with the requirements from the Loudoun Water Specifications or at a minimum the drawings for the water utility work as detailed above, whichever is more stringent.

Page 226: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1010-2

C. UNDERGROUND UTILITIES – All underground utilities installed as part of this Contract shall be surveyed by a Registered Professional Land Surveyor or Registered Professional Engineer. Survey information, including horizontal location and vertical elevation shall be included on the as built drawings.

D. MEASUREMENT AND PAYMENT – The As Built Drawings will not be measured separately, but will be included in the price bid for the Construction Surveying. Payment for As Built Drawings will be made at the lump sum price, which payment will include all performance of Work as specified herein.

Page 227: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

1020 - 1

SPECIAL PROVISIONS SECTION 1020

CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS I. GENERAL REQUIREMENTS

This work shall consist of generating and maintaining a project Progress Schedule to aid the Contractor and the County in planning and executing the Work. The Progress Schedule shall be used by the Contractor, the County, and all involved parties to plan and schedule all work required to complete the project. The Progress Schedule shall also be used by the County to monitor progress of the individual activities required to complete the project; as well as to assess the overall progress of the Work and to evaluate the effects of time-related changes on the project. The Progress Schedule shall consist of a Critical Path Method (CPM) Progress Schedule, Progress Schedule Narrative, and Progress Earnings Schedule submitted in accordance with the requirements of this provision.

The Contractor shall prepare and submit, for the Engineer’s review and acceptance, a Progress Schedule to communicate the Contractor’s intentions and proposed plan to accomplish the Work in accordance with the requirements of the Contract. The Progress Schedule shall depict the sequence in which the Contractor proposes to perform the Work and the dates on which the Contractor contemplates starting and completing all schedule activities required to complete the project. The Contractor shall maintain the Progress Schedule, at a minimum, monthly to ensure that it continues to represent the current status of the project and the Contractor’s current work plan to complete the project.

The Contractor shall attend a Scheduling Conference with the Engineer no later than seven (7) calendar days prior to beginning the Work, with the exception of project start-up activities such as submittals, mobilization, surveying, construction access and signage, erosion and sedimentation controls, etc., as approved by the Engineer. The Scheduling Conference will be held to discuss the Contractor’s overall plan to complete the Work and the detail work plan for the first ninety (90) calendar days of Work. The Scheduling Conference may be held in conjunction with the Pre- Construction Conference or at a separate meeting as mutually agreed to by the Contractor and the Engineer. The Contractor shall discuss his/her overall plan of operations concerning the Maintenance of Traffic (MOT)/Sequence of Construction or any proposed deviations from the phasing, staging, or sequence of construction as indicated on the Contract plans or as approved by the Engineer. During the Scheduling Conference key issues and project specific requirements necessary for the development of the Baseline Progress Schedule shall also be discussed. Such key issues shall include as applicable, but are not limited to key submittals, permits, construction access, right of way, environmental, utility, traffic or local events identified in the Contract Documents that may impact traffic; as well as other limitations to the Work or any known constraints or foreseeable issues that may impact the schedule. Such project specific requirements shall include as applicable, but are not limited to scheduling, phasing, sequencing, milestone(s), work to be performed by the County or other previously identified involved parties; or any known or likely constructability issues relative to the Contract plans and specifications.

II. OVERVIEW OF THE VARIOUS REQUIRED PROGRESS SCHEDULE SUBMISSIONS

A. Preliminary Progress Schedule – At least two (2) business days prior to the Scheduling Conference, or as approved by the Engineer, the Contractor shall submit to the Engineer for review and acceptance a Preliminary Progress Schedule. At the Contractor’s discretion, a complete detailed Baseline Progress Schedule for the entire project may be submitted in lieu of the Preliminary Progress Schedule. The Preliminary Progress Schedule submission shall

Page 228: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 2

consist of the following:

1. Preliminary Progress Schedule: The Preliminary Progress Schedule shall depict, at a detailed level, the Contractor’s proposed sequence and start/finish dates for all activities scheduled for the first ninety (90) calendar days of work. It shall also include, as applicable, any milestones or work to be performed by sub-contractors, the County, or third parties during the first ninety (90) calendar days of work. The Preliminary Progress Schedule shall also depict at a summary level, an outline of the overall plan, which shall show the proposed overall sequence and timing of the Work. The Preliminary Progress Schedule shall be prepared in accordance with Section IV (A).

2. Preliminary Progress Schedule Narrative: The Preliminary Progress Schedule Narrative shall describe the Contractor’s detailed work plan for the first ninety (90) calendar days of work. The Preliminary Progress Schedule Narrative shall be prepared in accordance with Section IV (B).

Until the Baseline Progress Schedule is accepted by the Engineer, the Contractor shall submit an update of the Preliminary Progress Schedule monthly, within five (5) working days after the current data date or as approved by the Engineer. The updated Preliminary Progress Schedule shall show the actual progress of work completed to date and the current detailed schedule for accomplishing the work planned for the following ninety (90) calendar days of Work, as of the data date. It shall also show the summary level activities required to complete the remainder of the Work.

B. Baseline Progress Schedule – Within thirty (30) calendar days after the Notice to

Proceed (NTP) date or as approved by the Engineer, the Contractor shall submit in its entirety, his/her Baseline Progress Schedule, to the Engineer for review and acceptance. The Baseline Progress Schedule submittal shall consist of the following:

1. Baseline Progress Schedule: The Baseline Progress Schedule shall represent the

Contractor’s initial detailed plan to accomplish the entire scope of Work in accordance with the Contract. The Baseline Progress Schedule shall be prepared based on the Critical Path Method (CPM) and shall depict in a time-scaled bar-chart plot, the sequence in which the Contractor proposes to perform the Work, the project critical path, and the dates on which the Contractor contemplates starting and completing the individual schedule activities required to complete the project. The Baseline Progress Schedule shall also depict the current status of the project and the Contractor’s current plan to complete the remaining work, as of the Baseline Progress Schedule submittal date.

The Baseline Progress Schedule shall reflect a practicable work plan and logical progress of the Work as indicated in the Contract Documents or as approved by the Engineer. When preparing the schedule, the Contractor shall consider as applicable, all known or specified constraints or restrictions such as: holidays, seasonal, normal weather, traffic or previously identified local events that may impact traffic, utility, railroad, right-of-way, environmental, permits, or other limitations to the Work that will impact the schedule. The Baseline Progress Schedule shall be prepared in accordance with Section IV (A).

2. Baseline Progress Schedule Narrative: The Baseline Progress Schedule Narrative shall describe the Contractor’s proposed overall work plan to complete the entire project as shall be prepared in accordance with Section IV (B).

3. Baseline Progress Earnings Schedule: The Baseline Progress Earnings Schedule shall indicate the Contractor’s anticipated cumulative progress each month as of the Contractor’s progress estimate date as defined in Section 109.08(a) of the Specifications. The anticipated cumulative progress shall be expressed as “Percent Complete” based on the

Page 229: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 3

anticipated total earnings to date relative to the Total Contract Value. The Baseline Progress Earnings Schedule shall reflect the anticipated progress of the Work as shown on the Baseline Progress Schedule and shall be prepared on the VDOT Form C-13C in accordance with the VDOT Post-Award Scheduling Guide. At the Contractor’s discretion, the Progress Schedule may be cost-loaded, in which case, the Progress Earnings Schedule shall then be prepared and submitted using the VDOT Form C-13CPM.

The Baseline Progress Schedule will be reviewed by the Engineer for acceptance in accordance with Section VII. Upon acceptance by the Engineer, the Baseline Progress Schedule shall replace the Preliminary Progress Schedule. The accepted Baseline Progress Schedule shall henceforth become the project Schedule of Record (SOR). The SOR shall be defined as the currently accepted Baseline Progress Schedule. Until a subsequent Revised Progress Schedule is submitted and accepted, the accepted Baseline Progress Schedule shall remain the SOR against which all subsequent Progress Schedule Updates and progress will be compared. The SOR shall be used by the Engineer to assess the Contractor’s schedule-based performance on the project.

C. Progress Schedule Update – The Contractor shall on a monthly basis submit for the

Engineer’s review and acceptance the Contractor’s Progress Schedule Update within five (5) business days after the Contractor’s progress estimate date or as approved by the Engineer. The Progress Schedule Update shall consist of the following:

1. Progress Schedule Update: The Progress Schedule Update shall depict the current status

of the Work and the Contractor’s current plan to complete the remaining work as of the data date. The Progress Schedule Update shall be prepared in accordance with Section IV (A).

2. Progress Schedule Update Narrative: The Progress Schedule Update Narrative shall describe the work performed since the previous update and the Contractor’s current plan for accomplishing the remaining work. It shall also describe any progress deficiencies, schedule slippages, or time-related issues encountered; as well as any actions taken or proposed to avoid or mitigate the effects of the progress deficiencies, schedule slippages, or time-related issues. The Progress Schedule Update Narrative shall be prepared in accordance with Section IV (B).

3. Progress Earnings Schedule Update: The Progress Earnings Schedule Update shall depict the current status of the project by percent complete based on the actual total earnings to date relative to the Total Contract Value. The Progress Earnings Schedule Update shall show the actual monthly and cumulative earnings to date as reflected on the Contractor’s payment estimate, any variance in percent complete relative to the SOR, and the projected earnings for the remaining payment periods. The Progress Earnings Schedule Update shall be prepared on the VDOT Form C-13C or as specified herein and in accordance with the VDOT Post-Award Scheduling Guide.

The Progress Schedule Update will be reviewed by the Engineer for acceptance in accordance with Section VII. Upon acceptance by the Engineer, the Progress Schedule Update shall replace any previous Progress Schedule Updates as the current update of the SOR; however, it shall not replace the SOR. The currently accepted Progress Schedule Update shall henceforth become the contemporaneous schedule with which to report the current status of the project, plan the remaining Work, and evaluate the effects of any time-related changes or delays on the remaining Work.

D. Revised Progress Schedule – When the current Progress Schedule or work plan deviates significantly from the SOR, the Contractor shall submit to the Engineer for review and

Page 230: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 4

acceptance a Revised Progress Schedule to represent the Contractor’s revised plan to complete the remaining work. Deviate significantly will be construed to mean deviations from the SOR resulting from schedule impacts or major changes in the Progress Schedule that alter the project critical path, Contract interim milestone(s), or project completion; or causes a major shift in the Progress Earnings Schedule. A Revised Progress Schedule will be required when:

1. The Engineer approves a Schedule Impact Analysis (SIA) for authorized or unanticipated

changes in the Work or conditions that significantly impacts the Progress Schedule, as determined by the Engineer.

2. The Contractor proposes a different approach to his/her work plan that significantly impacts the Progress Schedule or the Engineer determines that the current Progress Schedule Update or Contractor’s current work plan deviates significantly from the SOR. Such deviations may include, but are not limited to major changes in the Contractor’s proposed phasing, general sequence, resource plan, means and methods, or durations. The Contractor may revise his/her Progress Schedule at any time, at his/her discretion; however, the Engineer will only consider accepting a Revised Progress Schedule submission for major changes that deviate significantly from the SOR.

3. The Engineer determines that progress of the Work is trending towards unsatisfactory, in accordance with Section VIII (C), and in the opinion of the Engineer, it is apparent that the progress deficiency will not result in an extension of the completion date of the project beyond the Contract time limit and a Recovery Plan is not required to correct the progress deficiency. In such cases, the Engineer will request a meeting with the Contractor to discuss the progress deficiency to determine the appropriate corrective action required.

The Revised Progress Schedule submission shall be based on the currently accepted Progress Schedule Update and shall be prepared and submitted in the form of a Baseline Progress Schedule as described in Section II (B). However, it shall reflect the current status of the project as of the submittal date, approved changes in the Work, and the proposed plan for completing the remaining work. The Revised Progress Schedule shall be submitted in lieu of a subsequent Progress Schedule Update unless directed otherwise by the Engineer. The Revised Progress Schedule will be reviewed by the Engineer for acceptance in accordance with Section VII. Upon acceptance by the Engineer, the Revised Progress Schedule shall henceforth replace the accepted Baseline Progress Schedule or any previously accepted Revised Progress Schedule as the SOR for the remainder of the project.

E. Final As-Built Progress Schedule – Within thirty (30) calendar days after final acceptance, the

Contractor shall submit to the Engineer his/her Final As-built Progress Schedule. The Final As- built Progress Schedule shall show the actual start and finish dates for each activity in the schedule. The Contractor shall certify in writing that the Final As-built Progress Schedule accurately reflects the actual start and finish dates for all activities contained in the Progress Schedule. The Final As-built Progress Schedule shall be submitted in the form of a monthly Progress Schedule Update and shall represent the last Progress Schedule Update submission.

III. SCHEDULE IMPACT ANALYSIS (SIA) FOR CHANGES AND DELAYS

A. Changes, Delays, and Schedule Impacts – When changes in the Work that will impact the schedule are proposed or authorized by the Engineer, the Contractor shall submit for the Engineer’s review and approval, a Schedule Impact Analysis (SIA) to determine the impact of the change. Also, when the Contractor believes he is entitled to a time extension and/or additional compensation for a time-related impact that is attributable to a cause beyond the control of and without the fault, negligence, or responsibility of the Contractor or those for whom the Contractor is responsible, the Contractor shall submit for the Engineer’s review and

Page 231: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 5

approval, a SIA and all available supporting data to substantiate the request for modification of the Contract. The Contractor’s request and SIA shall be submitted in accordance with the following:

1. Impacts Due to Directed or Authorized Changes: When the Engineer issues a written order

or authorizes a change in the Work in writing, the Contractor shall submit in writing within seven (7) calendar days of the Engineer’s written direction or as required by the Engineer, a request for modification of the Contract, if the Contractor believes that additional time and/or compensation is required to perform the Work. Such changes in the Work may include, but are not limited to directed or authorized changes in accordance with the applicable portions of the Specifications. The Contractor shall submit along with his/her request a prospective Schedule Impact Analysis (SIA) to substantiate the request for modification of the Contract in accordance with this provision and the applicable portions of Sections of the Specifications.

2. Impacts Due to Unanticipated Changes or Delays: When the Contractor discovers or encounters previously unknown or unanticipated changes in the Work or conditions, or a delay event that he believes will impact progress of the Work or completion of the project, the Contractor shall notify the Engineer in writing within two (2) working days of such discovery or encounter. Such changes in the Work or conditions or delay events may include, but are not limited to unusually severe weather, extraordinary or catastrophic weather events, errors or omissions in the Contract Documents; or differing site conditions or utility delays in accordance with the applicable portions of Sections of the Specifications.

The Contractor shall then gather all available pertinent information and data necessary to determine how such change in the Work or condition will impact progress of the Work or completion of the project. The Contractor and the County shall promptly meet to evaluate the scope and potential impact of such change or condition to allow the Engineer to make a timely decision on how to proceed, as well as to determine how the impact of such change or condition can be avoided or mitigated. The Engineer may direct the Contractor to submit a SIA prior to proceeding with the work affected by such change, condition, or delay, in which case the Contractor shall submit in writing within seven (7) calendar days after receipt of the Engineer’s direction, a request for modification of the Contract and a prospective SIA to substantiate the request for modification of the Contract. Otherwise, the Contractor shall submit in writing a request for modification of the Contract and a contemporaneous SIA to substantiate the request for modification of the Contract. The request for modification of the Contract and SIA shall be submitted within fourteen (14) calendar days of completion of the changed work or work directly impacted by such condition, or the cessation date of the delay event, or as approved by the Engineer.

3. Unresolved Impacts: When the Contractor believes he is entitled to a time extension and/or

additional compensation for an unresolved impact to the Work that is attributable to a cause beyond the control of and without the fault, negligence, or responsibility of the Contractor or those for whom the Contractor is responsible, the Contractor shall submit for the Engineer’s review and approval, a request for modification of the Contract and a retrospective SIA to substantiate the request for modification of the Contract. Such impacts may involve, but are not limited to changes authorized by either Force Account Work or Unilateral Work Order, or other changes for which the scope of the change or magnitude of the impact could not be determined or mutually agreed to at the time the change was authorized or the delay event or changed condition was encountered.

Page 232: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 6

B. Schedule Impact Analysis (SIA) – The SIA submission shall include a SIA schedule and a

written SIA statement as well as supporting data and such information necessary for the County to make an adequate and timely evaluation of any time-related request received from the Contractor for modification of the Contract. The SIA submission shall consist of the following:

1. A SIA schedule, as specified herein, which shall depict the schedule impact of the change in

the Work or condition or delay event based on the currently accepted Progress Schedule Update, submitted prior to the earlier of the date the change in the Work was authorized or the changed condition or delay event was encountered. If the most recently submitted Progress Schedule Update is unacceptable, then the Engineer will evaluate the request based on the previously accepted Progress Schedule Update. In which case, the Contractor shall update the previously accepted Progress Schedule Update to show the actual progress of the Work to date as of the earlier of the date the change in the Work was authorized or the changed condition or delay event was encountered. The SIA schedule shall:

a) Be based on the “Time Impact Analysis (TIA)” or “Contemporaneous Schedule Analysis”

method as determined by the Engineer, to determine the status of the currently accepted Progress Schedule Update before and after the change in the Work or condition or delay event.

b) Show a fragnet (fragmentary network of added or changed activities) representing the added work, changed work or condition, or delay event(s). The fragnet activities shall be logically linked to the affected activities to show the direct impact on the work.

c) Show the current status of the completed and on-going activities as of the date the change in the Work was authorized or the changed condition was encountered or the delay event started.

d) Depict the schedule impact by showing a comparison between the impacted Progress Schedule Update and the most recently accepted Progress Schedule Update with a data date closest to and prior to the earlier of the date the change in the Work was authorized or the changed condition or delay event was encountered.

e) Depict the overall impact on the project critical path, Contract interim milestone(s), other significant dates, and the Contract fixed completion date, as applicable.

2. A written SIA statement to:

a) Describe the type, cause, and scope of the added work, changed work or condition, or

delay event. b) Provide sequence and timing of events and/or actions by all involved parties relating to

the change or delay. c) Describe the particular operations affected as well as identify by Activity ID and

Activity Name the activities that are directly impacted. d) Describe the impact on the critical path, total float, Contract interim milestone(s),

other significant dates, or the Contract fixed completion date, as applicable. e) Include a comparative analysis report relative to the currently accepted Progress

Schedule Update to identify all changes made to the impacted Progress Schedule. f) Identify any actions taken and/or needed to avoid or mitigate the delay or the effects of

the delay. Approval or rejection of the SIA by Engineer shall be made within ten (10) business days after receipt of the SIA, unless subsequent meetings and negotiations are necessary, as determined by the Engineer. Upon approval by the Engineer, the Contractor shall incorporate the SIA into the Progress Schedule and shall submit the impacted Progress Schedule as a

Page 233: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 7

Progress Schedule Update or Revised Progress Schedule as directed by the Engineer. If appropriate, the approved SIA shall be used to substantiate any request for a time extension or time-related damages or additional compensations, in accordance with the applicable portions of Sections of the Specifications.

IV. DETAILED REQUIREMENTS FOR PROGRESS SCHEDULE SUBMISSIONS

A. Progress Schedule – The Progress Schedule shall conform to the following requirements:

1. Software Compatibility Requirements: The Contractor shall submit his/her Progress Schedule in the Primavera proprietary exchange format (XER) to ensure compatibility with the County’s scheduling software system. The County’s scheduling software system is the latest version of Primavera’s Project Management software (currently P6 version 6.2). Compatible shall mean that the Contractor-provided electronic file versions of the schedule can be imported into the County’s scheduling software system with no modifications, preparation or adjustments. For projects that are included in a multi-contract mega-project, the Contractor shall prepare and maintain his/her Progress Schedule in the County’s scheduling software system. At the Contractor’s request, secured access via the internet may be granted to allow the Contractor to develop and maintain his/her Progress Schedule in the County’s scheduling software system. The Progress Schedule shall be submitted in accordance with Section V.

2. Software Settings: If Primavera (P6) or equivalent scheduling software with similar features is used to prepare the Progress Schedule, the Contractor shall define the project attributes and schedule calculation options in accordance with the software settings detail requirements defined in the VDOT Post-award Scheduling Guide.

3. Work Breakdown Structure (WBS): The Baseline Progress Schedule shall be organized using a multi-level hierarchical Work Breakdown Structure (WBS). The Contractor shall define a project WBS to allow for a hierarchical organization and breakdown of the Work based on the Contractor’s approach and in accordance with the phasing/sequence of construction and traffic control plans as specified in the Contract or as approved by the Engineer.

