DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA 23219-2000 Charles A. Kilpatrick, P.E. Commissioner October 11, 2016

Order No.: K19 Project: (NFO)8102-029-065,B627,B628,B629,C501 FHWA: STP-5A01 (717) District: Northern Virginia County: Fairfax Route: Various Bids: October 26, 2016

To Holders of Bid Proposals:

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

BID PROPOSAL Substitute Form C21B as it has been revised.

Substitute Form C21C as it has been revised.

Substitute Form C-7 as it has been revised to Sheet 1 of 33.

Substitute pages 2 through 32 as those pages have been revised and due to renumbering.

Add page 33 as that page has been added and due to renumbering.

Substitute DMI as it has been revised.

Substitute page 2 of the Table of Contents for Provisions as Special Provision SEC. 406- Reinforcing Steel Dated: R-7-12-16_(SP) has been deleted. Special Provision Section 605 Planting Dated: 8-20-15 has been deleted. Special Provision Section 703 - Traffic Signals Dated: 2-11-16 has been deleted. Special Provision Drilled Shafts Dated: 3-9-16 has been deleted.

Special Provision Copied Note Sec. 505.03-Procedures (Guardrail & Attenuator ID) Dated: R-7- 12-16_(SPCN) has been added. Special Provision Copied Note Sec. 512-Maintaining Traffic (ID Stamp/Engrave G’rail/Atten) Dated: R-7-12-16_(SPCN) has been added. Special Provision Copied Note Section 512.03 (j).Traffic Signals Dated: 10-12-16 (SPCN) has been added. Special Provision Copied Note Section 700.06 – Measurement and Payment Dated: 9-29-16 (SPCN) has been added. Special Provision Copied Note WMATA Track Usage Dated: 9-27-16 (SPCN) has been added. Special Provision SP404-000110-00 Fill/Seal Pattern Cracks (Decks/Overlays) Dated: R-7-12-16 has been added. Special Provision SS208-002016-01 Sec. 208-Subbase and Aggregate Base Materials Dated: I-10-5-16 has been added.

www.VirginiaDOT.org WE KEEP VIRGINIA MOVING Special Provision SS244-002016-01 Sec. 244-Roadside Development Materials Dated: I-10-5-16 has been added. Special Provision SS403-002016-01 Sec. 403-Bearing Piles Dated: I-7-12-16 has been added. Special Provision SS406-002016-02 Sec. 406-Reinforcing Steel Dated: I-10-5- 16 has been added. Special Provision Section 108.02 – Limitation of Operations Dated: 8-22-16 has been added. Special Provision Section 703 - Traffic Signals Dated: 7 29-16 has been added. Special Provision Section 703 Traffic Signals (HVSB) Dated: 7-29-16 has been added. Special Provision Drilled Shafts Dated: 9-14-16 has been added. Special Provision Mast Arm Hanger Assembly STD SM-3 AND SMD-2 Dated: 3-30-16 has been added. Special Provision Thermal Integrity Profiling (Tip) of Drilled Shafts Dated: 9-14-16 has been added.

Substitute pages 162 through 166 as Special Provision SEC. 406-Reinforcing Steel Dated: R-7- 12-16_(SP) has been deleted.

Substitute pages 176 through 185 as Special Provision Section 605 Planting Dated: 8-20-15 has been deleted.

Substitute pages 188 through 190 as Special Provision Section 703 - Traffic Signals Dated: 2-11- 16 has been deleted.

Substitute pages 261 through 289 as Special Provision Drilled Shafts Dated: 3-9-16 has been deleted.

Add page 411 as Special Provision Copied Note Sec. 505.03-Procedures (Guardrail & Attenuator ID) Dated: R-7-12-16_(SPCN); Special Provision Copied Note Sec. 512-Maintaining Traffic (ID Stamp/Engrave G’rail/Atten) Dated: R-7-12-16_(SPCN); and Special Provision Copied Note Section 512.03 (j).Traffic Signals Dated: 10-12-16 (SPCN) have been added.

Add page 412 as Special Provision Copied Note Section 700.06 – Measurement and Payment Dated: 9-29-16 (SPCN) and Special Provision Copied Note WMATA Track Usage Dated: 9-27- 16 (SPCN) have been added.

Add pages 413 through 414 as Special Provision SP404-000110-00 Fill/Seal Pattern Cracks (Decks/Overlays) Dated: R-7-12-16 has been added.

Add page 415 as Special Provision SS208-002016-01 Sec. 208-Subbase and Aggregate Base Materials Dated: I-10-5-16 has been added.

Add pages 416 through 417 as Special Provision SS244-002016-01 Sec. 244-Roadside Development Materials Dated: I-10-5-16 has been added.

Add page 418 as Special Provision SS403-002016-01 Sec. 403-Bearing Piles Dated: I-7-12-16 has been added.

Add pages 419 through 421 as Special Provision SS406-002016-02 Sec. 406-Reinforcing Steel Dated: I-10-5-16 has been added.

Add pages 422 through 427 as Special Provision Section 108.02 – Limitation of Operations Dated: 8-22-16 has been added.

Add pages 428 through 429 as Special Provision Section 703 - Traffic Signals Dated: 7 29-16 has been added.

Add pages 430 through 432 as Special Provision Section 703 Traffic Signals (HVSB) Dated: 7- 29-16 has been added.

Add pages 433 through 457 as Special Provision Drilled Shafts Dated: 9-14-16 has been added.

Add pages 458 through 463 as Special Provision Mast Arm Hanger Assembly STD SM-3 AND SMD-2 Dated: 3-30-16 has been added.

Add pages 464 through 465 as Special Provision Thermal Integrity Profiling (Tip) of Drilled Shafts Dated: 9-14-16 has been added.

PLANS Following plan sheets have been revised:

Sheet Number File Name Advertised File Name Replacement 1 8102-029-065 c501_01 8102-029-065 c501_01_r6 1C 8102-029-065 c501_01c 8102-029-065 c501_01c_r6 1D 8102-029-065 c501_01d 8102-029-065 c501_01d_r6 2N(0) 8102-029-065 c501_02n(0) 8102-029-065 c501_02n(0)_r6 2N(1) 8102-029-065 c501_02n(1) 8102-029-065 c501_02n(1)_r6 2P(1) 8102-029-065 c501_02p(1) 8102-029-065 c501_02p(1)_r6 2R 8102-029-065 c501_02r 8102-029-065 c501_02r_r6 2S 8102-029-065 c501_02s_r6 8102-029-065 c501_02s_r6 3 8102-029-065 c501_03 8102-029-065 c501_03_r6 3RW 8102-029-065 c501_03rw 8102-029-065 c501_03rw_r6 6 8102-029-065 c501_06 8102-029-065 c501_06_r6 6RW 8102-029-065 c501_06rw 8102-029-065 c501_06rw_r6 7 8102-029-065 c501_07 8102-029-065 c501_07_r6 7RW 8102-029-065 c501_07rw 8102-029-065 c501_07rw_r6 8 8102-029-065 c501_08_r4 8102-029-065 c501_08_r6 8RW 8102-029-065 c501_08rw 8102-029-065 c501_08rw_r6 8(2) 8102-029-065 c501_08(2)_r4 8102-029-065 c501_08(2)_r6 8(2)RW 8102-029-065 c501_08rw2 8102-029-065 c501_08rw2_r6 11(01) 8102-029-065 c501_11(01) 8102-029-065 c501_11(01)_r6 11(02) 8102-029-065 c501 _11(02) 8102-029-065 c501 _11(02)_r6 11(2A) 8102-029-065 c501_11(2a) 8102-029-065 c501_11(2a)_r6 11(2A)1 8102-029-065 c501_11(2a)1 8102-029-065 c501_11(2a)1_r6 11(2A)2 8102-029-065 c501_11(2a)2 8102-029-065 c501_11(2a)2_r6 11(2A)3 8102-029-065 c501_11(2a)3 8102-029-065 c501_11(2a)3_r6 11(2A)5 8102-029-065 c501_11(2a)5 8102-029-065 c501_11(2a)5_r6 11(03) 8102-029-065 c501_11(03) 8102-029-065 c501_11(03)_r6 11(04) 8102-029-065 c501_11(04) 8102-029-065 c501_11(04)_r6 11(05) 8102-029-065 c501_11(05) 8102-029-065 c501_11(05)_r6 11(06) 8102-029-065 c501_11(06) 8102-029-065 c501_11(06) _r6 11(07) 8102-029-065 c501_11(07) 8102-029-065 c501_11(07)_r6 11(8) 8102-029-065 c501_11(08) 8102-029-065 c501_11(08)_r6 12(8)2 8102-029-065 c501_12(08)2) 8102-029-065 c501_12(08)2_r6 13(1) 8102-029-065 c501_13(1) 8102-029-065 c501_13(01)_r6 13(2) 8102-029-065 c501 _13(2)_r3 8102-029-065 c501 _13(02)_r6

Sheet Number File Name Advertised File Name Replacement 13(3) 8102-029-065 c501_13(3) 8102-029-065 c501_13(03)_r6 13(3)1 8102-029-065 c501_13(3)1 8102-029-065 c501_13(03)1_r6 13(4)1 8102-029-065 c501_13(4)1 8102-029-065 c501_13(04)1_r6 13(5) 8102-029-065 c501_13(5)_r2 8102-029-065 c501_13(05)_r6 13(6) 8102-029-065 c501_13(6)_r2 8102-029-065 c501_13(06)_r6

Bridge: B627 4 287-45a_004 287-45a_004r6 5 287-45a_005r4 287-45a_005r6 9 287-45a_009r2 287-45a_009r6 10 287-45a_010r1 287-45a_010r6 11 287-45a_011r1 287-45a_011r6 43 287-45a_043r2 287-45a_043r6 44 287-45a_044r3 287-45a_044r6 66 287-45a_066 287-45a_066r6 67 287-45a_067 287-45a_067r6 68 287-45a_068 287-45a_068r6 69 287-45a_069 287-45a_069r6 70 287-45a_070 287-45a_070r6 71 287-45a_071 287-45a_071r6 87 287-45a_087 287-45a_087r6 88 287-45a_088 287-45a_088r6 89 287-45a_089r3 287-45a_089r6

Bridge: B628 2 287-57a_002r2 287-57a_002r6 3 287-57a_003r5 287-57a_003r6 16 287-57a_016r1 287-57a_016r6 24 287-57a_024 287-57a_024r6 27 287-57a_027r1 287-57a_027r6 28 287-57a_028 287-57a_028r6 29 287-57a_029 287-57a_029r6 34 287-57a_034r1 287-57a_034r6 47 287-57a_047r2 287-57a_047r6 51 287-57a_051r1 287-57a_051r6 52 287-57a_052r1 287-57a_052r6 53 287-57a_053r2 287-57a_053r6 54 287-57a_054r2 287-57a_054r6 55 287-57a_055r1 287-57a_055r6 57 287-57a_057r2 287-57a_057r6

Bridge: B629 3 297-05_003r2 297-05_003r6 4 297-05_004r5 297-05_004r6 36 297-05_036r2 297-05_036r6 62 297-05_062r1 297-05_062r6 91 297-05_091r1 297-05_091r6 92 297-05_092r2 297-05_092r6 95 297-05_095r2 297-05_095r6 100 297-05_100r2 297-05_100r6

Following plan sheets have been added: 54A 287-57a_054ar6

Following plan sheets have been removed: RW001 TO RW025 8102-029-065 c501 RW001 through RW025

89 287-45a_089 26 287-57a_026r1 36 287-57a_036r1 59 297-05_059 s8102-029-065 c501_parcel 008(1) s8102-029-065 c501_parcel 008(2)

These plans are available to be viewed and downloaded from the Falcon Website.

Don E. Silies Director of Contracts Construction Division

JDRN Enclosures

Virginia Department of Transportation Date Printed: 10/11/2016

Contract ID: C0000103907C01 FORM C-21B Order No.: K19 Rev 12-21-05 Page 1 Bid Items Eligible For Fuel Adjustment Instructions: This form shall be completed in accordance with the Special Provision for Optional Adjustment for Fuel. If you choose to have Fuel Adjustment applied to any of the items listed below, write the word "Yes" in the "OPTION" column beside the item. The form must be signed, dated, and submitted to the Contract Engineer within the timeframe required in the Special Provision.

SECTION: 0001 REGULAR BID ITEMS

Item Fuel Factor Number ltem Description gal/unit Option 00120 REGULAR EXCAVATION 0.29 ______00150 0.29 ______00272 SELECT MATL. TY. I MIN. CBR-30 1.20 ______00525 CLASS A3 MISC. 1.89 ______09150 STONE CLASS I, EC-1 0.60 ______10013 CEMENT STAB. AGGR. MATL. NO. 21A 0.60 ______10128 AGGR. BASE MATL. TY. I NO. 21B 0.60 ______10610 ASPHALT CONCRETE TY. IM-19.0A 3.50 ______10628 FLEXIBLE PAVEMENT PLANING 0" - 2" 0.07 ______10636 ASPHALT CONC.TY. SM-9.5D 3.50 ______10642 ASPHALT CONC. BASE COURSE TY. BM-25.0A 3.50 ______13565 EXCAVATION 0.29 ______16340 ASPHALT CONC. TY. SM-9.5D 3.50 ______24430 DEMOLITION OF PAVEMENT (FLEXIBLE) 0.20 ______27430 SILTATION CONTROL EXCAVATION 0.29 ______60404 CONCRETE CLASS A4 1.89 ______64011 STRUCTURE EXCAVATION 0.29 ______65013 CONCRETE CLASS A3 1.89 ______69030 CONCRETE CLASS A3 1.89 ______

Date:

Signature:

(Firm or Corporation)

(Vendor No.) Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016

Contract ID: C0000103907C01 FORM C-21C Order No.: K19 Rev 12-21-08 Page 1 Bid Items Eligible For Steel Price Adjustment Instructions: This form shall be completed in accordance with the Special Provision. If you choose to have Steel Price Adjustment applied to any of the items listed below, write the word "Yes" in the "OPTION" column beside the item. The form must be signed, dated, and submitted to the Contract Engineer within the timeframe required in the Special Provision.

SECTION: 0001 REGULAR BID ITEMS

Item Number ltem Description Option 13312 GUARDRAIL TERMINAL GR-7 (NCHRP 350) ______13315 GUARDRAIL TERMINAL GR-11 ______13320 GUARDRAIL GR-2 ______13323 GUARDRAIL GR-2A ______14502 REINFORCING STEEL ______50902 TRAFFIC SIGN CANTILEVER DMS STRUCTURE ______50902 TRAFFIC SIGN BUTTERFLY DMS STRUCTURE ______50902 TRAFFIC SIGN CANTILEVER SIGN STRUCTURE ______50902 TRAFFIC SIGN MEDIAN BARRIER MOUNT W/ OFFSET ARM ______50902 TRAFFIC SIGN MEDIAN BARRIER MOUNT ______50902 TRAFFIC SIGN DYNAMIC MESSAGE SIGN ______51425 SIGNAL POLE MODIFIED MP-3 (19') ______51426 MAST ARM MODIFIED MAST ARM 78' ______51475 SIGNAL POLE MP-3, TYPE A ______51486 MAST ARM 40' ______51487 MAST ARM 49' ______51488 MAST ARM 60' ______51490 MAST ARM 70' ______51491 MAST ARM 75' (CASE 1 LOADING) ______51492 MAST ARM 75' (CASE 2 LOADING) ______60452 REINF. STEEL BRIDGE APPR. SLAB ______61711 CORROSION RESISTANT REINF. STEEL CL. I ______62043 RAILING, BR27C 3 RAILS ______64112 STEEL PILES 12" ______65200 REINF. STEEL ______65211 CORROSION RESISTANT REINF. STEEL CL. I ______65826 RAILING, BR27C 3 RAILS ______68026 RAILING, BR27C 3 RAILS ______68091 CORROSION RESISTANT REINF. STEEL CL. I ______68108 STR.STEEL PLATE GIRDER ASTM A 709 GR. 50W ______68108 STR.STEEL PLATE GIRDER ASTM A 709 GR. 50W ______68114 STR. STEEL ROLLED BEAM ASTM A709 50W ______68270 REINF. STEEL BRIDGE APPR. SLAB ______69112 STEEL PILE 12" ______Revised: October 11, 2016 Date:

Signature:

(Firm or Corporation)

(Vendor No.) Revised: October 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Form C-7 Rev. 1-19-12 SHEET 1 of 33

TERMS OF THE PROPOSAL\CONTRACT COMMONWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION SUBMITTED: 10:00 A.M. WEDNESDAY OCTOBER 26, 2016

PROJECT NUMBER: (NFO)8102-029-065,B627,B628,B629,C501 ROUTE NUMBER: VARIOUS FHWA NUMBER: STP-5A01 (717)

DESCRIPTION: CONSTRUCT JONES BRANCH CONNECTOR OVER I-495 FROM: JONES BRANCH DRIVE TO: RTE 123 (DOLLEY MADISON BLVD.)

DISTRICT: NORTHERN VIRGINIA COUNTY: FAIRFAX

I/we declare that no other person, firm or corporation is interested in this proposal; that I/we have carefully examined the plans, job specifications, current and Bridge specifications, and all other documents pertaining thereto and thoroughly understand the contents thereof; that I/we meet the prequalification requirements for bidding on this proposal; that I/we understand that the plans and current Road and Bridge specifications, are a part of this proposal; that all of the quantities shown herewith are a part of this proposal; that all the quantities shown herewith are approximate only; that I/we have examined the location of the proposed work and source of supply of materials; and that I/we agree to bind myself/ourselves upon award by the Commonwealth under this proposal to a contract with necessary surety bond to start work according to project specifications, and to complete all work in accordance with the plans, job specifications and current Road and Bridge Specifications within the time limit set forth in the contract.

COMPLETION DATE: NOVEMBER 19, 2019

BID TOTAL $

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

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

Street Address City State Zip Code Vendor#/Fin#

Print Name Signature Title

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

Contract Execution Date By

CHIEF ENGINEER VIRGINIA DEPARTMENT OF TRANSPORTATION

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 2 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0010 513 00100 MOBILIZATION LUMP SUM LUMP SUM ______._____

0020 517 00101 CONSTRUCTION SURVEYING LUMP SUM LUMP SUM ______._____ (CONSTRUCTION) 0030 301 00110 CLEARING AND GRUBBING LUMP SUM LUMP SUM ______._____

0040 303 00120 19,406.000 REGULAR EXCAVATION CY ______.______._____

0050 ATTD 00134 25.000 TEST EXCAVATION TEST EA ______.______._____ HOLE (PAVED) 0060 ATTD 00134 75.000 TEST EXCAVATION TEST EA ______.______._____ HOLE (UNPAVED) 0070 303 00150 16,354.000 EMBANKMENT CY ______.______._____

0080 305 00272 250.000 SELECT MATL. TY. I MIN. CY ______.______._____ CBR-30 0090 302 504 00525 182.510 CONCRETE CLASS A3 MISC. CY ______.______._____

0100 509 00529 170.960 FLOWABLE BACKFILL CY ______.______._____

0110 501 00585 1,309.000 UNDERDRAIN UD-2 LF ______.______._____

0120 501 00587 644.000 UNDERDRAIN UD-3 LF ______.______._____

0130 501 00588 3,293.000 UNDERDRAIN UD-4 LF ______.______._____

0140 302 01156 915.000 STORM SEWER PIPE 15" LF ______.______._____ Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 3 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0150 302 01186 1,901.000 STORM SEWER PIPE 18" LF ______.______._____

0160 302 01242 143.000 24" CONC. PIPE LF ______.______._____

0170 302 01246 541.000 STORM SEWER PIPE 24" LF ______.______._____

0180 302 06180 1.000 18" END SECTION ES-1 OR 2 EA ______.______._____

0190 302 06740 1.000 DROP INLET DI-1 EA ______.______._____

0200 302 06749 1.000 DROP INLET DI-2B,L=8' EA ______.______._____

0210 302 06817 4.000 DROP INLET DI-3B,L=4' EA ______.______._____

0220 302 06818 6.000 DROP INLET DI-3B,L=6' EA ______.______._____

0230 302 06819 4.000 DROP INLET DI-3B,L=8' EA ______.______._____

0240 302 06820 2.000 DROP INLET DI-3B,L=10' EA ______.______._____

0250 302 06821 2.000 DROP INLET DI-3B,L=12' EA ______.______._____

0260 302 06822 1.000 DROP INLET DI-3B,L=14' EA ______.______._____

0270 302 06823 2.000 DROP INLET DI-3B,L=16' EA ______.______._____

0280 302 06827 2.000 DROP INLET DI-3BB,L=6' EA ______.______._____

0290 302 06828 3.000 DROP INLET DI-3BB,L=8' EA ______.______._____ Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 4 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0300 302 06829 1.000 DROP INLET DI-3BB,L=10' EA ______.______._____

0310 302 06834 1.000 DROP INLET DI-3BB,L=20' EA ______.______._____

0320 302 06836 1.000 DROP INLET DI-3C,L=8' EA ______.______._____

0330 302 07126 1.000 DROP INLET DI-4BB,L=6' EA ______.______._____

0340 302 07506 4.000 DROP INLET DI-5 EA ______.______._____

0350 302 07508 3.000 DROP INLET DI-7 EA ______.______._____

0360 302 08252 1.000 DROP INLET DI-10K TY. I,L=8' EA ______.______._____

0370 302 08253 1.000 DROP INLET DI-10K TY. EA ______.______._____ I,L=10' 0380 302 08900 2.000 DROP INLET DI-12,L=4' EA ______.______._____

0390 302 08934 1.000 DROP INLET DI-12B,L=12' EA ______.______._____

0400 302 09056 142.500 MANHOLE MH-1 OR 2 LF ______.______._____

0410 302 09057 19.000 FRAME & COVER MH-1 EA ______.______._____

0420 414 09150 19.040 EROSION CONTROL STONE TON ______.______._____ CLASS I, EC-1 0430 307 10013 262.000 CEMENT STAB. AGGR. MATL. TON ______.______._____ NO. 21A Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 5 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0440 308 309 10128 5,735.000 AGGR. BASE MATL. TY. I NO. TON ______.______._____ 21B 0450 315 10610 1,488.000 ASPHALT CONCRETE TY. TON ______.______._____ IM-19.0A 0460 515 10628 12,514.000 FLEXIBLE PAVEMENT SY ______.______._____ PLANING 0" - 2" 0470 315 10636 2,820.000 ASPHALT CONC.TY. SM-9.5D TON ______.______._____

0480 315 10642 6,395.000 ASPHALT CONC. BASE TON ______.______._____ COURSE TY. BM-25.0A 0490 315 11070 6,088.000 SAW- ASPH CONC ... LF ______.______._____

0500 502 12020 714.000 STD. CURB CG-2 LF ______.______._____

0510 502 12022 625.000 RADIAL CURB CG-2 LF ______.______._____

0520 502 12030 35.000 STD. CURB CG-3 LF ______.______._____

0530 502 12032 34.000 RADIAL CURB CG-3 LF ______.______._____

0540 502 12600 3,111.000 STD. COMB. CURB & GUTTER LF ______.______._____ CG-6 0550 502 12610 1,492.000 RADIAL COMB. CURB & LF ______.______._____ GUTTER CG-6 0560 502 12710 62.000 RADIAL COMB. CURB & LF ______.______._____ GUTTER CG-7 Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 6 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0570 504 13108 106.000 CG-12 DETECTABLE SY ______.______._____ WARNING SURFACE 0580 503 13212 19.000 R/W MONUMENT RM-2 EA ______.______._____

0590 504 13220 4,236.000 HYDRAULIC CEMENT CONC. SY ______.______._____ SIDEWALK 4" 0600 505 13312 1.000 GUARDRAIL TERMINAL GR-7 EA ______.______._____ (NCHRP 350) 0610 505 13315 1.000 GUARDRAIL TERMINAL GR-11 EA ______.______._____

0620 505 13320 187.500 GUARDRAIL GR-2 LF ______.______._____

0630 505 13323 12.500 GUARDRAIL GR-2A LF ______.______._____

0640 505 13383 3.000 FIXED OBJECT ATTACH. EA ______.______._____ GR-FOA-1 TY. I 0650 505 13384 5.000 FIXED OBJECT ATTACH. EA ______.______._____ GR-FOA-1 TY. II 0660 ATTD 13401 30.000 GUARDRAIL HAND DIG POST EA ______.______._____ HOLE 0670 502 13462 15.000 MEDIAN BARRIER MB-7F LF ______.______._____

0680 ATTD, PLAN 13479 60.000 BARRIER TRANSITION MB-7F LF ______.______._____ TO 54" BR27C TERMINAL WALL 0690 506 13530 234.900 RETAINING WALL RW-3 CY ______.______._____ Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 7 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0700 ATTD, PLAN 13543 1,350.000 WALL GARAGE CLADDING SF ______.______._____

0710 506, ATTD 13555 54.000 RETAINING WALL RW-1B CY ______.______._____

0720 506 13565 5,442.000 RETAINING WALL CY ______.______._____ EXCAVATION 0730 512 13604 8.000 IMPACT ATTEN. SER. TY. 1 EA ______.______._____ (TL-3>45 MPH) 0740 512 13605 19.000 IMPACT ATTEN. SER. TY. 1A EA ______.______._____ (TL-2, 45 MPH MAX) 0750 519 13751 7,180.000 STR. MOUNTED SOUND SF ______.______._____ BARR.WALL - REFLECTIVE 0760 519 13754 6,620.000 SOUND BARRIER WALL SF ______.______._____ REFLECTIVE 0770 ATTD 13815 3,050.000 RETAINING STRUCTURE MSE SF ______.______._____ WALL 0780 ATTD 13815 4,480.000 RETAINING STRUCTURE MSE SF ______.______._____ WALL (B627) 0790 ATTD 13815 11,280.000 RETAINING STRUCTURE MSE SF ______.______._____ WALL (B628) 0800 ATTD 13815 17,240.000 RETAINING STRUCTURE MSE SF ______.______._____ WALL (B629) 0810 ATTD 13815 2,930.000 RETAINING STRUCTURE MSE SF ______.______._____ WALL RW001

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 8 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0820 ATTD 14502 81.200 REINFORCING STEEL LB ______.______._____

0830 303 16241 572.000 AGGR. MATL NO. 57 STONE TON ______.______._____

0840 315 16340 81.000 ASPHALT CONC. TY. SM-9.5D TON ______.______._____

0850 502 21020 352.000 MEDIAN STRIP MS-1 SY ______.______._____

0860 404, ATTD 21021 2,833.000 MEDIAN STRIP STAMPED SY ______.______._____ CONCRETE MEDIAN AND BUFFER ZONE 0870 502, ATTD 21021 376.000 MEDIAN STRIP STAMPED SY ______.______._____ CONCRETE MEDIAN AND BUFFER ZONE (C501) 0880 502 21215 2,976.000 MEDIAN STRIP MS-2 LF ______.______._____

0890 507 22681 72.000 FENCE FE-B LF ______.______._____

0900 ATTD 23600 60.000 FENCE 4' STEEL FENCE LF ______.______._____

0910 ATTD 23600 131.000 FENCE 6' STEEL FENCE LF ______.______._____

0920 ATTD 23600 1,017.000 FENCE ORNAMENTAL FENCE LF ______.______._____ 2'-6" HEIGHT 0930 ATTD 23600 2,188.000 FENCE ORNAMENTAL FENCE LF ______.______._____ 6'-4" HEIGHT 0940 507, ATTD 23602 4.000 GATE PARKING GATE EA ______.______._____ SYSTEM Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 9 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

0950 507, ATTD 23602 1.000 GATE PEDESTRIAN GATE EA ______.______._____

0960 511 24100 1,000.000 ALLAYING DUST HR ______.______._____

0970 512 24152 75.000 TYPE 3 BARRICADE 8' EA ______.______._____

0980 512 24160 1,252.000 TEMPORARY SIGN SF ______.______._____

0990 512 24272 1,500.000 TRUCK MOUNTED HR ______.______._____ ATTENUATOR 1000 512 24278 69,660.000 GROUP 2 CHANNELIZING DAY ______.______._____ DEVICES 1010 512 24279 51,840.000 PORTABLE CHANGEABLE HR ______.______._____ MESSAGE SIGN 1020 512 24281 2,500.000 ELECTRONIC ARROW BOARD HR ______.______._____