4. Activity Codes: The Contractor shall define and assign as appropriate, activity codes to allow for filtering, grouping, and sorting of activities by Responsibility, Phase, Stage, Feature of Work, Area, Location, Work Type, Crew, and Contract Modification activity codes to facilitate review and use of the Progress Schedule. If Primavera (P6) or equivalent scheduling software with similar features is used to prepare the Progress Schedule, the Contractor shall define activity codes using the project-specific activity codes option. Use of global activity codes shall not be allowed and shall be grounds for rejecting the Progress Schedule submission. Project-specific activity codes shall be defined and assigned in accordance with the detail requirements defined in the VDOT Post-award Scheduling Guide.

5. Calendars: The Contractor shall define and assign as appropriate, project-specific calendar

to each activity to indicate when the activity can be performed. If Primavera (P6) or equivalent scheduling software with similar features is used to prepare the Progress Schedule, the Contractor shall define the project calendars using the project-specific option. The project calendars shall indicate, as applicable, the standard working hours per day, standard working days per week, and non-work days such as week-ends, holidays, weather days, local events, environmental, time-of-year restrictions, etc. Use of global calendars shall not be allowed and shall be grounds for rejecting the Progress Schedule submission. The project-specific calendars shall be defined in accordance with the detail requirements defined in the VDOT Post-award Scheduling Guide.

6. Level of Detail: The Contractor shall develop the Progress Schedule to an appropriate level

Page 234: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 8

of detail that allows for the formation of a reasonable critical path. The Progress Schedule shall show as applicable, Contract milestones and other key milestones for significant project events. The Progress Schedule shall also show, as applicable, administrative, procurement, MOT, work to be performed by other involved parties, discrete work activities to indicate the type of operation and location of the work, and other necessary time-based tasks required for completion of the project. The Work shall be sub-divided as practical, to such a level that the activity durations for on-site work excluding, activities whose durations are specified elsewhere in the Contract, are twenty (20) workdays or less. Longer durations may be allowed, as approved by the Engineer, for activities that typically span long periods of time such as fabrication and delivery of materials, administrative, MOT, or other such level of effort activities.

7. Network Logic: The Progress Schedule network logic shall be based on the Precedence Diagram Method (PDM) and shall show the order and inter-dependence of the activities and the sequence in which the Contractor proposes to accomplish the Work. The Contractor shall apply the Critical Path Method (CPM) of network calculation to generate the Progress Schedule. The project critical path shall be based on the “Longest Path”. The Progress Schedule network logic shall be developed in accordance with the detail requirements defined in the VDOT Post-award Scheduling Guide.

8. Schedule Constraints: All Contract milestone activities shall be constrained, as applicable, with a “Start On or After” (Early Start) date or “Finish On or Before” (Late Finish) date equal to the “Start No Earlier Than” or “Must Finish By” date specified in the Contract, except as specified below. The Contractor’s use of schedule constraints with the exception of the specific requirements defined below is not allowed, unless approved by the Engineer. The use of schedule constraints such as “Start On” or “Finish On” for the purpose of manipulating float or the use of schedule constraints that violate network logic such “Mandatory Start” or “Mandatory Finish” will not be allowed. When a schedule constraint is used, other than the schedule constraints specified herein, the Contractor shall provide explanation for the use of such constraint in the Progress Schedule or Progress Schedule Narrative.

9. Data Date: The data date is defined as the current status date of the Progress Schedule, which defines the start date for the scheduled remaining Work. All Progress Schedule submissions shall be calculated using an appropriate data date to indicate the status of the project at the time the Progress Schedule is submitted.

a) For the Preliminary, Baseline, or subsequent Revised Progress Schedule submission, the

data date shall be no more than five (5) business days prior to the submittal date. b) For the monthly Progress Schedule Update submissions the data date shall be the

Contractor’s monthly progress estimate date as defined in the Specifications.

10. Total Float: This section is intended to apply only to considerations of Contract time extension requests relative to available total float. Considerations for other time-related impacts, if any, are covered in other Sections of the Specifications. Any request for a Contract time extension will be evaluated, in accordance with Section 108.04, based on the critical path and available total float. Total float is defined as the amount of time, typically expressed in days (number of workdays or calendar days depending on the assigned calendar), that an activity can be delayed without extending the completion date of a related Contract interim milestone or the project, as applicable. Except as specified herein, total float shall be calculated, as applicable, relative to a constrained Contract interim milestone date or the Contract fixed completion date specified in the Contract or a subsequent Work Order.

Page 235: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 9

Any float available in the Progress Schedule, at any time, shall be considered project float and is not for the exclusive use or benefit of either the County or the Contractor. It shall be understood by the Contractor and the County that float is a shared commodity and either party has the right to full use of any available float. Until such time that all available float is depleted, the project float shall be used responsibly in the best interest of the project and in a manner that best serves the timely completion of the Work by either a specified Contract interim milestone or the Contract completion time/date, as applicable. The Contractor shall not modify the Progress Schedule at any time for the purpose of manipulating float. Negative float conditions will not be allowed in the Preliminary, Baseline, or Revised Progress Schedule.

11. Progress Schedule Update: The Progress Schedule Update shall reflect the actual status of the Work and the current plan to complete the remaining work as of the current data date. It shall show the actual start/finish dates for each completed activity and the actual start date, remaining duration, and progress (percent complete) of each on-going activity. The Progress Schedule Update shall allow for an accurate determination of progress of completed and on- going work based on total actual cost (earnings) to date; as well as an accurate projection of the anticipated monthly earnings for the remaining work based on remaining cost. The Progress Schedule Update shall be based on the most recently accepted Progress Schedule and shall be prepared in accordance with the detail requirements defined in the VDOT Post- award Scheduling Guide.

B. Progress Schedule Narrative – As specified in Section II of this provision, a Baseline

Progress Schedule Narrative shall be submitted with the Baseline Progress Schedule submission and a Progress Schedule Update Narrative shall be submitted with the Progress Schedule Update submission. The Progress Schedule Narrative shall be prepared in accordance with the following:

1. Baseline Progress Schedule Narrative: The Baseline Progress Schedule Narrative shall

include the following written information:

a) The Contractor’s overall plan describing: i. The proposed overall sequence of construction, including where the work will begin

and how the work will progress; ii. The methodology, scheduling assumptions, and general procedures for

completing each major feature of Work; iii. A list of the major resources (number and type of crews and equipment)

required to complete the project as scheduled. For early completion schedules (projects with an early completion interim milestone provision or projects with scheduled completion dates earlier than the Contract specified date by thirty (30) calendar days or more), the Contractor shall also provide a written resource plan for the major operations to demonstrate the Contractor’s ability and commitment to provide resources at the level required to complete the work within the timeframes shown in the Progress Schedule;

iv. Anticipated daily production rates for each major operation. b) A description of the project critical path. c) A listing of the major milestone dates, including as applicable, Contract interim

milestone(s), major traffic switches, start/finish milestones for each phase or stage of work, or related work to be performed by the County or other involved parties.

d) A log identifying the schedule constraints used in the Progress Schedule and reason for using each constraint.

e) A description of the calendar(s) used in the Progress Schedule to indicate the Calendar

Page 236: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 10

ID, number of work days per week, number of shifts per day, and number of hours per day as well as the anticipated number of non-working days per month for each calendar with considerations, as applicable, for holidays, normal weather conditions; as well as for seasonal or other known or specified constraints and restrictions (i.e. traffic, local events, environmental, permits, utility, etc.).

f) A description of any known problems or anticipated issues that may impact the schedule; and any actions taken, proposed, or needed to correct the problems.

2. Progress Schedule Update Narrative: The Progress Schedule Update Narrative shall

include the following written information: a) A description of the current status of the project in terms of the current actual percent

complete by total earnings relative to the SOR planned percent complete; as well as the scheduled completion dates of the interim milestone(s) and project completion.

b) A description of any deviations from scheduled performance in terms of the scheduled completion dates of the interim milestone(s) and project completion since the previous schedule submission, including a statement explaining why any of the schedule milestone date(s) is forecast to occur after the specified date(s).

c) A description of the work performed since the previous Progress Schedule submission and any deviations from the work scheduled.

d) A description of major changes in the Contractor’s work plan in terms of sequence of construction, shifts, manpower, equipment, or materials.

e) A description of any deviations in project critical path since the previous Progress Schedule submission.

f) A listing of adverse weather dates and number of days lost this period due to adverse weather or conditions resulting from adverse weather. List the activities affected and any impacts to the critical path.

g) A description of problems encountered or anticipated since the previous Progress Schedule submission, including an explanation of any corrective actions taken or required to be taken.

h) A description of work planned for the next update period and actions to be taken by the County or other involved parties.

V. REPORTING AND SUBMITTAL REQUIREMENTS FOR PROGRESS SCHEDULE SUBMISSIONS

Unless directed otherwise by the Engineer, the Contractor shall submit for each Progress Schedule submission the following submittal items. Each electronic file submittal shall have a unique file name. The Progress Schedule submittals shall include:

1. A transmittal letter to the Engineer, identifying the date of submittal and which Progress

Schedule is being submitted for review. 2. Two (2) sets of data compact disks (CD) containing the electronic working export file copy of

the Progress Schedule in an “XER” file format in version 6.2 or lower. Each CD shall be labeled to indicate the Contract ID, type of submission, filename, and submittal date.

3. Two (2) sets of paper copies of the following schedule reports:

a) Schedule calculation log. b) A legible time-scaled bar-chart plot of the Progress Schedule organized by WBS and

sorted by early start to show for each activity: the Activity ID, Activity Name, Original Duration, Remaining Duration, Start and Finish dates, Activity Percent Complete, and Total Float. The bar-chart plot shall identify the project critical path (longest path).

Page 237: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 11

4. Electronic file copies by email of the following:

a) A working export file of the Progress Schedule in an “XER” file format in version 6.2 or lower.

b) Electronic “PDF” copy of the tabular Predecessor/Successor report sorted in ascending order by Activity ID to show the following: i. Activity ID; i. Activity Name; ii. Original Duration; iii. Remaining Duration; iv. Early Start; v. Early Finish; vi. Late Start; vii. Late Finish; viii. Total Float; ix. Critical (Yes or No); x. Predecessors: Activity ID, Activity Name, Early Start, Early Finish, Relationship

Type, Lag, Driving (Yes or No), Constraint, and Constraint Date; xi. Successors: Activity ID, Activity Name, Early Start, Early Finish, Relationship Type,

Lag, Driving (Yes or No), Constraint, and Constraint Date. c) Electronic “PDF” copy of the Progress Schedule Narrative. d) Electronic “PDF” copy of the Progress Earnings Schedule S-Curve. e) A working file of the Progress Earnings Schedule (VDOT Form C-13C).

VI. FAILURE TO SUBMIT PROGRESS SCHEDULES

The Engineer will take necessary actions in accordance with the following for failure on the part of the Contractor to submit the required Progress Schedules:

1. If the Contractor fails to submit his/her complete Preliminary Progress Schedule at least two (2) business days prior to the Scheduling Conference, the Contractor shall not commence Work, with the exception of project start-up activities such as submittals, mobilization, surveying, construction access and signage, erosion and sedimentation controls, etc., until after seven (7) calendar days from the date the Contractor submits his/her complete Preliminary Progress Schedule, unless otherwise approved in writing by the Engineer.

2. If the Contractor fails to submit his/her complete Baseline Progress Schedule within thirty (30) calendar days after the NTP date or as approved by the Engineer, the Engineer will delay approval of the Contractor’s next monthly progress estimate following the due date of the Baseline Progress Schedule until such time as the Contractor has satisfied the submittal requirements.

3. If the Progress Schedule submission is deemed unacceptable by the Engineer; and the Contractor fails to submit an acceptable Progress Schedule within fourteen (14) calendar days after the Engineer’s request, the Engineer will delay approval of the Contractor’s next monthly progress estimate following the due date of the Progress Schedule until such time as the Contractor has satisfied the submittal requirements.

4. If the Contractor fails to provide a Progress Schedule Update or if a Revised Progress Schedule is required as specified herein and the Contractor fails to provide such a Progress Schedule, the Engineer will delay approval of the Contractor’s next monthly progress estimate following the due date of the Progress Schedule until such time as the Contractor has satisfied the submittal requirements.

5. If the Contractor fails to provide an acceptable Final As-built Progress Schedule as specified, the Engineer will delay approval for payment of the Contractor’s final progress

Page 238: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 12

estimate until such time as the Contractor has satisfied the submittal requirements. Please note: Delays resulting from the Contractor’s failure to provide the Progress Schedule in accordance with the requirements set forth herein will not be considered just cause for extension of the Contract time limit or for additional compensation. VII. REVIEW AND ACCEPTANCE

The Engineer will review all Progress Schedule submissions within fourteen (14) calendar days of receipt of the Contractor’s complete submittal, unless subsequent review meetings are necessary, as determined by the Engineer. The Engineer’s review for acceptance will not commence until all required submittal items and schedule information as defined herein are provided. Acceptance by the Engineer will be based only on completeness and conformance with the requirements of the Contract.

If the Contractor’s Progress Schedule submission is deemed to be acceptable, the Engineer will respond with a written notice of acceptance, which may include comments or minor concerns on the submission and/or a request for clarification or justification. When the Engineer’s response include any comments, concerns, or request for clarification or justification, the Contractor shall respond accordingly within seven (7) calendar days of receipt of the Engineer’s response. The Contractor’s response may include a resubmission of the Progress Schedule to address the Engineer’s comments or concerns or provide clarification or justification accordingly.

If the Contractor’s Progress Schedule submission is deemed to be unacceptable, the Engineer will issue a written notification of non-conformance, which will include a request for resubmission and comments describing the deficiencies prompting the Engineer’s decision. At the Engineer’s discretion, the Contractor may be required to attend a schedule review meeting to discuss the issues prompting the Engineer’s decision or to facilitate review and acceptance of the Progress Schedule submission. When the Progress Schedule submission is deemed by the Engineer to be unacceptable, the Contractor shall revise and re-submit the Progress Schedule submission accordingly, within seven (7) calendar days of receipt of the Engineer’s response.

Review and acceptance by the Engineer will not constitute a waiver of any Contract requirements and will in no way assign responsibilities of the work plan, scheduling assumptions, and validity of the schedule to the County. Failure of the Contractor to include in the Progress Schedule any element of work required by the Contract for timely completion of the project will not excuse the Contractor from completing the Work within the Contract specified interim milestone(s) or the Contract time limit, as applicable.

VIII. MONITORING THE WORK AND ASSESSING PROGRESS

A. Monitoring the Work – The Engineer will monitor the Work regularly to identify deviations from the Contractor’s scheduled performance relative to the SOR. The Contractor shall notify the Engineer at least two (2) working days in advance of any changes in the Contractor’s planned operations or critical stage work requiring County oversight or inspection. The Contractor shall attend a monthly progress schedule meeting with the Engineer on a day agreed to by the Contractor and the Engineer. The Contractor shall furnish his/her detailed 30-day look-ahead schedule at the progress meeting and shall be prepared to discuss the current status of the Work and planned operations for the following thirty (30) calendar days. The 30-day look-ahead schedule shall be based on the Contractor’s current monthly Progress Schedule Update.

B. Progress Evaluation – Progress will be evaluated by the Engineer at the time of the monthly progress estimate relative to the SOR. The Contractor’s actual progress will be

Page 239: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1020 - 13

considered unsatisfactory if any one of the following conditions occurs: 1. The actual total earnings to date percentage for work completed, based on the Contractor’s

progress payment estimate, falls behind the SOR planned cumulative earnings percentage by more than ten (10) percentage points. If the Progress Earnings Schedule is based on a cost-loaded Progress Schedule, then the unsatisfactory progress threshold will be based on falling behind the SOR planned cumulative late dates earnings percentage. Payments for Stored Materials, Materials on Hand, or Adjustments (asphalt) shall not be included in the actual progress earnings.

2. The calculated completion date of a Contract interim milestone is later than the specified completion date by more than fourteen (14) calendar days.

3. The calculated project completion date is later than the Contract fixed completion date by more than thirty (30) calendar days.

C. Progress Deficiency and Schedule Slippage – When the Contractor’s actual progress is

trending toward unsatisfactory status, the Engineer will request a meeting with the Contractor to discuss any actions taken or required by the Contractor to reverse this trend and to correct the progress deficiency or schedule slippage.

When the Contractor’s actual progress is deemed unsatisfactory as defined by any one of the conditions listed under Progress Evaluation of this provision, the Engineer will issue a written notice of unsatisfactory performance to advise the Contractor that five (5) percent retainage of the monthly progress estimate is being withheld and will continue to be withheld as described in Specifications, for each month the Contractor’s actual progress is determined to be unsatisfactory, unless there is a pending decision by the Engineer on a request for modification of the Contract for which the Contractor has previously provided documentation as required. When the Contractor fails to respond with good faith efforts as described herein to restore satisfactory progress, the Engineer will issue a notice to indicate that he may recommend the Contractor be temporarily disqualified from bidding on Contracts with the County as described in the Specifications, if progress remains unsatisfactory at the time of preparation of the next monthly progress estimate following the Engineer’s notice. Prior to recommendation for removal from the list of pre-qualified bidders, the Engineer will allow the Contractor fourteen (14) calendar days from the date of the unsatisfactory performance notice to respond. Such “good faith” efforts shall be provided in sufficient detail to allow the Engineer to fully evaluate the Contractor’s plans for recovery. As an example of good faith efforts, the Contractor may submit to the Engineer, a proposed recovery plan in the form of a Progress Schedule Update and a written statement to describe the Contractor’s proposed actions and timeframe to correct the progress deficiency or schedule slippage. The Contractor may also submit to the Engineer a written explanation and supporting documentation to establish that such delinquency was attributable to conditions beyond his/her control. Any schedule adjustments resulting from a recovery plan will be reviewed in accordance with Section VII, but the modified Progress Schedule Update shall not replace the current SOR.

When the Engineer determines the Contractor’s progress is again satisfactory the five (5) percent retainage previously withheld will be released to the Contractor in accordance with the Specifications.

IX. MEASUREMENT AND PAYMENT

The schedule and all requirements included herein shall not be measured and paid separately, but will be considered incidental to Mobilization.

Page 240: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

1030 - 1

SPECIAL PROVISIONS SECTION 1030

VIBRATION MONITORING

I. DESCRIPTION.

A. This specification identifies the Contractor’s responsibilities for providing continuous vibration monitoring during the initial stages of each particular phase of work that could generate detectable vibrations at the adjacent buildings within 50 feet of the edge of existing pavement. The Contractor shall develop a work plan which details a qualified Specialty Engineer to continuously monitor and record vibration levels at the structures noted above. The plan shall detail the Contractor’s plan to minimize the potential for possible vibration damage due to construction and demolition activities.

II. PRECONSTRUCTION SURVEY.

A. No information is available concerning the condition of this property.

B. Perform a pre-construction condition survey for all structures within the 50 feet of the edge of the

existing pavement, and provide a copy of survey report(s) to the Engineer no later than 30 calendar days prior to starting work. The Contractor shall have a Specialty Professional Engineer licensed in the State of Virginia and experienced in evaluating structural vulnerabilities and vibration monitoring perform the survey.

C. At a minimum the survey shall document all aspects of the structural condition through observations, actual measurements, plan sketches, photographs, and any other data the preparer may deem appropriate. The survey report shall be submitted to the Engineer electronically.

D. Perform a pre-construction condition survey that includes photos and plan sketches indicating existing vulnerabilities, an evaluation of the risk from construction vibration, and recommendation of maximum safe peak particle velocity (PPV) threshold. Determine the construction methods required to protect the properties listed above based on the pre-construction survey and the safe vibration threshold.

E. The Contractor is responsible for arranging with the property owner the rights-of-entry to their property in order to engage in condition surveys, vibration monitoring, and crack monitoring.

III. MONITORING PLAN.

A. Provide to the Engineer a monitoring plan no later than 30 calendar days prior to

commencing work. The plan will be reviewed by the Engineer and any comments will be returned within 20 calendar days. The Contractor will then have 10 calendar days to revise the work plan and resubmit a final plan to the Engineer prior to commencing work.

B. The plan shall describe the following: • How monitoring equipment will be deployed to continuously record vibration events,

including crack monitoring during construction activity. The monitoring plan will address protection of the monitoring equipment from potential vandalism and the elements, and monitoring of the overall system’s day-to-day operation.

• Daily activity log of vibration activity and crack monitors to ensure the identification of the

Page 241: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1030 - 2

cause of any vibration event. Depending on equipment deployed, crack monitors could be monitored remotely or by visual inspection. In either case, a daily inspection log for the duration of the construction project shall be maintained either in written or electronic form.

IV. PRE-CONSTRUCTION SITE PREPARATION.

At the properties designated above:

A. Crack Monitoring.

In accordance with the project’s monitoring plan, mark existing cracks in such a way that future observations would clearly indicate whether cracks remained unchanged, opened, closed, or propagated. Monitor and log all cracks and crack monitoring devices daily and immediately notify the Engineer of any observed change.

B. Vibration Monitoring. In accordance with the project’s monitoring plan, all monitoring equipment shall be initially installed and maintained during the project in accordance with manufacturer’s recommendations, calibration standards, and specifications. No site work can begin until all monitoring equipment is deployed and verified to be operating in accordance with factory recommendations and specifications.

C. Proof of Installation. Demonstrate that the installed equipment will continuously and accurately measure vibrations, electronically log the vibration history (date/time stamp), and provide a communication notice system that notifies site personnel should the PPV threshold be exceeded. The monitoring equipment shall remain in-place and in operation throughout the project.

V. VIBRATION LIMITS.

After a condition’s evaluation, propose in the pre-construction survey a PPV level for the monitored structure. The PPV level proposed shall be determined by a qualified expert in the field of vibration monitoring. If the Engineer agrees that the level proposed will reasonably protect the structure, that PPV level will be added to the contract documents by mutual benefit for the specific property. In no case shall the PPV level exceed 0.5 inches per second as measured at or in very close proximity to a structure.

VI. DEMOLITION/CONSTRUCTION.

A. Periodically check to ensure that the monitoring system(s) are continuously operating

within manufacturer’s specifications during the project.

B. Immediately cease work if a review of the monitoring equipment at the structure indicates the PPV threshold is reached or exceeded causing a vibration event. In the event of an exceedance the Engineer shall be notified immediately. Conduct a site survey of the cracks identified in the preconstruction survey. The shutdown shall remain in effect until, to the Engineer’s satisfaction, the cause of the exceedance is identified; the potential for another exceedance is addressed by replacing faulty monitoring equipment; the work process is modified; or a recommended change to the equipment being used is provided. Work shall not resume until approved by the Engineer.

Page 242: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

1030 - 3

VII. POST-CONSTRUCTION SURVEY.

Perform a post-construction survey and analysis to determine if any structural changes are the result of the construction activity. Provide the Engineer with a copy of all post construction survey reports, daily log summaries for vibration and crack monitors, and analysis documents comparing pre and post structural condition prior to contract acceptance.

VIII. METHOD OF MEASUREMENT.

Vibration Monitoring will be measured as a lump sum unit of work.

IX. BASIS OF PAYMENT. Vibration Monitoring will be paid for at the contract lump sum price. This price shall be full payment for pre-construction surveys; furnishing, installing, monitoring, and removing equipment; preparing and providing pre-construction and post-construction reports; furnishing, installing, monitoring, and removing vibration monitoring equipment; preparing and providing a report documenting vibration data collected during this project; notification of vibration events; post-construction surveys; reports; and all labor, equipment and materials necessary to complete the work as described. There will be no compensation for delays as the result of exceeding the PPV threshold or delays from faulty or damaged monitoring equipment. There will be no compensation for adjustment of construction activities or equipment to reduce the vibration levels to less than the maximum PPV, should an exceedance occur.

Page 243: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

2100 - 1

Special Provisions Section 2100

Water and Sewer Utility Submittals PART 1 GENERAL

1.01 DESCRIPTION OF REQUIREMENTS

A. This Section specifies the general methods and requirements of submissions applicable to Water and Sanitary Sewer Shop Drawings, Product Data, Construction Photographs, and Submittal Schedules. Detailed submittal requirements are specified in the technical sections.

B. All submittals shall be clearly identified by reference to Section Number, Paragraph, Drawing Number

or Detail as applicable. Submittals shall be clear and legible and of sufficient size for presentation of data.

1.02 SHOP DRAWINGS AND ENGINEERING DATA.

A. General

1. Shop Drawings and engineering data (submittals) covering all pipe work, valves, laterals, and other appurtenances associated with the water and sanitary sewers installations which will become a permanent part of the Work under this Contract shall be submitted to Engineer for review. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component materials and devices; the external connections, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. When an item consists of components from several sources, Contractor shall submit a complete initial submittal including all components.

2. All submittals, regardless of origin, shall be stamped with the approval of Contractor and

identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data.

3. Contractor shall be solely responsible for the completeness of each submission. Contractor's

stamp of approval is a representation to Owner and Engineer that Contractor accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that Contractor has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents.

4. All deviations from the Contract Documents shall be identified as deviations on each submittal

and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams.

5. Each shop drawing and necessary data shall be submitted electronically to the Engineer.

Engineer will return electronically a marked copy to Contractor. When requested by the Engineer, the Contractor shall submit 3 additional copies of an approved submittal with all

Page 244: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2100 - 2

markups and comments incorporated as a record set submittal. Additional review time for a record set submittal shall be for the Owner (unless it is rejected as non-compliance.)

6. Submittals shall contain:

a. The date of submission and the dates of any previous submissions.

b. The Project title and number.

c. Contractor identification.

d. The names of: 1) Contractor 2) Supplier 3) Manufacturer

e. Identification of the product, with the section number, page and paragraph(s).

f. Field dimensions, clearly identified as such.

g. Relation to adjacent or critical features of the work or materials.

h. Applicable standards, such as ASTM or Federal Standards numbers.

i. Identification of deviations from Contract Documents.

j. Identification of revisions on resubmittals.

k. A blank space suitably sized for Contractor and Engineer stamps. l. Where calculations are required to be submitted by the Contractor, the calculations shall

have been checked by a qualified individual other than the preparer. The submitted calculations shall clearly show the names of the preparer and of the checker.

B. Engineer's Review of Submittals.

1. Engineer's review of submittals will cover only general conformity to the Drawings and

Specifications, external connections, and dimensions which affect the layout. Engineer's review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown. Engineer's review shall not relieve Contractor of Contractor's sole responsibility for errors, omissions, or deviations in the drawings and data, nor of Contractor's sole responsibility for compliance with the Contract Documents.

2. Engineer's submittal review period shall be 28 consecutive calendar days in length and shall commence on the first calendar day immediately following the date of arrival of the submittal or resubmittal in the Engineer’s email inbox. Submittals requiring complex review and coordination may involve additional review time.

3. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or Contract Time, the Engineer may return the reviewed drawings without noting an exception.

4. Submittals will be returned to the Contractor under one of the following notations.

“CONFORMS" is assigned when there are no notations or comments on the submittal. When

returned under this code the Contractor may release the equipment and/or material for manufacture.

Page 245: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2100 - 3

"CONFORMS AS NOTED". This code is assigned when a confirmation of the notations and

comments is required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product.

"REJECTED" is assigned when the submittal does not meet the intent of the Contract

Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents.

“RECEIPT ACKNOWLEDGED” is assigned to acknowledge receipt of a submittal that is not

subject to the Engineer’s review and approval and is being filed for information purposes only.

5. Resubmittals will be handled in the same manner as first submittals. On resubmittals the

Contractor shall identify all revisions made to the submittals, either in writing on the letter of transmittal or on the shop drawings by use of revision triangles or other similar methods. The resubmittal shall clearly respond to each comment made by the Engineer on the previous submission. Additionally, the Contractor shall direct specific attention to any revisions made other than the corrections requested by the Engineer on previous submissions.

6. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the Contractor and will be considered "Rejected" until resubmitted. The Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete.

7. Repetitive Review

a. Any need for more than one resubmission, or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to extension of the Contract Time.

8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least 20 working days prior to release for manufacture.

9. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor

shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer.

C. Contractor's Responsibilities

1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following:

a. Field measurements

b. Field construction criteria

c. Catalog numbers and similar data

d. Conformance with related Sections

2. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by

Page 246: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2100 - 4

the Contractor: "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Submittals shall be submitted electronically to the Engineer’s site field office.

3. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the

requirements of the Contract Documents.

4. The review of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from the responsibility for the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefor.

5. No portion of the work requiring a shop drawing, sample, or product data shall be started nor

shall any materials be fabricated or installed prior to the review or qualified approval of such item. Fabrication performed, materials purchased or on site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity.

6. Project work, materials, fabrication, and installation shall conform with approved shop drawings,

applicable samples, and product data. PART2 PRODUCTS

(Not Used) PART 3 EXECUTION

Measurement and Payment All submittals shall be considered incidental to price of other bid items and shall not be measured or paid separately.

Page 247: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

2110 - 1

SPECIAL PROVISIONS SECTION 2110

BASIC MECHANICAL REQUIREMENTS PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. The Contractor shall furnish and install to the required line and grade, all piping together with all fittings and appurtenances, required for a complete installation. All piping located outside the face of structures or building foundations and all piping embedded in concrete within a structure or foundation shall be considered exterior piping.

B. The Contractor shall furnish and install fittings, couplings, connections, sleeves, adapters, harness rods

and closure pieces as required to connect pipelines of dissimilar materials and/or sizes herein included under this Section and other concurrent Contracts for a complete installation.

C. The Contractor shall furnish all labor, materials, equipment, tools, and services required for the

furnishing, installation and testing of all piping as shown on the Drawings, specified in this Section and required for the Work. Piping shall be furnished and installed of the material, sizes, classes, and at the locations shown on the Drawings and/or designated in this Section. Piping shall include all fittings, adapter pieces, couplings, closure pieces, harnessing rods, hardware, bolts, gaskets, wall sleeves, wall pipes, hangers, supports, and other associated appurtenances for required connections to equipment, valves, or structures for a complete installation.

D. The Contractor shall provide taps on piping where required or shown on the Drawings. Where pipe or

fitting wall thicknesses are insufficient to provide the required number of threads, a boss or pipe saddle shall be installed.

E. The work shall include, but not be limited to, the following:

1. Connections to existing pipelines.

2. Test excavations necessary to locate or verify existing pipe and appurtenances.

3. Installation of all new pipe and materials required for a complete installation.

4. Cleaning, testing and disinfecting as required.

1.02 MATERIAL CERTIFICATION AND SHOP DRAWINGS

A. The Contractor shall furnish to the OWNER (through the Engineer) a Material Certification stating that the pipe materials and specials furnished under this Section conform to all applicable provisions of the corresponding Specifications. Specifically, the Certification shall state compliance with the applicable standards (ASTM, AWWA, etc.) for fabrication and testing.

B. Shop Drawings for piping shall be prepared and submitted in accordance with Section 02100 –

Submittals. Shop Drawings shall include, but not be limited to, pipe material, sizes, class, locations, necessary dimensions, elevations, pipe joints, and the details of fittings including methods of joint restraint. No fabrication or installation shall begin until Shop Drawings are approved by the Engineer.

Page 248: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2110 - 2

PART 2 -- PRODUCTS 2.01 GENERAL

A. All specials and every length of pipe shall be marked with the manufacturer's name or trademark, size, class, and the date of manufacture. Special care in handling shall be exercised during delivery, distribution, and storage of pipe to avoid damage and unnecessary stresses. Damaged pipe will be rejected and shall be replaced at the Contractor's expense. Pipe and specials stored prior to use shall be stored in such a manner as to keep the interior free from dirt and foreign matter.

B. Testing of pipe before installation shall be as described in the corresponding ASTM or AWWA

Specifications and in the applicable standard specifications listed in the following sections. Testing after the pipe is installed shall be as specified in Section 3.05.

C. ALL BURIED EXTERIOR PIPING SHALL HAVE RESTRAINED JOINTS FOR THRUST PROTECTION

UNLESS OTHERWISE SPECIFIED OR SHOWN ON THE DRAWINGS. D. The Drawings indicate work affecting existing piping and appurtenances. The Contractor shall excavate

test pits as required of all connections and crossings which may affect the Contractor's work prior to ordering pipe and fittings to determine sufficient information for ordering materials. The Contractor shall take whatever measurements that are required to complete the work as shown or specified.

2.04 SOLID SLEEVE COUPLINGS

A. Solid sleeve couplings shall be used to connect buried service piping where shown on the Drawings. Solid sleeves shall be ductile iron, long body and shall conform to the requirements of ANSI A21.10 (AWWA C110). Unless otherwise shown or specified, solid sleeve couplings shall be Style A11760 as manufactured by American Cast Iron Pipe Co., or equal.

2.05 FLEXIBLE COUPLINGS

A. Flexible couplings shall be as manufactured by the Red Valve Company and shall consist of a molded reinforced fabric of cotton and natural rubber. Galvanized steel retaining rings shall be furnished. End connections shall match ANSI 125 pound flanges with a minimum pressure rating of 140 psi.

2.06 SLEEVE TYPE COUPLINGS

A. Sleeve type, flexible couplings shall be furnished and installed where shown on the Drawings or otherwise required to resist internal operating pressures. In addition to that specified herein, harnessed, sleeve type flexible couplings shall be provided on all exposed pipe 3 inches and larger in diameter that spans any expansion joint in a building or structure.

B. Materials shall be of high strength steel and couplings shall be rated for the same pressures as the

connecting piping.

C. Gaskets shall be rubber. Bolts and nuts shall be alloy steel, corrosion-resistant and prime coated.

D. Couplings shall be as manufactured by Dresser Industries, Style 38, or equal as required and shown on the Drawings. All couplings shall be provided without interior pipe stop.

Page 249: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2110 - 3

2.09 TAPPING SLEEVES

A. Tapping sleeves shall be similar to Mueller Outlet Seal, American Uniseal or Kennedy Square Seal. All sleeves shall have a minimum working pressure of 150 psi. All taps shall be machine drilled; no burned taps will be allowed.

2.09 UNIONS

A. For ductile iron, carbon steel, and grey cast iron pipes assembled with threaded joints and malleable iron fittings, unions shall conform to ANSI B16.39.

B. For copper piping, unions shall have ground joints and conform to ANSI B16.18.

PART 3 -- EXECUTION 3.01 INSTALLATION

A. All piping shall be installed by skilled workmen and in accordance with the best standard practice for piping installation as shown on the Drawings, specified or recommended by the pipe manufacturer. Proper tools and appliances for the safe and convenient handling and installing of the pipe and fittings shall be used. Great care shall be taken to prevent any pipe coating from being damaged on the inside or outside of the pipe and fittings. All pieces shall be carefully examined for defects, and no piece shall be installed which is known to be cracked, damaged, or otherwise defective. If any defective pieces should be discovered after having been installed, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor and at his own expense. Pipe and fittings shall be thoroughly cleaned before they are installed and shall be kept clean until they are accepted in the complete work.

B. All excavation shall be made in such a manner and to such widths as will provide ample room for

properly installing the pipe and permit thorough compaction of backfill around the pipe. All excavation and trenching shall be done in strict accordance with these specifications and all applicable parts of the OSHA Regulations, 29CFR 1926, Subpart P.

C. ALL EXCAVATION REQUIRED BY THIS CONTRACT SHALL BE UNCLASSIFIED. NO ADDITIONAL

PAYMENT WILL BE MADE FOR ROCK EXCAVATION REQUIRED FOR THE INSTALLATION OF PIPE OR STRUCTURES SHOWN ON THE DRAWINGS.

D. No greater length of trench in any location shall be left open, in advance of pipe laying, than shall be

authorized or directed by the Engineer and, in general, such length shall be limited to approximately one hundred (100) feet. The Contractor shall excavate the trenches to the full depth, width and grade indicated on the Drawings including the relevant requirements for bedding. The trench bottoms shall then be examined by the Engineer as to the condition and bearing value before any pipe is laid or bedding is placed.

E. No pressure testing shall be performed until the pipe has been properly backfilled in place. F. JOINT DEFLECTION SHALL NOT EXCEED 75 PERCENT OF THE MANUFACTURERS

RECOMMENDED DEFLECTION. All exposed, submerged, and buried piping shall be adequately supported and braced by means of hangers, concrete piers, pipe supports, or otherwise as may be required by the location.

Page 250: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2110 - 4

G. Following proper preparation of the trench subgrade, pipe and fittings shall be carefully lowered into the

trench so as to prevent dirt and other foreign substances from gaining entrance into the pipe and fittings. Proper facilities shall be provided for lowering sections of pipe into trenches. UNDER NO CIRCUMSTANCES SHALL ANY OF THE MATERIALS BE DROPPED OR DUMPED INTO THE TRENCH.

H. Water shall be kept out of the trench until jointing and backfilling are completed. When work is not in

progress, open ends of pipe, fittings, and valves shall be securely closed so that no water, earth, or other substance will enter the pipes, fitting, or valves. Pipe ends left for future connections shall be valved, plugged, or capped, and anchored as required.

I. All piping shall be installed in such a manner that it will be free to expand and/or contract without injury to

itself or to structures and equipment to which it is connected. All piping shall be erected to accurate lines and grades with no abrupt changes in line or grade and shall be supported and braced against movement, temporary, or permanent. All exposed piping shall be installed with vertical and horizontal angles properly related to adjoining surfaces or pipes to give the appearance of good workmanship. Pipes crossing within a vertical distance of less than or equal to one (1) foot shall be encased and supported with concrete at the point of crossing to prevent damage to the adjacent pipes as shown on the Drawings.

J. The full length of each section of pipe shall rest solidly upon the bed of the trench, with recesses

excavated to accommodate bells, couplings, joints, and fittings. Before joints are made, each pipe shall be well bedded on a solid foundation; and no pipe shall be brought into position until the preceding length has been thoroughly bedded and secured in place. Pipe that has the grade or joint disturbed after laying shall be taken up and relaid by the Contractor at his own expense. Pipe shall not be laid in water or when trench conditions are unsuitable for work.

K. Proper and suitable tools and appliances for the safe convenient handling and laying of pipe shall be

used and shall in general agree with manufacturer's recommendations.

L. Ordinarily only full lengths of pipe (as furnished by the pipe manufacturer) shall be used exceptions: closure pieces at manholes and areas where joint deflection is required.

M. ALL PIPING SHALL HAVE BEDDING AS SHOWN ON THE DRAWINGS AND PER LOUDOUN

WATER’S STANDARD DETAIL G-6, UNLESS OTHERWISE SPECIFIED HEREIN OR INDICATED ON THE DRAWINGS.

3.02 DUCTILE IRON PIPE

A. Ductile iron pipe (DIP) shall be installed in accordance with the requirements of the Ductile Iron Pipe Handbook published by the Ductile Iron Pipe Research Association, and AWWA C600.

B. Where it is necessary to cut ductile iron pipe in the field, such cuts shall be made carefully in a neat

workmanlike manner using approved methods to produce a clean square cut. The outside of the cut end shall be conditioned for use by filing or grinding a small taper, at an angle of approximately 30 degrees.

C. UNLESS OTHERWISE APPROVED BY THE ENGINEER, FIELD WELDING OF DUCTILE IRON WILL

NOT BE PERMITTED. 3.03 COPPER PIPE

Page 251: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2110 - 5

A. Installation of copper pipe shall be by skilled workman in accordance with the manufacturer's recommendations. Use teflon tape at all fittings unless otherwise required for intended service. Install unions at the connections to each piece of equipment to allow removal of equipment without dismantling connecting piping.

3.04 JOINTS IN PIPING

A. Restrained joints shall be provided on all pipe joints as specified herein and shown on the Drawings. Restrained joints shall be made up similar to that for push-on joints.

B. Push-on joints include a single rubber gasket which fits into the bell end of the pipe. The gasket shall be

wiped clean, flexed and then placed in the socket. Any bulges in the gasket which might interfere with the entry of the plain end of the pipe shall be removed. A thin film of lubricant shall be applied to the gasket surface which will come into contact with the spigot end of the pipe. The lubricant shall be furnished by the pipe manufacturer. The plain end of the pipe, which is tapered for ease of assembly, shall be wiped clean and a thick film of lubricant applied to the outside. The pipe shall be aligned and carefully entered into the socket until it just makes contact with the gasket. The joint assembly shall be completed by entering the pipe past the gasket until it makes contact with the bottom of the socket. The pipe shall be pulled "home" with an approved jack assembly as recommended by the pipe manufacturer. If assembly is not accomplished by reasonable force, the plain end shall be removed and the condition corrected.

C. Mechanical joints shall be made up with gaskets, glands and bolts. When a joint is to be made up, the

bell or socket and plain end shall be cleaned and washed with a solution of mild soap in water; the gland and gasket shall be slid onto the plain end and the end then entered into the socket until it is fully "home" on the centering ring. The gasket shall then be painted with soapy water and slid into position, followed by the gland. All bolts shall be inserted and made up hand tight and then tightened alternately to bring the gland into position evenly. Excessive tightening of the bolts shall be avoided. All nuts shall be pulled up using a torque wrench which will not permit unequal stresses in the bolts. Torque shall not exceed the recommendations of the manufacturer of the pipe and bolts for the various sizes. Care shall be taken to assure that the pipe remains fully "home" while the joint is being made. Joints shall conform to the applicable AWWA Specifications.