1030 512 24282 1,500.000 FLAGGER SERVICE HR ______.______._____

1040 512 24290 8,433.000 TRAFFIC BARRIER SERVICE LF ______.______._____ CONC. MB-7D PC 1050 PLAN 24302 11.000 BARRICADE REMOVEABLE EA ______.______._____ LOCKING BOLLARD 1060 508 24430 12,894.000 DEMOLITION OF PAVEMENT SY ______.______._____ (FLEXIBLE) 1070 505 24600 1,758.000 REMOVE EXISTING LF ______.______._____ GUARDRAIL Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 10 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1075 413 24704 REMOVE EXIST. PORTION OF LUMP SUM LUMP SUM ______._____ STRUCTURE NO. 7-RW65 1080 510 24704 REMOVE EXIST. AND LUMP SUM LUMP SUM ______._____ DISPOSE OF STRUCTURE (RW001) 1090 510 24704 REMOVE EXIST. PORTION OF LUMP SUM LUMP SUM ______._____ STRUCTURE (RW010) 1100 510 24704 REMOVE EXIST. PORTION OF LUMP SUM LUMP SUM ______._____ STRUCTURE (SW011) 1105 510, ATTD 24704 REMOVE EXIST. REMOVE LUMP SUM LUMP SUM ______._____ TRAFFIC SIGNAL EQUIPMENT, INTERSECTION 2 1106 510, ATTD 24704 REMOVE EXIST. REMOVE LUMP SUM LUMP SUM ______._____ TRAFFIC SIGNAL EQUIPMENT, INTERSECTION 4 1110 510 24801 32.000 REMOVE EX. DROP INLET ... EA ______.______._____

1120 510 24802 3.000 REMOVE EXIST. MANHOLE ... EA ______.______._____

1130 510 24825 6.000 MODIFY EXIST. ... EA ______.______._____

1140 510 24831 7.000 ADJUST EXIST.DROP EA ______.______._____ INLET ... 1150 504 25003 164.000 HANDRAIL HR-1 TYPE II LF ______.______._____

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 11 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1160 504 25004 227.000 HANDRAIL HR-1 TYPE III LF ______.______._____

1170 514 ATTD 25508 36.000 FIELD OFFICE TYPE I, MOD. MO ______.______._____

1180 ATTD 25561 14.000 FORMAL PARTNERING DAY ______.______._____

1190 ATTD 25565 PROGRESS SCHEDULE LUMP SUM LUMP SUM ______._____ BASELINE 1200 ATTD 25567 36.000 PROGRESS SCHEDULE EA ______.______._____ UPDATES 1210 602 27012 1.600 TOPSOIL CLASS A 2" ACRE ______.______._____

1220 603 27102 384.000 REGULAR SEED LB ______.______._____

1230 603 27103 240.000 OVERSEEDING LB ______.______._____

1240 603 27104 80.000 LEGUME SEED LB ______.______._____

1250 603 27105 128.000 LEGUME OVERSEEDING LB ______.______._____

1260 603 27215 2,000.000 FERTILIZER(15-30-15) LB ______.______._____

1270 603 27250 8.000 LIME TON ______.______._____

1280 606 27325 1,412.000 ROLLED EROSION CTRL SY ______.______._____ PRODUCT EC-3 TYPE 1 1290 303 27415 4.000 CHECK DAM(ROCK) TY. II EA ______.______._____

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 12 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1300 303 27422 6.000 DEWATERING BASIN EC-8 EA ______.______._____

1310 303 27430 2,415.000 SILTATION CONTROL CY ______.______._____ EXCAVATION 1320 608 27440 100.000 MOWING HR ______.______._____

1330 303 27451 21.000 INLET PROTECTION TYPE A EA ______.______._____

1340 303 27461 94.000 INLET PROTECTION TYPE B EA ______.______._____

1350 303 27505 9,548.000 TEMP. FENCE TYPE A LF ______.______._____

1360 605 28810 65.500 MULCHING CY ______.______._____

1370 ATTD 38953 LANDSCAPE IRRIGATION LUMP SUM LUMP SUM ______._____ SYSTEM 1380 605 ATTD 38956 12.000 VEGETATION CONTROL UNIT ______.______._____

1390 ATTD 38956 35.000 WATERING UNIT ______.______._____

1400 605 39001 7.000 TREE DRAGON LADY HOLLY, EA ______.______._____ 6" HGT, B&B 1410 605 39001 29.000 TREE EASTERN REDBUD, EA ______.______._____ 1.5" CAL., B&B 1420 605 39001 58.000 TREE OCTOBER GLORY RED EA ______.______._____ MAPLE, 3" CAL., B&B

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 13 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1430 605 39001 46.000 TREE WHITE CRAPE EA ______.______._____ MYRTLE, 6' HGT, B&B 1440 605 39001 10.000 TREE WILLOW OAK, 3" CAL., EA ______.______._____ B&B 1450 605 39002 299.000 SHRUB COMPACT BUFORD EA ______.______._____ HOLLY, 30" HGT., CONT. 1460 605 39002 41.000 SHRUB LEATHERLEAF EA ______.______._____ VIBURNUM, 30" HGT., CONT. 1470 605 39002 650.000 SHRUB SHENANDOAH EA ______.______._____ SWITCHGRASS, #1 CONT. 1480 520 40061 18.000 6" DI WATER MAIN LF ______.______._____

1490 520 40081 63.000 8" DI WATER MAIN LF ______.______._____

1500 520 40121 1,038.000 12" DI WATER MAIN LF ______.______._____

1510 520 40161 377.000 16" DI WATER MAIN LF ______.______._____

1520 520, ATTD 40380 3.000 WATER MAIN 12" PVC INSERT LF ______.______._____

1530 520 40406 1.000 16" BEND EA ______.______._____

1540 520 40422 2.000 16" BRANCH EA ______.______._____

1550 520 40460 1.000 16" REDUCER EA ______.______._____

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 14 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1560 520 41006 1.000 6" GATE VALVE & BOX EA ______.______._____

1570 520 41008 2.000 8" GATE VALVE & BOX EA ______.______._____

1580 520 41012 8.000 12" GATE VALVE & BOX EA ______.______._____

1590 520 41018 1.000 16" BUTTERFLY VALVE & EA ______.______._____ BOX 1600 510 41104 4.000 ADJUST EXIST. VALVE BOX EA ______.______._____

1610 520 41815 2.000 2" BLOW-OFF VALVE & BOX EA ______.______._____

1620 520 41820 1.000 FIRE HYDRANT EA ______.______._____

1630 510 41827 2.000 ADJUST EXIST. FIRE EA ______.______._____ HYDRANT 1640 520 41840 2.000 2" AIR RELEASE VALVE & EA ______.______._____ BOX 1650 510 42765 12.000 ADJUST EXIST FRAME & EA ______.______._____ COVER 1660 ATTD PLAN 49010 37.000 UTILITIES 2-WAY 8" PVC LF ______.______._____ CONDUITS (CONC. ENCASED) 1670 ATTD PLAN 49010 422.000 UTILITIES 2WAY 8"PVC LF ______.______._____ CONDUITS & 2WAY 4"PVC CONDUITS (CONC. ENCASED)

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 15 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1680 ATTD PLAN 49010 31.000 UTILITIES 4WAY 8"PVC LF ______.______._____ CONDUITS & 4WAY 6"PVC CONDUITS & 2WAY 2"PVC CONDUITS (CONC. ENCASED) 1690 ATTD PLAN 49010 416.000 UTILITIES 4WAY 8"PVC LF ______.______._____ CONDUITS (CONC. ENCASED) 1700 ATTD PLAN 49010 551.000 UTILITIES 6WAY 8"PVC LF ______.______._____ CONDUITS & 2WAY 4"PVC CONDUITS (CONC. ENCASED) 1710 ATTD PLAN 49010 30.000 UTILITIES 8WAY 8"PVC LF ______.______._____ CONDUITS & 4WAY 6"PVC CONDUITS & 2WAY 2"PVC CONDUITS (CONC. ENCASED) 1720 ATTD PLAN 49010 996.000 UTILITIES CONDUIT 6WAY LF ______.______._____ 8"PVC & 4WAY 6"PVC & 2WAY 2"PVC (CONC. ENCASED) 1730 PLAN 49012 1.000 UTILITIES 16" LONG SOLID EA ______.______._____ SLEEVE 1740 PLAN 49012 1.000 UTILITIES DVP MANHOLE EA ______.______._____ 6'x12'x7' (0'-5' COVER) 1750 PLAN 49012 5.000 UTILITIES DVP MANHOLE EA ______.______._____ 8'x16'x8' (0'-5' COVER) 1760 PLAN 49012 1.000 UTILITIES DVP MANHOLE EA ______.______._____ 8'X16'X8'(5'-10' COVER)

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 16 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1770 ATTD 49012 1.000 UTILITIES TEST STATION EA ______.______._____ ASSEMBLY, TYPE TD 1780 ATTD 49012 1.000 UTILITIES TEST STATION, EA ______.______._____ TYPE IS 1790 ATTD 49013 UTILITIES VIBRATION LUMP SUM LUMP SUM ______._____ CONTROL AND MONITORING OF ADJACENT FACILITIES DURING CONSTRUCTION 1800 701 50108 2,422.000 SIGN PANEL SF ______.______._____

1810 700 50432 182.000 SIGN POST STP-1, 2 3/16", 10 LF ______.______._____ GAGE 1820 700 50434 971.000 SIGN POST STP-1, 2 1/2", 10 LF ______.______._____ GAGE 1830 700 50486 80.000 CONCRETE EA ______.______._____ STP-1, TYPE B 1840 700 50575 100.000 CONC. FOUND. O/H SIGN CY ______.______._____ STRUCTURE 1850 ATTD 50759 1.000 RELOC. EXIST. SIGN PANEL EA ______.______._____ TY. SP-1 1860 700 50902 3.000 TRAFFIC SIGN BUTTERFLY EA ______.______._____ DMS STRUCTURE 1870 700 50902 1.000 TRAFFIC SIGN CANTILEVER EA ______.______._____ DMS STRUCTURE

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 17 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

1880 700 50902 1.000 TRAFFIC SIGN CANTILEVER EA ______.______._____ SIGN STRUCTURE 1890 700 ATTD 50902 4.000 TRAFFIC SIGN DYNAMIC EA ______.______._____ MESSAGE SIGN 1900 PLAN 50902 10.000 TRAFFIC SIGN MEDIAN EA ______.______._____ BARRIER MOUNT 1910 PLAN 50902 1.000 TRAFFIC SIGN MEDIAN EA ______.______._____ BARRIER MOUNT W/ OFFSET ARM 1920 510 51137 3.000 INSTALL CONTROLLER EA ______.______._____

1930 700 51170 5.000 ELECTRICAL SERVICE SE-5 EA ______.______._____

1940 703 51184 205.000 TRAFFIC SIGNAL HEAD EA ______.______._____ SECTION 12" LED 1950 703 51198 30.000 PEDESTRIAN ACTUATION EA ______.______._____ PA-2 1960 700 51210 29.000 PEDESTAL POLE PF-2 10' EA ______.______._____

1970 700 51238 132.000 CONCRETE FOUNDATION CY ______.______._____ SIGNAL POLE PF-8 1980 700 51240 29.000 CONCRETE FOUNDATION EA ______.______._____ PF-2 1990 700 51247 6.000 CONCRETE FOUNDATION EA ______.______._____ CF-3

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 18 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2000 ATTD 51425 4.000 SIGNAL POLE MODIFIED EA ______.______._____ MP-3 (19') 2010 700 51426 4.000 MAST ARM MODIFIED MAST EA ______.______._____ ARM 78' 2020 700 51475 8.000 SIGNAL POLE MP-3, TYPE A EA ______.______._____

2030 700 51486 1.000 MAST ARM 40' EA ______.______._____

2040 700 51487 1.000 MAST ARM 49' EA ______.______._____

2050 700 51488 3.000 MAST ARM 60' EA ______.______._____

2060 700 51490 1.000 MAST ARM 70' EA ______.______._____

2070 700 51491 1.000 MAST ARM 75' (CASE 1 EA ______.______._____ LOADING) 2080 700 51492 1.000 MAST ARM 75' (CASE 2 EA ______.______._____ LOADING) 2090 703 51540 35.000 LOOP DETECTOR AMPLIFIER EA ______.______._____

2100 700 ATTD 51541 7.000 DETECTOR TIBVDS CAMERA EA ______.______._____

2110 700 ATTD 51541 1.000 DETECTOR VIDEO IMAGE EA ______.______._____ PROCESSOR 2120 700 51600 8,600.000 14/2 CONDUCTOR CABLE LF ______.______._____

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 19 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2130 700 51607 35,780.000 14/7 CONDUCTOR CABLE LF ______.______._____

2140 700 51614 8,890.000 CONDUCTOR CABLE NO. 8 LF ______.______._____ EGC 2150 700 51614 2,770.000 CONDUCTOR CABLE TIBVDS LF ______.______._____ COAXIAL AND POWER CABLE 2160 700 51615 15,380.000 14/1 ENCLOSED COND. LF ______.______._____ CABLE 2170 700 51700 20,590.000 14/2 CONDUCTOR CABLE LF ______.______._____ SHIELDED 2180 703 51830 62.000 HANGER ASSEMBLY SM-3, EA ______.______._____ ONE WAY 2190 703 51834 2.000 HANGER ASSEMBLY SMB-2, EA ______.______._____ ONE WAY 2200 703 51838 31.000 HANGER ASSEMBLY SMB-3, EA ______.______._____ ONE WAY 2210 703 51840 71.000 HANGER ASSEMBLY SMD-2, EA ______.______._____ ONE WAY 2220 703 51912 1,940.000 LOOP SAW CUT 3/8" LF ______.______._____

2230 703 51913 630.000 LOOP SAWCUT 5/8" LF ______.______._____

2240 703 51938 1.000 RELOCATE EXISTING SIGNAL EA ______.______._____ HEAD

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 20 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2250 512 51955 TEMPORARY TRAFFIC LUMP SUM LUMP SUM ______._____ CONTROL SIGNAL MODIFY SIGNAL INTERSECTION #1 2260 512 51955 TEMPORARY TRAFFIC LUMP SUM LUMP SUM ______._____ CONTROL SIGNAL MODIFY SIGNAL INTERSECTION #2 2270 512 51955 TEMPORARY TRAFFIC LUMP SUM LUMP SUM ______._____ CONTROL SIGNAL MODIFY SIGNAL INTERSECTION #4 2280 ATTD 51960 2.000 INSTALL ENTRANCE SIGN EA ______.______._____

2290 ATTD, PLAN 51962 1.000 RELOCATE COMMUNICATION EA ______.______._____ EQUIPMENT 2300 ATTD 51962 1.000 RELOCATE EQUIPMENT IN EA ______.______._____ CABINET H-19T 2310 510 PLAN 51963 43.000 REMOVE AND DISPOSE SIGN EA ______.______._____ STRUCT. TY. GM 2320 510 51963 4.000 REMOVE EXIST. O/H SIGN EA ______.______._____ STR. FOUNDATION 2330 510 ATTD 24503 REMOVE EXIST. CABLES LUMP SUM LUMP SUM ______._____

2340 510 51963 1.000 REMOVE O/H SIGN EA ______.______._____ STRUCTURE 2350 700 PLAN 52001 5,065.000 TRAFFIC SIGNALIZATION LF ______.______._____ EXCAVATION ECI-1 MOD.

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 21 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2360 ATTD 52002 59.000 TRAFFIC SIGNALIZATION EA ______.______._____ JUNCTION BOX, DVP POLYMER CONCRETE SPLICING BOX 2370 703 ATTD 52002 1.000 TRAFFIC SIGNALIZATION EA ______.______._____ REPLACE HVSB BACKPLATE (3 SECTION) 2380 700 703 52002 3.000 TRAFFIC SIGNALIZATION EA ______.______._____ UNINTERRUPTIBLE POWER SUPPLY 2390 700 703 52002 3.000 TRAFFIC SIGNALIZATION EA ______.______._____ UNINTERRUPTIBLE POWER SUPPLY BATTERY 2400 700 703 52002 3.000 TRAFFIC SIGNALIZATION EA ______.______._____ UNINTERRUPTIBLE POWER SUPPLY CABINET (TYPE B) 2410 703 52404 31.000 PEDESTRIAN SIGNAL HEAD EA ______.______._____ SP-9 2415 700 52421 1.000 ELECTRICAL SERVICE SE-1 EA ______.______._____ TYPE B 2420 704 54042 960.000 TYPE B CLASS I PAVE. LINE LF ______.______._____ MARKING 24" 2430 704 54075 16,390.000 TYPE B CLASS VI PVMT LINE LF ______.______._____ MRKG 4" 2440 704 54076 7,920.000 TYPE B CLASS VI PVMT LINE LF ______.______._____ MRKG 6"

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 22 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2450 704 54077 960.000 TYPE B CLASS VI PVMT LINE LF ______.______._____ MRKG 8" 2460 704 54079 1,250.000 TYPE B CLASS VI CONTRAST LF ______.______._____ PVMT MRKG 4" 2470 704 54080 1,770.000 TYPE B CLASS VI CONTRAST LF ______.______._____ PVMT MRKG 6" 2480 704 PLAN 54101 44.000 PAVEMENT MARKING EA ______.______._____ PARKING SPACE TEXT 2490 704 PLAN 54101 8.000 PAVEMENT MARKING TY. B EA ______.______._____ CL. I BLACK THERMOPLASTIC, 52" X 80" 2500 512 54105 13,410.000 ERADICATION OF EXIST. LF ______.______._____ LINEAR PVMT MARKING 2510 512 54106 1,670.000 ERADICATION OF EXIST. SF ______.______._____ NONLINEAR PVMT MRKG 2520 704 54266 84.000 PVMT MESSAGE, 10', EA ______.______._____ CHARACTER, TY. B, CL. I 2530 704 54402 28.000 PAVE. MESSAGE MARKING EA ______.______._____ BICYCLE LANE SYMBOL 2540 512 54512 28,655.000 TYPE D, CLASS II TEMP. LF ______.______._____ PVMT MRKG 4" 2550 512 54524 620.000 TYPE D, CLASS II TEMP. LF ______.______._____ PVMT MRKG 24"

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 23 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2560 704 54574 71.000 PVMT SYMB MRKG (SGL EA ______.______._____ TURN ARROW) TY B, CL I 2570 704 54576 4.000 PVMT SYMB MRKG (DBL EA ______.______._____ TURN ARROW THRU/LT OR RT) TY A 2580 700 55020 760.000 2 CONDUCTOR CABLE LF ______.______._____

2590 700 55060 1,160.000 6 CONDUCTOR CABLE LF ______.______._____

2600 700 55080 11,180.000 8 CONDUCTOR CABLE LF ______.______._____

2610 700 55140 35.000 CONCRETE FOUNDATION EA ______.______._____ LF-1 TY. A 2620 705 55351 1.000 CONTROL CENTER CCW-1 EA ______.______._____ TYPE B 2630 705 55516 13.000 LUMINAIRE 150 WATT H.P.S. EA ______.______._____ UNDERBRIDGE WALL-MOUNT 2640 700 55581 4.000 JUNCTION BOX JB-R2 EA ______.______._____

2650 700 55586 29.000 JUNCTION BOX JB-S1 EA ______.______._____

2660 700 55587 76.000 JUNCTION BOX JB-S2 EA ______.______._____

2670 700 55588 4.000 JUNCTION BOX JB-S3 EA ______.______._____

2680 700 56014 68.000 ELECT. SER. GRD. EA ______.______._____ ELECTRODE(10') Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 24 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2690 700 56021 880.000 1" PVC CONDUIT LF ______.______._____

2700 700 56024 40.000 1 1/4" PVC CONDUIT LF ______.______._____

2710 700 56025 1,130.000 METAL CONDUIT 1" FLEXIBLE LF ______.______._____ LIQUID TIGHT METAL CONDUIT 2720 700 56032 1,100.000 2" METAL CONDUIT LF ______.______._____

2730 700 56040 70.000 4" METAL CONDUIT LF ______.______._____

2740 700 56050 4,350.000 BORED CONDUIT 2" LF ______.______._____

2750 700 56051 2,390.000 BORED CONDUIT 3" LF ______.______._____

2760 700 56052 8,130.000 BORED CONDUIT 4" LF ______.______._____

2770 700 56053 10,145.000 2" PVC CONDUIT LF ______.______._____

2780 700 56054 230.000 3" PVC CONDUIT LF ______.______._____

2790 700 56055 19,330.000 4" PVC CONDUIT LF ______.______._____

2800 700 56200 8,436.000 TRENCH EXCAVATION ECI-1 LF ______.______._____

2810 700 56205 17.000 TEST BORE EA ______.______._____

2820 705 PLAN 59000 1.000 LIGHTING CONTROL CENTER EA ______.______._____ CCW-1 TYPE H MOD. Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 25 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2830 705 PLAN 59000 1.000 LIGHTING ELECT. SERVICE EA ______.______._____ SE-9 TYPE A MODIFIED 2840 705 PLAN 59000 26.000 LIGHTING NEMA 3R BOX 6" X EA ______.______._____ 6" X 4" 2850 510 59000 6.000 LIGHTING RELOCATE POLE EA ______.______._____ AND LUMINAIRE 2860 510 59000 1.000 LIGHTING REMOVE EA ______.______._____ ELECTRICAL SERVICE 2870 510 59000 16.000 LIGHTING REMOVE POLE EA ______.______._____ LP-1 2880 ATTD 59050 3.000 COMMUNICATION EQUIP. EA ______.______._____ DMS CONTROLLER CABINET 2890 ATTD 59050 3.000 COMMUNICATION EQUIP. EA ______.______._____ FIBER INTERCONNECT CENTER 2900 ATTD 59050 3.000 COMMUNICATION EQUIP. EA ______.______._____ MANAGED FIELD ETHERNET SWITCH 2910 ATTD 59050 1.000 COMMUNICATION EQUIP. EA ______.______._____ NEMA 3R JB 2920 ATTD 59050 1.000 COMMUNICATION EQUIP. EA ______.______._____ PARKING CALL BOX 2930 ATTD 59050 1.000 COMMUNICATION EQUIP. EA ______.______._____ SPLICE CABINET

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 26 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

2940 ATTD 59071 14,050.000 COMMUNICATION EQUIP. LF ______.______._____ FIBER OPTIC CABLE (24 STRANDS) 2950 404 60404 53.000 CONCRETE CLASS A4 CY ______.______._____

2960 316 60452 29,950.000 REINF. STEEL BRIDGE APPR. LB ______.______._____ SLAB 2970 404 60490 1,589.000 BRIDGE DECK GROOVING SY ______.______._____

2980 406 61711 148,980.000 CORROSION RESISTANT LB ______.______._____ REINF. STEEL CL. I 2990 407 68108 STR.STEEL PLATE GIRDER LUMP SUM LUMP SUM ______._____ ASTM A 709 GR. 50W 3000 410 62043 542.000 RAILING, BR27C 3 RAILS LF ______.______._____

3010 421 62491 377.000 ELASTOMERIC EXPANSION LF ______.______._____ DAM 0"-2" 3020 421 62492 427.000 ELASTOMERIC EXPANSION LF ______.______._____ DAM 2+"-3" 3030 404 62531 3,224.100 BRIDGE SUPERSTRUCTURE CY ______.______._____ CONCRETE CLASS A4 MODIFIED (LOW SHRINKAGE) 3040 316 62531 837.400 BRIDGE SUPERSTRUCTURE CY ______.______._____ CONCRETE CLASS A4 MODIFIED (LOW SHRINKAGE) BRIDGE APPROACH SLAB

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 27 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3050 401 64011 2,146.000 STRUCTURE EXCAVATION CY ______.______._____

3060 401 64015 9,746.000 SELECT BACKFILL TON ______.______._____ (ABUTMENT ZONE) 3070 401 64032 162.000 GEOCOMPOSITE WALL SY ______.______._____ DRAIN 3080 401 64036 180.000 PIPE UNDERDRAIN 6" LF ______.______._____

3090 403 64101 6.000 DYNAMIC PILE TEST EA ______.______._____

3100 403 64112 714.000 STEEL PILES 12" LF ______.______._____

3110 403 64765 14.000 PILE POINT FOR 12" STEEL EA ______.______._____ PILE 3120 ATTD 64875 2,260.000 PILE AUGER CAST LF ______.______._____ CONCRETE PILES 18" 3130 ATTD 64876 1.000 PILE AUGER CAST EA ______.______._____ CONCRETE PILE LOAD TEST, 18" 3140 404 65013 1,834.300 CONCRETE CLASS A3 CY ______.______._____

3150 406 65200 465,830.000 REINF. STEEL LB ______.______._____

3160 406 65211 110,430.000 CORROSION RESISTANT LB ______.______._____ REINF. STEEL CL. I 3170 410 65826 228.000 RAILING, BR27C 3 RAILS LF ______.______._____ Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 28 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3180 415 66740 260.000 CONCRETE SLAB SLOPE SY ______.______._____ PROTECTION 4" 3190 ATTD 66921 232.000 BRIDGE SUBSTRUCTURE LF ______.______._____ SPECIAL EXCAVATION DRILLED SHAFT (4' DIAMETER) 3200 ATTD 66921 190.000 BRIDGE SUBSTRUCTURE LF ______.______._____ SPECIAL EXCAVATION DRILLED SHAFT (5' DIAMETER) 3210 ATTD 66921 1,101.000 BRIDGE SUBSTRUCTURE LF ______.______._____ STANDARD EXCAVATION DRILLED SHAFT (4' DIAMETER) 3220 ATTD 66921 1,079.000 BRIDGE SUBSTRUCTURE LF ______.______._____ STANDARD EXCAVATION DRILLED SHAFT (5' DIAMETER) 3230 ATTD 66924 10.000 BRIDGE SUBSTRUCTURE EA ______.______._____ CROSSHOLE SONIC LOGGING (CSL) TESTING 3240 ATTD 66924 10.000 BRIDGE SUBSTRUCTURE EA ______.______._____ THERMAL INTEGRITY PROFILING (TIP) 3250 ATTD 66926 116.000 BRIDGE SUBSTRUCTURE SY ______.______._____ ELASTIC INCLUSION 18" 3260 PLAN, 404 66927 BRIDGE SUBSTRUCTURE LUMP SUM LUMP SUM ______._____ PIER PROTECTION SYSTEM - B627

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 29 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3270 PLAN, 404 66927 BRIDGE SUBSTRUCTURE LUMP SUM LUMP SUM ______._____ PIER PROTECTION SYSTEM - B628 3280 PLAN, 404 66927 BRIDGE SUBSTRUCTURE LUMP SUM LUMP SUM ______._____ PIER PROTECTION SYSTEM - B629 3290 PLAN 67090 301.000 PEDESTRIAN FENCE LF ______.______._____ ORNAMENTAL FENCE 2'-6" HEIGHT 3300 419 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ ELECTRIC CONDIT SYSTEM B628 3310 419 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ ELECTRIC CONDUIT SYSTEM B627 3320 419 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ ELECTRIC CONDUIT SYSTEM B628 3330 419 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ ELECTRIC CONDUIT SYSTEM B629 3340 419, ATTD 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ GROUNDING AND BONDING 3350 ATTD 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ ITS B629 3360 ATTD 67260 BRIDGE CONDUIT SYSTEM LUMP SUM LUMP SUM ______._____ TRAFFIC CONTROL DEVICE B628 Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 30 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3370 419 67270 BRG.LIGHTING SYSTEM LUMP SUM LUMP SUM ______._____ UNDERBRIDGE LIGHTING SYSTEM - B627 3380 419 67270 BRG.LIGHTING SYSTEM LUMP SUM LUMP SUM ______._____ UNDERBRIDGE LIGHTING SYSTEM - B628 3390 419 67270 BRG.LIGHTING SYSTEM LUMP SUM LUMP SUM ______._____ UNDERBRIDGE LIGHTING SYSTEM - B629 3400 PLAN 67400 DECK DRAINAGE SYSTEM LUMP SUM LUMP SUM ______._____