D. Threaded and/or screwed joints shall have long tapered full depth threads to be made with the

appropriate paste or jointing compound, depending on the type of fluid to be processed through the pipe. All pipe up to, and including 1-1/2-inches, shall be reamed to remove burr and stood on end and well pounded to remove scale and dirt. Wrenches on valves and fittings shall be applied directly over the joint being tightened. Not more than three pipe threads shall be exposed at each connection. Pipe, in all lines subject to temperature changes shall be cut short and cold sprung into place to compensate for expansion when hot. Joints in all piping used for chlorine gas lines shall be made up with a glycerine and litharge cement. Joints in plastic piping (PVC/CPVC) shall be laid and joints made with compounds recommended by the manufacturer. Installation shall conform to the requirements of ASTM D2774 and ASTM D2855. Unions required adjacent to valves and equipment.

3.05 FLUSHING AND TESTING

A. All piping shall be properly flushed and tested unless specifically exempted elsewhere in the Specifications or otherwise approved by the Engineer. The Contractor shall furnish and install all means and apparatus necessary for getting the air or water into the pipeline for flushing and testing including pumps, compressors, gauges, and meters, any necessary plugs and caps, and any required blow-off piping and fittings, etc., complete with any necessary reaction blocking to prevent pipe movement during the flushing and testing. All pipelines shall be flushed and tested in such lengths or sections as agreed

Page 252: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2110 - 6

upon among the Owner, Engineer, and Contractor. The Contractor shall give the Owner and Engineer reasonable notice of the time when he intends to test portions of the pipelines. The Engineer reserves the right, within reason, to request flushing and testing of any section or portion of a pipeline.

B. The Contractor shall provide water for all flushing and testing of liquid conveying pipelines. Only potable

water shall be used for flushing and testing the potable water system.

C. After flushing, all liquid conveying pipelines shall be hydrostatically tested at the test pressure in accordance with the requirements of AWWA C600. Each pipeline shall be filled with water for a period of no less than 24 hours and then subjected to the specified test pressure for 2 hours. During this test, exposed piping shall show no leakage. Allowable leakage in buried piping shall be in accordance with AWWA C600.

D. Any leaks or defective pipe disclosed by the hydrostatic test shall be repaired or replaced by the

Contractor, at his own expense, and the test repeated until all such piping shows tight. 3.06 DISINFECTION

A. All pipe and fitting connected to and forming a part of a potable water supply shall be disinfected in

accordance with the procedures described in AWWA C 651. Disinfection shall also be in accordance with the requirements of the Virginia Department of Health (VDH), VDH Working Memo 918 (WM 918) and the Owner.

B. The following procedures for disinfection are outlined in 12VAC-590-1210 and WM 918: Disinfection

shall be accomplished after the pipe has been flushed, if applicable, and passed the hydrostatic test. Such piping shall be filled with 50 parts per million (PPM) of chlorine and shall be sampled by one of the following two options:

• Option A – Take initial set of samples, then resample after 16 hours. • Option B – Allow main to sit for 16 hours without water movement, then take first set of samples with a

second set of samples after a 15 minute waiting period. • Final tests shall show a minimum residual chlorine content of 10 ppm in all parts of the system.

Disinfection shall be repeated as often as necessary, and as directed by the Engineer and/or VDH and/or the Owner until the minimum residual chlorine content of 10 ppm has been reached. The Contractor shall obtain certificates of satisfactory bacteriological tests and furnish them to the Owner before the request is made for acceptance of the work. The Contractor shall furnish and install, at his own expense, all means and apparatus necessary for performing the disinfection. The chlorine solution shall be thoroughly flushed out prior to placing the new sections of pipe in service. The Contractor is cautioned that the spent chlorine solution must be disposed of in such a way as not to be detrimental to animal, plant, or fish life. Chlorine residual tests will be made after flushing to assure that residual is not in excess of 1 ppm at any point in system.

Page 253: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

2120 - 1

SPECIAL PROVISIONS SECTION 2120

DUCTILE IRON PIPE PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. All ductile iron pipe and specials shall be marked with the manufacturer's name or trademark, size, weight, thickness class, the date of manufacture, and the word "Ductile".

B. Ductile iron pipe (DIP) of the sizes shown or specified shall conform to ANSI A21.51 (AWWA C151),

Grade 60-42-10 for ductile iron pipe centrifugally cast in metal molds or sand-lined molds. All ductile iron pipe shall conform to ANSI A21.50 (AWWA C150) for thickness design and shall be supplied in 18 or 20 foot nominal lengths or as required to meet the requirements of the Drawings. Fittings and specials shall be cast iron or ductile iron, conforming to the requirements of ANSI A21.10 (AWWA C110) or ANSI A21.53 (AWWA C153).

C. Minimum Class 53 pipe shall be used for flanged spools.

D. Reference Section 2110, Basic Mechanical Requirements E. Reference Section 15390, Schedules, for pressure rating requirements for specific applications.

PART 2 -- PRODUCT 2.01 DUCTILE IRON PIPE AND FITTINGS

A. All pipe and fittings, with the exception of glass lined pipe and sleeves, shall be cement mortar lined. Linings shall conform to American Standard Specifications for Cement Mortar Lining for Cast Iron Pipe and Ductile Iron Pipe and Fittings, ANSI A21.4 (AWWA C104) and shall be standard thickness. The mortar lining shall be protected with the bituminous seal coat. All buried DIP and fittings shall have a bituminous coating on the exterior surfaces in accordance with ANSI A21.51 (AWWA C151). All exposed DIP and fittings shall have a shop applied prime coat in accordance with Section 09900 - Painting.

B. All buried DIP and fittings shall be coated with a layer of arc-sprayed zinc per ISO 8179. The mass of

the zinc applied shall be 200 g/m2 of pipe surface area. A finishing layer topcoat shall be applied to the zinc. The mean dry film thickness of the finishing layer shall not be less than 3 mils with a local minimum not less than 2 mils. The zinc coating system shall conform to the most recent version of ISO 8179-1 “Ductile Iron Pipes – External Zinc Based Coating – Part 1: Metallic zinc with finishing layer.” Exterior surfaces of all ductile iron fittings shall be coated with a zinc-rich primer 85% by weight in dry film conforming to ISO 8179-2 “Ductile Iron Pipes – External Zinc Coatings – Part 2 Zinc Rich Paint with Finishing Layer”. A finishing topcoat shall be applied to the zinc-rich primer. Zinc coating damaged beyond 0.775 in2 shall be repaired. The area shall be wiped or lightly brushed, dried and painted by hand with zinc rich primer conforming to ISO 8179-2 to a thickness of 3 to 4 mils. After curing, the zinc coating shall be top coated with a 3 mil layer of asphaltic coating.

C. All buried DIP and fittings shall be polyethylene encased per ANSI/AWWA CIOs/A21. The polyethylene

encasement shall consist of three layers of co-extruded linear low density polyethylene (LLDPE), fused

Page 254: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2120 - 2

into a single thickness of not less than eight mils. The inside surface of the wrap shall be infused with a blend of anti-microbial biocide. Wrap shall be installed in accordance with AWWA C600 and AWWA M41, and shall be overlapped one foot in each direction at joints and secured in place around the pipe.

D. Requirements for various types of joints are described in the following paragraphs. UNLESS

OTHERWISE NOTED HEREIN OR ON THE DRAWINGS, ALL EXPOSED DUCTILE IRON PIPING SHALL HAVE FLANGED JOINTS.

E. Flanged joints and fittings shall have a minimum pressure rating of 250 psi with 125 lb. American

Standard flanges. All flanges and fittings shall conform to the requirements of ANSI B16.1. Flanges shall be ductile iron and shall be of the threaded or screw on type. The face of the flanges shall be machined after installation of the flange to the pipe. No raised surface shall be allowed on flanges. Flanged pipe shall conform to the requirements of ANSI Specification A21.15, (AWWA C115). Pipe lengths shall be fabricated to meet the requirements of the Drawings.

F. Gaskets shall be the "Ring Gasket" type, 1/8-inch minimum thickness, cloth inserted rubber, red rubber

or neoprene and shall be suitable for the service intended. Bolts shall be of the size and length called for and in accordance with the "American Standard" and comply with the requirements of the ANSI/AWWA Standards. The bolts for flanged joints shall be a minimum ASTM A307; Grade B carbon steel and be in accordance with ANSI A21.10, (AWWA C110). The bolts shall have hexagonal heads and nuts, no washers shall be used.

G. Bell and spigot pipe shall be provided with push on, O-ring rubber gasket, compression type joints and

shall conform to the requirements of ANSI A21.11 (AWWA C111). Fittings and specials shall be supplied with mechanical joints as specified for mechanical joint pipe. If required by installation conditions, pipe shall have cast-on lugs for adequately tying it together.

H. Mechanical joints and fittings shall conform to the requirements of ANSI A21.11, (AWWA C111). Joints

shall be made employing a tapered rubber gasket forced into a tapered groove with a ductile iron follower ring. If required by installation conditions, pipe and fittings shall have cast-on lugs for adequately tying the pipe and fittings together. These shall be in conformance with standard practice and as outlined under the appropriate AWWA Specifications.

I. Bolts for mechanical joints shall be high strength corrosion resistant low-alloy steel tee-head bolts with

hexagonal nuts.

J. Restrained joint pipe shall consist of factory manufactured bolted retainer rings, ductile iron locking segments held in place by rubber retainers, or ductile iron retaining rings that lock over the bell of the joint and are secured to prevent rotation, and factory welded retainer beads or rings on the spigot of the pipe. All components of the bolted or snap ring assemblies shall be constructed of corrosion-resistant, high strength, low-alloy steel. Restrained joint pipe shall be Flex-Ring or Lock-Ring type joints as manufactured by American Cast Iron Pipe Company, HP LOK or TR Flex as manufactured by US Pipe, Bolt-Lok or Snap-Lok as manufactured by Griffin Pipe Products, TR Flex or Super Lock as manufactured by Clow Water Systems Co., or approved equal.

K. The manufactured systems for thrust restraint indicated above shall be used where restrained joint

ductile iron pipe and fittings are specified or indicated on the drawings. Gripping gaskets are not an acceptable form of restraint. Thrust restraint and harnessing systems such as threaded-rods, friction clamps, retainer glands shall be used only where specifically specified herein, indicated on the drawings or if allowed by the Engineer in isolated applications where conditions warrant and necessitate their use. Concrete thrust blocks may be used in accordance with the schedule indicated on the drawings, if applicable.

Page 255: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2120 - 3

PART 3 -- EXECUTION MEASUREMENT AND PAYMENT 3.01 GENERAL

A. Water Service Line will be measured in units of linear feet, complete in place, and paid for at the contract unit price per linear foot for the respective size of the piping and will include excavating, shoring, stone and soil backfilling and compacting.

B. Ductile Iron Water Main: water mains, appurtenances, and other associated work, will be measured

in units of linear feet complete in place and paid for at the contract unit price per linear foot for the respective size of the water main. The unit price includes fittings, excavation, bedding, stone and soil backfill and compaction, connections to existing water mains (and restraining of existing pipe and valves), additional test pits and exploratory excavation as directed by the Engineer to determine size, type, and condition of existing facilities, support of existing utilities, and the following, based on the respective size of the water main. All testing of water mains and disinfecting shall be considered incidental to the price of the pipe and not measured separately.

C. Abandonment or removal of existing water mains will include, but will not be limited to closing all

valves, removing valve boxes, waterline markers, fire hydrants, bollards and test stations, cutting and plugging existing water mains, removing existing water mains and associated structures (as required), crimping copper service lines, compacting, backfilling with suitable material, and other associated work, where indicated on the plans and where directed by Fairfax Water and will not be measured for separate payment, but shall be included in the cost of the water main.

D. Removing existing water meters and disconnecting water service lines and all incidentals necessary

to complete the work will not be measured for separate payment, but shall be included in the cost of the water main. No additional payment will be made to the contractor for work which must be performed at night.

E. Valves and Boxes will be measured in units of each complete in place, and paid for at the contract

unit price per each based on its respective size and type. This price shall include full compensation for furnishing and installing the gate valve, valve boxes, connection to the water main, and all materials, labor, equipment and incidentals necessary to complete the work, including excavation, bedding, backfill and compaction.

F. ¾” Water meter and Box will be measured in units of each complete in place, and paid for at the contract unit price per each based on its respective size and type. This price shall include full compensation for furnishing and installing the meter (provided by the Town), meter box, fittings, valves, connection to the water lateral, and all materials, labor, equipment and incidentals necessary to complete the work, including excavation, bedding, backfill and compaction.

G. Air Release Valves and Assembly will be measured in units of each, complete in place, and paid for

at the contract unit price per each. This price shall include full compensation for furnishing and installing the gate valve; pipe and fittings; valve boxes; connection to the water main, and all materials, labor, equipment, and incidentals necessary to complete the work, including excavation, bedding, backfill and compaction, as indicated on the Detail on the Plans.

H. Water Line Blow-Off Station will be measured in units of each, complete in place, and paid for at the

contract unit price per each. This price shall include full compensation for furnishing and installing the

Page 256: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2120 - 4

gate valve; pipe and fittings; valve boxes; connection to the water main, and all materials, labor, equipment, and incidentals necessary to complete the work, including excavation, bedding, backfill and compaction, as indicated on the Detail on the Plans.

Payment will be made under:

Pay Item Pay Unit ¾” Water Service Line LF 4” Ductile Iron Water Main LF 4” Air Release Valve and Assembly EA Water Line Blow-Off Station EA 4” Gate Valve & Box EA ¾” Water meter and Box EA Lateral Valve Box EA

Page 257: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

2130 - 1

SPECIAL PROVISIONS SECTION 2130

Low Pressure Sewer System Force Main PART 1 - GENERAL

1.1 DESCRIPTION

Section Includes: Requirements to provide low pressure sewer system force main, piping and appurtenances.

1.2 REQUIREMENTS FOR MANUFACTURERS AND SUPPLIERS BEFORE DELIVERY

Sample, inspect, test, and retest pipe, valves, fittings, and joint material.

1. Engineer may inspect sample and test pressure pipe and fittings as specified herein. a. If any specimen fails to meet requirements set forth herein and in referenced

ASTM Standards, Engineer will randomly select and test another section of pipe or fitting from same production run of pipe or fitting originally tested.

b. Failure of additional samples to meet referenced requirements shall be cause for rejection of remainder of that production run.

1.3 SUBMITTALS

A. The CONTRACTOR shall submit the following items as outlined in Section 2100 -

Water and Sewer Submittals.

1.4 HANDLING AND STORAGE

A. Handling: Unload material carefully. B. Storage:

1. Place or store as close to final point of placement as is practical. 2. Provide adequate means of protecting materials from ultraviolent degradation and

discoloration following manufacturer's instructions. PART 2 – PRODUCTS

2.1 MATERIALS A. Pipe and Fittings.

1) General

a. Pipe of given size and material by same manufacturer. b. Clearly mark each pipe length and fitting as required herein. c. Produced by extrusion process and homogeneous throughout, free from

cracks, holes, foreign inclusions or other defects and uniform in color. d. Do not use pipe with blisters, bubbles, cuts, or scrapes on inside or outside

surfaces, which damage wall thickness, or other imperfections which impair performance or life of pipe.

2) PVC Pipe

Standards:

Page 258: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2130 - 2

a) ASTM D1785, Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80 and 120 b) ASTM D2241, Polyvinyl Chloride (PVC) Pressure-Rated Pipe (SDR Series) c) ASTM D2564, Solvent Cements for Polyvinyl Chloride (PVC) Plastic Piping

Systems d) ASTM D3139, Joints for Plastic Pressure Pipes Using Flexible Elastomeric

Seals

3) Pipe General Pipes and fittings of 4 inch diameter shall be polyvinyl chloride, per ASTM D2241 (Class 12454-B PVC), with integral bell end and steel pipe (IPS) outside dimensions. Dimension ratio shall be SDR 17 or better. Pipe and fittings 2 inches through 3 inches shall be polyvinyl chloride, per ASTM D2241 (Class 12454-B PVC), with integral bell end and steel pipe (IPS) outside dimensions. Dimension ratio shall be SDR 25. Pipe joints 4 inch through 2 inches shall be push-on, per ASTM D3139, and pipe/fitting joints shall be push-on or compression/mechanical type, per ASTM D3139, except where solvent cement joints are required. Sizes 1½ inches and 1-1/4 inches shall meet requirements of ASTM D1785. Pipe shall be Schedule 40 (Class 12454-B PVC), and fittings shall be Schedule 80. Joints shall be for solvent cement. Solvent cement joints shall meet the requirements of ASTM D2564, and shall be appropriate solvent for the pipe materials.

4) Tapping Saddles for Low Pressure Collection

a) Saddle to be stainless steel band. b) Nuts and bolts shall be stainless steel. c) Use with applicable ball corporation stop as detailed in the standard details in

the contract drawings. d) Acceptable manufacturers and models or equal:

Smith Blair 372 Service Saddles Romac Style 306 Service Saddle

5) Plug Valve

a) Plug valves shall be specified primarily for applications in buildings and vaults,

where special considerations preclude the accommodation of gate valves. Plug valves may be specified in underground applications, where cover on pipeline cannot accommodate a gate valve’s bonnet.

b) Plug valves are also for use in low pressure collection systems in sizes 2-inch and larger.

c) Valve ends for buried applications shall be mechanical joint, in sizes 3-inch and larger, and threaded in 2-inch. Flanged ends shall be used in buildings and vaults.

d) Fasteners exposed to backfill (not including those of the mechanical joint ends) must be T304 Stainless Steel.

e) Eccentric plug valves shall be suitable for raw sewage, with full port

Page 259: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2130 - 3

configuration and straight through flow pattern. f) Requirements

• Design working pressure shall be 150 psi. • Laterials of construction shall be as follows: • Valve Body: Ductile Iron or Gray Iron • Plug: Resilient Faced • Valve Seats: Nickel • Bearings: Stainless Steel

g) Acceptable manufacturers and models or equal: DeZurik Mueller/Pratt Clow Val-Matic VAG USA LLC (formerly GA Industries)

6) Ball Valve for Low Pressure Collection

AWWA C800, Underground Service Line Valves and Fittings

a) Ball valves in size 1-1/2 inch are specified in low pressure wastewater

collection systems. b) With each valve, furnish 5-1/4” cast iron roadway box with arched bottom,

model number CUL5B64SARC by Bingham & Taylor or approved equal. Cover to be marked “SEWER”.

c) Valves shall be ball type, with full port configuration and straight through flow pattern. Valve shall be for buried service, one-quarter (1/4) turn operation through valve box. Valve ends shall be threaded.

d) Materials of construction shall be as follows: Valve Body: Bronze Ball: Brass, Fluorocarbon-Coated Seals: Buna-N O-Rings

e) Acceptable manufacturers and models or equal: Ford Meter Box Company Series B11 Mueller Company B-20200 A.Y. McDonald 6101 Series

7) In-Line Check Valve for Low Pressure Collection

For use in service branch of low-pressure wastewater collection systems. a. Acceptable manufacturers and models or equal:

Environment One - 1-1/4” Uni-Lateral Stainless Steel Lateral Valve: NA0330P04 --includes ball valve, check valve, access port, and SCH 80 adapters

8) Combination Air Valve

a) Valve to have stainless steel body. b) Acceptable manufacturers and models or equal:

A.R.I. D-020 Stainless Steel - comparable valve by A.R.I to be specified where a combination device is not appropriate

Page 260: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2130 - 4

PART 3- EXECUTION 3.1 INSTALLING PIPE

A. Trench Method: PVC Pipe.

1. General

a. Inspect exterior and interior of each pipe and fitting for damage and

discoloration. b. Trench excavation, backfill and test pits:

Trench, Excavation and Backfill and as indicated as follows.

1) Before pipe installation: a) Excavate sufficient trench in advance and test pit existing

underground utilities/structures, whether shown on Drawings or visually identified in field, to: (1) Verify actual locations. (2) Make reasonable changes in line and grade to resolve

conflicts, as approved by Engineer. b) Furnish Engineer location and elevation information when

previously unknown or different underground utilities/structures are encountered.

2) Perform additional work made necessary because of failure to take

above precautions at no cost to the Town of Hillsboro.

c. Pipe Embedment Material for pipe installed by open trench excavation. 1) Place embedment material so that pipe is uniformly supported along its

length. 2) Do not drop pipe and fittings into trench. 3) Do not drag pipe in manner which causes scratching of pipe surface. 4) Excessive gouging of pipe surface will be cause for rejection.

d. Placement. 1) Clean each pipe and fitting of foreign substances before placing in

trench and keep clean during jointing process. a) Should foreign substances, harmful materials, or damaged pipe be

observed in previously installed pipe, cease work until foreign material is removed or damaged pipe removed and replaced.

2) Close open ends of pipe and fittings with a watertight seal during periods when work is not in progress.

3) Provide thrust blocks at bends, tees, caps, and plugs per the details shown on the Contract Drawings.

e. Pipe Embedment and Trench Backfill Materials.

1) Provide pipe embedment material around as per Loudoun Water standard details as shown in the contract drawings.

f. Install detectable warning tape over the force main. The detectable warning

tape shall be green color with six inch width and minimum 5 mils thickness. The tape shall have minimum 3/4 inch high lettering on each line stating

Page 261: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2130 - 5

"CAUTION- SEWER LINE BURIED BELOW", repeated continuously along length of tape at intervals no greater than 3 feet. Place tape directly over centerline of pipe, between 18 to 30 inches below finished surface and with minimal number of splices. Overlap the tape a minimum 6 inches at splices and intersections.

g. Perform required pressure test as specified herein.

2. PVC Pipe and Fittings.

a. Follow pipe manufacturer's installation instructions for field cutting and beveling PVC pipe and minimum radius of curvature of various sizes of pipe for installing curved sections of pipe.

b. Place solvent cement joint pipe in trench as specified herein and following manufacturer's recommendations.

c. Provide thrust blocks at bends, tees, caps, and plugs per details shown on the Contract Drawing Force Main Details.

d. Remove and replace damaged pipe and fittings at no cost to the Owner. 3.2 JOINTS

A. PVC Pipe and Fittings.

1. Push-on Joints: Make push-on joints following manufacturer's instructions.

a. Insert spigot ends into bells and couplings to depth marked on pipe. b. If pipe is cut, mark depth reference around entire circumference of pipe. c. Use only lubricant supplied by pipe manufacturer and following

manufacturer's directions. 2. Threaded Joints: Follow pipe manufacturer's installation instructions.

3.3 FITTINGS AND VALVES

A. Install fittings and valves as shown on the Contract Drawings.

1. Inspect and operate valves to ensure proper working order prior to installation. 2. Set fittings and valves and join pipe as specified previously herein. 3. Install valve boxes

B. Installation: Set valve boxes at right angles to pipe, centered and plumb over valve

operating nut with box cover flush with finished grade or otherwise as directed.

1. Install concrete support block to support the valve box as shown in the contract drawings. Support box to maintain nut in position for operation with extended tee wrench operator.

2. Backfill and compact around valve boxes to ensure no vertical loads are transmitted to valves or pipe.

3. Set pipe and fittings in arch openings of lower box section so that no part of box bears on pipe, fittings, and valves.

3.4 THRUST BLOCKS

A. Provide thrust blocks on bends, tees, seal-only type mechanical couplings on PVC pipe,

connections between PVC pipes, plugs, and caps as shown on the Contract Drawing

Page 262: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2130 - 6

details for thrust blocks 1. Ensure that entire face of earth against which thrust block will bear is firm bearing,

flat, and at proper angle to counteract thrust. 3.5 CONNECTIONS

A. 1-1/4” Pressure Sewer Force Main House Connections.

1. General: Install 1-1/4” pressure sewer force main house connections from street

force main line to property lines at elevations as shown on the Contract Drawings.

a. Install fittings, valves, and other piping components as indicated on the Contract Plan Typical Force Main Details. The lateral shall terminate at the sewer lateral valve box just inside the property line.

b. Make 1-1/4” sewer house service connections to street pressure sewer force main by installing tees simultaneous with street force main installation.

3.6 FIELD TESTING

A. Perform field pressure tests on all pressure sewer force main pipe and connections.

1. Before Beginning Pressure Test in each area:

a. Cure PVC solvent-cement joints and concrete thrust blocks. b. Completely backfill pipe c. Cap or plug ends of test sections and brace caps to withstand thrust developed

under test pressure. d. Slowly fill section of pipe to be tested with clean potable water until completely

full and air has been expelled.

2. Conduct pressure testing with ENGINEER in attendance and give 72 hours notice to ENGINEER prior to testing.

3. Water meter for testing: Furnished by the CONTRACTOR. The Contractor shall

obtain approval from the public water supply to utilize existing fire hydrants to supply water for testing or provide potable water from another source. All costs for water supplied for testing shall be included in the bid price for piping and shall be at no additional cost to the Owner.

4. Provide pressure gage recorder capable of printing a continuous record of

pressure test readings (by Dickson Pressure Recorders, Model Numbers PW457 or PR81000 or equal) and charts for testing.

5. Use test pressure of a minimum of 100 psi at low point of system.

6. Subject test section to test pressure for minimum of 2 hours.

CONTRACTOR personnel will operate valves during this portion of test under direction of the ENGINEER.

7. Leakage Allowance.

a. HDPE pipe with fusion jointing techniques for connections: None

Page 263: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

2130 - 7

allowed. b. PVC gasket joints: Calculate maximum allowable leakage for pipe with

gasketed joints using following formula:

8. Should test results show displacement, damage, or leakage in excess of

allowable amount, repair displacement and damage, eliminate leakage and retest until specified conditions are met, at no cost to the OWNER.

9. After approval of test by ENGINEER open all valves to allow operation. 10. Grinder pumps shall not be placed into operation until pressure testing of all

downstream force main has been completed and the OWNER has approved all grinder pump installations.

PART4 – MEASUREMENT AND PAYMENT

4.1 LOW PRESSURE SEWER FORCE MAIN

A Measurement: By linear foot of various sizes and types provided and by the method

of installation, measured horizontally along centerline of pipe.

1. No deductions will be made for lengths of fittings, connections, valves, flushing connections, and air/vacuum valve manholes.

2. In-line flushing connection, terminal flushing connection, air release shall be measured as each complete in place with all necessary valves, fittings, concrete, supports, manhole, frame/cover, and valve boxes.

B. Payment: At unit price listed for each pipe size and type listed in Bid Schedule.

Payment for pipe (main and lateral) includes excavation, stone and soil backfill and bedding for trench method of installing PVC; temporary shoring, detectable warning tape or wire; pipe and fittings. Payment for the sewer lateral pipe shall include the adapters, bushings, corporation stop, and saddle as required on standard detail and shall not be measured and paid separately. Payment for in-line flushing connection, terminal flushing connection, sewer lateral valve/meter box, and air release valve assembly includes excavation, backfill, bedding, concrete, fittings, manhole, frame/cover, and valve boxes necessary to provide these assemblies complete in place and operational.

Page 264: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

VDOT 244 - 1

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SPECIFICATIONS

SUPPLEMENT SECTION 244 – ROADSIDE DEVELOPMENT MATERIALS TOPSOIL

Section 244 – ROADSIDE DEVELOPMENT MATERIAL of the Specifications is amended as follows:

Section 244.01 – Description shall be amended as follows:

Section 244.02 (b) – Topsoil is amended to include the specified planting soil mix, henceforth called Plant Bed Soil and to include the following:

A. Plant Bed Soil shall be “Sandy Loam” determined by mechanical analysis and based on the “USDA Classification System”. Planting soil shall meet the following mechanical analysis which represents soil characteristics as defined by the United States Department of Agriculture:

Texture Class: % of Total Weight Clay : 15 - 20 Silt : 30 - 50 Sand : 50 - 70

B. Plant Bed Soil shall meet ASTM D 5268 topsoil, with pH range of 5.5 to 7, a minimum of

6 percent organic material content; free of stones, clods, and debris 1 inch or larger in any dimension and other extraneous materials harmful to plant growth.

C. The following options are possible for providing planting soil:

1. Existing, native surface topsoil formed under natural conditions with the duff layer

retained during excavation process and stockpiled on-site. Contractor may use raw topsoil for planting soils that meet the requirements. Contractor shall submit the testing results to the Engineer that verify the suitability of native surface topsoil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth.

2. Existing, in-place surface soil. Contractor may use onsite soil and amend to meet

the requirements. Contractor shall submit the testing results to the Engineer that verify the suitability of existing surface soil to produce viable planting soil. Remove stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth.

3. Imported topsoil or manufactured topsoil from off-site sources. Contractor may use

imported soils that meet the requirements.

D. Testing and Documentation

1. At least 30 days prior to ordering, the Contractor shall submit to the Owner’s Representative samples, certificates, manufacturer’s literature, and certified test results for materials specified in this Special Provisions. Soil Testing and Analysis shall be at the Contractor’s expense. Contractor shall deliver samples to testing laboratory and shall have the testing report sent directly to the Owner’s

Page 265: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 244 - 2

Representative. Tests for gradation, organics, soil chemistry, and pH shall be performed by an Agricultural Experiment Station Testing Laboratory approved by the Engineer and stated below:

a. Soil-Testing Laboratory Qualifications: An independent laboratory or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed.

b. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plant-nutrient content of the soil. (1) Testing methods and written recommendations shall comply with

USDA's Handbook No. 60. The soil-testing laboratory shall oversee soil sampling, with depth, location, and number of samples to be taken per instructions from Architect. A minimum of three representative samples shall be taken from varied locations for each soil to be used or amended for planting purposes.

(2) Report suitability of tested soil for turf growth.

i. Based on the test results, state recommendations for soil treatments

and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. (92.9 sq. m) or volume per cu. yd. (0.76 cu. m) for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants.

ii. Report presence of problem salts, minerals, or heavy metals,

including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action.

2. Prior to spreading Plant Bed Soil, subgrades shall be tested to determine if they are too

compact to drain water. In the presence of the Engineer, the Contractor shall perform percolation tests of areas to be planted or seeded. The Contractor shall dig test holes to check soil permeability at locations designated by the Engineer at least two weeks prior to spreading soil. The contractor shall perform a total of 20 test holes evenly spread out throughout the corridor. Engineer shall determine the location of test holes. Test pits in subgrade shall be dug to a depth of twelve inches. Holes dug by machine shall have the vertical walls loosened by hand in order to prevent compaction or glazing of the walls. Contractor shall pour water into the test holes and shall allow the water to drain out of the holes. Contractor shall refill the holes with water and measure the rate at which the water re-enters the soil by measuring the depth of water. If percolation of soil is less than one inch per hour, the Contractor shall notify the Engineer immediately. Slow percolation of subgrade shall require Contractor to rip the subsoil with a claw to a depth of twelve inches. Contractor shall rip soil in rows in areas of poor percolation in two directions perpendicular to one another.

Page 266: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 244 - 3

The Contractor shall notify the Engineer when areas to be filled with soil are ready for formal inspection. Placement of soil shall not begin until the Engineer has approved subgrade. Soil shall be spread over the approved subgrade in two lifts. First lift shall be three inches. Immediately after placing the first lift, mix the soil with the subsoil to a depth of six inches total to create a fully integrated transitional soil. Place the second lift of soil, three inches, directly over the transition soil layer. Lightly roll the soil surfaces. Compaction of each lift shall be done with hand-operated equipment as determined by ASTM Test, D1556. Maximum dry density shall be determined in accordance with ASTM D 1557, Method D. Maximum dry density of 89% - 90% shall be achieved for all fill materials in seeded areas, turf, and planting areas. Completed work shall conform to the lines, grades, and elevations as shown in the Drawings.

Section 244.02 (d) - Fertilizer is amended by adding the following: A. Ectomycorrhizal fungi: Commercially available mycorrhizal fungal inoculant shall be applied

to the soil mix used for all woody perennials, shrubs, and trees. Add inoculant in every hole to receive trees or shrubs. In general, 2” caliper trees will receive 9 oz. per tree, and 4’ high shrubs will receive 3 oz. per shrub. Apply rates as directed by manufacturer.

Section 244.02 (i) – Trees, Shrubs, Vines, and Other Plants is amended by adding the following: A. Contractor shall follow the requirements outlined in the Drawings Sheet 10(1) regarding

installer qualifications, plant material, pant material observations, planting delivery, and planting conditions.

I. MEASURE AND PAYMENT

Section 244 is amended to include the following:

Planting Bed Soil shall be measured in place in cubic yards and will be paid for at the contract unit price of cubic yards. The price shall include manufacturing of soil, testing, amending, placement, compaction, grading, labor, materials, and equipment required or incidentals to install complete-in-place plant bed soils as shown in the Drawings. Payment will be made under: Pay Item Pay Unit Planting Bed Soil CY

Page 267: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

3310-1

SPECIAL PROVISIONS SECTION 3310

EXPOSED AGGREGATE FINISH FOR GUTTERS, DRIVEWAYS, MOUNTABLE APRONS AND MEDIANS

I. DESCRIPTION

Roadway gutters, driveway, mountable aprons, and medians shall be composed of Portland Cement Concrete proportioned, mixed, and constructed on the prepared bases in accordance with these Specifications, in one (1) course, to a depth specified in the Drawings. All exposed surfaces for the items mentioned above, except as directed by the Engineer, shall have an exposed aggregate finish.

II. MATERIALS

1. The materials for concrete shall meet the requirements of VDOT Section 504.02 –

Sidewalks, Steps, and Handrails.

III. PROCEDURES

1. The placement of concrete for these items shall meet the requirements of Section 504.03 – Sidewalks, Steps, and Handrails, except as noted below:

2. Carbon powder will not be used in the mix and load transfer devices will not be required unless otherwise specified.

3. A sample exposed aggregate concrete finish panel shall be provided to the Contractor

by the Owner 30 days prior to beginning the work. The Contractor shall match the color and finish of the sample for the entirety of the work.

The Contractor shall construct a 4 foot by 4 foot horizontal sample test panel using the same material and methods that he intends to use in this construction. Work shall not proceed until the sample has been approved by the Engineer. The approved sample panel shall be kept at the job site until the Work is finished. Extreme care must be maintained by the Contractor to properly arrange his work and to employ only masons skilled in this class of work in order that the finished surface shall conform to the approved sample.

4. Aggregates for Seeding – Select aggregates for seeding shall be rounded (not crushed) gravel from one (1) source; less than 1/2 inch in size; brown, dark grey, to light grey in color; washed, screened, and retained on 1/4 inch sieve. Contractor shall provide a one pound sample to the Engineer for approval.

5. Immediately after the concrete has been placed, screeded, floated, or darbied, the unsegregated seeding aggregate shall be hand-scattered over the slab so that approximately 50 of the 1/2 inch to 1-inch stones occupy each square foot (smaller

Page 268: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3310 - 2

stones scattered are not counted). The seed aggregate shall be in a damp condition when placed on the surface of the slab. The aggregate shall be embedded initially by tapping with a wood float, a straight edge or a darby, and finally by using a bull float, or hand float until the appearance of the surface is similar to that of a normal slab after floating.

Care shall be taken not to overdo floating so as not to depress the aggregate too deeply.

6. Approximately 30 minutes after final troweling, the surface shall be uniformly sprayed with an approved retarder, covered with a plastic sheet and let set for 10 to 20 hours.

7. Ten (10) to twenty (20) hours after the application of the retarder, scrub out cement with a coarse water spray and a fiber brush until the larger stones are well exposed. Care must be taken not to dislodge the aggregate as patching will not be permitted. The use of a steel brush will be permitted only in spots where surface shows excessive sand. When the brushing is completed the entire surface shall be carefully swept clean with fiber brushes to remove the excess mortar, which shall be removed from the Site of the Work.

8. The surface shall be covered and cured for seven (7) days in accordance with 504 Section.

9. After curing, the surface shall be scrubbed with a 10 percent solution of muriatic acid and water. The entire surface shall then be washed thoroughly with water.

10. The exposed aggregate concrete work shall be sealed with clear-water-based, epoxy modified solvent-free, breathable pavement sealer complying with ASTM E 514 for water penetration rate and ASTM D 1653 for water vapor transmission.

IV. MEASURE AND PAYMENT

1. The unit of measure for Exposed Aggregate Concrete for Gutters, driveway, mountable aprons, and medians shall be the square yard. The actual number of accepted square yards includes all necessary work for furnishing all equipment, tools, labor, and incidentals necessary to complete the Work. The excavation and required stone underneath the Exposed Aggerate Concrete shall be considered incidental and not paid separately. In addition, samples shall be considered incidentals and not measured as part of this section. Samples may be used for final installation if approved by the Owner’s Representative. Payment will be made under: Pay Item: Pay Units: NS Radial CG-7 with exposed aggregate finish LF NS CG-7 with exposed aggregate finish LF Exposed aggregate concrete gutter 24" wide SY Exposed aggregate concrete 'v-shape' gutter 36" wide SY Exposed aggregate concrete pavement 4" thick SY Exposed aggregate concrete driveway apron 7" thick SY Exposed aggregate concrete (raised crosswalk - surface and base) CY

Page 269: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

3320 - 1

SPECIAL PROVISIONS SECTION 3320

GRANITE CURBING

I. DESCRIPTION This work shall consist of furnishing and installing vertical and flush granite curbing, planter edging and bullnose stones, henceforth known as granite curbing, in accordance with these specifications and as shown in the Drawings or as directed by the Engineer.

II. MATERIALS

1. Granite curb shall consist of hard, durable, quarried granite of a classic grey color from one deposit or quarry, free from seams, cracks, or other imperfections, and have a smooth splitting character. The curb may contain natural color variations that are characteristic of the granite source. It shall also be clean and show no evidence of any iron rust or iron particles.

(a) Source: The Contractor shall submit for approval the name of the quarry that is the proposed source of the granite for curb materials. Such submission shall be made sufficiently in advance of ordering so that the Engineer may have an opportunity to judge the stone, both as to quality and appearance. Installed samples of curbing shall be made for approval to the Engineer.

(b) Finish and Dimensions: The individual curb stones shall be of the dimensions shown on the Plans and shall be of uniform thickness in any continuous run. The individual curb stones shall be furnished in minimum lengths of 6 feet. The top surface of the curb stones shall be sawed to an approximately true plane and shall have no projection or depression greater than 1/8".

The bottom surface may be sawn or split. The top front arris line shall be rounded to a 1/4-inch radius. The exposed front and back arris liner shall be pitched straight and true, with no variations from a straight line greater than 1/8'. The front face shall be at right angles to the plane of the top and shall be smooth quarry split for the full depth. Drill holes in the exposed part of the face shall not be permitted. The front face shall have no projections greater than ¾-inch or depressions greater than ½-inch, measured from the vertical plane of the face through the top arris line to 2 inches below the curb reveal. There shall be no projections or depressions greater than 1' measured in the same manner for the remaining distance. The back surface of the curb stones shall have no projection for a distance of 3’ down from the top which would fall outside of a plane having a batter of one horizontal to three vertical from the back arris line. Bottom surfaces shall have no projection or depression greater than 1-1/2 inches and drill holes will be permitted.

Page 270: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3320 - 2

Back surfaces shall be sawn or split approximately at right angles to the plane of the top surface. No projection or depression greater than 1/4 inch will be allowed for a distance of 4 inches down from the top. The remaining distance shall have no projection or depression greater than 1-1/2 inches. Drill holes will be permitted in the back surface but shall not show in the top arris line. The ends of all curb stones shall be square with the planes of the top and front face, and so finished that when the stones are placed end to end as closely as possible, no space more than 1-inch shall show in the joint for the full width of the top or down on the face for 8 feet. Curbing stones to be set on a radius of 80 feet or less shall have the same cross-section dimensions as straight curb, shall be cut to the curve required, and their ends shall be cut on radial lines. Radial curb with a 3, 6- or 15-feet radius shall have an arc length of 4.71 feet. All others shall have an arc length of 5.25 feet.

2. Dry-mix concrete shall consist of 5 bags Portland cement, 1300 pounds of fine aggregate (sand) and 1800 pounds of No. 67 aggregate.

III. PROCEDURES

Excavation for granite curbing shall conform to Sections 303 and 502 of the VDOT Specifications. In the setting of stone curb, the joint space between the sections of curb shall be 1/4 inch with 1/4-inch preformed expansion joint filler meeting the requirements of Section 212 of the Specifications. The Contractor shall install dry-mix concrete to the depth shown on the plans and compact the mix within a 2-hour period. The curb shall be installed on the dry-mix concrete foundation immediately after the mix has been compacted and then set to a firm bearing by ramming with hand tools. The Contractor shall ensure that the face of the curb is plumb and true to line and the top set to grade. Exercise care in ramming the curb to grade to prevent marring or breaking the stone. A wood shield or board should be placed on top of the curb to prevent damage. After the curb has been set to line and grade, the area behind the curb shall be filled with the specified dry mix to within 4 inches of the top of the curb and to a width of 6 inches. The Contractor shall remove that portion of the dry-mix concrete bed which projects into the gutter, base, or pavement shall be removed. Removal shall not be done until the bed has sufficiently set to prevent damage to the portion under the curb. Gutter shall be exposed aggregate concrete finish and is specified in Section 3310 of these specifications. For Planter Edging only, the Contractor shall remove that portion of the dry-mix concrete bed which projects into the planter areas. Removal shall not be done until the bed has sufficiently set to prevent damage to the portion under the curb. The Contractor shall backfill the area with plant bed soil to the top of the curb after the curb and backing are in place. Suitable materials excavated from the project shall be used insofar as possible. When sufficient suitable material is not available embankment or aggregate

Page 271: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3320 - 3

base shall be used as directed by the Engineer. Backfilling shall be performed in a manner such that the curb is not forced out of line.