3410 ATTD 67904 BRIDGE INCIDENTALS CONC. LUMP SUM LUMP SUM ______._____ SURFACE COLOR COATING (FED COLOR STANDARD 26306, B627) 3420 ATTD 67904 BRIDGE INCIDENTALS CONC. LUMP SUM LUMP SUM ______._____ SURFACE COLOR COATING (FED COLOR STANDARD 26306, B628) 3430 ATTD 67904 BRIDGE INCIDENTALS CONC. LUMP SUM LUMP SUM ______._____ SURFACE COLOR COATING (FED COLOR STANDARD 26306, B629) 3440 ATTD 67904 BRIDGE INCIDENTALS CONC. LUMP SUM LUMP SUM ______._____ SURFACE COLOR COATING (FED COLOR STANDARD 26306, RW008 & RW009) 3450 ATTD 67904 BRIDGE INCIDENTALS CONC. LUMP SUM LUMP SUM ______._____ SURFACE COLOR COATING (MATCH EXISTING WALL, RW001) Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 31 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3460 ATTD 67904 BRIDGE INCIDENTALS CONC. LUMP SUM LUMP SUM ______._____ SURFACE COLOR COATING (MATCH EXISTING WALL, RW002 - RW006) 3470 ATTD 67905 318.000 BRIDGE INCIDENTALS SY ______.______._____ ARCHITECTURAL TREATMENT, DRY STACK, B627 3480 ATTD 67905 183.000 BRIDGE INCIDENTALS SY ______.______._____ ARCHITECTURAL TREATMENT, DRY STACK, B628 3490 ATTD 67905 565.000 BRIDGE INCIDENTALS SY ______.______._____ ARCHITECTURAL TREATMENT, DRY STACK, B629 3500 ATTD 67905 450.000 BRIDGE INCIDENTALS SY ______.______._____ ARCHITECTURAL TREATMENT, DRY STACK, RAILING 3510 ATTD 67905 245.000 BRIDGE INCIDENTALS SY ______.______._____ ARCHITECTURAL TREATMENT, DRY STACK, RW3 3520 430 67910 5.000 NS NBIS ACCESS, UNDER DAY ______.______._____ BRIDGE B627 3530 430 67910 3.000 NS NBIS ACCESS, UNDER DAY ______.______._____ BRIDGE B628 3540 430 67910 7.000 NS NBIS ACCESS, UNDER DAY ______.______._____ BRIDGE B629 Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 32 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3550 410 68026 3,004.000 RAILING, BR27C 3 RAILS LF ______.______._____

3560 404 68090 4,636.000 BRIDGE DECK GROOVING SY ______.______._____

3570 406 68091 479,160.000 CORROSION RESISTANT LB ______.______._____ REINF. STEEL CL. I 3580 407 68108 STR.STEEL PLATE GIRDER LUMP SUM LUMP SUM ______._____ ASTM A 709 GR. 50W 3590 407 68114 STR. STEEL ROLLED BEAM LUMP SUM LUMP SUM ______._____ ASTM A709 GRADE 50W 3600 316 68270 104,060.000 REINF. STEEL BRIDGE APPR. LB ______.______._____ SLAB 3610 ATTD 68574 373.000 CLEAN AND RESEAL LF ______.______._____ EXPANSION JOINT 3620 413 68900 REM. PORT. OF EX. STR. LUMP SUM LUMP SUM ______._____ 2242 3630 413 68900 REM. PORT. OF EX. STR. NO. LUMP SUM LUMP SUM ______._____ 2248 3640 412 69030 103.200 CONCRETE CLASS A3 CY ______.______._____

3650 403 69112 2,625.000 STEEL PILE 12" LF ______.______._____

3660 403 69113 231.000 DRIVING TEST FOR 12" LF ______.______._____ STEEL PILE

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016 Schedule of Items Page: 33 Proposal ID: C0000103907C01 Oversight/State Project No.: (NFO)8102-029-065,C501,B627-29 Order No.: K19 Federal Project No.: STP-5A01 (717) Contractor: SECTION: 0001 REGULAR BID ITEMS Cat Alt Set ID: Cat Alt Mbr ID:

Proposal Unit Price Bid Amount Approximate Line Spec Item ID Quantity and Number No. Description Units Dollars Cents Dollars Cents

3670 403 69222 46.000 PILE POINT FOR 12" STEEL EA ______.______._____ PILE 3680 416 69835 828.000 WATERPROOFING - EPOXY SY ______.______._____ RESIN TYPE EP-3B/EP-3T Section: 0001 Total: ______._____

Total Bid: ______._____

Revised: October 11, 2016 Virginia Department of Transportation Date Printed: 10/11/2016

Contract ID: C0000103907C01 Page 1 Determination of Major Items

Item Number ltem Description 68108 STR.STEEL PLATE GIRDER ASTM A 709 GR. 50W 62531 BRIDGE SUPERSTRUCTURE CONCRETE CLASS A4 MODIFIED (LOW SHRINKAGE) 68108 STR.STEEL PLATE GIRDER ASTM A 709 GR. 50W 13815 RETAINING STRUCTURE MSE WALL (B629) 65013 CONCRETE CLASS A3 68114 STR. STEEL ROLLED BEAM ASTM A709 GRADE 50W

Revised: October 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SEC. 406—REINFORCING STEEL R-7-12-16_(SP) ...... 162 SECTION 507 – FENCES 5-12-16 ...... 167 SECTION 514 – FIELD OFFICE 7-14-16 ...... 170 SECTION 519 - SOUND BARRIER WALLS 7-26-16 ...... 174 SECTION 605 PLANTING 8-20-15 ...... 176 SECTION 700 – GENERAL 5-5-16 ...... 186 SECTION 703 - TRAFFIC SIGNALS 2-11-16 ...... 188 SECTION 800 – GENERAL 5-18-16 ...... 191 SECTION 801 – ITS INFRASTRUCTURE COMPONENTS 7-26-16 ...... 200 SECTION 802 – UNINTERRUPTIBLE POWER SUPPLY FOR ITS APPLICATIONS 5-18-16 ...... 209 SECTION 804 – DYNAMIC MESSAGE SIGNS 5-18-16 ...... 211 SECTION 808 – FIBER OPTIC CABLE AND INTERCONNECT 5-18-16 ...... 214 SECTION 809 – MANAGED FIELD ETHERNET SWITCH 5-18-16 ...... 218 ARCHITECTURAL TREATMENT AND FINISHES 7-7-16 ...... 220 AUGER CAST CONCRETE PILES 5-11-16 ...... 229 CATHODIC PROTECTION FOR WATER MAINS 5-17-16 ...... 237 DISPUTE RESOLUTION 12-8-10 ...... 250 DISPUTE RESOLUTION BOARD AGREEMENT 5-2-03 ...... 257 DRILLED SHAFTS 3-9-16 ...... 261 GROUNDING AND BONDING 5-18-16 ...... 290 LIGHT EMITTING DIODE (LED) ROADWAY LUMINAIRES 3-29-16 ...... 296 MECHANICALLY STABILIZED EARTH WALLS 6-28-16 ...... 302 POWDER COATED ALUMINUM MATERIALS 6-16-16 ...... 311 POWDER COATED GALVANIZED MATERIAL 5-17-16 ...... 317 SITE WORK 7-18-16 ...... 323 STAMPED CONCRETE MEDIAN AND BUFFER ZONE 6-21-16 ...... 332 THERMAL IMAGING BASED VEHICLE DETECTION 8-9-16 ...... 335 TREE REMOVAL TIME OF YEAR RESTRICTION 11-5-15 ...... 342 VIBRATION CONTROL AND MONITORING 3-29-16 ...... 343 VERIFICATION OF UTILITIES AND GUARDRAIL INSTALLATION 10-19-15 ...... 347 WORK ON MWAA RIGHTS OF WAY 5-16-16 ...... 361 PERMITS (34 PAGES) ...... 377 SEC. 505.03—PROCEDURES (Guardrail & Attenuator ID) R-7-12-16_(SPCN) ...... 411 SEC. 512—MAINTAINING TRAFFIC (ID Stamp/Engrave G’rail/Atten) R-7-12-16_(SPCN) ...... 411 SECTION 512.03 (j).TRAFFIC SIGNALS 10-12-16 (SPCN) ...... 411 SECTION 700.06 – MEASUREMENT AND PAYMENT 9-29-16 (SPCN) ...... 412 WMATA TRACK USAGE 9-27-16 (SPCN) ...... 412 SP404-000110-00 FILL/SEAL PATTERN CRACKS (DECKS/OVERLAYS) R-7-12-16 ...... 413 SS208-002016-01 SEC. 208—SUBBASE AND AGGREGATE BASE MATERIALS I-10-5-16 ...... 415 SS244-002016-01 SEC. 244—ROADSIDE DEVELOPMENT MATERIALS I-10-5-16 ...... 416 SS403-002016-01 SEC. 403—BEARING PILES I-7-12-16 ...... 418 SS406-002016-02 SEC. 406—REINFORCING STEEL I-10-5-16 ...... 419 SECTION 108.02 – LIMITATION OF OPERATIONS 8-22-16 ...... 422 SECTION 703 - TRAFFIC SIGNALS 7 29-16 ...... 428 SECTION 703 TRAFFIC SIGNALS (HVSB) 7-29-16 ...... 430 DRILLED SHAFTS 9-14-16 ...... 433 MAST ARM HANGER ASSEMBLY STD SM-3 AND SMD-2 3-30-16 ...... 458 THERMAL INTEGRITY PROFILING (TIP) OF DRILLED SHAFTS 9-14-16 ...... 464

Revised: October 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 pH shall be 6.0-8.0.

Composted Leaves is subject to approval by the Engineer. The pH of composted leaves shall be between 5.0 and 6.5.

161 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 406—REINFORCING STEEL

May 6, 2016; Reissued July 12, 2016

SECTION 406—REINFORCING STEEL of the Specifications is replaced with the following:

406.01—Description

This work shall consist of furnishing; coating, if required, and placing reinforcing steel or wire mesh used in concrete operations, except prestressed strands and wires, in accordance with these specifications and in conformity to the lines and details shown on the plans.

406.02—Materials

(a) Steel used for reinforcement shall conform to Section 223 of the Specifications. Except for spiral bars, bars more than 1/4 inch in diameter shall be deformed bars.

(b) Welded wire fabric shall conform to Section 223 of the Specifications.

(c) Bar mat reinforcement shall conform to Section 223 of the Specifications.

(d) Corrosion resistant steel used for reinforcement shall conform to Section 223 of the Specifications.

406.03—Procedures

(a) Order Lists and Bending Diagrams: Copies of order lists and bending diagrams shall be furnished the Engineer when required or requested.

(b) Protecting Material: Reinforcing steel shall be stored on platforms, skids, or other supports that will keep the steel above ground, drained, and protected against deformation.

When placed in the work, steel reinforcement shall be free from dirt, paint, oil, or other foreign substances. Steel reinforcement with rust or mill scale will be permitted provided samples wire brushed by hand conform to the requirements for weight and height of deformation.

(c) Fabrication: Bent bar reinforcement shall be cold bent to the shape shown on the plans. Fabrication shall be in accordance with the ACI Detailing Manual – 2004 (SP-66-04).

Spiral bars shall be fabricated to have the proper diameter when placed in position at the pitch shown on the plans. Each end of a spiral bar shall have 1 1/2 finishing turns in a plane perpendicular to the axis of the spiral.

(d) Placing and Fastening: Steel reinforcement shall be firmly held during the placing and setting of concrete. Bars, except those to be placed in vertical mats, shall be tied at every intersection where the spacing is more than 12 inches in any direction. Bars in vertical mats and in other mats where the spacing is 12 inches or less in each direction shall be tied at every intersection or at alternate intersections provided such alternate ties will accurately maintain the position of steel reinforcement during the placing and setting of concrete. Placing reinforcing steel in concrete after concrete has been freshly placed is not permitted.

Unless otherwise specified by the Engineer, tie wires used with corrosion resistant reinforcing steel can be solid stainless, epoxy-coated or plastic-coated carbon (black) steel wire or plastic.

Revised: October162 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

The minimum clear distance from the face of the concrete to any reinforcing bar shall be maintained as specified herein.

Location Minimum Cover (inches) Normal Corrosive Marine(2) Condition Environment(1) Pier caps, bridge seats and backwalls: Principal reinforcement 2 ¾ 3 ¾ 4 Stirrups and ties 2 ¼ 3 ¼ 3 ½ Pier caps, bridge seats and backwalls (at open joint locations): Principal reinforcement 3 ¾ 3 ¾ 4 Stirrups and ties 3 ¼ 3 ¼ 3 ½ Footings and pier columns: Principal reinforcement 3 4 4 Stirrups and ties 2 ½ 3 ½ 3 ½ Cast-in-place deck slabs: Top reinforcement 2 ½† 2 ½† 2 ½† Bottom reinforcement 1 ¼ 1 ¼ 2 Precast and cast-in-place slab spans: Top reinforcement 2 ½† 2 ½† 2 ½† Bottom reinforcement 2 2 3 Prestressed slabs and box beams: Top steel 1 ¾ 1 ¾ 1 ¾ Stirrups and ties 1 ⅛ 1 ⅛ 1 ⅛ Reinforcement concrete box culverts and rigid frames with more than 2 ft. fill over top of slab: Top slab – top reinforcement 1 ½ 2 ½ 3 Top slab – bottom reinforcement 1 ½ 2 ½ 3 Inside walls and bottom slab top mat 1 ½ 2 ½ 3 Outside walls and bottom slab bottom mat 1 ½ 2 ½ 3 Reinforcement concrete box culverts and rigid frames with less than 2 ft. fill over top of slab: Top slab – top reinforcement 2 ½ 2 ½ 3 Top slab – bottom reinforcement 2 2 ½ 3 Inside walls and bottom slab top mat 1 ½ 2 ½ 3 Outside walls and bottom slab bottom mat 1 ½ 2 ½ 3 Rails, rail posts, curbs and parapets: Principal reinforcement 1 ½ 1 ½ 1 ½ Stirrups, ties and spirals 1 1 1 Concrete piles cast against and/or permanently exposed to earth (not applicable for prestressed concrete): 2 3 3

Drilled shafts: Principal reinforcement 4 5 5 Ties and spirals 3 ½ 4 ½ 4 ½ All other components not indicated above: Principal reinforcement 2 ½ 3 ½ 3 ½ Stirrups and ties 2 3 3

† Includes ½ inch monolithic (integral) wearing surface. (1) Corrosive environment affects cover where concrete surface is in permanent contact with corrosive .

Revised: October163 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (2) Marine includes all locations with direct exposure to brackish and salt water.

Bars that must be positioned by maintaining clearances from more than one face shall be centered so that clearances indicated by the plan dimension of bars are equalized.

Bars shall be placed so that the concrete cover as indicated on the plans will be maintained within a tolerance of 0 to +1/2 inch in the finally cast concrete.

Where anchor bolts interfere with reinforcing steel, the steel position shall be adjusted without cutting to permit placing anchors in their proper locations.

Unless otherwise specified by the Engineer, Corrosion Resistant Reinforcement (CRR) in bridges shall be supported by steel bar supports except as noted below for plastic (composite) supports. Steel bar supports shall be corrosion resistant wire bar supports with the same composition as the CRR being supported or plastic-protected wire bar supports when stay-in- place forms are not used and the steel bar support will rest on the exposed surface of the concrete element (per CRSI Class 1 – Maximum Protection). Plastic-protected wire bar supports shall be epoxy-coated carbon (black) steel wire with plastic protection applied by dipping legs (i.e,, capping legs with premolded plastic tips is prohibited). Metal bar supports shall be epoxy- coated wire bar supports for the remaining cases (per CRSI Class 1A – Maximum Protection).

Plastic (composite) chairs may be used to support CRR in precast concrete elements.

Bright basic wire bar supports may be used to support carbon (black) steel (per CRSI Class 3 – No Protection). Precast concrete supports and plastic (composite) chairs may be used to support carbon (black) steel only in cast-in-place members cast directly on soil or rock where carbon (black) steel is used, such as footings and approach slabs.

Side form spacers shall meet the same corrosion protection level as the bar supports.

Steel bar supports for CRR shall be fabricated from cold-drawn carbon steel wire conforming to the CRSI corrosion protection class listed above for their specific use. Precast concrete bar supports shall have a 28-day design compressive strength of at least 4,500 pounds per square inch and shall be furnished with plastic ties or shaped to prevent slippage from beneath the reinforcing bar.

Bar supports for CRR in bridge decks and slab spans shall be spaced as recommended by CRSI but not more than 4 feet apart transversely or longitudinally. The mat of steel reinforcement closest to the surface shall be supported by bolster supports or individual chair bar supports and intermediate and upper mats can be supported by individual high chair bar supports or continuous bar supports placed between mats. When the upper mat is supported by the bottom mat (e.g., using continuous bar supports placed between mats), all the bar supports shall be spaced as recommended by CRSI but not more than 3 feet apart transversely or longitudinally. Bar supports shall be firmly stabilized so as not to displace under construction activities. Standees (a bar bent to a U-shape with 90 degree bent legs extending in opposite directions at right angles to the U-bend acting as a high chair resting on a lower mat of reinforcing bars to support an upper mat) may be used on simple slab spans provided they hold the reinforcing steel to the requirements specified herein and are firmly tied to the lower mat to prevent slippage. The use of standees will not be permitted for the top mat of steel on any continuous slab spans.

In reinforced concrete sections or elements other than bridge decks and slab spans, the specified clear distance from the face of concrete to any reinforcing bar and the specified spacing between bars shall be maintained by means of approved types of stays, ties, hangers, or other supports adhering to the CRSI corrosion protection classes and specific uses listed above. The use of pieces of , stone, brick, concrete, metal pipe, or wooden blocks will not

Revised: October164 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 be permitted as supports or spacers for reinforcing steel. The clear distance between bars shall be at least 1 1/2 times the specified maximum size of coarse aggregate but not less than 1 1/2 inches. Before concrete is placed, the Engineer will inspect reinforcing steel and determine approval for proper position and the adequacy of the method for maintaining position.

(e) Splicing and Lapping: Reinforcement shall be furnished in full lengths as indicated on the plans. Except where shown on the plans, splicing bars will not be permitted without the written approval of the Engineer. Splices shall be as far apart as possible.

In lapped splices, bars shall be placed in contact and wired together. Lap lengths shall be as indicated on the plans. When reinforcing bars cannot be fabricated with the lengths shown on the plans, the bars may be lapped at no additional cost to the Department. Lap lengths shall be in accordance with the AASHTO LRFD Bridge Design Specifications.

Mechanical butt splicing will be permitted at locations shown on the plans. The mechanical connection shall develop in tension or compression, as required, 125 percent of the specified yield strength of the bar. The total slip of the bar within the splice sleeve of the connector after loading in tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between the gage points clear of the splice sleeve:

For bar sizes up to No. 14: 0.01 inch For No. 18 bars : 0.03 inch

For corrosion resistant reinforcing bars, mechanical butt splicers shall be of the same material as the bars being spliced.

Reinforcing steel shall be welded only if specified on the plans. Welding shall be in accordance with Section 407.04(a) of the Specifications. Reinforcing steel conforming to ASTM A615 Grade 60 shall not be welded. Corrosion resistant reinforcing steels shall not be welded.

Lap lengths for welded wire fabric or bar mat reinforcement shall be in accordance with the current AASHTO LRFD Bridge Design Specifications.

406.04—Measurement and Payment

Reinforcing steel will be measured in pounds of steel placed in the structure as shown on the plans. The weight of welded wire fabric will be computed from the theoretical weight per square yard placed, including allowance for laps not to exceed 8 percent of the net area. Reinforcing steel or welded wire fabric will be paid for at the contract unit price per pound. These prices shall include furnishing, fabricating, and placing reinforcement in the structure. In structures of reinforced concrete where there are no structural steel contract items, expansion joints, plates, rockers, bolts, and similar minor metal parts will be paid for at the contract unit price for reinforcement.

Corrosion resistant reinforcing steel, when a pay item, will be measured in pounds and will be paid for at the contract unit price per pound of the designated class of steel indicated and placed in the structure in the location(s) shown on the plans. This price shall include fabricating, shipping, furnishing and placement.

No payment will be made for fastening or support devices that may be used by the Contractor for keeping reinforcing bars in their correct position. When the substitution of larger bars than those specified is allowed, payment will be made for only the amount of metal that would have been required if the specified size of bar had been used. When full-length bars are shown on the plans and the Contractor obtains approval to use short bars for convenience, the weight paid for will be based on the full-length dimensions with no allowance made for splices.

Revised: October165 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Payment will be made under:

Pay Item Pay Unit Reinforcing steel Pound Welded wire fabric Pound Corrosion resistant reinforcing steel, (Class) Pound

Revised: October166 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Working drawings shall be submitted in accordance with Section 407 of the Specifications.

The Contractor shall not proceed with production fabrication of panels or posts until such items are reviewed and accepted by the Engineer.

Section 519.04 – Measurement and Payment is amended to include the following:

Expansion joints, bends, mounting posts, transverse rails, electrical bonding, and sound wall color coating are considered incidental to this price and will not be measured for separate payment.

175 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 605 - PLANTING

August 20, 2015

SECTION 605 – PLANTING is replaced with the following:

605.01 — Description

This work shall consist of furnishing and planting of trees, shrubs, ground cover, ornamental grasses, perennials, vines and other plants of the kinds, sizes, and quantities specified; furnishing and installation of all planting accessories; care and replacement during construction; and a one-year establishment (care and replacement) period.

605.02 — Materials

Plants shall conform to Section 244 of the Specifications and the following:

All plants to be supplied shall be first class representatives of their normal species or varieties unless otherwise specified. All plant materials, including their root ball size and container size, are to conform in size and grade as specified under the current edition of ANSI Z60.1 "American Standard for Nursery Stock." The current edition of "Hortus Third" by L.H. Bailey Hortorium, Cornell University shall be the authority for all plant names.

All plant material supplied, unless otherwise specified, that is not nursery grown, uniformly branched, does not have a vigorous root system, or does not conform to the current edition of ANSI Z60.1, “American Standard for Nursery Stock” will be rejected.

All B&B (balled and burlaped) plants shall be freshly dug at time of delivery and nursery grown unless otherwise permitted, and shall have been growing for at least two years prior to award date of the contract in USDA Plant Hardiness Zones 6 or 7, within the states of Virginia, Maryland, Delaware New Jersey, Pennsylvania, North Carolina or New York.

All plant materials shall have normal, well developed branches and a vigorous root system. Plant material that is not healthy, vigorous and free from defects, decay, disfiguring roots, sunscald injuries, bark abrasions, plant diseases, insect pest eggs, borers, and all forms of infestations or objectionable disfigurements will be rejected. Plant materials that are weak or which have been cut back from larger grades to meet certain specified requirements will be rejected.

Shade and flowering trees are to be symmetrically balanced according to their normal habit of growth. Shade trees of standard variety shall have a single leader and shall be branched as indicated on the plans. Major branches shall not have V-shaped crotches capable of causing structural weakness. Trunks shall be free of unhealed branch removal wounds greater than a one inch diameter. Evergreens are to be full foliage. The major roots of the deciduous and evergreen trees shall not be more than 2 inches below the top of their root ball. This measurement shall be made 4 inches from the tree’s trunk at multiple locations around the root ball. Deciduous and evergreen shrubs shall be well furnished with branches and have ample, well balanced root systems capable of sustaining vigorous growth. All vines, ground cover, ornamental grasses, and herbaceous plants shall have been growing for at least three months in the size of container specified and show full and substantial growth conforming to the industry standard size of the plant indicated.

Prior to , plant materials will be inspected by the Engineer. Plant material grown in fields or blocks which show evidence of containing any parts (seeds, rhizomes, roots) of Johnson Grass, Bull Thistle, or

Revised: October176 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Canada Thistle will be rejected. Certain items selected will be marked with a seal furnished by the Engineer. Approval of plant materials on this inspection shall not be acceptance for use on the project. The plant materials will be inspected again at arrival on the subject site. Material arriving with broken seals, broken or loose balls, insufficient protection of roots or top, shriveled dry or insufficiently developed roots or which are weak and thin, or damaged or defective or which do not comply with the specifications will be rejected. All container grown plants shall be well rooted, vigorous and established, with full and well-balanced tops, in the appropriate container size for the height or spread of the plant specified, and shall not be root bound.

Plant materials represented by each shipment, invoice, or stock order shall be declared and certified free from disease of any kind. All necessary inspection certificates to the effect which are required by law for the necessary interstate or interdistrict transportation shall accompany each shipment, invoice, or order of stock.

All tree pruning shall conform to the current edition of the National Arborist Association's "Pruning Standards for Shade Trees".

Planting materials shall conform to Section 244 of the Specifications.

Topsoil shall conform to Section 244.02(b) of the Specifications.

Tree Anchors, Staking and Guying Materials shall conform to Section 244.02(j) of the Specifications.

Organic Backfill Hardwood Bark, shredded shall conform to Section 244.02(g) of the Specifications.

605.03 — Procedures

Within ten days of the Notice-to-Proceed, the Contractor shall submit in writing an itemized list of sources of all plants and materials and shall give all necessary assistance when inspections are made by the Engineer. The Contractor shall keep his list of plant sources to a minimum; the cost of plant inspection and tagging trips in excess of the Contractor's initial source list shall be deducted from his invoices. Representative samples of every shipment of plant materials shall be labeled as to genus, species, and specified size. No substitutions shall be made without the permission of the Engineer.

Provide samples of all products (planting materials) for testing and visual inspection. All mulch, , and soil amendment samples must be in 1 to 3 pound bags.

The Contractor shall notify the Department at least 48 hours prior to beginning the work. All sources of supply, materials, construction schedule, and methods of construction shall be submitted to the Engineer for approval prior to beginning work covered by this section on the project. Plants restricted to planting either in spring or fall will be designated on the plans.

Sources of Supply: All plants shall be obtained from a nursery certified by a “Certificate of Registration” in accordance with The Virginia Department of Agriculture and Consumer Services (VDACS), or by a comparable agency responsible for nursery inspection and issuance of a “Certificate of Registration” from the State of origin. A copy of the certification shall accompany each delivery of plant materials to the project site, and shall be delivered to the Engineer.

Inspecting and Identifying Plants: Plants will be inspected and identified in accordance with the Standardized Plant Names prepared by the Editorial Committee of the American Joint Committee on Horticultural Nomenclature. The Engineer may inspect and reject plants at any time and place. Plants may be inspected immediately prior to being planted. If they are planted prior to inspection and found to be unsatisfactory, the plants shall be replaced with approved plants at the Contractor's expense.

Revised: October177 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Substitutions: No change in the quantity, size, kind, or quality of plants from those specified will be permitted without the approval of the Engineer. When requesting permission to substitute, the Contractor shall submit written evidence that the specified plants are not available and shall suggest substitute plants that conform to the requirements of the Contract. The Contractor shall indicate the reduced cost, if any, that will accrue to the Department as a result of the substitution. The Engineer may delete plants from the Contract in lieu of approving substitutions.

Layout: Plant locations and outlines of areas to receive plants shall be staked or marked a minimum of 48 hours in advance to allow inspection and approval by the Engineer before digging is started. Unforeseen conditions such as the location of traffic signs and drainage items may necessitate adjustments in plant locations, and such adjustments will be permitted when approved by the Engineer.

Delivery: The Contractor shall notify the Engineer at least 48 hours in advance of the anticipated delivery date for plants. A legible copy of the invoice showing the kinds and sizes of plants in each shipment shall be furnished the Engineer. A copy of the current Certificate of Nursery Inspection shall accompany each shipment of plants.

Labeling: Representative samples of each shipment of plants shall be legibly labeled as to the genus, species, size, and quantity of the plants. When plants are in bales, bundles, boxes, or other containers, a legible label indicating the genus, species, size, and quantity of the plants shall be attached to each container. A minimum of 10 percent of each species in each shipment shall be so labeled. Failure to comply with this identification labeling will be cause for rejection.

Transporting and Protecting: Plants transported to the project in open vehicles shall be protected with industry standard covers securely fastened to the body of the vehicle. Closed vehicles shall be adequately ventilated to prevent overheating plants. Plants shall be kept moist, fresh, and protected at all times.

Storing: When plants are to be stored, they shall be stored at a location approved by the Engineer. Plants stored for more than 30 days shall not be used unless they are approved by the Engineer. Unless other methods of storage are approved by the Engineer, bare-root plants that are not planted within 24 hours after delivery shall be heeled-in in a moist trench dug in the ground. Bundles shall be opened, and plants shall be separated and placed singly in the trench with the roots spread in a natural position. Roots of each layer of plants shall be immediately covered in a manner satisfactory to the Engineer with moist, pulverized soil; moist sawdust; or other approved material. Root-covering materials shall be kept moist at all times. Shade shall be provided as directed by the Engineer. At the discretion of the Engineer, balled material, container grown material, and plants in plantable pots that are not planted within 48 hours of delivery shall have their root zone protected by wet sawdust or other approved material. Rejected plants shall be removed from the storage area within 24 hours of rejection or, with the approval of the Engineer, may be marked with yellow paint, or otherwise made readily identifiable. If rejected plants have not been removed or acceptably marked within 24 hours, the use of plants from the storage area will not be allowed until rejected plants have been removed or identified.