IV. MEASUREMENT AND PAYMENT Granite Straight Curbing shall be measured in linear feet and shall be paid for at the contract unit price per linear foot. This price shall include fabricating, furnishing, excavating, installing, dry mix concrete, and backfilling in accordance with details shown on the plans. Granite Circular Curbing will be measured in linear feet and will be paid for at the contract unit price per linear foot measured along the curved curbing. This price shall include fabricating, furnishing, excavating, installing, dry mix concrete, and backfilling in accordance with details shown on the plans. Bullnose Granite Curbing will be measured in linear feet and will be paid for at the contract unit price per linear foot measured along the curved curbing. This price shall include fabricating, furnishing, excavating, installing, dry mix concrete, and backfilling in accordance with details shown on the plans. Payment will be made under: Pay Item Pay Unit Granite Straight Curbing Linear Foot Granite Circular Curbing Bullnose Granite Curbing

Linear Foot Linear Foot

Page 272: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

3330 - 1

SPECIAL PROVISIONS SECTION 3330

STONE AND CONCRETE MASONRY

November 30, 2018

I. DESCRIPTION 1. This item consists of stone masonry structures, stone masonry facing, risers, granite

and concrete capstones and the stone masonry portions of structures, constructed in conformity with the lines, grades and dimensions; as well as signage mounted to stone walls, as shown in the Contract Documents.

2. Definitions

• Bed – The top or bottom surface of a stone when in final position.

• Depth – The dimension of the stone at right angles to the face of the masonry, measured from the pitch line (not including any rock face projection).

• Rise (of a stone) – The dimension of a stone measured normal to the bed pitch line.

• Rise (of a course) – The distance between the top bed of a course and the top of the next higher course.

• Length – The dimension of a stone measured along the bed pitch line (including any rock face projection).

• Face – The exposed surface of a stone.

II. MATERIALS

1. All stone shall be durable, sound, of uniform quality and texture, and shall be free from seams and defects which would impair its strength, durability or appearance.

2. SUPPLY - The Contractor shall submit to the Engineer for approval the names of the quarry or quarries from which the stone is to be obtained, together with evidence that sufficient stone to complete the Work is obtainable from the quarry, and that adequate manpower and equipment are available to produce and complete the required amount of stone work within the Contract Time for completion of the Project.

3. SAMPLES AND SAMPLE WALL:

(a) STONE SAMPLES - Before proceeding with the Work, the Contractor shall submit for approval by the Engineer the name of the quarry and 2 samples of each kind of stone proposed for use in the Work; 1 sample shall show the lightest color and the other shall show the darkest color of each kind of stone to be furnished. All stone in the Work shall be within the color range defined by the approved samples and of the same type of stone. The samples shall have a face size of at least 6 by 6 inches.

Page 273: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 2

(b) SAMPLE WALL - The Contractor will be required to construct a sample wall of the designated class or classes of stone masonry, laid up in mortar and pointed, for approval of the Engineer. Each sample shall show examples of the specified stone finishes, quality of the workmanship in dressing the stone and placing them, and pointing of the beds and joints, and shall be sufficient area to illustrate the distribution of both the coloring and the stone size. The sample wall shall contain at least 1 edge dressed to show a representative corner. The top shall be dressed to show how the stone will abut the capstones. Upon approval of such a sample by the Engineer, it shall become the standard for that class or classes of stone masonry in the entire Work. In general, the size of stone masonry sample wall shall not be less than 6 feet long and 3 feet high as well as one to scale pier. However, for capstones or other special types or shapes of dimensioned masonry, a short section showing examples of the proposed types of finish may suffice.

(c) PAYMENT - At the option of the Contractor and locations approved by the Engineer, the sample wall may be constructed in place as part of the stone masonry called for in the Contract Documents and if approved, the sample wall shall become part of the completed Work and will be paid for as specified herein for the designated class or classes of stone masonry. Should the sample portion of the masonry not be acceptable, the Contractor is responsible for removing and rebuilding the portion of the masonry at no additional cost to the Town.

4. The class of masonry used in each part of the Work shall be that shown in the Contract

Documents. Masonry shall be classified as Class C. Listed below are the four typical Class Categories for reference.

(a) Class A – Dimensioned ashlar stone masonry composed of stones each of which has 2 or more fixed dimensions shown on the Plans. It is intended for use particularly in arch rings, quoins, pilasters, copings, facing for concrete, parapets, etc.

(b) Class B – Ashlar stone masonry composed of stones shaped, dressed, and set in accordance with certain specified requirements given in the section which set forth the variations allowed in shaping, dressing, setting and coursing the Work. It is intended for use in walls, veneer facing, parapets, etc.

(c) Class C – Ashlar stone masonry same as for Class B stone masonry, but less exacting in the variations allowed in shaping, dressing, setting and coursing the Work.

(d) Class D – Rubble stone masonry composed of roughly dressed stones set in broken courses. It is intended for use in minor Culverts and other similar Structures.

5. SIZE OF STONE (a) STONE SIZES - Stones, not dimensioned on the Plans, shall be furnished in the

sizes and face areas necessary to produce the general characteristics and appearance as indicated for the class of masonry specified. In general, stone sizes shall conform to the following limitations:

a. Rise of any stone – 4 inch minimum unless otherwise shown on the Plans.

Page 274: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 3

b. Depth of any stone – 6 inch minimum, except as shown on the Plans for stone veneer.

c. Length of any stone – 1-1/2 times its rise, minimum; 5 times its rise, maximum; 3 times its rise, average.

(b) CLOSURE STONES - Stone sizes shall not include closure stones. A minimum number of closures, not exceeding 5 percent of the exposed surface, may be used only when absolutely necessary. Closures shall be rectangular with their longest face laid horizontal.

6. FINISH FOR EXPOSED FACES - The kind of finish for the exposed faces of the masonry shall be as specified in the Drawings. Face stones shall be pitched to line along all beds and joints, with no depressions below the pitch line. Each stone shall be out of wind, i.e. the 4 corners are in the same plane. No drill or quarry marks shall show on the face of any stone. The specified finish shall be in accordance with the following definitions: Listed below are the typical finishes for reference.

(a) EIGHT CUT - Fine hammered. Interrupted parallel markings not over 3/32 inch apart. A corrugated finish. Smoother near arris lines and on small surfaces.

(b) SIX CUT - Medium hammered. Interrupted parallel markings not over 1/8 inch apart. A corrugated finish. Smoother near arris lines and on small surfaces.

(c) FOUR CUT - Coarse hammered. Interrupted parallel markings not over 7/32 inch apart. A corrugated finish. Smoother near arris lines and on small surfaces.

(d) SAWN - Fairly plane surface. Varying texture ranging from close approximation to sand rubbed to scorings 3/32 inch in depth. When so specified, scorings shall be vertical or horizontal as produced by gang saws. All exposed surfaces thoroughly sand blasted to remove rust stains and iron particles.

(e) SAWN AND SANDED - Fairly smooth surface. Exposed surfaces cut with a wire saw and abrasive and further treated by sand blasting with new silica sand to blend saw marks into uniform texture.

(f) SEAM FACE - The surface shall present a smooth appearance, be free from tool marks, with no depressions below the pitch line and no projected plane exceeding 3/4 inch beyond the pitch line.

(g) ROCK FACE - The face shall be an irregular, convex with no concave surfaces below the pitch line, and with projections beyond the pitch line, when measured in inches, not exceeding the figure preceding the symbol as used on the Plans e.g., “1-1/2 inch Rock Face” means projections beyond the pitch line not exceeding 1-1/2 inches. Where a variable “rock face” is specified, stones of the same height of projection shall be well distributed.

7. DRESSING STONE (a) GENERAL - Stones shall be dressed to remove any thin or weak portions. Face

stones shall be dressed to provide bed and joint lines with a maximum variation from true pitch lines as follows:

TABLE 708.08 (A) DRESSING STONE SIZES

Class C masonry 3/4 inch

Page 275: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 4

Face stone adjoining the edges of exposed concrete work shall be accurately dressed along the edge paralleling the concrete work, allowing sufficient space for pointing.

(b) JOINT SURFACES (EXCEPT RING STONES) - For all classes of masonry, the joint surface of face stones shall be normal to the face of the stones for about 2 inches, and from this point they may depart from a normal plane not to exceed 2 inches in 12 inches.

(c) RING STONE JOINT SURFACES - Ring stone joint surfaces shall be radial and at right angles to the front face of the stones. They shall be dressed for a distance of at least 3 inches from the front face and the soffits, from which points they may depart from a plane normal to the face not to exceed 3/4 inch in 12 inches. The back surface in contact with the concrete of the arch barrel shall be parallel to the front face and shall be dressed for a distance of 4 inches from the intrados. The top shall be cut of 4 inches from the intrados. The top shall be dressed for a distance of at least 3 inches from the front.

8. PORTLAND CEMENT MORTAR MIX

(a) Mortar for stone masonry (setting) shall be composed of 1 part Portland Cement, 3 parts fine aggregate by volume and hydrated lime in an amount equal to 10 percent of the cement by weight.

(b) Mortar for stone masonry (pointing) shall be composed of 1 part dark Portland Cement and 2 parts fine aggregate to which sufficient hydrated lime may be added to make a mixture as can be properly worked with a caulking tool.

9. ANCHORS - The Contractor shall furnish and set all anchors, cramps, dovetail slots, dowels, bolts and any other work to the concrete backing. All anchors, cramps, dowels, bolts, etc. shall be galvanized steel. Any bending shall be done before galvanizing.

10. Masonry constructed before placing concrete backing - Anchors shall be of not less than 8 gage by 1-inch material embedded in the bed joints, spaced 2 feet on centers both horizontally and vertically and shall extend at least 9 inches into the concrete backing and to within 75 mm of the face of the stone. Each end of the anchors shall be of such approved shape and design as to mechanically engage the stone and the concrete backing. The anchor and the methods of anchorage shall be approved by the Engineer before any stone is erected.

11. Masonry constructed after placing concrete backing - Anchors shall be of not less than 8 gage by 1-inch material, embedded in the bed joints and engaging 24 gage dovetail anchor slots in the previously placed concrete. Anchor spacing shall be 2 feet on center, both vertically and horizontally. The end of each anchor embedded in the masonry joint shall be of such approved shape in design as to mechanically engage the stone and shall extend to within 3 inches of the face of the stone. The dovetail anchor slots shall have a temporary filling of felt or other material to prevent the slots from being filled with concrete as the concrete is placed. During the setting of the stone, the temporary filling shall be removed from the anchor slots and the voids in the anchor slots between the anchors shall be filled with setting mortar. No voids in any part of the wall will be permitted.

Page 276: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 5

12. Concrete walls, parapets, and piers hidden by masonry, as shown in the Drawings, shall be in accordance with the provisions set out in VDOT Standard Specifications, Section 506 – Retaining Walls, except for Measurement & Payment. Measurement and Payment is replaced with the Section below.

III. PROCEDURES

1. WEATHER LIMITATIONS - Stone masonry shall not be placed when the temperature of the air or the stone is below 40 degrees Fahrenheit except by written permission from the Engineer, and then only by the use of such methods as he may prescribe for preparing the materials and protecting the Work after it has been laid. Such permission and the use of the methods prescribed shall not, however, release the Contractor from his obligation to build a satisfactory Structure. All Work damaged by cold weather shall be removed and replaced.

In hot or dry weather the masonry shall be satisfactorily protected from the sun, and shall be kept wet for a period of at least three (3) days after completion.

2. LAYING STONE - All masonry shall be constructed by experienced workmen. Face stones shall be set so as to produce the effect indicated herein for the class of masonry specified and to correspond with the sample wall section approved by the Engineer.

(a) Beds and Joints - For Class C masonry 3/4 to 1 inch. All joints shall be vertical and shall not extend in an unbroken line through more than 2 stones, except that splayed joints not greater than 45 degrees will be permitted in Class C masonry, with maximum of 10 percent of joints splayed in Class C. Beds shall be horizontal except under capstones on a gradient, and shall not extend in an unbroken line through more than 4 stone, unless otherwise shown in the Contract Documents. In no case shall the 4 corners of adjacent stones be contiguous.

(b) Bunching - Care shall be taken to prevent the bunching of small stones or stones of the same size. When weathered or colored stones, or stones of varying texture, are being used, care shall be exercised to distribute the various kinds of stones uniformly throughout the exposed faces of the Work. Large stones shall be used for the bottom courses. In general, the stones shall decrease in size from the bottom to the top of the Work.

(c) Arch ring stone - Arch ring stone shall be carefully thoroughly and wetted immediately before being set, and the bed which is to receive them shall be cleaned and moistened before the mortar is spread.

(d) Bedding - The stone shall be kept free from dirt, oil or any other injurious material which may prevent the proper adhesion of the mortar or detract from the appearance of the exposed surface. Stones shall be laid on their natural beds in full beds of mortar, and the other joints shall be flushed with mortar. The Engineer may direct the lifting and resetting of stones to assure proper bedding.

(e) Placement - The exposed faces of individual stones shall be parallel to the faces of the walls in which the stones are set. The stones shall be so handled as not to jar or displace the stones already set. Suitable equipment shall be provided for setting stones larger than those that can be handled by 2 men. The rolling or turning of stones on the walls will not be permitted. If a stone is loosened after the mortar has taken initial set, it shall be removed, the mortar cleaned off, and the stone relaid with fresh mortar. All voids between back of stone veneer facing

Page 277: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 6

and face of concrete wall, including the voids of anchor slots after removal of the filler material, shall be filled solid with setting mortar. All shaping and dressing of stone shall be done before the stone is placed, and no dressing or heavy hammering will be permitted after it is placed.

(f) Spalls - No spalls shall be used in the face of the wall. (g) Cleaning - Immediately after being laid, and while mortar is fresh, all face stone

shall be thoroughly cleaned of mortar stains and shall be kept clean until the Work is completed. Before final acceptance, if ordered by the Engineer, the surfaces of the masonry shall be cleaned using wire brushes and, if necessary, muriatic acid.

3. MIXING MORTAR - Before adding water, materials shall be mixed, either in a tight box or in an approved mortar mixing machine, until the dry mixture assumes a uniform color. Then the water shall be added as mixing continues. Sufficient water shall be added to produce a mortar of such consistency that it can be handled easily and spread with a trowel. Mortar that is not used within one (1) hour after water has been added shall be discarded. Re-tempering of mortar will not be permitted.

4. POINTING AND FINISHING (a) Pointing - All beds and joints shall be raked out, before mortar is set, to a depth

of not less than 3/4 inch deeper than the surface of the finished joint, then cleaned and pointed with pointing mortar as and when directed by the Engineer. The pointing mortar shall be well driven into the joints with hardwood ramming wedges or other approved method and finished with an approved pointing tool. The stone masonry shall be kept wet while pointing is being done, and in hot or dry weather, the pointed masonry shall be protected from the sun, and kept wet for twenty-four (24) hours.

(b) Finishing - The finishing of all points, beds and joints shall be as shown in the Contract drawings. When raked beds and joints specified, the mortar shall be raked out squarely to the depth specified. Stone faces in the joint shall be cleaned free of mortar. When weather joints are called for, they shall be weather-struck.

5. BRACING - When in the opinion of the Engineer the placing of concrete against stone masonry might create pressure sufficient to cause deflection or displacement, the Contractor shall brace the stone masonry in a manner satisfactory to the Engineer.

6. HEADERS - When headers are required, they shall be distributed uniformly throughout the wall of Structures so as to form at least 1/5 of the faces. Headers shall extend not less than 12 inches into the core or backing, unless otherwise indicated. Headers in walls 2 feet or less in thickness shall extend entirely through the walls.

7. BACKING - The backing for gravity type walls shall be built primarily with large stones. The individual stones composing the backing and hearting shall be well bonded with the stones in the face wall and with each other. All openings and interstices in the backing shall be completely filled with mortar or with spalls completely surrounded by mortar.

8. PARAPETS - Selected stone, squared and pitched to line and with heads dressed, shall be used in ends of walls and in all exposed angles and corners. Headers shall be well interlocked and as many as possible shall extend entirely through the wall. Both the headers and stretchers in the 2 faces of the wall shall be well interlocked in the heart and shall comprise practically the whole volume of the wall. All interstices in the wall shall be completely filled with mortar or spalls completely surrounded with mortar.

Page 278: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 7

9. WEEP HOLES - All stone walls and abutments shall be provided with weep holes, unless otherwise shown or directed by the Engineer. The weep holes shall be placed at the lowest points where free outlets can be obtained and shall be spaced not more than 10 feet apart. The inlet end of weep holes shall be protected by placing a wire basket 1 foot by 1 foot by 1 foot, filled with coarse aggregate, size 7, 8, 57 or 68 immediately over or behind the holes as directed.

10. EXPANSION OR CONTRACTION JOINTS - Expansion or contraction joints shall be placed as shown in the Contract Documents. When caulking is required it shall be applied in accordance with the manufacturer’s Specifications. The color shall be approved by the Engineer. Stone surfaces in contact with expansion or contractions joints shall be neatly squared back from the face of the wall for the full depth of the joints. Preformed joint material shall be anchored to joints by concrete nails at approximately 2 foot intervals.

11. CAPSTONES, TOP WALLS, BRIDGE SEATS, BACK WALLS, ETC. - Capstones, top walls, bridge seats, back walls, etc. shall be constructed to the lines, grades, and cross sections, and of the material, indicated on the Contract Drawings or as directed by the Engineer.

(a) Concrete capstones - Concrete capstones shall be constructed in sections from 2 to 3 feet long and shall be of such width and thickness as indicated on the Contract Drawings.

(b) Granite capstones - Granite capstones shall consist of carefully selected stones of the length, width, and thickness indicated on the Contract Drawings. They shall have a uniform surface and pitched to line along the top and bottom edge.

12. REJECTION OF STONE - Any stone not conforming to the approved sample or not in accordance with the Contract Documents shall be rejected and removed from the Site.

13. FOUNDATION PREPARATION – Concrete walls, parapets, and piers hidden by masonry, as shown in the Drawings, shall be performed in accordance with the provisions set out in VDOT Standard Specifications Section 506.

IV. MEASUREMENT AND PAYMENT The unit of measure for the various types of Masonry will be as shown below. Payment for each shall include furnishing, cutting, setting of stone, mortar, anchoring, devices, cleaning and pointing, and all labor, materials, tools, equipment and incidentals necessary to complete the work as specified herein. Concrete walls, parapets, and piers hidden by masonry, as shown in the Drawings, shall be paid as Reinforced Concrete Class C1 (Retaining Wall, Pier & Steps) with all excavation, temporary shoring, and backfill and bedding stone incidental to the price of the concrete. Masonry samples shall be considered incidentals and not measured as part of this section, unless utilized and accepted as part of the proposed permanent structure. Payment will be made under: Pay Item Pay Unit Stone Masonry Class C Stone Masonry Capstone

CY LF

Concrete Capstone LF Reinforced Concrete

Page 279: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

3330 - 8

Class C1 (Retaining Wall, Pier, & Steps) CY Rubble Wall RW-1A Wall CY

Page 280: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

VDOT 504 - 1

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SPECIFICATIONS

SUPPLEMENT SECTION 504 - SIDEWALKS, STEPS, AND HANDRAILS (CONCRETE, COBBLESTONE, GRANITE PAVERS, AND GRANITE TREADS

ON SIDEWALKS, CROSSWALKS, SHELTER, AND PARKING AREAS)

November 30, 2018

Section 504 SIDEWALKS, STEPS, AND HANDRAILS of the Specifications is amended as follows:

Section 504.01 – Description is amended to include the following:

This work shall consist of furnishing all labor, material, and equipment for the installation of concrete unit pavers with slate finish, concrete unit pavers with antique finish, granite pavers with thermal finish, cobblestone pavers, and granite treads in conformance with these Special Provisions, shown in the Drawings, or directed by the Engineer. Section 504.02 Materials is amended to include the following: (j) Concrete Pavers

a. Concrete pavers shall conform to ASTM C936; have 8,000 PSI minimum compression

strength when tested in accordance with ASTM C-140, have less than 5% cold water absorption, have a static coefficient of friction of 0.6, and meet or exceed freeze-thaw requirements of ASTM C-67, Section 8. Provide colors, finishes, and dimensions as shown in the Drawings.

b. Units shall be free of defects that would interfere with proper use of impair product performance.

c. Concrete Paver with Slate Finish and Antique Finish shall be as shown in the Drawings

and from the following manufacturers or approved equal: 1) “Antique Finish” - Hanover Architectural Products; 5000 Hanover Road; Hanover,

PA 17331; 717.637.0500; www.hanoverpavers.com 2) “Slate Finish” - Eagle Bay Hardscape Products; 1231 Willis Road; Richmond VA

23237; 1.800.321.9141; www.eaglebaypavers.com

(k) Granite Pavers, Cobblestone, and Treads a. Granite shall be made from granite complying with ASTM C 615. Granite pavers,

cobblestone, and treads shall be furnished to meet the requirements as shown in the Drawings. The granite type acceptable for this project shall be Mountain Green as provided by Coldspring or approved equal. Granite Pavers and treads shall have a Diamond 10 (thermal) finish. Cobblestones shall have a TTSE Tumblestone finish. The following manufacturers may be considered provided the product is equivalent to the specified type and finishes:

Page 281: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 504 - 2

1) Coldspring; 17482 Granite West Road; Cold Spring, MN 56320; 1.800.328.5040;

www.coldspringusa.com 2) Hindustan Granite Inc.; 272 Johnson Ave, Brooklyn, NY 11206; 718.383.6708;

www.hgstones.com 3) North Carolina Granite Corp.; Mount Airy, NC 27030; 1.800.227.6242;

www.ncgranite.com

(l) Fine aggregate for joints shall be fine, sharp, washed, natural sand conforming to Section 202 of the Specifications, with 100% passing 16 sieve and no more than 10% passing 200 sieves. Fine aggregate shall be produced, tested, certified, and stockpiled in accordance with Section 200 of the Specifications.

(m) Bituminous Setting Bed

a. Materials

1) Primer for Base: ASTM D 2028, cutback asphalt, grade as recommended by unit paver manufacturer.

2) Fine Aggregate for Setting Bed: ASTM D 1073, No. 2 or No. 3. 3) Asphalt Cement: ASTM D 3381, Viscosity Grade AC-10 or Grade AC-20. 4) Neoprene-Modified Asphalt Adhesive: Paving manufacturer's standard adhesive

consisting of oxidized asphalt combined with 2 percent neoprene and 10 percent long-fibered mineral fibers containing no asbestos.

5) Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing No. 16 sieve and no more than 10 percent passing No. 200 sieve.

b. Mix - Mix bituminous setting-bed materials at an asphalt plant in approximate proportion, by

weight, of 7 percent asphalt cement to 93 percent fine aggregate unless otherwise indicated. Heat mixture to 300 deg F.

(n) Aggregate Setting Bed shall conform to Type I, 21B shall conform to Section 208 of the Specifications.

(o) Paver edge restraints for sidewalks shall be 4” x 3/16” black coated steel specifically manufactured for use as a paving edge restraint for modular pavers. Steel shall be in conformance with ASTM A 1011 and zinc coated (galvanized) in accordance with ASTM A653. Approved products include:

o Border Guard by Border Concepts, Inc.; Charlotte, North Carolina 28247;

www.bordeconcepts.com o No.1007 by Collier Metal Specialties, Inc.; Garland, Texas 74042; www.colmet.com o Duraedge by J.D. Russell Company, Farmersville, Texas 75442; www.jdrussellco.com

Installation shall be in accordance with manufacturer’s specifications and as indicated on the plans. Steel edging not specifically designed for use as a modular paver edge restraint will not be accepted. Edge restraint stakes for securing paver edge materials shall be black standard headed, galvanized steel, 3/16” diameter, 15 inches long, or manufacturers’ standard.

Page 282: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 504 - 3

Section 504.03 (a) Procedures is amended to include the following:

3. The Contractor performing the work shall have a minimum of five years of experience in the installation of unit pavers and shall provide project descriptions, addresses, and photographic examples to the Engineer of at least three previous projects to demonstrate having accomplished similar work of a comparable or greater scale. The Contractor shall provide documentation that the installers’ employees performing the work have at least two years of experience and have installed at least 200,000 sq. ft. of sand set pavers in municipal or commercial projects. Modular pavers shall be installed true to the proposed line and grade and shall properly coincide with adjacent work and elevations. Paver shall be cut with masonry saw. Cut edges shall be clean with no apparent spalls and breaks. Concrete and Granite paver installation - Utilize an installer holding a current certificate from the Interlocking Concrete Pavement Institute Concrete Pavers Installer Certification program.

The Contractor shall construct sample panels of the paver sidewalks including multiple paver materials, sizes, and colors (as described in these special provisions) consisting of full depth and width of the sidewalk for a length of 5 feet. If approved, the sample panel may become part of the final work to be included in the measurements and payment. The contractor shall not proceed with the construction of the sidewalks until sample panels are approved by the Engineer. Sample panels that are not approved by the Engineer will not be measured for payment and removed from the site. Once approved, the Contractor may proceed, as directed by the Engineer, with the construction of the remaining paver sidewalks.

Joints between pavers (except for expansion-joints) shall be hand tight, sand swept and a maximum of 1/8” wide.

The pattern for the pavers shall be as indicated on the Drawings. Contractor shall place colors as displayed in the approved sample panel. Pavers shall be placed and vibrated according to manufacturer’s recommendations.

Frozen materials or materials mixed or coated with ice or frost shall not be used. Subgrade and setting beds shall not be frozen at the time of installation. Paver work damaged by frost or freezing shall be removed. Sand setting bed shall not be installed when atmospheric temperature is below 40 degrees F.

Section 504.04 Measurement and Payments is amended to include the following:

Concrete and Granite unit pavers with slate finish, concrete unit pavers with antique finish, granite pavers with thermal finish, shall be measured complete in place in square yards for finished surface, and shall be paid for at the contract unit price per square yard. This price shall include excavating, preparing subgrade, furnishing and installing hydraulic cement concrete, aggregate base material, fine aggregate (sand), joint filler, expansion joints, geosynthetic drainage fabric, bituminous setting bed, pavers, disposing of surplus material and steel edge restraints

Page 283: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 504 - 4

Cobblestone pavers shall be measured complete in place in square yards for finished surface, and shall be paid for at the contract unit price per square yard. This price shall include excavating, preparing subgrade, furnishing and installing hydraulic cement concrete, aggregate base material, fine aggregate (sand), joint filler, expansion joints, geosynthetic drainage fabric, bituminous setting bed, pavers, disposing of surplus material and edge restraints. Granite treads shall be measured complete in place in square yards for finished surface, and shall be paid for at the contract unit price per square yard. This price shall include furnishing and installing mortar setting bed and granite treads, and disposing of surplus material. Sample Panels shall be considered incidentals and not measured as part of this section. Payment will be made under: Pay Item Pay

Unit Concrete unit pavers with slate finish on PCC Base

SY

Concrete unit pavers with antique finish on PCC Base

SY

Granite pavers on PCC Base - sidewalk Granite paver (Thermal Finish) on PCC Base - crosswalk

SY SY

Cobblestone pavers on PCC Base SY Granite treads Granite Paver Banding on PCC Base – Sidewalk Concrete Paver Banding – Shelter

SY SY SY

Page 284: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

5040 - 1

SPECIAL PROVISIONS SECTION 5040

PIPE RAILING

I. DESCRIPTION Work consists of furnishing and installing Steel Pipe Railings complete in place at locations as indicated on the Drawings. Connection to walls, piers and/or concrete footing shall be as shown in the Drawings.

II. MATERIALS

A. Pipe Railing shall be steel ASTM A 53, grade B Schedule 80. Rails, posts and fittings,

mountings, fasteners, and connectors shall be as shown in the Drawings. Finish shall be powder coated color black.

B. Fabrication:

1. Fit and shop assemble components in largest practical sizes, for delivery to site. 2. Fabricate components with joints tightly fitted and secured. 3. Exposed Mechanical Fastenings shall be flush countersunk screws or bolts;

unobtrusively located; consistent with design of component, except where specifically noted otherwise.

4. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise.

5. Continuously seal joined pieces by continuous welds. 6. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints

butt tight, flush, and hairline. Ease exposed edges to small uniform radius. 7. Accurately form components to suit stairs and landings, to each other and to pier or wall

structure.

III. PROCEDURE

A. Shop drawings shall indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories.

B. Samples: Submit two (2) 3-inch-long samples of pipe railing with a typical fitting as shown in the Drawings. Provide sample with powder coating color black.

C. Verify field measurements prior to fabrication.

IV. EXCECUTION A. By beginning installation work, the Subcontractor warrants that existing conditions are

suitable for installing handrails and railings. B. Install railings as shown in the Drawings. C. Install components plumb and level, accurately fitted, free from distortion or defects. D. The Contractor shall touch-up any paint defects or damage occurred during installation

with a manufacturer’s recommended paint.

Page 285: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5040 - 2

V. MEASUREMENT AND PAYMENT Steel pipe railing shall be measured in units of Linear Feet along the top rail and shall be paid for at the contract unit price per Linear Foot. This price shall include fabrication, delivery and installation of all horizontal pipe railings, vertical posts, anchors, connections, foundations, and other items necessary for a complete-in-place installation as shown in Drawings. Payment will be made under: Pay Item Pay Unit Steel Railing for Wall Steel Railing for Steps Steel Railing for Spring House Steel Railing for Sidewalk

LF LF LF LF

Page 286: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

5050 - 1

SPECIAL PROVISIONS SECTION 5050

SHELTER STRUCTURE November 30, 2018

I. DESCRIPTION

Work includes providing, furnishing, and installing in-place a Shelter Structure as indicated on the Drawings and these Specifications. Transportation to project site and other related items such as storage and protection of specified product shall be the responsibility of the contractor. Submittals:

1. Product Data: Submit manufacturer's technical product data, details, installation instructions, powder coating colors and finishes six step process, and general product recommendations per the contract drawings and specifications.

2. Shop Drawings: Submit signed and sealed by a Professional Engineer licensed in the state of Virginia dimensioned installation drawings and structural analysis and calculations.

Delivery, Storage and Handling: Deliver and store material in manufacturer’s protective packaging with labels intact. Store protected from weather and construction operations.

II. MATERIALS

Shelter Structure shall be as shown in the attachments and Contract Document and as manufactured by Superior Recreation Products or approved equal. The structure posts shall dimension 21’ x 13’ O.C. with the roof canopy covering an area of 24’ x 16’.

Superior Recreation Products 150 Adamson Industrial BLVD Carrollton, GA 30117 Main: 770-832-6660 Direct: 678-390-1621 www.superiorrecreationalproducts.com attn.: [email protected]

III. PROCEDURES

General: Comply with manufacturer’s instructions and recommendations for assembling and installing shelter structure. Coordinate with installation of other work as required to ensure that each element of the work performs properly, and that combined elements are rigid and secure. Note that pavements and furnishings are under Shelter Structure. Report unacceptable findings to the Engineer. Install structures plumb and level. Cleaning and Protection: Clean exposed finish surfaces in accordance with manufacturer's instructions. Touch up finish surfaces or replace where necessary to achieve an unblemished appearance.

IV. EXCECUTION Furnish and install Shelter Structure as shown in the Drawings and as directed by the Owner’s Representative.

Page 287: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5050 - 2

V. MEASUREMENT AND PAYMENT Shelter Structure shall be measured in units of each and shall be paid for at the contract unit price per each. This price shall include furnishing and installing, including excavation, grading, concrete foundations, and backfilling a complete in place shelter. Payment will be made under: Pay Item Pay Unit Premanufactured Shelter Each

Page 288: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

GENERAL SHELTER MATERIAL SPECIFICATIONS

Structural members:

1. All structural steel tubing utilized shall be ASTM A-500 Grade B/C

(46 – 50 ksi yield strength / 58 – 62 ksi tensile strength)

2. All structural plates, gussets etc. shall conform to ASTM A-36

(36 ksi yield strength / 58 – 80 ksi tensile strength)

3. All welding is to be done in accordance with the latest AWS standards.

4. All welds shall develop the full strength of the weaker member. All welds shall be made using E70XX .035” wire.

Fabricated welded assemblies will be performed by manufacturer.

5. Hollow steel members shall be welded shut at termination points to prevent internal leakage. (Baseplate to column

connections excluded)

6. On-site field welded connections are not acceptable.

7. Field assembly connections will be indicated on the set up drawings.

Foundation:

1. Upon request foundation / footing requirements will be provided by a professional engineer based on specific site

location.

Foundation general design criteria:

1. The foundation design is based on table 1806.02 of the building code, class 5 soil material. If different soil conditions

are encountered, it is recommended that a site specific geotechnical report is conducted to determine the load

bearing values of the soil.

Installation hardware:

1. All required fasteners are provided for construction of the shelter. Fastening hardware will be determined based on

calculated engineering loads.

2. Uncoated hardware will be used in hidden applications and Zinc plated or galvanized hardware will be used in

exposed applications.

3. All fastening hardware bolts shall comply with ASTM A325. Threaded rod applications shall comply with ASTM B7.

Washers shall comply with ASTM F436. Hex nuts shall comply with ASTM A563.

4. Upon request stainless steel hardware can be used for exposed applications. Stainless hardware shall comply with

ASTM A-304.

Anchor bolts:

1. Headed and hooked anchor bolts shall comply with F1554 grade 36. Higher grades may be used for specific

applications.

2. Templates will be provided by the manufacturer to set anchors in concrete.

Coating:

1. All fabricated steel components will be primed and a powder coated exterior shall surface applied. (Refer to powder

coating specification sheet for a breakdown in specifications.)

5050 - 3

Page 289: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

16'-0"

8'-0"Eave

11'-258"

1. of 5.

DESCRIPTION: 16'x24' (SF) Custom Hip End Structure These drawings are for reference only and should not be used

as construction details. They show the general character and rough dimensions of the structural features. Exact spans,

fasteners, materials, and foundations can be determined by a licensed structural engineer upon request.

B Y S U P E R I O R R E C R E A T I O N A L P R O D U C T S

SHELTERQUOTE #:

QUO0156617PROJECT NAME:

#TBDSCALE

NOT TO SCALE

DATE DRAWN BY

SHEET

7/19/2018 ACA

5050 - 4

Page 290: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

24'-0"

2. of 5.

DESCRIPTION: 16'x24' (SF) Custom Hip End Structure These drawings are for reference only and should not be used

as construction details. They show the general character and rough dimensions of the structural features. Exact spans,

fasteners, materials, and foundations can be determined by a licensed structural engineer upon request.

B Y S U P E R I O R R E C R E A T I O N A L P R O D U C T S

SHELTERQUOTE #:

QUO0156617PROJECT NAME:

#TBDSCALE

NOT TO SCALE

DATE DRAWN BY

SHEET

7/19/2018 ACA

5050 - 5

Page 291: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

13'-0"

45°

10'-6"

21'-0"

3. of 5.

DESCRIPTION: 16'x24' (SF) Custom Hip End Structure These drawings are for reference only and should not be used

as construction details. They show the general character and rough dimensions of the structural features. Exact spans,

fasteners, materials, and foundations can be determined by a licensed structural engineer upon request.

B Y S U P E R I O R R E C R E A T I O N A L P R O D U C T S

SHELTERQUOTE #:

QUO0156617PROJECT NAME:

#TBDSCALE

NOT TO SCALE

DATE DRAWN BY

SHEET

7/19/2018 ACA

5050 - 6

Page 292: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

COLUMN BASE-PLATE PLAN

4" Max.Exposed

12"Embedded

TEMPLATE ASSEMBLY (NTS)

12MIN.

Depth

3TYP.

3TYP.

O.C. TYP

DIA.

4. of 5.

DESCRIPTION: 16'x24' (SF) Custom Hip End Structure These drawings are for reference only and should not be used

as construction details. They show the general character and rough dimensions of the structural features. Exact spans,

fasteners, materials, and foundations can be determined by a licensed structural engineer upon request.

B Y S U P E R I O R R E C R E A T I O N A L P R O D U C T S

SHELTERQUOTE #:

QUO0156617PROJECT NAME:

#TBDSCALE

NOT TO SCALE

DATE DRAWN BY

SHEET

7/19/2018 ACA

FOUNDATION NOTE:All foundation design information should be considered as preliminary only. A local soils engineer shall be retained to design the foundation according to local conditions and codes.Final design of the footing/foundation is the responsibility of the general contractor/owner. SRP's anaylysis and design will pertaion strictly to a pier foundation to adaquatly support structures. All other foundation/masonary design requirements by others

MISC. INFORMATION:· Any unique design requirements should

be mentioned up front during quoting orprior to purchasing sealed drawings.

· If available providing a soils report withthe purchase of the sealed drawings mayhelp to reduce footer requirements.

· SRP utalizes cylindrical footer designs asan industry standard. If specifically requested or special conditions require,SRP will provide spread footer designs.

· Epoxy analysis designs will requireseperate fees upon request.

· As a safe practice it is suggested toacquire sealed drawings prior to purchaseof structures.

5050 -7

Page 293: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5. of 5.

DESCRIPTION: 16'x24' (SF) Custom Hip End Structure These drawings are for reference only and should not be used

as construction details. They show the general character and rough dimensions of the structural features. Exact spans,

fasteners, materials, and foundations can be determined by a licensed structural engineer upon request.

B Y S U P E R I O R R E C R E A T I O N A L P R O D U C T S

SHELTERQUOTE #:

QUO0156617PROJECT NAME:

#TBDSCALE

NOT TO SCALE

DATE DRAWN BY

SHEET

7/19/2018 ACA

GENERAL MATERIAL SPECIFICATIONS & NOTES:1. ALL STRUCTURAL STEEL TUBING SHALL BE ASTM A-500 GRADE B-C.2. ALL OTHER STEEL (PLATES,GUSSETS,ETC.) SHALL BE ASTM A-36.3. ALL WELDING IS TO BE DONE IN ACCORDANCE WITH LATEST AWS STANDARDS. ALL WELDS ARE TO DEVELOP FULL STRENGTH OF

COMPONENT PARTS. (E17081 ELECTRODES)4. INCLUDED HARDWARE IS TO BE ASTM A-325 UNLESS OTHERWISE NOTED.5. PRODUCTION OF LAMINATED MATERIALS WILL BE IN ACCORDANCE WITH THE AMERICAN NATIONAL STANDARD ANSI A190.1

STRUCTURAL GLUED LAMINATED TIMBER.6. IF INCLUDED TONGUE & GROOVE WILL BE #1 Grade V-GROOVED SYP CONTAINING 15-20% MOISTURE CONTENT.7. POWDER COATING PROCESS

STAGE 1 -STAGE 2 - Remove dust from the blast process in stage 1.STAGE 3- This stage is the Electrostatic Application of Epoxy TGIC Powder Coating Zinc Rich Primer. Unlike any other shelter

manufacturer, we are utilizing an actual TGIC Zinc Powder Coating Rich Primer. This stage 3 application is applied at 3 mils and has been salt spray tested for 4,000 + hours using the ASTM Method B117. (Note: The 4,000 hours of salt spray testing is only with the Zinc Rich TGIC Powder Coat Primer and before the Stage 5.

STAGE 4- This process heats the steel and primer to ensure optimal adhesion with the next stage. STAGE 5- This stage is the Electrostatic application of TGIC Top Powder Coat at 3 mils. This application, along with

the Stage 4 Epoxy TGIC Powder Coating Zinc Rich Primer, produces a total of 6 mils of finished Powder Coating and has tested at 5,000+ hours using the ASTM Method B117. It is important to note that testing was discontinued at 5,000 hours.

STAGE 6- Curing Process: The final stage is to allow coated components the time to cure by cooling down.8. IF INCLUDED METAL ROOFING IS TO BE ACRYLIC COATED GALVALUME® FLUROPOLYMER (Kynar 500® PVDF resin-based). ALL METAL

ROOFING WILL COME PRE-CUT UNLESS NOTED OTHERWISE. METAL ROOFING TRIMS WILL COME IN STANDARD SECTIONS AND WILLREQUIRE NOTCHING OR CUTTING IN FIELD.

GENERAL NOTES:· UNLESS REQUESTED THIS BUILDING HAS BEEN DESIGNED AS A FREE STANDING, OPEN STRUCTURE. IF WALLS ARE TO BE ADDED,

OR IF THE BUILDING IS TO ADJOIN ANOTHER STRUCTURE, OR IF OTHER MODIFICATIONS ARE TO BE MADE, THE STRUCTURE MUSTBE REENGINEERED PRIOR TO THESE MODIFICATIONS.