Planting:

The following schedule for planting shall be adhered to unless otherwise directed by the Engineer:

PLANTING SCHEDULE

DECIDUOUS MATERIAL EVERGREEN MATERIAL BALLED AND BURLAPED CONTAINER SEEDLING BALLED AND CONTAINER SEEDLING SEASON AND GROWN STOCK BURLAPPED GROWN STOCK BARE ROOT Spring 3/1-4/30 3/1-6/15 3/15-4/15 3/15-4/30 3/15-6/15 3/15-4/15 Fall 10/15-12/15 8/15-12/15 9/1-11/15 8/15-11/15 10/1-10/31

Revised: October178 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Container Field Grown Perennials and Ornamental Grasses 4/15-6/30 & 9/1-10/30

Fall planted Bulbs 10/1-11/30

Underground and aboveground conditions: The Contractor shall have the location of all underground utilities marked with Ticket Information Exchange (TIE) / Miss Utility and all applicable underground utility providers such as water and sewer service, and VDOT traffic signal cable prior to digging. The Contractor shall be responsible for locating and working around above ground utilities. If underground obstructions or any other unforeseen subsurface conditions that would be detrimental to plant growth are encountered, the Engineer may require that plant pits be enlarged or relocated or delete the plants from the Contract.

Preparing planting pits: Planting pits shall be excavated to meet the minimum requirements of VDOT Road and Bridge Standards unless otherwise indicated on the plans by detailed drawings. Sides of pits that become plastered or glazed shall be scarified. If the Contractor determines that the original excavated soil is not suitable for reusing with amendments for achieving and acceptable growing medium, the Contractor shall notify the Engineer. The Engineer reserves the right to have the soil tested prior to making a determination for replacement. The Engineer shall make a determination as to the quality of the soil and if found to be unacceptable, will direct the Contractor to use topsoil, approved organic material or other amendments in the soil mix. In cases where the soil is not suited for reusing or amending, the soil excavated from the planting pit, and/or unsuitable soils around the planting pit shall be removed as directed by the Engineer. Surplus excavation and unsuitable material shall be disposed of in accordance with the requirements of Section 106.04 or as otherwise approved by the Engineer. The planting pits and the area immediately adjacent to the planting pits shall be weeded and cleared of any undesirable vegetation prior to planting. Planting pits shall be kept free of weeds and undesirable plants for the life of the contract.

Installing plants and backfilling: Plants shall be installed in pits. Soil amending shall consist of the cultivating the existing soil at each planting pit location into which the Contractor shall thoroughly incorporate 15 percent by volume of composted leaves or a soil mixture conforming to the requirements of Section 244.02(j) 9 that has been placed and tamped to the proper depth. Bare roots of plants shall be spread out in a natural position. Broken or bruised roots shall be pruned. The soil mixture shall then be filled in around roots and tamped. Tamping around root balls shall be performed using a mattock handle or similar round ended instrument. Foot tamping will be permitted in the bottom of pits before plants are installed, around root balls when there is ample room to accommodate the foot without damage to the ball, and after bare-root plant roots have been covered with the soil mixture.

Backfill in pits shall be saturated with water. The amount of water applied and method of application shall be to the satisfaction of the Engineer. Failure to water properly at the time each plant is installed will be cause for rejection of the plant. Frozen backfill shall not be used.

After positioning plants in the planting pit and prior to backfilling, root ball wrapping materials shall be cut, removed from the site, and properly disposed. Root ball wrapping materials shall not be removed from under the root ball. Metal root ball cages shall be cut and removed to a minimum of 6 inches below finished grade. Wrapping materials within root ball cages shall be cut to the same elevation as the cage.

Container grown plants shall not be removed from their container until immediately before planting. Containers shall be removed by approved methods that will not damage roots or loosen soil balls. The sides of containerized materials shall be scarified prior to planting.

When planted, watered, and fully settled, plants shall be vertical and the root ball shall have 1/8 of its height above finished grade.

Preparing plant areas and beds: Mow existing vegetation to no less than 3 inches at least one week prior to any herbicide spraying. The vegetation shall be allowed to re-grow to a height of at least 4 inches and no more than 8 inches prior to applying herbicide. Spray any re-growth and kill all vegetation (top growth and roots) using a non-selective, non-residual post emergence herbicide conforming to Virginia Pesticide

Revised: October179 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Applicator’s Law and to the manufacturer’s recommendations, a minimum of fourteen days prior beginning bed preparation. The planting pits and the area immediately adjacent to the planting pits shall be weeded and cleared of any undesirable vegetation prior to planting. Planting pits shall be kept free of weeds and undesirable plants for the life of the contract.

Any remaining vegetation shall be removed from the bed. Rocks, over 2 inches in diameter, clods, roots and other objectionable material remaining on the surface shall be removed and disposed of in accordance with the requirements of section 106.04 or approved in writing by the Engineer. Individual planting pits shall not be dug until after the bed is prepared to the satisfaction of the Engineer.

On flat areas and slopes less than 3:1, two inches of compost, moss or other approved organic soil amendments shall be spread over the entire area of the plant bed and shall be cultivated in to a depth of at least 6 inches by a rotary cultivator before plant pits are excavated. Grass, sod, and weeds shall be removed from the bed.

Upon completion of planting, the bed shall be hand raked to an even surface and neatly edged. Mulch shall be applied to the entire cultivated area.

Plant beds on slopes 3:1 and steeper and mulch beds do not require the application of soil amendments or rot tilling.

5. Handling plants during planting: Roots of bare-root plants shall be kept covered with moist burlap or other approved material prior to planting. Forest tree seedlings and forest tree transplants shall be carried in a container filled with sufficient mud to puddle roots. When seedling roots have been coated with a protective material, the seedlings shall be protected in accordance with the U.S. Forest Service’s recommendations relative to treatment of seedling roots while seedlings are being planted. Plants will be rejected if their roots are exposed to drying conditions at any time.

Invasive plant species shall be removed and controlled and planting areas shall be mowed as indicated on the Plans and as directed by the Engineer in advance of planting operations.

Forming Water Rings and Saucers: Immediately after installation of each plant, a saucer shall be formed around the plant pit as shown on the plans. Soil used to form the saucer shall be compacted by tamping to prevent runoff of water from the pit. Saucers are not required for plant beds, forest tree seedlings, or forest tree transplants.

Applying Mulch: Mulch (Organic Backfill Hardwood Bark, shredded) shall be applied uniformly to a 3 inch depth over the entire area of the plant pit or plant bed within 48 hours after completion of planting. Mulch will be required for all landscape and reforestation plantings. Other areas that are indicated on the plans by the note “Mulched Bed” shall be mulched uniformly to a depth of 3 inches and shall extend approximately 12 inches beyond the outside edge of the plant pits of the outermost plants, unless otherwise directed by the Engineer.

Staking, Guying and Anchoring: Each tree greater than 5 foot height shall be staked immediately following planting, unless otherwise indicated in the Planting Plan Summary and General Notes.

Pruning: Plants that have been freshly pruned before delivery will be rejected. Plants shall be pruned either immediately before or within 48 hours after they are planted. Pruning of trees and shrubs to be planted on projects shall consist only of removing dead, diseased, broken or other branches deemed injurious to the health of the plant, and for removal of sprouts and sucker growth. Care shall be taken to preserve the natural character of the plant. Pruning shall be performed with tools and equipment specifically designed for the pruning to be performed. All debris removal including disposal from the pruning operation shall be the responsibility of the Contractor.

605.04 — Care of Plants

Revised: October180 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Plant care shall begin immediately after each plant is satisfactorily installed and shall continue through the construction phase until final acceptance. Care shall include, but is not limited to, replacing displaced mulch within 7 days; repairing, and reshaping water rings or saucers; maintaining stakes and guys as originally installed; watering when needed or directed by the Engineer; weeding of plant saucers and mulched beds; and performing any other work required to keep plants in a healthy growing condition. Weeding shall be performed at 3 week intervals throughout the growing season. Dead, defective, or rejected plants shall be immediately removed and replaced at the Contractor’s expense.

605.05 — Establishment Period

(a) Beginning of Establishment Period: The one-year establishment period shall begin on the date an inspection by the Engineer that confirms all work has been completed in accordance with the requirements of this Section and the plans, and that all plants are living, healthy and in a viable growing condition as determined by the Engineer. Plants that are replaced in order to meet these initial specifications are not considered as “plant replacements.” The Contractor shall submit a request to the Engineer in writing for acceptance of the Construction Phase. Once the Engineer has accepted the Work the establishment period shall begin when the installation of the landscaping has been substantially completed and the work is in conformance with the following requirements:

Plant materials show evidence of having been successfully planted.

Unacceptable plants have been replaced.

Planting pits and planting beds are weed free.

Damaging pests have been controlled.

Dead, diseased and broken wood has been pruned.

Staking has been installed and repaired.

Plants have been watered as necessary.

All replacements shall require a supplemental one year care and replacement period, effective the date the replacement planting is made.

All other required work has been completed.

(b) Establishment Period: The Contractor shall do all work necessary to keep the plants in a healthy growing condition during the establishment period, including, but not limited to the following:

1. Watering: During the one-year care and replacement period, living plants shall be watered as frequently as is necessary to maintain an adequate supply of moisture within the root zone at all times. The Contractor’s shall monitor site conditions and apply water to plants during the life of the Contract as may be required by weather conditions. Water shall not be applied at a force that will displace mulch. The Engineer may require the use of watering needles or other approved methods to prevent displacement of mulch and runoff of water. The Engineer will make periodic inspections to ascertain the moisture content of the soil. When notified by the Engineer, or, that watering is required, the Contractor shall begin watering within 48 hours upon determination of inadequate moisture in the root zone by his monitoring or when notified by the Engineer. Watering shall proceed with sufficient labor and equipment and shall continue daily where needed and as directed, without delays or interruptions, to ensure that the root zone does not become dry at any time. The Contractor’s watering equipment shall include, but is not limited to, a watering truck with a minimum tank capacity of 3,000 gallons. The quantity of water supplied shall not be in excess of that normally required to ensure optimum growing conditions. The Engineer may require or suspend watering at any time. If the Contractor does not begin watering operations within 48 hours after notification, the Engineer may

Revised: October181 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 proceed with adequate forces, equipment, and materials to perform the watering operations and the cost of those watering operations will be deducted from monies due the Contractor.

The Contractor shall water all plant pits and beds during the life of the Contract. The Contractor shall manually apply water to all plant material; minimum quantities of water for each manual watering are as follows:

Deciduous trees 20 gallons per pit

Evergreen trees 15 gallons per pit

Shrubs 2.5 gallons per pit

Ground cover 50 gallons per 100 square feet

Perennials 50 gallons per 100 square feet

Ornamental grasses 1 gallon per pit

Vines 1 gallon per pit

Tree Irrigation Bags and Shrub Irrigation Bags may be used in lieu of the manual watering as approved by the Engineer. The irrigation bags shall be placed to provide a drip time of 6 to 10 hours. The irrigation bags shall be replaced if damaged or stolen at no additional cost to the Department. Irrigation bags shall be removed in the winter and replaced in the spring. The irrigation bags shall be removed by the Contractor prior to final acceptance.

All establishment period maintenance work, except watering, shall begin within 7 working days after the Engineer notifies the Contractor that the establishment period has begun.

Plants shall be pruned and mulch shall be replaced as required to ensure proper growth, appearance, moisture and weed control.

Stakes, guys, tree wrap, and eroded plant saucers shall be repaired or replaced and removed when no longer required as directed by the Engineer.

Plant beds and mulched areas around plants shall be kept free from grass and weeds, including root growth.

Herbicides may be used when approved in writing by the Engineer.

Additional work, including pruning and seasonal spraying with approved insecticides and fungicides, shall be performed to ensure plant survival as approved or directed in writing by the Engineer.

Dead plants shall be removed immediately and replaced at the Contractor’s expense.

Plant replacement: Between the beginning and ending dates of the establishment period, plants that area dead, defective, or otherwise not in a healthy growing conditions as determined by the Engineer shall be removed immediately at the Contractor’s expense. Plant replacements shall be made once in the spring if required (Between March 1 and March 31), and once in the fall (Between November 1 and December 31), as necessary to replace dead or defective plant materials as directed by the Engineer. For each plant replaced, the first replacement, if required, shall be at the Contractor’s expense. The second replacement, if required, will be paid for at 35 percent of the original contract unit price per each plant replaced if the plant needs to be replaced due to no fault of the Contractor..

Revised: October182 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (c) Termination of Establishment Period: The establishment period shall end at the completion of the one-year care and replacement period on the date that an inspection by the Engineer shows that the Contractor has complied with the requirements of (b) herein.

Dead, missing, or defective plants shall be replaced as directed by the Engineer. The Engineer shall be notified when replacement is started. All dead or unhealthy plants shall be promptly removed from the project. If this occurs during the planting season, these plants shall be replaced at once; if between planting seasons, they shall be replaced within thirty days of the start of the next planting season. Plants that have sizable die- back beyond the normal pruning limit, as determined by the Engineer, shall also be replaced. If and when plant replacements are made, mulching material shall be replaced to its original specified depth at no additional cost to the Department.

At the end of the one year establishment period all new plants, including replacement plants, shall be true to name and color and shall be in a healthy, thriving condition, with foliage of normal density, size, and color. Any plants which fail to meet these requirements shall be removed and replaced without additional payment. All replacements for the new plants shall be of the size, kind, and quality as specified for the original plants and shall require a one year care and replacement period, effective the date the replacement planting is made. The Engineer shall be notified no less than 48 hours prior to beginning the replacement work.

Time is an essential element in the establishment of plant materials, and it is important that care and replacement operations be vigorously prosecuted until completion, as the failure to complete this work within the designated time limits can result in unsatisfactory plant establishment and unsatisfactory future performance of the plants.

Thirty days prior to the end of the one year establishment period, the Contractor shall notify the Engineer in writing when, in the Contractor's opinion, all work has been satisfactorily completed and the final cleaning-up performed.

The Contractor shall remove all stakes, wires, hose, wrapping material, twine, and plastic seals from all plant material which have been in place one full year or more. The irrigation bags shall be removed prior to final acceptance. All these planting accessories shall be disposed off site to the satisfaction of the Engineer.

605.06 — Guarantee

The Contractor’s performance bond shall be furnished in accordance with the requirements of Section 103.05 and shall provide for necessary maintenance during the establishment period and replacements in kind, or with a substitute acceptable to the Engineer, of plants that are not in a healthy growing condition or that have died back to the crown or beyond the normal pruning limit.

605.07 — Measurement and Payment

Plants will be measured by an actual count of living plants in a healthy growing condition and will be paid for at the contract unit price per each. This price shall include furnishing plants and miscellaneous planting materials, preparing planting pits except when established as a separate pay item; installing plant materials (planting), watering; applying fertilizer; backfilling with approved soil mixture, except when linear or oversize planting pits are established as a separate pay item; staking; guying; anchoring; pruning; applying mulch, except to areas designated on the plans as plant beds, applying pre-emergent fertilizer to beds and individual plant pits; pest management; replacing dead or damaged plants; repairing, replacing and removing stakes and guys when no longer needed; and maintaining plants in a healthy growing condition until final acceptance.

Replacements for plants lost during the establishment period because of theft, damage, or destruction caused by persons or equipment belonging to persons or organizations other than those engaged in performing the work or during delivery of the plants, or plants lost due to damage from animals either wild or domestic, will be paid for at the rate of 35 percent the contract unit price per each. If vandalism or vehicle

Revised: October183 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 damage is determined by the Engineer to be the cause, the rate will be 50 percent the contract unit price per each. This price shall include all costs associated with furnishing and installing the replacement. Replacements for plants that die due to other reasons shall be replaced and paid for in accordance with the requirements of Section 605.05(b) 3.

Tree, Shrub, vine, grass, perennial or aquatic plant installation and establishment will be paid for pro-rated payments based upon the approved list of Contract Prices. Payment will be made according to the following schedule of project inspections when construction requirements are met (adjustments to this schedule will be made, when required, as approved by the Engineer and Landscape Architect, or representative).

Plants will be paid for in accordance with the following payment schedule.

PLANT PAYMENT SCHEDULE PHASE Payment percentage Installation 70 Establishment: Care, 1st establishment period 10 Maintenance & Replacement planting season* Establishment: Care, 2nd establishment period 10 Maintenance & Replacement planting season* Establishment: Final Removal & 10 Final acceptance Replacement * Plant inspections will be performed in May of the spring planting season and in September of the fall planting season unless adjusted by the Engineer due to site conditions and requirements.

Failure to complete required plant replacement operations in conformance with Section 605.05 (b) 3. of the Specifications will result in forfeiture of the payment percentage for the applicable establishment period planting season.

Plants deleted from the Contract by the Engineer will not be measured for payment.

Organic Backfill-Shredded Hardwood Bark Mulch will be measured in cubic yards and will be paid for at the contract unit price per cubic yard. This price shall include furnishing, delivering, and applying mulch. The initial application or maintenance of mulch around plants that are not in continuous mulched plant bed will not be measured for separate payment, the cost thereof shall be included in the price of the plants.

Vegetation Control will be paid for at the contract unit price. Each unit shall encompass all vegetation control activities throughout the project. This price shall include control and removal of weeds, grass, and root growth from plant beds and mulched areas around individual plants, planted areas, and beds. Vegetation control shall be performed three times each growing season of the establishment period in May, July, and September. a) Removal of weeds, grass and root growth shall be completed by hand and through the application of “pre-emergent” and “post emergent” herbicides as approved by the Engineer. Additional weeding may be performed when requested by the Engineer and with written agreement from the Contractor. The Engineer may also delete individual weeding cycles at no cost to the Department. The Contractor shall be responsible for replacing plants that are damaged or die due to herbicide treatment applications. b) When herbicides are used for post emergent weed control, the weeds shall be cut to a height of 6 inches or as recommended by the manufacturer prior to applying the herbicide. The Engineer may change the frequency or delete specific areas scheduled for weed control. Other pesticides, adjuvant and plant growth regulators may be used when approved by the Engineer.

Revised: October184 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 c) Turf maintenance includes grass and other vegetation around individual plant pits, between groups of plant pits that are 15 feet on center or less, and around the perimeter of plant beds. Turf shall be cut to a height of approximately 4 inches. For each individual plant pit, group of plant pits, and plant beds ,a perimeter extending 5 feet in width shall be maintained around the outer most plant pits and edge of beds where grass and other vegetation is present, and where such areas exist within the right-of-way or construction easement. Mowing shall be performed once each month from May to September. Additional mowing shall be performed when requested by the Engineer. The Engineer may delete individual mowing cycles when deemed necessary by the Engineer. d) The Contractor shall notify the Engineer within 48 hours if Vegetation Control for a specific month is changed from the Contractor’s approved schedule. Following maintenance operations for that month, the VDOT Landscape Architect (representative and/or consultant or VDOT inspector) will inspect the project and report the status of the work to the Engineer for approval or will submit a “punch list” for additional work to be completed prior to payment of monthly progress estimate.

Payment will be made under:

Pay Item Pay Unit (Name of) Plant (Size) Each Organic Backfill (Shredded Hardwood Bark Mulch) Cubic Yard Vegetation Control Unit

Revised: October185 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 700 – GENERAL

May 5, 2016

Section 700 – General is amended as follows:

700.05 (a) 1. Grounding Electrode is amended to replace the fourth sentence with the following:

Ground rods shall include a No. 6 bare, solid copper conductor connected to the ground rod by a clamp or exothermic weld. Connections outside a cabinet or building shall be connected by exothermic welding. If the Plans show a larger ground wire, use the size on the Plans.

700.05 (h) Conduit Systems fourth paragraph is amended to include the following:

If cable is to be installed into an existing conduit and the conduit is found to be blocked or damaged, clear the obstructions or repair the damage before installing cabling in existing conduits.

Conduit requiring cleaning shall be identified in writing by the Contractor. Once the Engineer provides approval for the cleaning, the Contractor shall clean the conduit. This cleaning shall be conducted in the presence of the Engineer. Blockages shall be cleared by first rodding the conduit. Then, a mandrel having a diameter of at least 80 percent of the inside diameter of the conduit shall be pulled back through the conduit run. Finally, install a pull tape and plug the ends if cable will not be installed immediately.

If the blockage cannot be cleared or the conduit is crushed, propose a solution for the Engineer’s approval.

700.05 (h) Conduit Systems seventh paragraph is amended to include the following:

Use the same type of sealant for conduits containing communication cables. At the top of occupied conduits in cabinets and pole bases, stuff a wad of copper wool or mesh several inches into the conduit to block the path of rodents. Plug ducts as soon as they are installed during conduit installation and only remove the plug to join sections together or to pull cable through the duct. Plug the duct immediately after completing the pull. When installing conduit or cable to or through any cabinet, junction box, or manhole, ensure that all ducts are plugged, not just the ones in which work was performed.

700.05 (h) Conduit Systems is amended to replace the ninth paragraph with the following:

All underground conduit runs shall be locatable. A conduit run is defined as one or more conduits installed along the same alignment using a common trench or bore. For conduit runs that include more than one conduit, only a single conduit shall be locatable. Where a locate wire is required to make the conduit run locatable, the wire shall be an insulated #8 AWG stranded copper wire. The insulation shall not be green in color.

700.05 (h) 2 Buried conduit systems third paragraph is amended to include the following:

When boring, provide a means of collecting and containing drilling fluid/slurry that returns to the surface, such as vacuum truck or slurry pit, or a method approved by the Engineer. Provide measures to prevent drilling fluids from entering storm sewer systems. Prevent drilling fluid/slurry from accumulating on or flowing onto sidewalks, other pedestrian walkways, driveways, or streets. Immediately remove any slurry inadvertently deposited on pedestrian walkways. Transport waste drilling slurry from the site and dispose of it. Do not allow slurry to enter wetlands or waterways. Protect wetlands and waterways using appropriate soil erosion control measures approved by the Engineer.

700.05 Procedures is amended to include the following:

186 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Cable Labeling: Label every new or reinstalled cable or wire immediately upon installation. Label the cables at every point of access, including manholes, junction boxes, and termination points. Cable labeling shall conform to Section 238.02 (k) of the Specifications.

Cables for ITS Communications and Power

Cables and wires shall be labeled using the three-part ID system used for existing cables. The cable ID shall be the same at every point where the cable is labeled, from one termination or splice point to the other. The first part of the ID identifies the type of cable. The second part of the ID is the ID of a cabinet or other location where the cable is terminated or spliced. For example, 48SMF-B078 denotes a fiber optic cable with 48 single mode fiber strands that enters cabinet B078. The third part of the ID is a number assigned sequentially to differentiate between cables that have the first two parts of the ID the same. For example, 24SMF-B097-1 and 24SMF-B097-2 would be two different fiber optic cables, each made up of 24 single mode fiber strands that originate (or terminate) in Cabinet B097. Every communication cable should have a different ID. Power conductors in the same circuit, running together between the same two points, should have the same ID. Ensure that the labels accurately reflect as-built conditions.

Cables for Roadway Lighting

Cable label material and procedures shall be identical to that for ITS cables. Cable IDs shall identify the service panel, circuit number, and phase conductor.

Flexible Fabric Innerduct: Innerduct shall be installed in all 4” communications conduits that have cables installed as part of the project unless noted on the plans. Spare conduits and 2” communications conduits shall not have innerduct installed. I nnerducts shall be omitted from conduits between equipment cabinets and the nearest junction box or manhole.

Arrange for the manufacturer of the innerduct to provide on-site training in the installation of this product. Only personnel who have been trained by the manufacturer may supervise the installation.

Use the swivels and grips recommended by the manufacturer.

Unless three strips of flexible fabric innerduct are installed in a conduit, install a pull tape into the conduit on top of the innerduct, so that another innerduct can be pulled into the conduit if needed.

Anchor the innerduct at the feed end before pulling cables into it, so the cables don’t drag the innerduct into the conduit. To anchor, make a slit near the seam, pass a length of pull tape through the slit and tie it to the innerduct. Then tie the other end of the tape to a fixed object.

Wall Penetrations: To install conduit into junction boxes and manholes with reinforced concrete walls, enter through the bottom if the bottom is open. Otherwise, use existing knockouts or conduit stubs. If none of those options are available, drill, cut, or chisel a hole through the wall without cracking the concrete. Use a rebar detector to mark the location of reinforcing steel before making the hole. If the spacing of the rebar permits, make the holes without damaging the reinforcing steel. After the conduit has been installed, scrub the perimeter of the hole with water, apply an approved bonding agent to concrete, and grout the gap between the conduit and the wall with non-shrink grout.

Cleaning Junction Boxes: Pump out standing water, clear all silt, debris, and foreign matter to the satisfaction of the Engineer. Remove and dispose of debris. Should additional silt, debris, or water accumulate in the box between the original cleaning and final inspection, remove them at no additional cost to the Department.

187 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 703 - TRAFFIC SIGNALS

February 11, 2016

SECTION 703 - TRAFFIC SIGNALS of the Specifications is amended as follows:

Section 703.02 Equipment is amended to replace the second and third paragraphs with the following:

The Department will furnish the signal controller and cabinet completely wired with shelf racks unless otherwise specified herein.

Training will not be required.

The Department will furnish controller timings including coordination and preemption timings to the Contractor for implementation. The Contractor shall be present for two (2) consecutive AM and two (2) consecutive PM peak hour periods once the intersection is operational to view traffic conditions and fine- tune timings to provide for the orderly flow of traffic.

Section 703.02(d) 3. Interior third paragraph is amended to include the following:

When exclusive left-turn phasing is being used, the red output from the load switch for the left-turn phase shall not be connected to ground through the resistors.

Section 703.02(d) 3. Interior seventh paragraph is amended to include the following:

These wires shall be permanently identified with a nylon tag attached to the wires. Identification on the tag shall indicate the phase, and shall be legible and accomplished with permanent ink.

Section 703.02(d) 3.c. Loop detector lead-in cable is amended to delete the first and second sentences.

Section 703.02(d)4g. is amended to replace the first, second, and third sentences with the following:

Circuit breaker boxes shall be rated at 100 amp/240 VAC with a solid neutral and contain 2 single pole, 30 amp, 120 VAC breakers and 4 single pole, 20 amp, 120 VAC breakers.

Section 703.02(e) Signal Heads is amended to replace the second paragraph with the following:

Cast aluminum signal head sections shall be used for all installations.

Section 703.02(e) 2. Traffic signal backplates is amended to include the following:

All backplates shall be polycarbonate.

Section 703.02(e) 5. Pedestrian signal heads is amended to include the following:

All pedestrian signal head sections shall be cast aluminum.

Section 703.02(g)3. Inductive Loop Detectors is amended to replace the first paragraph with the following:

Inductive loop detectors shall conform to the requirements of the performance characteristics required by NEMA TS-1 or NEMA TS-2 as applicable.

Revised: October188 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

And to replace the first sentence of the third paragraph with the following:

Loop detectors amplifiers TS-1 shall be a single-channel, shelf-mounted, relay-output type with indicator lights on the front panel and delay and extension detection features. Loop detector amplifiers TS-2 shall be two channel, rack-mounted detectors as applicable and shall, at a minimum, conform to NEMA TS-2 Section 6.5 in its entirety.

Section 703.03 (a) Prosecution of Work is replaced with the following:

Prosecution of Work: The Contractor shall not discontinue the operation of an existing signal without the approval of the Engineer. Requests for discontinuance shall be made at least 48 hours in advance.

The Contractor shall provide necessary traffic controls for maintenance of traffic while modifying or replacing existing traffic signals, including vehicle detection as approved by the Engineer. Traffic flow shall be maintained during the modification or replacement.

When the Contractor begins placing new signal equipment in operation, he shall maintain and repair the equipment until final acceptance. When the Contractor begins modifying/replacing existing signal equipment, he shall be responsible for maintaining and repairing all equipment until final acceptance once the controller cabinet has been entered or any portion of that signal installation is affected as a result of contract work, including replacing of burned out or faulty lamps. The Contractor shall notify the Department within 24 hours after the existing signal becomes his responsibility for maintenance in accordance with these requirements. Once the Contractor is responsible for the new or existing signal equipment’s maintenance, if that equipment malfunctions while the Contractor is at the project site, he shall take immediate action to maintain the normal flow of traffic and make necessary repairs as expeditiously as possible that will cause the least interference with traffic.