· IF SPECIFICATIONS ARE PROVIDED ALL DESIGNS ARE TO BE CONSIDERED TO BE AS EQUAL AND NOT AN EXACTMATCH. DESIGNS WILL CONFORM TO SRPS MANUFACTURING METHODS AND MATERIALS AVAILABLE.

ABBREVIATIONS:· AS - ALL STEEL· SF - STEEL FRAME· DT- DUO-TOP· T&G - TONGUE & GROOVE· NIC - NOT IN CONTRACT· O.C. - ON CENTER· TYP - TYPICAL

5050 -8

Page 294: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

5060- 1

SPECIAL PROVISIONS SECTION 5060

SITE FURNISHINGS – BENCHES, TRASH RECEPTACLES, TABLES AND CHAIRS, MAILBOXES AND SNAKE RAIL FENCES

I. DESCRIPTION

Work includes providing, furnishing, and installing in place benches, trash receptacles, tables and chairs, mailboxes, and snake rails where indicated on the drawings. Connection to unit pavers pavements must use break-away bolts. Provide factory fabricated units manufactured by a company regularly engaged in the production of the specified items. Submittals:

1. Product Data: Submit manufacturer's technical product data, details, installation instructions, colors and finishes, and general product recommendations for selected site furnishings.

2. Shop Drawings: Submit dimensioned installation drawings if not covered in product data. Delivery, Storage and Handling: Deliver and store site furnishings in manufacturer’s protective packaging with labels intact. Store protected from weather and construction operations.

II. MATERIALS 1. BENCHES

Provide manufacturer's standard units, modified as necessary to comply with requirements. Shop fabricate and paint each unit to greatest extent possible. Benches shall be from one of the following or approved equal:

(a) Model #: RB-28 Victor Stanley P.O. Drawer 330 Dunkirk, MD 20754 USA http://www.victorstanley.com/product/rb-28/

2. TRASH RECEPTACLES Provide manufacturer's standard units, modified as necessary to comply with requirements. Shop fabricate and paint each unit to greatest extent possible. Trash Receptacles shall be from one of the following or approved equal:

(a) Model #: S-42 Victor Stanley P.O. Drawer 330 Dunkirk, MD 20754 USA http://www.victorstanley.com/product/rb-28/

3. TABLE AND CHAIRS Provide manufacturer's standard units, modified as necessary to comply with requirements. Shop fabricate and paint each unit to greatest extent possible. Tables shall be from one of the following or approved equal:

Page 295: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5060- 2

(a) Model #: A-H-363 Victor Stanley P.O. Drawer 330 Dunkirk, MD 20754 USA http://www.victorstanley.com/product/rb-28/

4. MAILBOX STRUCTURE Provide manufacturer's standard units, modified as necessary to comply with requirements. Shop fabricate and paint each unit to greatest extent possible. Mailboxes shall be from one of the following or approved equal:

(a) Model #: 4C Horizontal Mailboxes 3810DA-10 Salsbury Industries 2300 Rickenbacker Parkway Columbus Ohio 43217 https://www.mailboxes.com/products/surface-mounted-4c-horizontal-mailbox-unit-includes-3710da-10-mailbox-and-3810d-enclosure-double-column-10-mb1-doors-/-2-pl4s/

5. SNAKE RAIL FENCE In addition to the required submittals mentioned above, the contractor shall provide qualifications for the wood supplier and the installer who will complete this work. Submissions shall show at least 5 years of experience successfully installing snake rail fencing with pictures of prior work. Install fence as shown in the Drawings. Obtain approval from the Owner’s Representative if deviations to the proposed layout are necessary prior to laying out the first course. Layout the first course of the fence on salvaged stones, to prevent contact with soil, at corners for approval by the Engineer. Allow an 18” end overlap. Wood rails shall be Red Cedar, sawn, and triangular in shape. No holes in fence posts and rails is allowed. Snake Rail Fence shall be from one of the following or approved equal:

(a) Snake Rail Fence – Zig Zag Fence http://www.snakerailfence.com/

III. PROCEDURES

General: Comply with manufacturer’s instructions and recommendations for assembling and installing site furnishings. Coordinate with installation of other work as required to ensure that each element of the work performs properly, and that combined elements are rigid and tight. Install furniture units plumb and level. Provide black nylon shims as necessary. Cleaning and Protection: Clean exposed finish surfaces in accordance with manufacturer's instructions. Touch up finish surfaces or replace where necessary to achieve an unblemished appearance.

IV. MEASUREMENT AND PAYMENT The unit of measure for the various items shall be as described below. Payment shall include furnishing and installing complete in place furnishings, mailbox structure, or fence.

Page 296: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5060- 3

Payment will be made under: Pay Item Pay Unit Bench Each Trash Receptacle Each Table and Chairs Each Mailbox Structure Each Snake Rail Fence Linear Foot

Page 297: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

5070 - 1

SPECIAL PROVISIONS SECTION 5070

STONE BOLLARDS

I. DESCRIPTION Work consists of furnishing and installing bollards complete in place at locations as indicated on the Drawings. Connection to PCC Concrete Footing shall be as shown in the Drawings.

II. MATERIALS

Bollards shall be a solid piece of granite. Dimensions, color, and type of granite shall be as shown in the Drawings. Bollard finish shall be thermal finish. Dowel shall be galvanized. Two dowels per bollard mounted on opposite sides. See Drawings for dimensions.

III. PROCEDURE Submit a 12 inch x 12 inch sample of granite type, color, and finish to the Engineer for approval prior to delivery of bollards. Sample shall include product source. All bollards shall be from a single source. Install one bollard complete in-place on-site for approval prior to completing the installation of the remaining bollards.

IV. EXCECUTION

Furnish and install bollard as shown in the Drawings and as directed by the Engineer.

V. MEASUREMENT AND PAYMENT Bollards shall be measured in units of each and shall be paid for at the contract unit price per each. This price shall include furnishing and installing complete in-place, including excavation, stone bedding, concrete foundation, dowels, and backfilling. Payment will be made under: Pay Item Pay Unit Stone Bollard Each

Page 298: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

5080 - 1

SPECIAL PROVISIONS SECTION 5080

EXTERIOR SIGNAGE

April 19, 2019

I. DESCRIPTION 1. General - This item consists of common exterior signage items including Cast Bronze

Plaques, Cast Bronze Lettering, hardware necessary to install cast metal letters and plaques on exterior walls.

2. Quality Assurance – Provide letters and plaques that are the product of one manufacturer.

3. Cast Bronze Plaques and Cast Bronze Lettering shall be as shown in drawings from the following manufacturer or approved equal:

(a) Impact Architectural Signs 26 East Burlington Avenue LaGrange, IL 60525 708-469-7178 https://www.impactsigns.com/metal-letters/ http://www.impactsigns.com/bronzeplaque/ [email protected]

4. Submittals – The Contractor shall submit the following:

(a) Manufacturer’s descriptive literature, specifications and product detail cut sheets (b) Shop Drawings including sizing, finishes, materials and other variations to be

approved by owner and owner’s representative. Shop Drawings must include finished spacing of lettering and plaques, also for approval.

(c) Installation instructions

II. MATERIALS

1. Material – Cast Bronze. 220 Commercial Alloy. NAVY G 88-8-0-4 lead and mercury free. All letters and plaques must be of a consistent quality and finish where specified.

2. Cast Bronze Letter Finish - Natural satin stroke sanded face, bead-blasted return, 2-part hardened acrylic polyurethane clear coat

3. Cast Bronze Letter Sizing – Letters shall be Times Bold font from manufacturer’s standard font list, sized 8 inches high, as indicated in the drawings. Spacing to be uniform and straight, verified by the owner’s representative. Letters shall be All Caps as indicated in the drawings.

4. Cast Bronze Letter Mounting – Letters shall be mounted to wall using a blind mount system as specified by the manufacturer. Mounts should not be visible from front of letters, nor shall any mounting hardware, brackets or railings be visible at any point in front of letters or along mounting surface. Letters shall be mounted directly to mortar

Page 299: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5080 - 2

rubble stone wall using threaded studs and a stud mount. Letters shall be mounted with stud spacers, leaving a gap between the letters and mortar rubble stone wall.

5. Cast Bronze Plaque Sizing – Plaque shall be approximately 17.5” tall x 30” wide as indicated in drawings. Thickness to be verified by owner’s representative as recommended by manufacturer.

6. Cast Bronze Plaque Border: Bronze Cast Plaque shall have cast bronze double line edge, Bronze Cast Letters shall have no border

7. Cast Bronze Plaque Finishes – Plaque shall have cast bronze satin finish along background. Raised lettering and imagery shall not have any finish which will impede the visual effect of the logo in such a way to reduce the contrast of lettering and imagery as visible from motorists.

8. Cast Bronze Plaque Logo – Town logo shall be cast with plaque as a Flat Relief 9. Cast Bronze Plaque Mounting - Plaque shall be mounted to wall using a blind mount

system as specified by the manufacturer. Mounts should not be visible from front of plaque, nor shall any mounting hardware, brackets or railings be visible at any point in front of plaque or along mounting surface. Letters shall be mounted directly to mortar rubble stone wall using threaded studs and a stud mount. Letters shall be mounted with stud spacers, leaving a gap between the letters and mortar rubble stone wall.

10. Protective coatings – All Cast Bronze Lettering and Cast Bronze Plaques shall have a Semi-Gloss Clear Protective Lacquer finish suitable for exterior applications.

11. Layout – Plaque and lettering shall be laid out as dimensioned in drawings. Spacing must be uniform and centered along wall. All mounted lettering shall be mounted to give a level appearance.

12. Samples - Before proceeding with the Work, the Contractor shall submit for approval by the Engineer 2 samples of letters and a sample of plaque. All finished lettering shall be within the color range defined by the approved samples and of the same type of quality, build, finish. Sample plaque must be at least 6” x 6”

III. INSTALLATION

1. A qualified installer shall install cast metal letters and cast metal plaques

2. Install signs level, plumb, and at the height indicated with sign surfaces free from distortion or other defects in appearance.

3. Rejection of Material - Any material indicated in the general description portion of this special provision not conforming to the approved sample or not in accordance with the Contract Documents shall be rejected and removed from the site.

IV. MEASUREMENT AND PAYMENT 1. Cast Bronze Lettering shall be measured per each letter and shall be paid for at

the contract unit price per letter. This price shall include fabricating, furnishing, and installing, in accordance with details shown on the plans.

Page 300: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

5080 - 3

2. Cast Bronze Plaque shall be measured per plaque each and shall be paid for at the contract unit price per each plaque. This price shall include fabricating, furnishing, and installing, in accordance with details shown on the plans.

Payment will be made under: Pay Item Pay Unit Hillsboro Sign (Town Symbol) – Welcome to Hillsboro Letter

EA EA

Page 301: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

VDOT 510 - 1

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SPECIFICATIONS

SUPPLEMENT SECTION 510 - RELOCATING OR MODIFYING EXISTING MISCELLANEOUS ITEMS (SALVAGED AND REPURPOSED BRICK FOR PAVEMENTS, AND SALVAGED AND REPURPOSED STONE FOR

BOULDERS AND/OR STONE SLABS)

November 30, 2018 Section 510 - RELOCATING OR MODIFYING EXISTING MISCELLANEOUS ITEMS of the Specifications is amended as follows:

Section 510.01 – Description is amended to include the following:

The work shall consist of removing existing stone and engraved brick for reuse. Existing stone for reuse is located in driveways, walls, and landscape areas impacted by the project. Removal shall be done with non-destructive methods, salvaging stone suitable for reuse as boulders and/or stone slabs as shown in the Drawings. Contractor shall stockpile stone in a secure location and place in the final permanent location as shown on the plans and as approved by the Engineer.

Section 510.02 – Materials is not amended. See Drawings for locations.

Section 510.03 – Procedures is amended to include the following:

Brick, boulders and/or stone slabs shall be placed according to the Drawings and as directed by the Owner’s Representative. Prior to final installation, the Contractor shall complete a 10 foot by 10 foot area displaying a layout of several boulders and stone slabs for approval. Display area may be used for final installation if approved by the Engineer.

Section 510.04 is amended to include the following:

Salvaged and repurposed stone and brick shall be measured in cubic yards and will be paid for at the contract unit price. The price shall include removing, salvaging, storing, and resetting stone in its permanent and final location as shown in the Drawings.

Payment will be made under: Pay Item Pay

Unit Install Salvaged Brick CY Install Salvaged Stone as Boulder CY Install Salvaged Stone as Slab CY Install Salvaged Stone as Boulder at Shelter CY

Page 302: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

VDOT 512 - 1

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SPECIFICATIONS

SPECIAL PROVISIONS SECTION 512

PORTABLE TRAFFIC SIGNAL EQUIPMENT

December 17, 2018

Section 512 of the Specifications is amended as follows:

I. DESCRIPTION This work shall consist of furnishing and using portable traffic signal equipment (PTSE) to provide temporary signalization at multiple locations in accordance with these specifications, the plans, standards and as directed by the Engineer. For this specification, PTSE is defined as one unit that is capable of providing signal indications with dual facing signals so that motorists have ability to see signal heads from either direction of travel.

II. EQUIPMENT

PTSE shall conform to the requirements of Section 512.03 (j) of the Specifications. The PTSE shall have the capability to provide emergency vehicle preemption capable with all Loudoun County and Virginia State Police emergency responders.

III. PROCEDURES The Contractor shall submit to the Engineer a plan for installing and maintaining the PTSE for each phase of the work that shall also depict the Contractor's intent for maintaining traffic flows, including adjusting phase sequencing and timings as needed or directed by the Engineer. The Contractor shall receive approval of the plan from the Engineer prior to beginning work that would necessitate installing the PTSE. The initial signal timings shall be as follows; however, the Contractor shall develop timing plans for each phase of work and submit to VDOT for approval:

• Green = In AM peak, 95 sec in EB, 29 sec in WB. This will be reversed in PM peak. • Yellow = 4 sec • Red = 24 sec (long red time to clear one-way traffic within work zone)

The Contractor shall conform to the requirements of Section 703.03 of the Specifications for repair calls and malfunctioning equipment. Applicable requirements of Standard Drawing TS-1 shall be adhered to when installing PTSE. PTSE shall be interconnected using hardwire interconnect conforming to Section 238 of the Specifications. Hardwire interconnect shall be installed as approved by the Engineer. If the contractor chooses to use any other form of communication in place of hardwire, the contractor shall receive approval from VDOT Engineer prior to beginning of work. PTSE shall be sufficiently chained to an anchoring device or one wheel shall be removed to discourage unauthorized removal during times when the contractor's personnel are not on site. PTSE shall be installed behind guardrail or barrier when installed in the clear zone. When installed

Page 303: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 512 - 2

behind guardrail, the unit shall be beyond the deflection zone of the guardrail. PTSE shall be installed on the right side of the road unless otherwise approved by the Engineer. Any site preparation necessary to provide a flat level surface for the PTSE to placed upon shall be considered incidental and not paid separately.

IV. MEASURE AND PAYMENT

Furnish portable traffic signal equipment project will be measured in units of each individual trailer and will be paid in units of each which shall be full compensation for furnishing PTSE equipment to the project. This price shall be full compensation for all labor, materials, tools, equipment, relocating and setups and developing timing plans necessary to provide a complete in place temporary portable signal operation for each phase of work.

Page 304: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

Charles Town Pike (Rte. 9) Traffic Calming Town of Hillsboro, VA

VDOT 705 - 1

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SPECIFICATIONS

SPECIAL PROVISIONS SECTION 705

LIGHTING SYSTEM (LED LUMINAIRE)

December 17, 2018

Section 705 of the Specifications is amended as follows:

I. DESCRIPTION Section 705 Lighting System shall be amended as followings. The work shall consist of furnishing, installing, and testing proposed lighting systems in accordance with this special provision and in conformity to the lines and details shown on the plans or established by the Engineer.

II. MATERIALS

LED LUMINAIRE

A. Lighting fixture shall be LED Historic style, post-top decorative light fixture.

B. 48 Watts and 75 Watts LED luminaires shall be Providence MicroCore – Medium Housing PROV by Architectural Area Lighting (Hubbell Lighting).

C. Optical: LED modules shall independently aim each LED in both horizontal rotation and vertical tilt angle. LEDs shall be mounted to a metal printed circuit board assembly (PCBA) with a uniform conformal coating over the panel surface and electrical features. LED optics shall be clear injection molded PMMA acrylic. The optical lenses shall also control horizontal light distribution so that Type II or III IESNA distribution patterns are achieved. The following specifications shall also be met:

1. Fully recessed, 3000K CCT, 70 CRI LED light engine 2. Horizontally mounted, lightly diffused tempered glass lens 3. IES Type II, III, IV distributions 4. 5500 lumens +/- 5% for 75W luminaire, and 3400 lumens +/- 5% for 48W 5. BUG Rating - B1-3 U0 G1-2

D. Housing: Luminaire shall have discrete optical and gear compartments that do not share any

physical housings. All housing components shall be die-cast aluminum, sealed with continuous silicone rubber gaskets. All internal and external hardware shall be stainless steel. Optical bezel finish shall match the luminaire housing.

E. Finish: Luminaire finish shall consist of a five-stage polymer primer sealer, oven dry off, and

top coated with a thermoset super TGIC polyester powder coat finish in gloss black color. Luminaire finish shall meet the AAMA 605.2 performance specification which includes passing a 3000-hour salt spray test for corrosion resistance.

Page 305: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 705 - 2

F. Electrical: Luminaires shall have integral surge protection that shall be U.L. recognized and

have a surge current rating of 10,000 Amps using the industry standard 8/20uSec wave and surge rating of 372J. Drivers shall be U.L recognized with an inrush current maximum of <20.0 Amps maximum at 230VAC. Drivers shall not be compatible with current sourcing dimmers, consult factory for current list of known compatible dimming systems, approved dimmers include Lutron Diva AVTV, Lutron Nova NFTV and NTFTV. Provisions shall be provided for added protection in the event of abnormally excessive high ambient temperature conditions.

G. Controls: Lighting controls shall be SiteSync by Hubbell. Integrated wireless mesh control shall

be provided. Programming application shall be installed on tablet. Controls shall have integral surge protection that shall be U.L. recognized and have a surge current rating of 10,000 Amps using the industry standard 8/20uSec wave and surge rating of 372J. Each fixture shall run standalone independent schedules. Programming application shall support multiple complex dimming schedules using real or astronomical time. Special calendar date scheduling option shall be available. Each fixture shall have motion detection support using master & satellite grouping. Lumen maintenance compensation shall be provided.

H. Certification: Luminaire shall be listed with ETL for outdoor, wet location use, UL1598, UL 8750

and Canadian CSA Std. C22.2 no.250.

I. Miscellaneous: Luminaire shall have tool-less service access to the gear compartment. Driver and surge suppressor shall be mounted to a prewired tray with quick disconnects that may be removed from the gear compartment. 4” slip fit for LEDs shall be provided. Five years of warranty on all components, housing and finish shall be provided.

III. PROCEDURES

The Contractor shall verify or locate the origin of the power source and verify voltage for electrical systems. The Contractor shall also inform the Engineer at least 48 hours prior to the anticipated time of de-energizing any portion of the electrical system in order to facilitate such work. Work shall be performed in accordance with the NEC and the requirements of the local power company, unless otherwise specified on the Plans. The Contractor shall install luminaires in accordance with the manufacturer’s recommendations. Luminaires shall be adjusted for maximum illumination and uniform dispersion on the pavement and sidewalk as shown on the plans.

IV. MEASURE AND PAYMENT

Luminaires will be measured in units of each and will be paid for at the contract unit price per each for the wattage and type specified. This price shall include the luminaire body; slip fitters, refractors, ballasts, reflectors, sockets with lamps, conductor cables to the termini at the base, lighting controls and sockets, and adjustment and testing. This price shall include the training for the lighting control programming application the installed on the tablet. There shall not be separate payment for SiteSync lighting controls and it shall be incidental to the cost of luminaire. Control centers will be measured in units of each and will be paid for at the contract unit price per each for the standard and type specified. This price shall include the control center metal enclosures, conduits including fitting and straps, grounding electrode(s), conductor cables, anchor bolts and templates, excavating, concrete, safety switches, panel boards, contactors, circuit breakers, photoelectric controls, terminal blocks,

Page 306: Town of Hillsboro, Virginia INVITATION FOR BID · Town of Hillsboro, Virginia . INVITATION FOR BID. Charles Town Pike (Rt. 9) Traffic Calming Project Managed and Administered by the

VDOT 705 - 3

selector switches, transient voltage surge suppressor, GFCI and GFCI enclosure, lighting fixture(s) including housing and lamp(s), door activated light switch, testing, training, and adjustment.