The Contractor shall furnish the Engineer with the name, phone number and pager number of the supervisory employee of his company who shall be responsible for repair calls during all hours, including weekends and holidays, when the Contractor is not at the location. The Contractor shall return repair calls to the Department within thirty minutes after being phoned or paged. If the Contractor cannot be reached by the phone or does not return the call to the Department within thirty minutes after being phoned or paged, the Department may make such repairs in accordance with Section 104.02 of the Specifications and to assess a non-response fee of $200 per hour, per location or part of an hour, for each hour beyond the response time requirement.

The Contractor may authorize a reputable local company to make emergency repairs, subject to the approval of the Engineer.

Section 703.03(c) Refurbishing Existing Equipment is replaced by the following:

(c) Refurbishing Existing Equipment: Existing equipment to be retained will not need to be refurbished unless there is a pay item requiring such.

Section 703.02(d)3. Interior is amended to include the following:

The signal bus shall be connected to the incoming AC+ through a signal bus with a solid state relay.

Section 703.03(e) 5. Backplates last sentence is replaced by the following:

Bolts, screws, and washers shall be stainless steel.

Section 703.03(g) Installing Detectors second paragraph is amended to include the following:

Revised: October189 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 A separate splice kit shall be used for each lead-in cable.

Section 703.03(g) 2. Inductive loop detectors third paragraph is amended to include the following:

Megger readings shall be performed on each installed loop detector by the Contractor and recorded on paper for submittal to the Engineer. Each reading shall include information that will allow it to be readily identified to a specific loop installation. A copy of the test results shall be placed in the waterproof enclosure with the cabinet circuit diagram in the cabinet. Testing equipment for conducting these tests shall have been calibrated within the two years in accordance with the manufacturer's instructions. The Contractor shall provide the manufacturer's instructions along with the calibration documentation to the Engineer for each test unit which will be installed under the Contract. This information shall be provided before performing any Megger readings.

Section 703.03(h) 1. Overhead span wire is amended to include the following:

Two (2) down guys shall be used with each wood pole unless the Engineer requires additional guy wires. Payment for additional down guys in excess of the two per pole will be measured for separate payment and paid for under Span Wire 1/2".

Section 703.03(h) 2. Tether wire is amended to include the following:

All signal heads and signs shall be tethered unless otherwise indicated. Signals and signs shall be tethered in accordance with the Road and Bridge Standards for Standard TA-1 and SMD-1 & 2, respectively.

Section 703.04 Measurement and Payment for is amended as follows:

Controllers is amended to delete “timing data and training” and to include detector rack bus interface units, malfunction management units, cabinet power supply.

Cleaning, painting, and grouting of existing equipment retained in signal modifications is deleted.

The following is added:

Install Controller will be measured in units of each per installation and will be paid for at the contract unit price per each. This price shall include pickup and transporting the controller and controller cabinet, installing cabinet onto foundation, connecting electrical service to cabinet, providing all electrical and communication connections, and verifying proper functions

The pay item description list is amended to include the following:

Install Controller Each

The Pay Item and Pay Unit descriptions for Master Controller and Controller are amended to include (Type):

Revised: October190 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DRILLED SHAFTS

March 9, 2016

I. DESCRIPTION

This work shall consist of constructing drilled shafts in accordance with the specifications, this special provision, the details and dimensions shown on the plans, and as directed by the Engineer. Drilled shafts are a reinforced concrete section, cast-in-place against in situ, undisturbed material. Drilled shafts are a straight shaft type and are vertical.

II. SITE INFORMATION

Engineering Sheets are included in the Contract Documents for use by the Contractor. Data on subsurface conditions are not intended as representations or warranties of continuity of such conditions. The data are made available for the convenience of the Contractor, and the Department will not be responsible for interpretations or conclusions drawn therefrom by the Contractor.

The prospective bidders may obtain right-of-entry before bidding and complete whatever investigations, research, tests, or analyses required for bid purposes.

A geotechnical report was prepared for this project. This report was prepared to establish design guidelines only and is not considered part of the Contract Documents or a warranty of subsurface conditions. The opinions and engineering analyses expressed in the report are those of the designers and they represent their interpretation of subsurface conditions and field and laboratory test data. Therefore, the information in the Geotechnical Report is not intended as a substitute for the Contractor’s personal investigation, interpretation, and good judgment.

III. QUALIFICATIONS OF DRILLED SHAFT CONTRACTOR

The Contractor’s Drilled Shaft Subcontractor performing the work described in this specification shall have experience consisting of successful installation of at least 10 drilled shaft projects installed within the past 5 years, 2 of which shall be similar or greater size and in similar geotechnical conditions and deep water construction. The drilled shaft work shall be performed under the supervision of the Contractor’s Drilled Shaft Subcontractor’s superintendent, who shall have at least 5 years of experience installing drilled shafts within the last 8 years and shall be fully knowledgeable and experienced in construction of drilled shaft foundations of similar size and geotechnical conditions as those shown on the plans.

The Engineer may accept or reject the Contractor’s Drilled Shaft Subcontractor based on his qualifications and previous field performance.

Revised: October261 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 IV. SUBMITTALS:

A. Installation Plan

No later than one month prior to constructing drilled shafts, the Contractor shall submit an installation plan for approval and attend a drilled shaft pre-construction conference as detailed herein. This plan shall provide information of the following:

(a) A list of 10 projects performed in the last 5 years by the Contractor’s Drilled Shaft Subcontractor performing the work specified as required experience in Section III: QUALIFICATIONS OF DRILLED SHAFT CONTRACTOR. The documentation shall reference, for each project, the names and phone numbers of owner’s representatives who can verify the Contractor’s Drilled Shaft Subcontractor’s participation on those projects, detail the size and number of the shafts, methods used during installation, methods used for wall stabilization, local soil conditions, actual construction time, and contract time. Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. The Contractor’s Drilled Shaft Subcontractor shall provide documentation of his superintendent’s qualifications, record experience, and prior project references demonstrating that he can handle unusual site conditions and equipment breakdowns.

(b) A list of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, etc.

(c) Details of overall construction operation sequence and the sequence of shaft construction in bents or groups including the time for driving casing, sealing casing, excavation and/or drilling time, drilled shaft cleaning, rock coring, drilled shaft inspection and concrete placement.

(d) Details of shaft excavation methods. Methods for monitoring verticality of the drilled shaft walls during excavation and details of proposed corrective measures to be implemented for shafts out of tolerance.

(e) When the use of slurry is anticipated, details of the mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods, and disposal procedures.

(f) Details of methods to clean the excavated shaft including details of disposal of the excavated material and/or sediment laden water.

(g) Details of steel reinforcement placement during construction including methods to ensure cage centering and cover; cage integrity while lifted during placement (number of cranes, lift points, and spreader bars); number and location of bottom and side spacers; cage support; and tie downs during concrete placement.

(h) Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods.

(i) Details of casing installation and removal methods. Details shall include specifics on the measures to be used to seal the permanent casing into the rock layer at or below the top of rock elevation.

(j) Plans to protect existing structures including steps that the Contractor will take during drilled shaft installation to protect adjacent or nearby structures.

Revised: October262 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (k) Details of environmental control procedures including plan to prevent loss of soil, slurry or concrete into waterways, project areas, or protected areas and plans to comply with all State and Federal environmental regulations and project permitting requirements.

(l) Method to install and secure the Crosshole Sonic Logging (CSL) access tubes and Thermal Integrity Profiling (TIP) wires to the shaft reinforcing cage.

(m) Details of the concrete mix design including a slump loss graph. The slump loss graph for a proposed drilled shaft mix design shall illustrate the slump reducing slowly and still exceeding a 4-inch slump throughout the drilled shaft concrete elapsed time as defined in Section VI.A. (c) Paragraph 3.

(n) A concrete placement plan adequate to ensure that sufficient concrete is at the job site or in transit to the job site so that the entire pour can be completed without delay. Include location of the concrete plant, number of trucks, estimated delivery times, estimated time between trucks, and number of trucks at the site before placement begins. Indicate the use of tremie or concrete pump, de-airing lines, details of the seal to be used at the bottom end of the tremie or concrete pump line. The concrete placement plan shall consider the impact of concrete plant and truck breakdowns and possible delays due to traffic. Include an estimate of the concrete placement and overpouring time per drilled shaft.

(o) Methods of disposal of spoil excavation, waste slurry, waste concrete, and drilled shaft cutoffs. Sufficient details shall be presented to the Engineer to evaluate the adequacy and compliance of the Contractor’s methods of disposal with the VDOT specifications, including all related environmental permits and local regulations.

The Engineer will evaluate the drilled shaft installation plan for conformance with the plans, specifications and special provisions. Within 14 days after receipt of the installation plan, the Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given by the Engineer shall be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications.

B Preconstruction Conference

A shaft preconstruction conference will be held with the Contractor and Sub-Contractor (if applicable) prior to the start of shaft construction to discuss construction and inspection procedures. This conference will be scheduled by the Engineer after the Contractor’s submittals are approved by the Engineer.

V. FIELD DEMONSTRATION OF THE TRIAL/TEST SHAFT:

After the Drilled Shaft Installation Plan has been approved, a demonstration (non-production) drilled shaft shall be constructed to the dimensions and at the location indicated on the plans or at an alternative location approved by the Engineer. The demonstration drilled shaft shall be constructed in identical manner as that proposed for the production shafts, including the method of installation, CSL access tube installation and testing, TIP wire installation and testing, steel reinforcement, and concreting, with the exception that permanent casing is not required and the diameter of the demonstration drilled shaft shall be 72 inches for its entire length. See Figure 1 in the Special Provision for of Drilled Shafts with Osterberg Load Cells (O-Cells) for top of shaft elevation, top of rock elevation and bottom of shaft elevation.

The demonstration drilled shaft shall be tested using an Osterberg Load Cell (O-Cell). O-Cell testing of the demonstration drilled shaft shall be performed according to the Special Provision for Load Testing of Drilled Shafts with Osterberg Load Cells (O-Cell).

Revised: October263 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

The demonstration drilled shaft will be outfit with simulated defects placed in the top ten feet of the shaft to evaluate the accuracy of the nondestructive testing techniques. The Contractor shall attach up to 4 bags to the rebar cage at various locations, inside and outside of the cage, at the direction of the Engineer. The Contractor shall set the cage in a manner that does not dislodge the defects.

The diameter of the demonstration drilled shaft shall match the diameter of the production drilled shafts shown on the plans for uncased shaft unless otherwise directed by the Engineer. During the construction of the demonstration drilled shaft, the Contractor must demonstrate the adequacy of their Drilled Shaft Installation Plan. Construction of the demonstration drilled shaft will be used to determine if the Contractor’s methods, equipment, and proposed procedures are effective in producing a drilled shaft excavation and concreting that meet the requirements of the plans and specifications.

If the demonstration drilled shaft is installed on land, the spoil handling methods to be utilized during the River Shaft installations shall be implemented during this demonstration drilled shaft installation.

Failure by the Contractor to demonstrate to the Department the adequacy of methods and equipment shall be reason for the Engineer to require alterations in equipment and/or method by the Contractor to eliminate unsatisfactory results. Any additional demonstration drilled shafts required to demonstrate the adequacy of altered methods or construction equipment shall be at the expense of the Contractor. Once approval has been given to construct production shafts, no changes will be permitted in the methods or equipment used to construct the satisfactory demonstration drilled shaft without written approval of the Engineer.

The concreted demonstration drilled shaft shall be cut off 2 feet below finished grade and left in place. The disturbed areas at the sites of the demonstration drilled shaft shall be restored as nearly as practical to their original condition.

VI. MATERIALS:

A. Hydraulic Cement Concrete for Drilled Shafts

Hydraulic cement concrete shall conform to Section 217 of the Road and Bridge specifications, except as noted herein.

1. Specifications for Concrete Mixture

(a) Requirements for hydraulic cement concrete are listed in Table 1.

Table 1: Requirements for Hydraulic Cement Concrete. Design Min. Design Max. Max. Water Min. Laboratory Laboratory /Cementitious Consistency Air Class of Cementitious Compressive Permeability Aggregate Ratio (slump flow Content Concrete Content Strength at 28 at 28 Days Size No. lb. water/ in inches) (percent) (lbs/cu yd) Days (fc) (psi) (Coulombs) lb. cement

Drilled 5,000 or as 4-1/2  Shaft specified on 2500 8 635 0.40 20-26 1-1/2 Concrete the plans

(b) Requirements for Low Permeability

Revised: October264 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 1. Class F Fly Ash, granulated iron blast-furnace slag (slag cement) and silica fume shall conform to Section 215 of the Specifications. One of the following shall be used as a percent mass of the cementitious material:

 20 percent minimum Class F Fly Ash,

 40 percent minimum slag cement,

 7 percent minimum silica fume,

 Silica fume with a range of 2.5 – 5 percent combined with a minimum 15 percent Class F Fly Ash,

 Silica fume with a range of 2.5 – 5 percent combined with a minimum of 30 percent slag cement.

2. Quality Assurance for Low Permeability Concrete in Drilled Shafts - When required on the plans, testing for permeability shall be conducted and submitted as part of the concrete mix design required in IV.A. Installation Plan (m). At least two trial batches, using job materials, with permissible combination of cementitious materials shall be prepared, and test specimens shall be cast by the Contractor and tested by the Department for permeability and strength at least a month before the field application. The permeability samples shall be cylindrical specimens with a 4-inch diameter and at least 4-inches in length. They shall be moist-cured as the strength cylinders for acceptance except that the last 3 weeks of cure shall be at 100 degrees Fahrenheit  10 degrees Fahrenheit. Cylinders shall be tested at 28 days in accordance with VTM 112. The test value shall be the result of the average values of tests on two specimens from each batch. Permeability values obtained from trial batches shall be 500 coulombs below the maximum values specified.

(c) Consistency of Concrete

Self-consolidating concrete (SCC) shall meet the requirements of regular concrete except that the slump requirement shall be waived. Instead the slump flow (ASTM C 1611) shall be measured, which is the diameter of the concrete spread. The slump flow shall be 23 ± 3 inches with no visible segregation in the spread. A visual stability index (VSI) value of 0 or 1 is acceptable; a value of 2 or 3 shall be rejected (ASTM C 1611). The Engineer shall be the sole authority in this determination. The slump flow shall be compared to slump flow with the J-Ring (ASTM C 1621) and the difference shall be 2 inches or less. Combined aggregate , workability retaining admixture, and viscosity modifying admixture (VMA) may be used. The Contractor shall perform all tests under the supervision of the Engineer, or a Department representative.

The Contractor shall demonstrate by documents indicating successful experience or by trial batching that satisfactory SCC can be produced that meets the specification requirements. A concrete technologist (i.e. the admixture supplier), experienced in the production of SCC and representing the Contractor or the producer shall be present during placement. Concrete shall stay plastic and within the slump flow specified during the placement. Concrete placement shall be conducted so that air is not encapsulated and segregation does not occur.

Ensure that drilled shaft concrete maintains a slump of 4 inches or more throughout the drilled shaft concrete elapsed time. Ensure that the slump loss is gradual as evidenced by slump loss tests described below. The concrete elapsed time is the sum of the mixing and transit time, the placement time and the time required for removal of any temporary

Revised: October265 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 casing that could cause the concrete to flow into the space previously occupied by the temporary casing.

Provide slump loss tests before drilled shaft concrete operations begin, demonstrating that the drilled shaft concrete maintains a slump of at least 4 inches throughout the drilled shaft concrete elapsed time. Perform slump loss testing of the drilled shaft mix using a laboratory acceptable to the Engineer.

(d) Slump Loss Test

Conduct the slump loss test as follows:

1) Batch the actual mix design at a slump flow of 20 to 23 inches and at the highest concrete temperature expected on the job, but no less than 60ºF.

2) Batch at least 4 cu. yd. in a mixer truck. Begin timing the test when the mixing water is introduced into the mix.

3) After initial mixing, measure and record the slump, ambient temperature, concrete temperature and percent air. Ensure all concrete properties are within specifications.

4) Mix the concrete intermittently at agitation speed for 30 seconds every 15 minutes.

5) Measure and record the slump, ambient and concrete temperatures, and percent air after every other 15 minute interval until the slump is 3-1/2 inches.

After batching, ensure that the concrete maintains a minimum slump of 4 inches throughout the drilled shaft concrete elapsed time as defined in section VI. A. (c) Paragraph 3.

(e) At least three concrete test cylinders shall be taken per load.

B. Reinforcing Steel

Deformed reinforcing bars shall comply with the size, spacing, dimension, and details shown on the plans and shall conform to ASTM A 615, Grade 60, and to Sections 223 and 406 of the Specifications.

Contractor may provide threaded mechanical reinforcing steel bar coupling devices conforming to Section 406.03(e) of the Specifications for the main longitudinal reinforcing steel bars. A wedge or crimp system may be used for the spiral reinforcing steel bars only.

C. Casing

Casing shall be steel, rigid, smooth, clean, watertight, and of ample strength to withstand handling and driving stresses and pressure from concrete, the surrounding earth materials and water. The outside diameter of casing shall not be less than the specified size of the drilled shaft. The thickness of steel casings shall not be less than the following:

a. 3/8 inch for casing diameter less than 48 inches, b. 1/2 inch for casing diameter 48 to 78 inches, or c. 5/8 inch for casing diameter greater than 78 inches.

Revised: October266 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The dimensions are subject to American Pipe Institute (API) tolerances applicable to regular steel pipe. When approved by the Engineer, the Contractor may provide a casing larger in diameter than shown in the plans. All casing diameters shown on the plans refer to outside dimension (OD).

Casing pipe shall conform to ASTM A 252, Grade 2, for temporary and permanent applications. All casing, except permanent casing, shall be removed from drilled shaft excavations. Splices for permanent casing shall be welded in accordance with Section 407.04 of the VDOT Road and Bridge Specifications with no interior splice plates, producing a true and straight casing. All welding shall be in accordance with ANSI/AWS D1.1.

D. Crosshole Sonic Logging Tubes

All drilled shafts shall be equipped with access tubes for Crosshole Sonic Logging (CSL) tests at the locations shown in the plans and according to Section XV, of these Specifications. Access tubes for CSL testing shall be 2 inches I.D. schedule 40 steel pipe conforming to ASTM A 53, Grade A or B, Type E, F, or S. Pipes shall have a round, regular internal diameter and shall be free of defects or obstructions, including any defect at the pipe joints. CSL probes should be 1.35 inches diameter or smaller and 6 to 10 inches long. Each tube or steel pipe shall be fitted with a watertight shoe onto the bottom and a removable cap at the top. Both shoe and cap shall be watertight and free from corrosion, and the internal and external faces of the tubes shall be clean to ensure passage of the probes and good bond with the concrete.

E. Thermal Integrity Profiling (TIP) Wires

Drilled shafts shall be installed with TIP wires according to Section XV, of these Specifications. Shafts shall be equipped with a minimum of one thermal wire for every one-foot of drilled shaft diameter.

Thermal wires shall be evenly spaced and aligned with the longitudinal reinforcement of the shaft, and stretched to minimize the wire slack. The wires shall be tied to the reinforcement at intervals not exceeding 3 feet at locations 90º to the line connecting the reinforcement to the center of the shaft. An additional thermal wire shall be attached to another steel reinforcing bar and embedded parallel to one of the thermal wires at a fixed, radial distance of 2 inches in order to measure the thermal gradient, which will allow the temperature change to be directly converted to change in concrete cover depth.

VII. CONSTRUCTION METHODS AND EQUIPMENT:

A. Protection of Existing Structures

All reasonable precautions shall be taken to prevent damage to existing structures and utilities in accordance with Sections 107.12 and 401.03 (g) of the Specifications. These measures shall include but are not limited to, vibration monitoring and subsidence control during driving of casing, sheets, or drilling.

B. Construction Sequence

Excavation to bottom of footing elevation shall be completed before shaft construction begins unless otherwise noted in the contract documents or approved by the Engineer. Any disturbance to the footing area caused by shaft installation shall be repaired by the Contractor prior to the footing pour.

When drilled shafts are to be installed in conjunction with embankment placement, the Contractor shall construct drilled shafts after the placement of fill unless shown otherwise in the contract documents or approved by the Engineer.

Revised: October267 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Drilled shafts, constructed prior to the completion of the fill, shall not be capped until the fill has been placed as near to final grade as possible, leaving only the necessary work room for construction of the caps. C. General Methods and Equipment

1. General

The method used for drilled shaft installation shall be suitable for the intended purpose and materials encountered. The dry method, wet method, temporary casing method, or permanent casing method may be used as necessary to produce a sound and durable foundation free of defects. When a particular installation method is required in the Contract, that construction method shall be used. If no particular method is specified for use, the Contractor shall select and use one of the construction methods cited above, appropriate for site conditions, to properly accomplish the work. The permanent casing method shall be used only when required in the Contract or authorized by the Engineer. The Contractor shall submit his selected method of construction in the Drilled Shaft Installation Plan described in Section IV herein to the Engineer for approval.

Where soil and groundwater conditions vary along the site, a combination of methods may be used, as a single method of construction may be not appropriate for the entire job site. The Contractor may propose alternative methods of drilled shaft installation in his Drilled Shaft Installation Plan as appropriate, or a contingency plan to change installation method when new conditions are encountered.

2. Dry Construction Method

The dry construction method shall be used only at sites where the ground water level and soil and rock conditions are suitable to permit construction of the shaft in a relatively dry excavation, and where the sides and bottom of the shaft may be visually inspected by the Engineer prior to placing the concrete. The dry method consists of drilling the shaft excavation, removing accumulated water and loose material from the excavation, placing the reinforcing cage, and concreting the shaft in a relatively dry excavation.

The dry construction method shall only be approved by the Engineer when the trial shaft excavation demonstrates the following:

a. Less than 12 inches of water accumulates above the base of the shaft over a 1 hour period when no pumping is permitted,

b. The sides and bottom of the hole remain stable without detrimental caving, sloughing or swelling throughout the drilled shaft concrete elapsed time immediately following completion of excavation (as defined in Section VI. A. (c) Paragraph 3), and

c. Any loose material and water can be satisfactorily removed prior to shaft inspection and prior to concrete placement.

The Contractor shall use the wet construction method or the casing construction method for shafts that do not meet the above requirements for the dry construction method.

3. Wet Construction Method

The wet construction method may be used at sites where a dry excavation cannot be maintained for placement of the shaft concrete. This method consists of using water or slurry (mineral or polymer) to maintain stability of the perimeter while advancing the excavation to final depth, placing the reinforcing cage, and concreting the shaft. Where drilled shafts are located in open water areas, exterior casings shall be extended from above the water elevation into the ground to protect the shaft concrete from water action during

Revised: October268 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 placement and curing of the concrete. The exterior casing shall be installed in a manner that will produce a positive seal at the bottom of the casing so that no piping of water or other materials occurs into or from the shaft excavation.

The wet construction method may be used in combination with the dry method and temporary or permanent casing methods. The wet method may involve desanding and cleaning the slurry (for mineral slurries); final cleaning of the excavation by means of a bailing bucket, air lift, submersible pump or other approved devices; and placing the shaft concrete with a tremie or concrete pump beginning at the shaft bottom. Temporary surface casings shall be provided to aid shaft alignment and position, and to prevent sloughing of the top of the shaft excavation, unless the Contractor demonstrates to the satisfaction of the Engineer that the surface casing is not required. When using the wet method all drilled shaft operations shall be accomplished while maintaining at least 5 feet of positive head of fluid above the water table.

4. Temporary Casing Construction Method

The temporary casing method shall be used when the dry or wet construction methods are inadequate to prevent hole caving or excessive deformation of the hole. In this method the casing may be either placed in a predrilled hole or advanced through the ground by twisting, driving or vibration before being cleaned out.

When the casing is placed in a predrilled borehole and the temporary stability of the hole is needed, drilling slurry shall be used. The slurry that is trapped in the annular space behind the casing must be forced out of that space by the rising column of fluid concrete as the casing is being pulled. The slurry used to stabilize a borehole temporarily prior to the placement of casing must satisfy all of the criteria of drilling slurry for the wet method of construction.

5. Permanent Casing Construction Method

The permanent casing method shall be used to construct drilled shafts through weak caving soils that do not contribute significantly to the drilled shaft shear capacity only when required in the plans or approved by the Engineer. In this method, before beginning the excavation, a permanent casing is installed to the projected depth by advancing it through the caving material by twisting, driving, or vibration. Unless specifically allowed by the plans, placement of permanent casing in an oversized hole or temporary casing outside the permanent casing beneath the ground surface will not be allowed. If full penetration of the permanent casing cannot be attained to the projected depth, excavate a selected depth inside the permanent casing, resume casing advancing, and repeat the process as necessary until the casing reaches the projected depth. Once the required elevation is reached, clean the excavation as indicated in Section XII herein, lower the reinforcing cage, and concrete to completion.

VIII. EXCAVATION AND DRILLING EQUIPMENT:

The excavation and drilling equipment shall have adequate capacity, including power, torque and downthrust to excavate a hole of both the maximum diameter and to a depth of 20 percent beyond the depths shown on the plans or 15 feet whichever is greater.

The excavation and over-reaming tools shall be of adequate design, size and strength to perform the work shown in the plans or described herein. When the material encountered cannot be drilled using conventional earth or rock augers and/or underreaming tools, the Contractor shall provide special drilling equipment, including but not limited to: rock core barrels, rock tools, air tools, and other equipment as necessary to construct the shaft excavation to the size and depth required. Blasting is not permitted to advance the excavation unless shown on the plans and specifications. Blasting for core removal is permitted when approved by the Engineer.

Revised: October269 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The Contractor shall stabilize all drilled shaft excavations with steel casing and/or fluid above the portions of the excavations in rock except as approved by the Engineer. The Contractor shall stabilize excavations at all times from the beginning of drilling through concrete placement. The Contractor shall provide casing or slurry in rock if unstable material is anticipated or encountered during drilling. When slurry is not used, the Contractor shall not leave a partially excavated shaft open overnight unless the excavation is cased to rock.

For the purposes of this special provision, “Rock” is defined as a continuous intact natural material in which the penetration rate with a rock auger is less than 2 inches per 5 minutes of drilling using a drill rig capable of applying a minimum 35,000 pounds of down pressure (Crowd) while turning the auger for diameters equal to or less than 48 inches in diameter and at least 50,000 pounds of down pressure (Crowd) for augers greater than 48 inches in diameter. Rock augers shall be equipped with carbide teeth in good condition while performing this test. This definition excludes discontinuous loose natural materials such as boulders and man-made materials such as concrete, steel, timber, etc. In the event that Rock meeting the penetration resistance defined above is not met after the shaft has been excavated past the top of rock elevation stated on the drawings “Rock “ is defined as all natural material excavated below the top or rock elevation stated on the drawings. Concrete placement shall be completed within 8 days of beginning drilling. If concrete placement is not completed within the specified timeframe the Contractor shall over-ream the drilled shaft excavation a minimum of 1 inch and a maximum of 3 inches, or as required by the Engineer, prior to performing other operations in the excavation. Over-ream with a grooving tool, over-reaming bucket or other approved equipment at a minimum spacing of 12 inches. Over-reaming and additional shaft concrete placement shall be at no additional cost to the Department.

IX. EXCAVATIONS:

A. General

Shaft excavations shall be made at locations, shaft geometry and dimensions shown in the contract documents. The Contractor shall extend drilled shaft tip (base) elevations when the Engineer determines that the material encountered during excavation is unsuitable and/or differs from that anticipated in the design of the drilled shaft.

The Contractor shall maintain a construction method log during shaft excavation. The information recorded shall be as indicated in the “VDOT Excavation Form” provided by the Engineer. The Contractor shall record on the VDOT Excavation Form the location, dimensions, verticality, slurry test data, description of the materials encountered at all elevations, drilling time, elevation of the water table during excavation and seepage, description of any change in excavated material, elevation of top and bottom of the finished shaft, depth to the rock bearing stratum, condition of the bottom of the excavation or rock bearing surface, deviation from plan location, concrete data, a description of the tools and drill rigs used and any changes necessitated by changing ground conditions and other pertinent data to the drilled shaft operations for each drilled shaft installed. Submit a draft of this form for each completed drilled shaft within 24 hours of shaft completion. Report any unusual observation to the Engineer as soon as possible.

The Contractor shall provide areas for the disposal of unsuitable materials and excess materials removed from drilled shaft excavations and shall dispose them in accordance with Section 106.04 of the Specifications.

The Contractor shall not permit any worker to enter the drilled shaft excavation for any reason unless: a suitable casing has been installed, the water level has been lowered and stabilized below the level to be occupied, and an adequate safety equipment and procedures have been provided to the personnel entering the excavation which includes OSHA certification for confined space entry.

B. Classified Excavation:

Revised: October270 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

When designated in the contract documents, the Contractor shall perform classified excavation under standard and special excavation items. Obstruction removal shall be paid separately.

Revised: October271 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 1. Standard Excavation

Standard excavation is excavation accomplished with conventional tools such as augers fitted with either soil or rock teeth, drilling buckets, and overreaming buckets attached to drilling equipment of the size, power, torque, and down thrust (crowd) approved for use by the Engineer after successful construction of a trial drilled shaft.

2. Special Excavation

Special excavation is an excavation that requires special tools and/or procedures to accomplish hole advancement. Special excavation is paid for excavation, except obstructions, below the depth where conventional tools and the approved drilling equipment, operating at maximum power, torque and down thrust, cannot advance the hole more than 2 inches in 5 minutes and coring, air tools, etc. are required to advance the excavation. Special excavation is paid for excavation of rock defined in Section VIII.

3. Probe Holes

When required on the plans at the completion of Special Excavation, drill a minimum 2 inch probe hole one and one half shaft diameters below the base of the excavation for examination with a feeler probe as directed by the Engineer. Probe Holes shall be incidental to the cost of excavating the shaft.

C. Obstructions:

Surface and subsurface obstructions at drilled shaft locations shall be removed by the Contractor. Such obstructions may include, but are not limited to, man-made materials such as old concrete foundations and natural materials such as boulders. Special procedures and/or tools shall be employed by the Contractor after the hole cannot be advanced using conventional augers, drilling buckets and/or underreaming tools. Such special procedures/tools may include but are not limited to chisels, boulder breakers, core barrels, air tools, hand excavation, temporary casing, and increasing the hole diameter. Blasting shall not be permitted unless specifically approved by the Engineer.

D. Lost Tools

Drilling tools that are lost in the excavation shall not be considered obstructions and shall be promptly removed by the Contractor without compensation. All costs due to lost tool removal shall be borne by the Contractor including, but not limited to, costs associated with the repair of hole degradation due to removal operations or an excessive time that the hole remains open.

X. CASINGS

Casings shall be steel, smooth, clean, watertight, and of ample strength to withstand both handling and driving stresses and the pressure of both concrete and the surrounding earth materials. The outside diameter of casing shall not be less than the specified diameter of shaft, and the outside diameter of any excavation made below the casing shall not be less than the specified diameter of the shaft. No extra compensation will be allowed for concrete required to fill an oversized casing or oversized excavation. All casings, except permanent casings, shall be removed from shaft excavations. Any length of permanent casing installed below the shaft cutoff elevation, shall remain in place.

When the shaft extends above ground or through a body of water, the portion exposed above ground or through a body of water may be formed with removable casing except when the permanent casing is specified. Removable casing shall be stripped from the shaft in a manner that will not damage the

Revised: October272 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 concrete. Casings can be removed when the concrete has attained sufficient strength provided: curing of the concrete is continued for a 72-hour period; the shaft concrete is not exposed to salt water or moving water for 7 days; and the concrete reaches a compressive strength of at least 2500 psi, as determined from concrete cylinder breaks.

A. Temporary Casing

All subsurface casing shall be considered temporary unless specifically shown as permanent casing in the Contract. The Contractor shall be required to remove temporary casing before completion of concreting the drilled shaft. Telescoping, predrilling with slurry, and/or over-reaming beyond the outside diameter of the casing may be required to install casing.

If the Contractor elects to remove a casing and substitute a longer or larger-diameter casing through caving soils, the excavation shall be either stabilized with slurry or backfilled before the new casing is installed. Other methods, as approved by the Engineer, may be used to control the stability of the excavation and protect the integrity of the foundation materials.

Before the casing is withdrawn, the level of fresh concrete in the casing shall be a minimum of 10 feet above either the hydrostatic water level in the formation or the level of drilling fluid in the annular space behind the casing, whichever is higher. As the casing is withdrawn, care shall be exercised to maintain an adequate level of concrete within the casing so that fluid trapped behind the casing is displaced upward and discharged at the ground surface without contaminating or displacing the shaft concrete.

Temporary casings which become bound or fouled during shaft construction and cannot be practically removed shall constitute a defect in the drilled shaft. The Contractor shall be responsible to improve defective shafts to the satisfaction of the Engineer. Such improvement may consist of, but is not limited to, removing the shaft concrete and extending the shaft deeper to compensate for loss of frictional capacity in the cased zone, providing straddle shafts to compensate for capacity loss, or providing a replacement shaft. All corrective measures including redesign of footings caused by defective shafts shall be done to the satisfaction of the Engineer by the Contractor without either compensation or contract time extension. Additionally, no compensation will be paid for casing remaining in place.

B. Permanent Casing

Permanent casing shall be used when shown in the Contract. The casing shall be continuous between top and bottom elevations prescribed in the plans. After installation is complete, the permanent casing shall be cut off at the prescribed elevation and the shaft completed by installing necessary reinforcing steel and concrete in the casing.

In cases where special temporary casings are shown on the plans or authorized in writing by the Engineer to be used in conjunction with permanent casing, the Contractor shall maintain both alignment of the temporary casing with the permanent casing and a positive, watertight seal between the two casings during excavation and concreting operations.

XI. SLURRY:

Mineral or polymer slurries shall be employed when slurry is used in the drilling process unless other drilling fluids are approved by the Engineer. Mineral slurry shall have both a mineral grain size that will remain in suspension and sufficient viscosity and gel characteristics to transport excavated material to a suitable screening system. The percentage and specific gravity of the material used to make the mineral suspension shall be sufficient to maintain the stability of the excavation and to allow proper concrete placement.

Revised: October273 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 In locations with hard water or acidic groundwater, the slurry manufacturer shall measure the hardness, acidity, chloride and organic content of the mix water and groundwater and furnish for review and approval recommendations for modifications to the slurry that will ensure successful results in the conditions at the project site.

In locations or areas where saline or chemically contaminated ground water occurs, the use of attapulgite or sepiolite and/or additives instead of bentonite may be needed. The Contractor shall furnish, for review and approval, recommendations for the type and modification to the proposed mineral slurry that will ensure successful results in the conditions at the project site.

During construction, the level of the slurry shall be maintained at a height sufficient to prevent caving of the hole. If a sudden, significant loss of slurry to the hole occurs, the construction of that foundation shall be stopped until either a method to stop slurry loss or an alternate construction procedure has been approved by the Engineer.

The level of mineral slurry in the shaft excavation shall be maintained at a level not less than 5 feet above the highest expected piezometric pressure head along the depth of the shaft, and the level of polymer slurry shall be maintained at a level not less than 6 feet above the highest expected piezometeric pressure head along the shaft. It is anticipated that the highest piezometric pressure head is the static water elevation or the ground water elevation, however, the Contractor is responsible for determining the highest piezometric pressure head. If at any time the slurry construction method fails to produce the desired final results, in the opinion of the Engineer, the Contractor shall both discontinue this method and propose an alternate method for approval by the Engineer.

A. Mineral Slurry

Mineral slurry shall be premixed thoroughly with clean fresh water with adequate time (as prescribed by the mineral manufacturer) allotted for hydration prior to introduction into the shaft excavation. Slurry tanks of adequate capacity will be required for slurry circulation, storage, and treatment. No excavated slurry pits will be allowed in lieu of slurry tanks without the written permission of the Engineer. Desanding equipment shall be provided by the Contractor as necessary to control slurry sand content to less than 4 percent by volume at any point in the borehole at the time the slurry is introduced, including situations in which temporary casing will be used. The Contractor shall take all steps necessary to prevent the slurry from “setting up” in the shaft. Such methods may include but are not limited to agitation, circulation and/or adjusting the properties of the slurry. Disposal of all slurry shall be done off site in suitable areas by the Contractor.

The Contractor shall maintain a stable suspension at all times and keep the stability of the excavation. The Contractor shall adjust the slurry properties as necessary to bring the slurry to specifications. Mineral slurry shall have the properties listed in Table 2.

Revised: October274 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Table 2: Mineral Slurry Properties During Drilling and At the Time of Property at 70ºF Before Concrete Slurry Introduction Test Method (Units) Placement in the in the Drilled Shaft Drilled Shaft

Density in Fresh Mud density balance API- 63 to 69 64 to 75 Watera (lb/ft3) 13B-1, Section 1 Viscosity Marsh Cone Method API- 28 to 45 28 to 45 (sec per quart) 13B-1, Section 22 Electric pH meter or pH pH 8 to 11 8 to 11 indicator paper strips

Sand Contentb (%) 4% maximum 4% maximum API-13B-1 a) Density values shall be increased by two pounds per cubic foot (lb/ft3) in salt water. b) At time of concreting, sand content at any point in the drilled shaft excavation shall not exceed 4% (by volume); test for sand content as determined by the American Petroleum Institute. c) Minimum mixing time shall be 10 minutes. d) Storage time to allow for hydration shall be a minimum of 6 hours.

B. Polymer Slurry

If the Contractor proposes to use a polymer slurry, either natural or synthetic, it must be a product approved for use by the Department. Mixing of polymer slurry in the borehole will not be permitted. Slurry properties at the time of mixing and at the time of concreting must be in conformance with the written recommendations of the manufacturer. However, whatever product is used, the sand content at the base of the drilled shaft excavation shall not exceed 1 percent when measured by Method API 13B-1, Section 5, immediately prior to concreting.

The Contractor’s slurry management plan shall include detailed provisions for controlling the quality of the slurry, including tests to be performed, testing frequency, the test methods, and the maximum and/or minimum property requirements that must be met to ensure that the slurry meets its intended functions in the subsurface conditions at the construction site and with the construction methods that are to be used. The slurry management plan shall include a set of the slurry manufacturer’s written recommendations.

Revised: October275 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Polymer slurry shall have the properties listed in Table 3.

Table 3: Polymer Slurry Properties. During Drilling and At the Time of Property at 70ºF Before Concrete Slurry Introduction Test Method (Units) Placement in the in the Drilled Shaft Drilled Shaft

Density in Fresh Mud density balance API- a 3 63 to 65 65 to 67 Water (lb/ft ) 13B-1, Section 1 Viscosity Marsh Cone Method API- 50 maximum 50 maximum (sec per quart) 13B-1, Section 2.2 Electric pH meter or pH pH 8 to 10 8 to 10 indicator paper strips

Sand Contentb (%) 0.3% maximum 1% maximum API-13B-1 a) Density values shall be increased by two pounds per cubic foot (lb/ft3) in salt water. b) At time of concreting, sand content at any point in the drilled shaft excavation shall not exceed 1% (by volume); test for sand content as determined by the American Petroleum Institute. c) Minimum mixing time shall be 15 minutes. d) Storage time to allow for hydration shall be minimum of 4 hours.

C. Water as Drill Fluid

If approved by the Engineer, the Contractor may use only water as a drilling fluid. All of the provisions in the table shown in this section for mineral slurries shall be met, except that the maximum density shall not exceed 70 pcf.

D. Slurry Testing

Slurry testing shall include the following tests, as a minimum: Density test (API 13B-1, Section 1), viscosity test (Marsh funnel and cup, API-13B-1, Section 2.2 or approved viscometer), pH test (pH meter, litmus paper), and sand content test (API sand content kit, API 13B-1, Section 5).

Tests should be performed when the slurry temperature is above 40 degrees Fahrenheit.

Tests to determine density, viscosity and pH value shall be performed during the shaft excavation to establish a consistent working pattern. A minimum of four sets of tests shall be made during the first 8 hours of slurry use. When the results show consistent behavior, the testing frequency may be decreased to one set every four hours of slurry use.

The Contractor shall ensure that a heavily contaminated slurry suspension, which could impair the free flow of concrete, has not accumulated in the bottom of the shaft. Prior to placing concrete in any shaft excavation, the Contractor shall take slurry samples using a sampling tool approved by the Engineer. Slurry samples shall be extracted from the base of the shaft and at intervals not exceeding 10 feet up the slurry column in the shaft, until two consecutive samples produce acceptable values for density, viscosity, and pH.

When any slurry samples are found to be unacceptable, the Contractor shall take whatever action is necessary to bring the slurry within specifications requirements. Concrete shall not be poured until the slurry in the hole is re-sampled and tests results produce acceptable values.

Revised: October276 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Reports of all tests required above, signed by an authorized representative of the Contractor, shall be furnished to the Engineer on completion of each drilled shaft.

XII. EXCAVATION INSPECTION:

The Contractor shall provide equipment for checking the dimensions and alignment of each shaft excavation. The dimensions and alignment shall be determined by the Contractor under the direction of the Engineer. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final cleaning. Unless otherwise stated in the plans, a minimum of 50 per cent of the base of each shaft will have less than 1/2 inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 1-1/2 inches. Shaft cleanliness will be determined by the Engineer, by visual inspection for dry shafts or other methods deemed appropriate by the Engineer for wet shafts.

For dry excavations, the maximum depth of water shall not exceed 3 inches prior to concrete pour.

For dry shafts, the sidewalls shall be visually free of cuttings that may have been smeared on the walls during the removal and insertion of drilling tools.

The Contractor will allow the Department up to 24 hours after the excavation is completed to perform bottom cleanliness testing with the DING Testing Device and the GRL/PDI Squid.

XIII. CONSTRUCTION TOLERANCES:

The following construction tolerances apply to drilled shafts unless otherwise stated in the Contract:

(a) The center of the drilled shaft shall be within 3 inches of plan position in the horizontal plane at the plan elevation for the top of the shaft.

(b) The vertical alignment of a vertical shaft excavation shall not vary from the plan alignment by more than 1.5 percent of the total shaft length.

(c) After all the concrete is placed; the top of the reinforcing steel cage shall be no more than 6 inches above and no more than 3 inches below plan position.

(d) The top elevation of the shaft shall have a tolerance of plus 1 inch or minus 3 inches from the plan top-of-shaft elevation.

(e) Excavation equipment and methods shall be designed so that the completed shaft excavation will have a planar bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of ± 3/8 inch per foot of diameter.

Drilled shaft excavations and completed shafts not within the required tolerances are unacceptable. The Contractor shall be responsible for correcting all unacceptable shaft excavations and completed shafts to the satisfaction of the Engineer. Materials and work necessary to complete corrections for out-of-tolerance drilled shaft excavations, including engineering analysis and redesign, shall be furnished without either cost to the Department or a contract time extension.

XIV. REINFORCING STEEL CAGE CONSTRUCTION AND PLACEMENT:

The reinforcing steel cage, consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances, shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted, and prior to concrete placement. Internal stiffeners shall be removed as the cage is placed in the shaft so as not to interfere with the concrete placement.

Revised: October277 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within the tolerances in Section XIII herein. Plastic spacing devices shall be used near the bottom and at intervals not exceeding 10 feet up the shaft to ensure concentric spacing for the entire cage length. Use a minimum of one spacer per 30 inches of circumference of the casing with a minimum of three at each layer. The spacers shall be of adequate dimension to ensure a minimum 3 inch annular space between the outside of the reinforcing cage and the side of the excavated hole. Approved cylindrical feet (bottom supports) shall be provided to ensure that the bottom of the cage is maintained the proper distance above the base.

Hooks at the top of the reinforced steel cage shall not be bent outward if a temporary casing is to be used. Interior hooks must be designed to permit adequate clearance for the concrete tremie pipe or concrete pump (i.e. 10 inches minimum space). Hooks may be placed on dowels that may be rotated after concrete placement or casing removal and repositioned after the tremie or concrete pump is removed. The concrete must be fluid during dowel repositioning.

The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the upward displacement of the rebar cage exceeds 6 inches or if the downward displacement exceeds 3 inches, the drilled shaft will be considered defective. Corrections shall be made by the Contractor to the satisfaction of the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer.

If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length by adding longitudinal reinforcing bars at the bottom of the cage. Tie or spiral bars shall be continued for the extra depth and the stiffener bars shall be extended to the final depth. All longitudinal and transverse bars must be lap spliced or spliced with mechanical splices. Welding to the reinforcing steel will not be permitted unless specifically shown in either the plans or special provisions.

When concrete placement does not immediately follow cage placement, the Contractor shall remove the steel from the excavation unless the Engineer directs otherwise. If the cage is removed, the Contractor shall recheck excavation cleanliness in accordance with this special provision prior to reinstalling the cage.

XV. INSTALLATION REQUIREMENTS FOR CSL AND TIP INTEGRITY TESTS:

Unless otherwise directed by the Engineer, drilled shafts shall be fitted with both cross-hole sonic logging (CSL) test tubes and Thermal Integrity Profiling (TIP) test wires to evaluate shaft integrity as indicated in the plans, Contract, or as designated by the Engineer. The Contractor shall install the CSL access tubes or pipes and TIP wires as nearly parallel to and as far as possible from the longitudinal bars. The number of tubes and wires to be installed per each drilled shaft diameter is as indicated in Table 4.

Table 4: Requirements for CSL Tube and TIP Wire Location. Tube or Wire Spacing Drilled Shaft Diameter Number of CSL Tubes or TIP (Spacing based on a central (feet) Wires angle in degrees) 3 to 5 4 minimum 90 degrees 5.5 to 7 6 minimum 60 degrees 7.5 to 9 8 minimum 45 degrees Greater than 10 feet 10 minimum 36 degrees

Revised: October278 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The CSL tubes and TIP wires shall be installed according to the following:

Securely attached to the interior of the reinforcement cage using wire ties spaced every five feet

With a minimum concrete cover of 3 inches,

Within 6 inches of the bottom of the shaft.

As near to vertical and parallel as possible.

In a regular and symmetric pattern such that each tube/wire is spaced a maximum distance possible from its adjacent tube/wire and distributed around the drilled shaft perimeter as indicated by the central angle in Table 4.

Extend from the bottom of the drilled shaft to at least 3 feet above the top of the drilled shaft, or 2 feet above the ground surface for shafts with cut-offs below the ground surface.

Lift and lower the steel reinforcement so as not to damage the tubes and wires. CSL tubes must be capped to prevent concrete or debris from entering during manipulation of the cage and concreting. The CSL tubes shall be filled with clean water no later than 4 hours after concrete placement. Do not break the bond between the tube and the concrete by applying excessive torque, hammering, or other sort of stress while removing the caps or plugs from the pipes. For production shafts and upon completion of the CSL tests, remove all the water from the access tubes or drilled holes and fill with an approved grout. CSL testing procedures are in Section XVII herein.

XVI. CONCRETE PLACEMENT:

A. General

Concrete placement shall be performed in accordance with the applicable portions of the general specifications on concrete materials in Section VI. above and with the requirements herein.

Concrete shall be placed as soon as possible after reinforcing steel placement. Concrete placement shall be continuous from the bottom to the top elevation of the shaft. Concrete placement shall continue after the shaft excavation is filled until good quality concrete is evident at the top of shaft. Concrete shall be placed either by free fall or through a tremie or concrete pump. Free fall placement shall only be permitted in dry holes. Concrete placed by free fall shall fall directly to the base without contacting either the rebar cage or hole sidewall.

Subject to performance satisfactory to the Engineer in the trial shaft construction, concrete may be placed in dry shafts less than 5 feet in diameter by allowing the concrete to free fall up to 60 feet into the excavation; and free fall distance may be increased to 100 feet in dry shafts at least 5 feet in diameter. Drop chutes shall be used to direct concrete to the base during free fall placement.

The elapsed time from the beginning of concrete placement in the shaft to the completion of the placement shall not exceed 2-hours. Admixtures such as water reducers, plasticizers, and retarders shall not be used in the concrete mix unless permitted in the Contract or as approved by the Engineer. All admixtures, when approved for use, shall be adjusted for the conditions encountered on the job. The Contractor may request a longer placement time provided he supplies a concrete mix that will maintain a minimum 4 inch slump throughout the drilled shaft concrete elapsed time in Section VI. A. (c) Paragraph 3 as demonstrated by trial mix and slump loss tests.

Revised: October279 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The Contractor shall plot the theoretical and actual concrete volume curves on the “DRILLED SHAFT CONCRETE VOLUMES FORM” during concrete placement.

The Contractor shall not drill adjacent shafts or allow any equipment wheel loads or excessive vibrations to occur at any point within a 20 foot radius of the drilled shaft within the first 16 hours after a drilled shaft has achieved its initial concrete set (as determined by the Engineer) unless the concrete has reached a strength of at least 1500 psi as determined by the Maturity Test Method in accordance with ASTM C 1074.

B. Tremies

Tremies may be used for concrete placement in either wet or dry holes. Tremies used to place concrete shall consist of a tube of sufficient length, weight, and diameter to discharge concrete at the shaft base elevation. The tremie shall not contain aluminum parts that will have contact with the concrete. The tremie inside diameter shall be at least 6 times the maximum size of aggregate used in the concrete mix but shall not be less than 10 inches. The inside and outside surfaces of the tremie shall be clean and smooth to permit both flow of concrete and unimpeded withdrawal during concreting. The wall thickness of the tremie shall be adequate to prevent crimping or sharp bends. Tremie pipe clamps shall not be below water, in an area where they cannot be observed, nor in an area inaccessible to personnel unless otherwise approved in writing by the Engineer.

The tremie used for wet excavation concrete placement shall be watertight. Underwater or under- slurry placement shall not begin until the tremie is placed to the shaft base elevation, and the concrete shall be kept completely separated from the water or slurry prior to the time it is discharged. Valves, bottom plates or plugs may be used for this purpose only if concrete discharge can begin within one tremie diameter of the base of the drilled shaft. Plugs shall either be removed from the excavation or be of a material, approved by the Engineer, which will not cause a defect in the shaft if not removed. The discharge end of the tremie shall be constructed to permit the free radial flow of concrete during placement operations. The tremie discharge end shall be immersed at least 7 feet in concrete at all times after starting the flow of concrete. The flow of the concrete shall be continuous. The level of the concrete in the tremie shall be maintained above the level of slurry or water in the borehole at all times to prevent water or slurry intrusion into the shaft concrete.

If at any time during the concrete pour, the tremie line orifice is removed from the fluid concrete column and discharges concrete above the rising concrete level, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal as directed by the Engineer and repour the shaft.

C. Pumped Concrete

Concrete pumps and lines may be used for concrete placement in either wet or dry excavations. All pump lines shall have a minimum 4 inch diameter and be constructed with watertight joints. Concrete placement shall not begin until the pump line discharge orifice is at the shaft base elevation. Pipe clamps or pipe welds shall not be below water, in an area where they cannot be observed, nor in an area inaccessible to personnel unless otherwise approved in writing by the Engineer.

A plug or similar device shall be used in wet excavations to separate the concrete from the fluid in the hole until pumping begins. The plug shall either be removed from the excavation or be of a material, approved by the Engineer, that will not cause a defect in the shaft if not removed.

The discharge orifice shall remain at least 7 feet below the surface of the fluid concrete. When lifting the pump line during concreting, the Contractor shall temporarily reduce the line pressure until the orifice has been repositioned at a higher level in the excavation.

Revised: October280 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 If at any time during the concrete pour the pump line orifice is removed from the fluid concrete column and discharges concrete above the rising concrete level, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal as directed by the Engineer, and repour the shaft.

D. Drop Chutes

When free-fall concrete placement is used in excavations where the maximum depth of water does not exceed 3 inches, drop chutes shall be used to direct the placement. Free-fall concrete placement is not permitted in wet excavations. Drop chutes shall consist of a smooth tube of either one piece construction or sections that can be added and removed. A drop chute can also be a hopper with a short tube to direct the flow of concrete. Concrete may be placed through either the hopper at the top of the tube or side openings as the drop chute is retrieved during concrete placement. If concrete placement causes the shaft excavation to cave or slough, or if the concrete strikes the rebar cage or sidewall, the Contractor shall reduce the height of free fall and/or reduce the rate of concrete flow into the excavation. If caving or sloughing of the shaft walls occurs during free-fall placement of concrete, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal as directed by the Engineer and repour the shaft. If concrete placement cannot be satisfactorily accomplished by free fall in the opinion of the Engineer, the Contractor shall use either tremie or pumping techniques to accomplish the pour.

Replacement of defective shafts shall be at no additional cost to the Department.

XVII. NONDESTRUCTIVE EVALUATION:

A. General

When called for in the Contract, specific completed drilled shafts, the number and/or location of which are specified, shall be subjected to nondestructive tests to evaluate their structural integrity. The Contractor shall perform and submit reports of such tests to the Engineer in a timely manner. The drilled shafts designated for both CSL and Thermal Integrity Profiling (probe method) shall be tested between one hundred sixty eight (168) and one hundred ninety two (192) hours after concrete placement. Thermal Integrity Profiling (thermal wire method) shall be performed in accordance with XVII.C.5. The Contractor shall employ the services of a Testing Consultant to perform and interpret the results. The Testing consultant shall have a licensed professional engineer supervising the testing and interpreting the results. The Testing Consultant shall be an independent testing agency with documented and approved experience in CSL and TIP testing on at least five (5) projects of similar or greater scope within the last two (2) years. The Consultant qualifications and a description of the equipment used shall be submitted to the Engineer for approval at least 21 calendar days prior to beginning drilled shaft installation. For each project cited, the names and phone numbers of owner’s representatives who can verify the Testing Consultant’s participation on those projects shall be provided. Within 14 days after receipt of the installation plan, the Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements. The report on the tests on any given shaft must be submitted to the Engineer within 5 working days of the performance of the tests on that shaft. The Engineer will evaluate and analyze the results and provide to the Contractor a response regarding the acceptability of the shaft that was tested within 3 working days of receipt of the test report.

The Contractor may continue to construct drilled shafts before the receipt of notice of acceptance of the tested shaft or shafts by the Engineer; however, if the Engineer finds the tested shaft(s) to be unacceptable, the Contractor shall be required to repair, at the Contractor’s expense, the unacceptable shaft to the satisfaction of the Engineer and (a) prove to the satisfaction of the Engineer, at no expense to the Department, the acceptability of all shafts constructed since the unacceptable shaft was constructed and the acceptability of the procedure to be used in

Revised: October281 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 constructing future shafts, or (b) cease all drilled shaft construction until a new construction procedure has been proposed by the Contractor and accepted by the Engineer. In the latter case, those drilled shafts constructed after the unacceptable shaft shall be repaired to the satisfaction of the Engineer at the Contractor’s expense. If any repair procedures or revisions to the Contractor’s installation procedure are proposed by the Contractor, the Contractor shall submit a written plan to the Engineer to repair defects and revise construction procedures. If these plans involve changes to the structural design of the shafts, shaft caps, or to the geometry of the shafts, any redesign proposed in the Contractor’s plan to the Engineer shall be performed at the Contractor’s expense by a Professional Engineer holding a valid license to practice engineering in the Commonwealth of Virginia.

B. Crosshole Sonic Logging CSL Test

1. General

Crosshole Sonic Logging (CSL) is a nondestructive testing (NDT) method that measures the time for an ultrasonic pulse to travel from a signal source inside an access tube to a receiver inside another access tube and evaluates the integrity of drilled shafts. The travel time between these equidistant tubes will be relatively constant from the bottom to the top of the drilled shafts and correspond to a reasonable concrete pulse velocity in uniform, good quality concrete. The CSL test will also produce records with good signal amplitude and energy in uniform, good quality concrete. Longer travel times and lower amplitude/energy signals indicate the presence of irregularities such as poor quality concrete, voids, honeycombs, or soil intrusions. The signal will be completely lost by the receiver and system recorder for more severe defects such as voids and soil intrusions.

The Contractor shall install access tubes intended for CSL testing and perform the test(s) as indicated in the plans, and in Sections IV. A. (l), VI. D., and XV herein. When the Contractor is required to perform CSL tests, he must only employ experienced personnel and engage the services of approved independent testing firm with previous experience in CSL testing. The Contractor shall submit to the Engineer for his approval the list of personnel and testing firms he intends to use during the CSL testing program along with their competence and field experience to perform evaluate, and report the results of CSL tests. The Contractor shall perform the CSL tests in the number and locations specified or as requested by the Engineer, and he shall execute the test after at least 48 hours of concrete curing to allow for curing of the concrete. The Engineer may specify a longer curing time when retarders are used in the mix design, or other factors that may result in a slower rate of concrete setting. All CSL testing must be completed within forty five calendar days of concrete placement.

The Contractor shall assure that the test probes can pass through and down the tubes to the bottom of every installed tube before starting the CSL test. If a tube is obstructed, the Contractor, at his expense, shall core a hole large enough to accommodate the probe through its full length in the drilled shaft and near the obstructed tube to the depth indicated in the plans for that CSL tube. Core equipment, procedure, and location of the hole shall be approved by the Engineer prior to beginning coring. Logged results of the core drilling shall be submitted to the Engineer along with the cores. The CSL test may commence after the core hole is inspected and the probes can pass through.

The Contractor is responsible for submission of the CSL test report to the Engineer within 5 work days of its performance for a specific drilled shaft. The Engineer will evaluate and analyze the CSL test results within 3 working days of their receipt and provide the Contractor with a response regarding the acceptability of the drilled shaft tested.

Revised: October282 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 2. Equipment for the Crosshole Sonic Logging, CSL, Test

The CSL test equipment consists of the following components:

a. A microprocessor-based CSL system or analyzer for display of individual CSL records, analog-digital conversion and recording of CSL data, analysis of receiver responses, and printing of CSL logs.

b. Ultrasonic emitter and receiver probes for 2 inches I.D. pipe.

c. An ultrasonic voltage pulse to excite the source with a synchronized triggering system to start the recording system.

d. Winch, tripod and connecting cables.

e. A depth measurement device to determine recorded depths.

f. Appropriate filter/amplification and cable systems for CSL testing.

3. Logging Procedures for Crosshole Sonic Logging, CSL, Test

The test should proceed from the bottom to the top of the test tubes and in depth increments of about 3 inches to include the full depth of both tubes. Any slack shall be removed from the cables prior to pulling the probes providing accurate depth measurement records. Test a pair of perimeter and/or diagonal tubes, and include evaluation of the condition of the drilled shaft bottom. The source and receiver should be lifted simultaneously at a speed less than 1 ft per second, and a set of readings carefully taken at their corresponding depths. The CSL tests shall be carried out with the source and receiver probes in the same horizontal plane unless test results indicate potential anomalies/defects, in which case the questionable zone may be further evaluated with fan shape or angled tests (source and receiver are vertically offset inside the tubes). Equipment, procedure, and evaluation shall be adjusted to detect, locate, and assess the extent of any irregularity or void that appears in the path of the sonic pulse. Any anomalies/defects indicated by longer pulse arrival times and significantly lower amplitude/energy signals shall be reported to the Engineer on site and any further tests shall be carried out as necessary to evaluate the extent of such anomalies/defects at no additional cost to the Department.

Additional testing shall be conducted if anomalies are detected or suspected during the test. Drilled shaft bottom and top elevations, shaft length and construction dates shall be provided to the testing organization before or at the time of the CSL tests. Levels will be taken on top of each tube, and actual tube plumbness and length be recorded. CLS tests shall be conducted between pairs of tubes, and the determination of which pairs to be tested made by the independent testing agency.

4. Reporting Results of the Crosshole Sonic Logging, CSL, Test

Results of CSL test shall be presented in a report including:

a. A brief explanation of how the test was performed, the CSL logs, the analyses, and the test results of each drilled shaft.

b. The arrangement of the tubes and their dimensions per drilled shaft tested.

c. A Plan View of the CSL test locations in relation to the bridge foundation.

Revised: October283 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 d. Arrival time of acoustic pulse versus depth in each pair of tubes for every drilled shaft tested.

e. Pulse energy/amplitude versus depth in each pair of tubes for every drilled shaft tested.

f. A CSL log for each pair of tubes tested, and when applicable, with any anomaly/defect zones properly discussed. Any zone with long arrival times and low power relative to other zones should be considered anomalous.

C. Thermal Image Profile TIP Test

1. General:

The drilled shafts shall be tested using both Tip Probe in Access Tube Method and Thermal Wires Method. Thermal Integrity Profiling (TIP) uses the heat generated by curing cement (hydration energy) to assess the quality of drilled shafts. The expected temperature at any location is dependent on the shaft diameter, mix design, time of measurement, and distance to the center of the shaft. TIP measurements may be used to estimate the actual shape of the shaft as well. These estimates may be compared with concreting logs to assess the overall quality of the shaft. Good communication between the Contractor, the Drilled Shaft Contractor and TIP Consultant is essential.

TIP measurements that are colder than normal indicate necks, Inclusions, or poor quality concrete, while warmer than normal measurements are indicative of bulges. Variations of temperatures between tubes reveal cage eccentricity.

2. EQUIPMENT REQUIREMENTS FOR TIP

The Thermal Integrity Profiler (TIP) equipment shall be manufactured by Pile Dynamics, Inc., (30725 Aurora Rd., Cleveland Ohio 44139, USA, phone: 216-831-6131; fax 216-831-0916, www.pile.com). The equipment shall have the following minimum requirements:

(Probe or wire option) A computer based TIP data acquisition system for (a) display of signals during data acquisition (probe option only), or (b) to monitor temperature versus time after casting (wire option only).

(Probe option only) Thermal probe with four infrared sensors equally spaced at 90º around the perimeter that read temperatures of the tube wall to within 1ºF accuracy. The probes shall be less than 1.25 inches in diameter and shall freely descend through the full depth of properly installed access tubes in the drilled shafts.

(Probe option only) One depth encoder sensor to determine probe depths.

(Probe option only) Ability to collect data at user specified depth increment.

(Wire option only) Ability to collect data at user defined time intervals (typically 15 to 60 minutes).

3. TIMING OF THE TIP TEST (PROBE METHOD ONLY)

The drilled shaft shall be tested between one hundred sixty eight (168) and one hundred ninety two (192) hours after concrete placement in the drilled shaft to be tested. The test shall be conducted immediately after completion of the Cross-Hole Sonic Logging (CSL) test.

Revised: October284 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 4. TIP PROCEDURE (PROBE METHOD ONLY)

The Contractor shall provide the Engineer and TIP Consultant with a record of the drilled shaft lengths with elevations of the top and bottom, and installation date and times of the drilled shafts before TIP testing. The access tubes shall be clearly labeled for identification by the TIP Consultant.

The water in the access tubes shall be removed. Contractor shall supply a sufficient sized AC generator to power a compressor of sufficient pressure rating to air lift the water from the tubes. Water shall be stored in container and reinstalled in the tubes after completing tests to maintain tube viability for other subsequently performed tests.

The TIP probe shall be acclimated to the ambient temperature of the shaft for a minimum 15 minutes before the first test either by immersion in the removed water, or installing into either filled or unfilled access tubes at least 10 feet below the top of concrete.

The TIP testing shall be performed with the probe inserted into the top of the dewatered access tube. The cable for the probe shall be positioned over the encoder wheel positioned at the top of the access tube being tested. Both thermal probe and encoder shall be attached to the TIP data acquisition system and monitored during the entire tube length.

The TIP probe shall be slowly lowered from the top at a rate not to exceed 0.5 ft/sec with TIP measurements taken at intervals of 2 to 6 inches. The test shall be repeated until two sets of data from the same access tube give similar results. The probe and encoder shall then be moved to the next dewatered tube and the process is repeated until all tubes have been successfully tested.

Potential local defects indicated by locally low temperatures relative to the average temperature at that depth, or average temperatures significantly lower than the average temperatures at other depths, shall be reported to the Engineer immediately.

5. TIP PROCEDURE (THERMAL WIRE METHOD ONLY)

Thermal wires shall be connected to a Thermal Access Port (TAP) preferably prior to casting concrete, or immediately following casting. Data shall be collected by the TAP every 15 minutes for one hundred ninety two (192) hours. After data collection period completion, the TAP shall be connected to the main TIP data acquisition unit and the data files shall be downloaded for inspection of temperatures versus depth.

Potential local defects indicated by locally low temperatures relative to the average temperature at that depth, or average temperatures significantly lower than the average temperatures at other depths, shall be reported to the Engineer immediately.

6. TIP RESULTS

Results of the TIP shall be presented in a written report within (5) working days of completion of testing. The report shall present results of TIP tests including:

1. Graphical displays of all temperature measurements (probes or wires) versus depth.

2. Indication of unusual temperatures, particularly significantly cooler local deviations from the average at any depth from the overall average over the entire length, in either probe or thermal wire measurements.

3. The overall average temperature. This temperature is proportional to the average radius computed from the actual total concrete volume installed (assuming a consistent concrete mix throughout). Radius at any point can then be determined from the temperature at that point compared to the overall average temperature.

Revised: October285 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

4. Variations in temperature between tubes (at each depth) which in turn correspond to variations in cage alignment. Where concrete volume is known, the cage alignment or offset from center should be noted.

5. Where shaft specific construction information is available (e.g. elevations of the top of shaft, bottom of casing, bottom of shaft, etc.), these values should be noted on all pertinent graphical displays.

XVIII. ACCEPTANCE OF DRILLED SHAFTS:

Acceptance of drilled shafts shall be based on meeting the requirements as set forth in the Contract Documents. Drilled shafts will not be acceptable if:

A. Based on Specifications

1. Requirements of the Specifications or this Special Provision for Drilled Shaft are not adhered to during construction.

2. Drilled shafts are out of tolerance. The Contractor shall correct completed drilled shaft to acceptable tolerances before proceeding with new drilled shaft construction and submit correction for the Engineer’s approval.

3. When applicable, slurry out of tolerance, especially during late introduction into the drilled shaft and before concreting.

4. Drilled shaft walls cave-in due to improper use of casing or slurry; or failure to use weighting agents in the slurry in running groundwater.

5. Temporary casing that cannot be removed.

6. Horizontal separations or severe neck occur in the drilled shaft walls when pulling temporary casing with concrete adhering to it.

7. Slurry is not adequately agitated or concrete is not placed in a timely manner causing excessive build-up of mud cake on the wall of the excavation.

8. Horizontal sand lens in concrete is produced by pulling tremie or pump line out of concrete when concreting under slurry or water.

9. Quarter-moon-shaped soil intrusion on the side of the drilled shaft is created by interruption in flow of concrete being pumped or tremied into slurry-filled hole or concrete from inner casing spilling into the over break zone behind outer casing of telescoping casing.

10. Soft or loose drilled shaft bottom is caused by incomplete bottom cleaning, side sloughing, or sedimentation of cuttings from slurry column where base bearing is required.

11. Voids are created outside the reinforcing steel cage when low slump concrete is introduced into the drilled shaft.

12. Honeycombing, washout of fines, or water channels occur in the concrete if concrete is placed directly into water.

13. Debris is folded-in due to insufficient cleaning of the drilled shaft excavation or excessive sand in the slurry.

Revised: October286 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

14. The mix design has been altered or extra water has been added without the approval of the Engineer.

15. Drilled shafts that cannot be completed within the required tolerances. The Contractor shall submit correction methods for the Engineer’s approval.

B. Based on the Cross Hole Sonic Logging (CSL) Tests and Thermal Integrity Profiling (TIP)

Unacceptable drilled shaft CSL or TIP testing results shall be conclusive evidence that a defect exists in the drilled shaft that will result in inadequate or unsafe performance of the drilled shaft under service loads. The acceptance of each drilled shaft based on the results of the drilled shaft integrity testing report(s) and other information on the drilled shaft placement shall be the decision of the Engineer. If the CSL or TIP records are inconclusive, the Engineer may require coring or excavation of the drilled shaft to verify drilled shaft conditions. If a defect is confirmed, the Contractor shall be responsible for all coring or excavation costs. If no defect is encountered, the Department will pay for all coring or excavation costs, including grouting core holes. Cores that cannot be advanced to the location of interest will not be paid for.

If testing discloses voids or discontinuities in the concrete which indicate that the drilled shaft is not structurally adequate, the drilled shaft shall be rejected, and construction of additional drilled shafts shall be suspended until the Contractor repairs, replaces or supplements the defective work, and the Engineer approves the remedial work. The Contractor shall suspend drilled shaft construction and submit proposed changes to the methods of drilled shaft construction to the Engineer in writing. The Contractor shall not resume drilled shaft construction until the Engineer approves the proposed drilled shaft construction method changes.

If any drilled shaft is determined to be unacceptable, the Contractor shall submit a plan for remedial action to the Engineer for approval. Any proposed modifications to the foundation drilled shafts and load transfer mechanisms caused by the remedial action will require calculations and working drawings signed and sealed by a Professional Engineer, hired by the Contractor and holding a valid license to practice engineering in the Commonwealth of Virginia, for all foundation elements affected. The Contractor shall provide all labor and materials required to design and repair or remediate drilled shafts at no additional cost to the Department and with no contract time extension.

The Contractor may continue to construct drilled shafts at his own risk before the receipt of notice of acceptance by the Engineer of the previously tested drilled shafts or drilled shafts constructed by a modified means and method of construction. However, if the Engineer finds the tested drilled shaft or drilled shafts constructed after the tested drilled shaft to be unacceptable, the Contractor shall repair the unacceptable drilled shafts and prove the acceptability of all drilled shafts constructed since the unacceptable drilled shaft was built and the acceptability of the procedure to be used in construction of future drilled shafts to the satisfaction of the Engineer and at no additional cost to the Department, or cease all drilled shaft construction until a new construction procedure has been proposed by the Contractor and accepted by the Engineer. In the latter case, drilled shafts built after the unacceptable drilled shaft shall be repaired at the Contractor’s expense and to the satisfaction of the Engineer. Repair, remediation, or replacement of unacceptable drilled shafts by the Contractor will not be considered as the basis for a contract time extension.

The Engineer will make the final acceptance decision of whether the drilled shaft is rejected and must be replaced or if repairs can or should be made on a drilled shaft by drilled shaft basis.

Revised: October287 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 XIX. MEASUREMENT AND PAYMENT:

Standard Excavation Drilled Shafts (Diameter) will be measured in linear feet along the centerline of shaft from the plan top of shaft elevation to the final authorized and accepted bottom of shaft elevation and will be paid for at the contract unit price per linear foot of completed STANDARD EXCAVATION of the diameter shown on the plans, exclusive of the linear feet of authorized SPECIAL EXCAVATION.

This price shall include excavating the shaft, furnishing and installing temporary casing or slurry as necessary, installing crosshole sonic logging tubes, installing TIP wires and placing concrete. Reinforcing steel will be measured and paid for separately.

Special Excavation Drilled Shafts (Diameter) will be measured in linear feet along the centerline of the shaft from the elevation authorized for measurement as SPECIAL EXCAVATION of the diameter shown on the plans to the final elevation authorized for measurement as SPECIAL EXCAVATION and will be paid for at the contract unit price per linear foot of completed SPECIAL EXCAVATION. This price shall include excavating the shaft, installing temporary casing or slurry as necessary, installing crosshole sonic logging tubes, installing TIP wires and placing concrete.

After an elevation is authorized for SPECIAL EXCAVATION, SPECIAL EXCAVATION will be measured for payment for a minimum of 3 feet through earth seams, rock fragments and voids. If the material excavated is discontinuous, measurement and payment will revert to STANDARD EXCAVATION at the elevation where SPECIAL EXCAVATION is no longer encountered.

Reinforcing Steel will be measured and paid for in accordance with Section 406 of the Specifications

Undefined Obstructions will be paid for under Section 109.05 of the Specifications and there will be no measurement under this item.

Trial Shaft (Diameter) will be measured in linear feet along the centerline of shaft from an elevation 1 foot above the existing ground surface elevation at the center of the trial shaft hole prior to drilling to the authorized bottom elevation of the hole and will be paid for at the contract unit price per linear foot of the diameter shown on the plans for uncased shaft. This price shall include excavating the trial shaft through whatever materials are encountered to the bottom of shaft elevation or as authorized by the Engineer, temporary casing, slurry, furnishing and placing the reinforcing steel, installing crosshole sonic logging tubes, installing TIP wires, installing simulated defects, concreting the shaft, and restoring the site.

Crosshole Sonic Logging (CSL) Testing will be measured in units of each and will be paid for at the contract unit price per each shaft tested. This price shall include mobilizing, installing, instrumenting, performing, and documenting the CSL tests.

Thermal Image Profile (TIP) Testing will be measured in units of each and will be paid for at the contract unit price per each shaft tested. This price shall include mobilizing, installing, instrumenting, performing, and documenting the TIP tests.

Permanent Steel Casing (Diameter), when indicated on the plans, will be measured in linear feet along the permanent casing from the top of the casing to the tip elevation for the diameter indicated and will be paid for at the contract unit price per foot. This price shall include furnishing and installing the casing in the shaft excavation. Permanent casing will be paid for only when permanent casing is shown on the plans or when the Engineer directs the Contractor to leave a casing in place such that it becomes a permanent part of the shaft. No payment will be made for temporary steel casings that become bound or fouled during shaft construction and cannot be practicably removed.

Revised: October288 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Installation of permanent casings with an alternate diameter will be paid at this unit price.

Payment will be made under:

Pay Item Pay Unit

Standard Excavation Drilled Shaft (diameter) Linear Foot

Special Excavation Drilled Shaft (diameter) Linear Foot

Trial Shaft (diameter) Linear Foot

Crosshole Sonic Logging (CSL) Testing Each

Thermal Image Profile (TIP) Testing Each

Permanent Steel Casing (diameter) Linear Foot

Revised: October289 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR GROUNDING AND BONDING

May 18, 2016

I. Description

This work shall consist of furnishing and installing grounding and bonding systems for stray current corrosion control systems for bridge structures and foundations, metal components of structurally-mounted sound barriers, and metal components of bridge rails used on either bridges or retaining walls. The work also includes furnishing stray current corrosion control systems for concrete reinforcement where required and indicated on the plans; and performing electrical tests to verify that the various grounding elements meet the resistance-to-earth criteria herein and to verify electrical continuity of the various reinforced concrete structures that contain bonded reinforcing steel.

The roadway alignment will be subject to potential stray currents from a future transit system proposed along the roadway.

Additional Requirements: Grounding and bonding requirements for Electrical and Signal Components are in Section 238 of the Specifications, for Fences in Section 242 of the Specifications, and for Traffic Equipment in Section 700 of the Specifications.

II. Qualifications for Corrosion Control Consultant

The corrosion control consultant shall have a Professional Engineer holding a valid license to practice engineering in the Commonwealth of Virginia supervising the working drawing development and testing and interpreting the results. The corrosion control consultant shall include an independent testing agency with documented and approved experience in grounding and bonding testing on at least five (5) projects of similar or greater scope within the last two (2) years. The consultant qualifications and a description of the equipment to be used shall be submitted to the Engineer for approval at least 21 calendar days before beginning foundation construction. Provide the names and phone numbers of owner’s representatives who can verify the consultant’s participation for each project cited. The Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the specifications within 14 days after receiving the installation plan.

III. Quality Assurance

(1) Codes, Regulations, Reference Standards and Specifications:

a. National Electrical Code (NEC). b. ANSI/IEEE 81-1983, IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Part 1: Normal Measurements. c. UL 467, UL Standard for Safety Grounding and Bonding Equipment. d. American Society for Testing and Materials (ASTM) B187-00, Standard Specification for Copper Bar, Bus Bar, Rod and Shapes. e. ITS: Directory of ITS Listed Products. f. National Fire Protection Association (NFPA) 130, 2010 Edition. g. Virginia Uniform Statewide Building Code. B.

290 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SECTION 505.03—PROCEDURES is amended to replace the sixteenth paragraph with the following:

The Contractor shall submit two copies of the manufacturers’ recommended installation instructions and the FHWA NCHRP 350 or MASH approval letter to the Engineer at least 2 weeks prior to the start of installing guardrail end terminals for the type of new or salvaged guardrail end treatments being installed on the project. All end terminals shall be from manufacturers on the Materials Division’s Approved Products List No. 12 and the VDOT NCHRP 350 or MASH approved list linked in List No. 12. New Type I Re-Directive Impact Attenuators and Guardrail Terminals (GR-7 & GR-9) shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

3-18-16; Reissued 7-12-16_(SPCN)

SECTION 512—MAINTAINING TRAFFIC is amended as follows:

Section 512.03(h)1 Guardrail barrier service and terminal treatments is amended to replace the last sentence with the following:

All end terminals used in conjunction with guardrail barrier service shall be from manufacturers on the Materials Division’s Approved Products List No. 12 and the VDOT NCHRP 350 or MASH approved list linked in List No. 12. New Guardrail Terminals (GR-7 & GR-9) shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

Section 512.03(i) Impact Attenuator Service, the first paragraph, is amended to replace the last sentence with the following:

New impact attenuators shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

Section 512.03(r) Truck-mounted or trailer-mounted attenuators, the second paragraph, is amended to replace the last sentence with the following:

New truck-mounted and trailer-mounted attenuators shall be permanently identified in a location readily visible for inspection that is not susceptible to damage by stamping or engraving. The identification shall include Manufacturer, Date and Site of Manufacture, and Model Number.

3-18-16; Reissued 7-12-16_(SPCN)

SECTION 512.03 (j).TRAFFIC SIGNALS is amended to include the following: Lighting and luminaires shall be included in the furnishing, installing, maintaining, relocating, and removing existing, temporary, and/or proposed traffic signals work when shown on the plans.

The cost of such lighting and luminaire work shall be included in the of Modify Signal or Temporary Traffic Control Signal contract unit price as applicable.

10-12-16 (SPCN)

Revised: October411 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SECTION 700.06 – MEASUREMENT AND PAYMENT is amended to include the following:

Junction Box, Dominion Virginia Power (DVP) Polymer Concrete Splice Box will be provided at no cost by DVP. The Contractor shall pick up boxes from DVP at 101 Elden Street, Herndon, VA 20170 and install in accordance with the contract. This price shall include obtaining the boxes from DVP (see Lighting and Electrical Distribution General Notes for location), delivering the boxes to the work site, installing the boxes as indicated on the plans, aggregate, excavating, backfilling, compacting, disposing of surplus and unsuitable material, and restoring disturbed areas.

Pay Item Pay Unit Install Junction Box, DVP Polymer Concrete Splice Box Each

9-29-16 (SPCN)

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY (WMATA) TRACK USAGE: WMATA operates 282 trains weekdays, 162 trains Saturdays, and 144 trains Sundays over Scotts Crossing. WMATA train operating speed is less than 40 mph.

9-27-16 (SPCN)

Revised: October412 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SP404-000110-00

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR FILLING AND SEALING PATTERN CRACKS IN CONCRETE DECKS AND OVERLAYS

May 17, 2010c; Reissued July 12, 2016

I. DESCRIPTION

This Special Provision specifies the requirements for filling and sealing pattern cracks in hydraulic cement concrete bridge decks and overlays with a polymer as directed by the Engineer. Examples of pattern cracking that are defined and pictured in ACI 201.1R-08 Guide for Conducting a Visual Inspection of Concrete in Service, include checking, craze cracks, map cracking, pattern cracking, plastic cracking, shrinkage cracking and temperature cracking.

Pattern cracks may originate as plastic shrinkage cracks that are caused by the surface of the concrete drying before the curing material is applied. The cracks typically get wider with age as the concrete under goes drying shrinkage. Pattern cracking that is not identified for filling and sealing prior to the final acceptance of the project or prior to placing traffic on the surface is not covered by this special provision. This special provision does not apply to decks constructed with solid stainless reinforcing steel.

II. MATERIALS

Gravity fill polymer crack sealers shall be a high molecular weight methacrylate, epoxy or urethane conforming to the following:

PROPERTY @ 75 ± 5° F TEST METHOD REQUIREMENT Gel Time, 50 ml sample ASTM C881 6 hrs. max. Tensile Strength ASTM D638 1,500 psi. min. Sand Penetration, MX-45 sand VTM 101 80% min.

III. CONCRETE AGE AT TIME OF CRACK FILLING AND SEALING

Cracks shall be located, filled and sealed at the oldest age that is practical as determined by the Engineer and prior to the final acceptance of the project and prior to opening the surface to traffic.

IV. LOCATING CRACKS THAT SHALL BE FILLED and SEALED

Crack width shall be measured using a transparent crack comparator placed on the surface of the concrete. The width shall be at the oldest age that is practical as determined by the Engineer and prior to the final acceptance of the project and prior to opening the surface to traffic. The width shall be measured and recorded prior to 3 hours past sun rise. Cracks with a width equal to or greater than 0.2 millimeter shall be marked for filling and sealing.

V. SURFACE PREPARATION AND APPLICATION

Prior to filling and sealing, the cracks shall be protected from materials that can interfere with the filling of the crack and the curing of the polymer crack filling material.

Revised: October413 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Cracks to be filled shall be dry and free of dust, dirt and other debris prior to filling, and shall be air blasted with oil free compressed air prior to application of the polymer. The concrete surface temperature shall not be less than 55 degrees F when the polymer is applied. The polymer to be applied shall be suitable for use at the concrete temperature at the time of the application. The polymer shall be applied during the lowest temperature period of the day, usually between 1 a.m. and 9 a.m., when the cracks are open to the greatest extent. Cracks wider than 1.5 millimeters shall be filled with dry Grade E sand as prescribed in Table II-22 of the Road and Bridge Specifications prior to placement of the polymer. The mixed polymer shall be applied directly to the areas of the deck that are cracked allowing time for the polymer to seep down into the cracks, making additional applications until cracks are filled. The polymer shall be worked into the cracks with a broom or squeegee. Excess polymer shall be brushed off the surface prior to the polymer hardening. Mixed polymer shall be applied as soon as practical and polymer that exhibits an increase in viscosity and temperature shall not be placed on the concrete surface. Grade D sand as prescribed in Table II-22 of the Road and Bridge Specifications shall be broadcast over the applied polymer at the minimum rate of 0.5 pound per square yard. The sand shall be broadcast as soon as practical and before the viscosity of the polymer begins to increase. Regardless of the application method used, the polymer shall be applied in sufficient quantity and applications to fill cracks level. An application rate of one gallon per 100 square feet of deck is usually adequate. When practical, application of the polymer crack sealer shall be completed prior to grooving of the deck surface and grooving shall not be performed until the polymer has cured a minimum of 48 hours.

The Contractor shall plan and prosecute the work in such a manner to protect persons, vehicles and the bridge structure from injury or damage. Armored joints shall be covered, scuppers plugged and cracks sealed from underneath or other protective measures necessary to protect traffic, waterways and bridge components shall be implemented. In the event polymer materials or solvents harm the appearance of bridge components, removal of such materials will be required as directed by the Engineer. Traffic will not be permitted on the treated surface until tracking will not occur as determined by the Engineer.

VI. MEASUREMENT AND PAYMENT

When a pay item, gravity fill polymer crack sealing will be measured and paid for at the contract unit price per square yard as specified. The price bid for such work shall be full compensation for furnishing and applying the silica sand and polymer crack sealer, for vehicular and pedestrian protection, for crack preparation, for protection of waterways and bridge surfaces and for all labor, tools and incidentals necessary to complete the work.

Payment will be made under:

Pay Item Pay Unit Gravity fill polymer crack sealing Square yard

Revised: October414 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SS208-002016-01 July 7, 2016; Issued October 5, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 208—SUBBASE AND AGGREGATE BASE MATERIALS

SECTION 208—SUBBASE AND AGGREGATE BASE MATERIAL of the Specifications is amended as follows:

Section 208.06—Acceptance is amended by replacing the sixth paragraph with the following:

If the liquid limit exceeds 30 or the plasticity index exceeds 6 for Type I base material or No. 19 subbase material; or the plasticity index exceeds 9 for Type II base material or subbase materials No. 20, 21, 21A, 21B, or 22 on any individual sample; that portion of the lot from which the sample was taken will be considered a separate part of the lot and the Contractor shall remove that portion from the roadway.

Revised: October415 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SS244-002016-01 July 5, 2016; Issued October 5, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 244—ROADSIDE DEVELOPMENT MATERIALS

SECTION 244 – ROADSIDE DEVELOPMENT MATERIALS of the Specifications is amended as follows:

Section 244.02(l) – Rolled Erosion Control Products is replaced by the following:

(l) Rolled Erosion Control Products:

1. Rolled Erosion Control Products (Standard EC-2) shall conform to Table II-22C and the following requirements. EC-2 products shall be designed for use on geotechnically stable slopes and channels as detailed herein.

a. EC-2, Type 1 shall be a relative short-term single-net erosion control blanket or open weave textile. EC-2, Type 1 shall be one of the following materials: (1) an erosion control blanket composed of processed degradable natural or polymer fibers mechanically-bound together by a single degradable synthetic or natural fiber netting to form a continuous matrix; or (2) an open weave textile composed of processed degradable natural or polymer yarns or twines woven into a continuous matrix. EC-2, Type 1 shall typically have a 12-month functional longevity from the date of installation, be designed for use on up to 1V:3H slopes and channels, with shear stresses up to 1.50 pounds per square foot.

b. EC-2, Type 2 shall be a relative short-term double-net erosion control blanket. The blanket shall be composed of processed natural or polymer fibers mechanically bound between two natural fiber or synthetic nettings to form a continuous matrix. EC-2, Type 2 materials shall typically have a 12-month functional longevity from the date of installation, be designed for use on up to 1V:2H slopes and channels, with shear stresses up to 1.75 pounds per square foot.

c. EC-2, Type 3 shall be an extended term erosion control blanket or open weave textile. EC-2, Type 3 blankets shall be one of the following materials: 1) an erosion control blanket composed of processed slow degrading natural or polymer fibers mechanically-bound together between two slow degrading synthetic or natural fiber nettings to form a continuous matrix; or 2) an open weave textile composed of processed slow degrading natural or polymer yarns or twines woven into a continuous matrix. EC-2, Type 3 material shall typically have a 24-month functional longevity from the date of installation, be designed for use on slopes up to 1V:1.5H and channels, with shear stresses up to 2.00 pounds per square foot.

d. EC-2 Type 4 shall be a long-term erosion control blanket or open weave textile. EC-2, Type 4 blankets shall be one of the following materials: (1) an erosion control blanket composed of processed slow degrading natural or polymer fibers mechanically-bound together between two slow degrading synthetic or natural fiber nettings to form a continuous matrix; or (2) an open weave textile composed of processed slow degrading natural or polymer yarns or twines woven into a continuous matrix. EC-2, Type 4 material shall typically have a 36-month functional longevity from the date of installation, be designed for use on up to 1V:1H slopes and channels, with shear stresses up to 2.25 pounds per square foot.

Revised: October416 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

2. Permanent Rolled Erosion Control Products (Standard EC-3) shall be permanent turf reinforcement mats conforming to Table II-22D and the following.

a. EC-3, Type 1 shall be a non-degradable mat of sufficient thickness, strength and void space for permanent erosion protection and vegetation reinforcement on geotechnically stable slopes with gradients up to 1V:1.5H, channels with design shear stresses up to 6.0 pounds per square foot, and on other areas where design flow conditions exceed the limits of sustainability for mature natural vegetation.

b. EC-3, Type 2 shall be a non-degradable mat with sufficient thickness, strength and void space for permanent erosion protection and vegetation reinforcement on geotechnically stable slopes with gradients up to 1V:1H, channels with design shear stresses up to 8.0 pounds per square foot, and other areas where design flow conditions exceed the limits of sustainability for mature natural vegetation.

c. EC-3, Type 3 shall be a non-degradable mat with sufficient thickness, strength and void space for permanent erosion protection and vegetation reinforcement for use on geotechnically stable slopes up to 1V:0.5H, channels with design shear stresses up to 10.0 pounds per square foot, and other areas where design flow conditions exceed the limits of sustainability for mature natural vegetation.

Revised: October417 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SS403-002016-01 June 7, 2016; Issued July 12, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 403—BEARING PILES

SECTION 403—BEARING PILES of the Specifications is amended as follows:

Section 403.07(d) Dynamic Formula is amended by replacing the equation with the following:

0.5 Rndr = 1.75(Ed) log10 (10Nb ) -100 where:

Rndr = nominal pile resistance measured during pile driving (kips)

Ed = developed hammer energy. This is the kinetic energy in the ram at impact for a given blow. If ram velocity is not measured, it may be assumed equal to the potential energy of the ram at the height of the stroke, taken as the ram weight times the actual stroke (ft-Ibs)

Nb = number of hammer blows for 1.0 in. of pile permanent set (blows/in.)

Revised: October418 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 SS406-002016-02 July 7, 2016; Issued October 5, 2016

VIRGINIA DEPARTMENT OF TRANSPORTATION 2016 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS

SECTION 406—REINFORCING STEEL

SECTION 406—REINFORCING STEEL of the Specifications is amended as follows:

Section 406.03(c) Fabrication is amended by replacing the first paragraph with the following:

Fabrication: Bent bar reinforcement shall be cold bent to the shape shown on the plans. Fabrication shall be in accordance with the ACI Detailing Manual – 2004 (SP-66-04).

Section 406.03(d) Placing and Fastening is replaced with the following:

Placing and Fastening: Steel reinforcement shall be firmly held during the placing and setting of concrete. Bars, except those to be placed in vertical mats, shall be tied at every intersection where the spacing is more than 12 inches in any direction. Bars in vertical mats and in other mats where the spacing is 12 inches or less in each direction shall be tied at every intersection or at alternate intersections provided such alternate ties will accurately maintain the position of steel reinforcement during the placing and setting of concrete. Placing reinforcing steel in concrete after concrete has been freshly placed is not permitted.

Unless otherwise specified by the Engineer, tie wires used with corrosion resistant reinforcing steel can be: plastic; solid stainless; epoxy-coated carbon (black) steel wire; or plastic-coated carbon (black) steel wire.

The minimum clear distance from the face of the concrete to any reinforcing bar shall be maintained as specified in the table below.

Location Minimum Cover (in) Normal Corrosive Marine2 Condition Environment1 Pier caps, bridge seats and backwalls: Principal reinforcement 2-3/4 3-3/4 4 Stirrups and ties 2-1/4 3-1/4 3-1/2 Pier caps, bridge seats and backwalls (at open joint locations): Principal reinforcement 3-3/4 3-3/4 4 Stirrups and ties 3-1/4 3-1/4 3-1/2 Footings and pier columns: Principal reinforcement 3 4 4 Stirrups and ties 2-1/2 3-1/2 3-1/2 Cast-in-place deck slabs: Top reinforcement3 2-1/2 2-1/2 2-1/2 Bottom reinforcement 1-1/4 1-1/4 2 Precast and cast-in-place slab spans: Top reinforcement3 2-1/2 2-1/2 2-1/2 Bottom reinforcement 2 2 3 Prestressed slabs and box beams: Top steel 1-3/4 1-3/4 1-3/4 Stirrups and ties 1-1/8 1-1/8 1-1/8

Revised: October419 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Location Minimum Cover (in) Normal Corrosive Marine2 Condition Environment1 Reinforcement concrete box culverts and rigid frames with more than 2 ft. fill over top of slab: 1-1/2 2-1/2 3 Top slab – top reinforcement 1-1/2 2-1/2 3 Top slab – bottom reinforcement 1-1/2 2-1/2 3 Inside walls and bottom slab top mat 1-1/2 2-1/2 3 Outside walls and bottom slab bottom mat Reinforcement concrete box culverts and rigid frames with less than 2 ft fill over top of slab: 2-1/2 2-1/2 3 Top slab – top reinforcement 2 2-1/2 3 Top slab – bottom reinforcement 1-1/2 2-1/2 3 Inside walls and bottom slab top mat 1-1/2 2-1/2 3 Outside walls and bottom slab bottom mat Rails, rail posts, curbs and parapets: Principal reinforcement 1-1/2 1-1/2 1-1/2 Stirrups, ties and spirals 1 1 1 Concrete piles cast against or permanently exposed to earth (not applicable for prestressed concrete): 3 3 3 Drilled shafts: Principal reinforcement 4 5 5 Ties and spirals 3-1/2 4-1/2 4-1/2 All other components not indicated above: Principal reinforcement 2-1/2 3-1/2 3-1/2 Stirrups and ties 2 3 3 1Corrosive environment affects cover where concrete surface is in permanent contact with corrosive soil. 2Marine includes all locations with direct exposure to brackish and salt water. 3Includes 1/2 inch monolithic (integral) wearing surface.

Bars that must be positioned by maintaining clearances from more than one face shall be centered so that clearances indicated by the plan dimension of bars are equalized.

Bars shall be placed so that the concrete cover as indicated on the plans will be maintained within a tolerance of 0 to +1/2 inch in the finally cast concrete.

Where anchor bolts interfere with reinforcing steel, the steel position shall be adjusted without cutting to permit placing anchors in their proper locations.

Plastic (composite) chairs may be used to support Corrosion Resistant Reinforcement (CRR) in precast concrete elements; otherwise, CRR in structures shall be supported by steel bar supports as follows, unless otherwise specified by the Engineer:

1. For Class I CRR, steel bar supports shall be: plastic-protected wire bar supports (per CRSI Class 1 – Maximum Protection) when stay-in-place forms are not used and the steel bar support will be exposed; and epoxy-coated bright basic wire bar supports (per CRSI Class 1A – Maximum Protection) when either stay-in-place forms are used or the steel bar support will not be exposed.

Revised: October420 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 2. For Class II and Class III CRR, steel bar supports shall be: either stainless steel wire bar supports or plastic-protected wire bar supports (per CRSI Class 1 – Maximum Protection) when stay-in-place forms are not used and the steel bar support will be exposed; and epoxy-coated bright basic wire bar supports (per CRSI Class 1A – Maximum Protection) when either stay-in- place forms are used or the steel bar support will not be exposed.

3. Steel bar supports for CRR shall be fabricated from cold-drawn carbon steel wire conforming to the CRSI corrosion protection class listed above for their specific use, except for plastic- protected wire bar supports, which shall be epoxy-coated with plastic protection applied by dipping legs (i.e., capping legs with premolded plastic tips is prohibited).

Carbon (black) steel in structures shall be supported by bright basic wire bar supports (per CRSI Class 3 – No Protection), except when cast-in-place members are cast directly on soil or rock, such as footings and approach slabs. In these cases, precast concrete supports and plastic (composite) chairs may be used. Steel bar supports for carbon (black) steel shall be fabricated from cold-drawn carbon steel wire. Precast concrete bar supports shall have a 28-day design compressive strength of at least 4,500 pounds per square inch and shall be furnished with plastic ties or shaped to prevent slippage from beneath the reinforcing bar.

Side form spacers shall meet the same corrosion protection level as the bar supports.

Bar supports for CRR in bridge decks and slab spans shall be spaced as recommended by CRSI but not more than 4 feet apart transversely or longitudinally. The mat of steel reinforcement closest to the surface shall be supported by bolster supports or individual chair bar supports and intermediate and upper mats can be supported by individual high chair bar supports or continuous bar supports placed between mats. When the upper mat is supported by the bottom mat (e.g., using continuous bar supports placed between mats), all the bar supports shall be spaced as recommended by CRSI but not more than 3 feet apart transversely or longitudinally. Bar supports shall be firmly stabilized so as not to displace under construction activities. Standees (a bar bent to a U-shape with 90 degree bent legs extending in opposite directions at right angles to the U-bend acting as a high chair resting on a lower mat of reinforcing bars to support an upper mat) may be used on simple slab spans provided they hold the reinforcing steel to the requirements specified herein and are firmly tied to the lower mat to prevent slippage. The use of standees will not be permitted for the top mat of steel on any continuous slab spans.

In reinforced concrete sections or elements other than bridge decks and slab spans, the specified clear distance from the face of concrete to any reinforcing bar and the specified spacing between bars shall be maintained by means of approved types of stays, ties, hangers, or other supports adhering to the CRSI corrosion protection classes and specific uses listed above. The use of pieces of gravel, stone, brick, concrete, metal pipe, or wooden blocks will not be permitted as supports or spacers for reinforcing steel. The clear distance between bars shall be at least 1 1/2 times the specified maximum size of coarse aggregate but not less than 1 1/2 inches. Before concrete is placed, the Engineer will inspect reinforcing steel and determine approval for proper position and the adequacy of the method for maintaining position.

Section 406.03(e) Splicing and Lapping is amended by replacing the fourth paragraph with the following:

For corrosion resistant reinforcing bars, mechanical butt splicers shall be of the same material as the bars being spliced.

Revised: October421 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 108.02 – LIMITATION OF OPERATIONS

August 22, 2016

SECTION 108.02 – LIMITATIONS OF OPERATIONS of the Specifications is amended to include the following:

All work areas (and the limits thereof) and lane closures shall be in accordance with the Virginia Work Area Protection Manual and shall be approved by the Engineer.

Traffic control devices shall be kept clean, legible, and in proper working order at all times. The Contractor shall provide a person whose responsibility shall be to inspect and maintain signs, barricades, other channelizing devices, and lights while traffic is restricted due to the Contractor’s operations.

The Contractor shall not conduct operations requiring lane closures when the weather causes unsafe conditions for the traveling public as determined by the Engineer.

The Contractor shall submit lane and shoulder closure requests to the Engineer for approval seven (7) days in advance, stating the location, purpose, date, time, and duration of the closure. Confirmation shall be made twenty-four (24) hours before any scheduled lane closure and shall include a written reiteration of the proposed tasks and a list of materials, labor, and equipment to be used. Complete road closures (for maximum of 20 minutes) require a seventy-two (72) hour advance confirmation for coordination. The Contractor shall provide adequate advance notification via variable message and required static signing for lane closures in accordance with the latest version of the Virginia Work Area Protection Manual. Once a closure is in place, work shall commence immediately and shall progress on a continuous basis to completion or to a designated time.

All closures in the Express Lanes on either I-95 or I-495 shall be coordinated with the Express Lanes Operations Center at least 5 business days in advance using their Authorization to Work form (available from the Express Lanes Operations Center at (571) 419-6046. Complete road closures on 95 Express Lanes and 495 Express Lanes shall not exceed 30 minutes.

No lane closure signing or other traffic disruptive work may be initiated outside the times specified. All signs, equipment, and materials shall be removed before the ending closure time indicated. No lane closures will be permitted outside the times detailed herein without the written authorization from the Engineer.

Extension of a lane closure time is not acceptable. Any changes to the allowable time periods above will require approval in accordance with the Contractor Proposed Alternative Traffic Control Plans special provision copied note. If the Contractor does not restore traffic lanes within the allowable time limits, the Contractor will not be allowed further lane closures until the reasons for the failure are evaluated and the Contractor can provide assurance that the causes have been corrected.

Restoration of traffic is defined as opening all travel lanes to traffic including the completion of all construction work, removing or relocating all work zone traffic control devices and signs to their approved site as determined by the VDOT Engineer, and removing all workers, materials and equipment from the roadway.

Failure to restore all lanes of traffic by the time limits defined herein will be handled as follows:

The Contractor will not be allowed further lane closures until the reasons for the previous failure are evaluated.

Revised: October422 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 A formal submission as to the reasons for the failure to restore traffic lanes within the contract lane closure restrictions and the proposed corrective measures is to be provided to the VDOT Project Manager within two (2) days of the occurrence. A meeting with the District Construction Engineer or designee shall be required prior to the next scheduled lane closure at which the Contractor must be able to provide assurances to the Engineer that adjustments have been made to eliminate the operational causes of failure to restore all lanes of traffic within the time limits herein. No modifications to the Contract Time(s) will be granted or considered for these days.

When applicable, disincentives will be assessed on this project, or sections thereof, designated as subject to disincentives.

The Engineer may change any or all of the work hours stated below when such changes are in the best interest of the traveling public. The Engineer may monitor traffic conditions impacted by the work and make additional restrictions as necessary; i.e., terminate a lane closure early when excessive traffic backups occur or emergency situations dictate. Additional restrictions for other holidays or special local events may be necessary. In these situations the Engineer will endeavor to inform the Contractor at the earliest opportunity and in no case less than 48 hours before the event.

Night Work

In areas where work will be performed during the hours of dusk or darkness, the Contractor shall furnish, place, and maintain lighting facilities capable of providing a minimum of 50 foot candles of light for an area of approximately 15 feet by 15 feet with minimum of 5 foot candles in the corners. The lights shall be arranged so as not to interfere with or impede traffic approaching the work site(s) from either direction or produce undue glare to property owners.

Lighting of work site(s) may be accomplished by using of any combination of portable floodlights or standard equipment lights, etc. that will provide the sufficient illumination for prosecution and inspection of the work, including, but not limited to, laying out and installing pavement markings and traffic loops. Un- supplemented lighting integral to or attached to working mobile equipment such as rollers, pavers, etc. will not be considered sufficient to meet the requirements of this specification.

The cost of providing lighting of the work site will be considered incidental and shall be included in the contract item unit prices of other work.

The Contractor shall provide sufficient fuel, spare lamps, generator, etc. to maintain the lighting of the work site. The Contractor shall use padding and shielding or locate mechanical and electrical equipment to minimize noise generated by lighting operations as directed by the Engineer. Noise generated by portable generators shall comply with all applicable Federal, State and Local environmental regulations.

The Contractor shall have a superintendent present during nighttime operations who will control all operations involved. The superintendent shall maintain contact with the Engineer and shall ensure that all actions required to correct any noted problems are taken promptly.

All private vehicles shall be parked outside the clear zone.

The Contractor shall review traffic control devices to ensure proper installation and working order, including monitoring of lights. The individual responsible for this review shall be qualified in accordance with Section 105.14 (a) of the Specifications.

Sound levels resulting from the Contractor’s operations shall conform to Section 107.16; (b), 3. of the Specifications The Contractor shall obtain all noise permits from the locality where the work is being performed as applicable.

Revised: October423 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Section 108.02 (b) Holidays of the Specifications is amended to include the following:

 Martin Luther King Jr. Day and Lee Jackson Day: As indicated below*.

 President’s Day: As indicated below*.

 Inauguration Day: From Noon on the preceding day until Noon on the following day, except as indicated below*.

 Easter: As indicated below*.

 September 11th: From Noon on the preceding day until Noon on the following day, except as indicated below*.

 Columbus Day: As indicated below*.

 Veteran’s Day: From Noon on the preceding day until Noon on the following day, except as indicated below*.

If the Holiday occurs on a Friday or Saturday: From Noon on the preceding Thursday to Noon on the following Monday.

If the Holiday occurs on a Sunday or Monday: From Noon on the preceding Friday to Noon on the following Tuesday.

*Note:

For low volume roadways (minor arterial), no lane closure is allowed during the holidays, but no restriction to the preceding day and the following day.

Revised: October424 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 If an approved shoulder closure is required to protect from traffic hazards, no time restrictions will apply, but the Contractor shall continuously prosecute the work and remove the shoulder closure as soon as the hazard is addressed.

Northern Virginia allowable Lane Closure hours

Interstate-Weekdays

Northbound INTERSTATE 395 & INTERSTATE 95 Single-Lane Closures* Two-Lane Closures Multiple-Lane Closures Complete Road Closure or Shoulder 10:00AM to 3:00PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 1 14th St. Bridge to Springfield Interchange 9:00PM to 5:00AM 9:30AM to 3:30PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 2 Springfield Interchange to Rt.123 9:00PM to 5:00AM 9:30AM to 3:30PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 3 Rt.123 to the end of Prince William County line 9:00PM to 5:00AM All lanes open at 12:00 noon on Friday 9:30AM to 3:00PM+ 11:00PM to 4:00AM Reversible HOV (RHOV) Facility +Excluding Friday and in coordination with RHOV direction switching

Southbound INTERSTATE 395 & INTERSTATE 95 Single-Lane Closures* Two-Lane Closures Multiple-Lane Closures Complete Road Closure or Shoulder 10:00AM to 2:30PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 1 14th St. Bridge to Springfield Interchange 9:30PM to 5:00AM 9:30AM to 3:00PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 2 Springfield Interchange to Rt.123 9:30PM to 5:00AM 9:30AM to 3:30PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 3 Rt.123 to the end of Prince William County line 9:30PM to 5:00AM All lanes open at 12:00 noon on Friday 9:30PM to 5:00AM+ 11:00PM to 4:00AM Reversible HOV (RHOV) Facility +Excluding Friday and in coordination with RHOV direction switching

Inner Loop INTERSTATE 495 (BELTWAY) Single-Lane Closures* Two-Lane Closures Multiple-Lane Closures Complete Road Closure or Shoulder 10:00AM to 3:00PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 1 A. L. Bridge to Springfield Interchange 9:30PM to 5:00AM 10:00AM to 3:00PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 2 Springfield Interchange to W.W. Bridge 9:30PM to 5:00AM All lanes open at 12:00 noon on Friday

Outer Loop INTERSTATE 495 (BELTWAY) Single-Lane Closures* Two-Lane Closures Multiple-Lane Closures Complete Road Closure or Shoulder 9:30AM to 2:30PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 1 A. L. Bridge to Springfield Interchange 9:30PM to 5:00AM 10:00AM to 3:00PM 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Segment 2 Springfield Interchange to W.W. Bridge 9:30PM to 5:00AM All lanes open at 12:00 noon on Friday

Revised: October425 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Interstate-Weekdays

Westbound INTERSTATE 66 Single-Lane Closures* Two-Lane Closures Multiple-Lane Closures Complete Road Closure or Shoulder 9:00AM to 2:30PM 9:30PM to 6:00AM 10:30PM to 5:00AM 12:00AM to 5:00AM Segment 1 Start of Price William County line to Route 7100 9:00PM to 6:00AM 9:00AM to 2:30PM 10:00PM to 5:00AM++ 11:00PM to 5:00AM++ 12:00AM to 5:00AM Segment 2 Route 7100 to Beltway 9:30PM to 5:00AM ++Consider opening shoulder lane Segment 3 Beltway to TR Bridge (Inside Beltway) 10:00PM to 5:00AM 10:00PM to 5:00AM** n/a 12:00AM to 5:00AM All lanes open at 12:00 noon on Friday *Single-lane closures are only permitted for multiple-lane roadways **Where Applicable

Eastbound INTERSTATE 66 Single-Lane Closures* Two-Lane Closures Multiple-Lane Closures Complete Road Closure or Shoulder 10:00AM to 3:30PM 9:00PM to 5:00AM 10:00PM to 5:00AM 12:00AM to 5:00AM Segment 1 Start of Price William County line to Route 7100 8:00PM to 5:00AM 10:00AM to 3:30PM 10:00PM to 5:00AM++ 11:00PM to 5:00AM++ 12:00AM to 5:00AM Segment 2 Route 7100 to Beltway 9:00PM to 5:00AM ++Consider opening shoulder lane Segment 3 Beltway to TR Bridge (Inside Beltway) 9:30PM to 4:00AM 10:00PM to 5:00AM** n/a 12:00AM to 5:00AM All lanes open at 12:00 noon on Friday

Interstate-Weekends

Northbound/Southbound INTERSTATE 395 & INTERSTATE 95 Single-Lane Closures* or Multiple-Lane Closures Complete Road Closure Shoulder Friday to Saturday 10:00PM to 9:00AM 11:00PM to 8:00AM 12:00AM to 5:00AM Saturday to Sunday 10:00PM to 9:00AM 11:00PM to 9:00AM 12:00AM to 5:00AM Sunday to Monday 10:00PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM 11:00PM to 9:00AM (Friday to Saturday) Reversible HOV (RHOV) Facility 11:00PM to 4:00AM (Sunday to Monday) Inner/Outer Loop INTERSTATE 495 (BELTWAY) Single-Lane Closures* or Multiple-Lane Closures Complete Road Closure Shoulder Friday to Saturday 10:00PM to 8:00AM 11:00PM to 7:00AM 12:00AM to 5:00AM Saturday to Sunday 10:00PM to 9:00AM 11:00PM to 8:00AM 12:00AM to 5:00AM Sunday to Monday 9:30PM to 5:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM INTERSTATE 66 Eastbound/Westbound Single-Lane Closures* or Outside Beltway Multiple-Lane Closures Complete Road Closure Shoulder Friday to Saturday 9:00PM to 9:00AM 10:00PM to 6:00AM 12:00AM to 5:00AM Saturday to Sunday 9:00PM to 9:00AM 10:00PM to 6:00AM 12:00AM to 5:00AM Sunday to Monday 8:00PM to 5:00AM 9:00PM to 5:00AM 12:00AM to 5:00AM Single-Lane Closures* or Inside Beltway Multiple-Lane Closures Complete Road Closure Shoulder Friday to Saturday 10:00PM to 6:00AM 11:00PM to 5:00AM 12:00AM to 5:00AM Saturday to Sunday 10:00PM to 6:00AM 10:00PM to 5:00AM 12:00AM to 5:00AM Sunday to Monday 9:30PM to 5:00AM 10:00PM to 5:00AM 12:00AM to 5:00AM *Single-lane closures are only permitted for multiple-lane roadways

Revised: October426 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Arterial

WEEKDAY Multiple-Lane Closures ARTERIAL Single-Lane Closures* or Shoulder Monday to Thursday Friday Monday to Thursday Friday 9:30AM to 3:00PM 9:30AM to 12:00 Noon 10:00PM to 4:00AM Not allowed until 10:00PM Major Arterials** 10:00PM to 5:00AM 9:00AM to 3:30PM 9:00AM to 12:00 Noon 9:00PM to 5:00AM Not allowed until 10:00PM All Other Roadways 9:00PM to 5:00AM *Single-lane closures are only permitted for multiple-lane roadways **Major Arterials are defined as Primary , high volume Secondary Roads, and all other routes that connect directly to Interstates WEEKEND Single-Lane Closures* or Shoulder Multiple-Lane Closures ARTERIAL Friday to Saturday Saturday to Sunday Sunday to Monday Friday to Saturday Saturday to Sunday Sunday to Monday Major Arterials** 10:00PM to 9:00AM 10:00PM to 8:00AM 10:00PM to 5:00AM 11:00PM to 5:00AM 11:00PM to 6:00AM 11:00PM to 5:00AM All Other Roadways 10:00PM to 9:00AM 9:00PM to 9:00AM 10:00PM to 5:00AM 10:00PM to 6:00AM 10:00PM to 6:00AM 10:00PM to 5:00AM *Single-lane closures are only permitted for multiple-lane roadways **Major Arterials are defined as Primary Roads, high volume Secondary Roads, and all other routes that connect directly to Interstates

Revised: October427 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 703 - TRAFFIC SIGNALS

July 29, 2016

SECTION 703 - TRAFFIC SIGNALS of the Specifications is amended as follows:

Section 703.02 Equipment is amended to replace the second with the following:

The Department will furnish the signal controller and cabinet completely wired with shelf racks unless otherwise specified herein.

Training will not be required.

The Department will furnish controller timings including coordination and preemption timings to the Contractor for implementation. The Contractor shall be present for two (2) consecutive AM and two (2) consecutive PM peak hour periods once the intersection is operational to view traffic conditions and fine-tune timings to provide for the orderly flow of traffic.

Section 703.02 (d) 3. Interior seventh paragraph is amended to include the following:

These wires shall be permanently identified with a nylon tag attached to the wires. Identification on the tag shall indicate the phase, and shall be legible and accomplished with permanent ink.

Section 703.02 (b) 5. c. Loop detector lead-in cable is amended to delete the first and second sentences.

Section 703.02 (d) 5. c. is amended to replace the first, second, and third sentences with the following:

Circuit breaker boxes shall be rated at 100 amp/240 VAC with a solid neutral and contain 2 single pole, 30 amp, 120 VAC breakers and 4 single pole, 20 amp, 120 VAC breakers.

Section 703.03 (a) Prosecution of Signal Work is replaced with the following:

Prosecution of signal work is amended to replace the second sentence with the following: The Contractor shall provide necessary traffic controls for maintenance of traffic in accordance with Section 512 of the Specifications while modifying or replacing existing traffic signals, including vehicle detection as approved by the Engineer. Traffic flow shall be maintained during the modification or replacement.

When the Contractor begins placing new signal equipment in operation, he shall maintain and repair the equipment until final acceptance. When the Contractor begins modifying/replacing existing signal equipment, he shall be responsible for maintaining and repairing all equipment until final acceptance once the controller cabinet has been entered or any portion of that signal installation is affected as a result of contract work, including replacing of burned out or faulty lamps. The Contractor shall notify the Department within 24 hours after the existing signal becomes his responsibility for maintenance in accordance with these requirements. Once the Contractor is responsible for the new or existing signal equipment’s maintenance, if that equipment malfunctions while the Contractor is at the project site, he shall take immediate action to maintain the normal flow of traffic and make necessary repairs as expeditiously as possible that will cause the least interference with traffic.

Revised: October428 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The Contractor shall furnish the Engineer with the name, phone number and pager number of the supervisory employee of his company who shall be responsible for repair calls during all hours, including weekends and holidays, when the Contractor is not at the location. The Contractor shall return repair calls to the Department within thirty minutes after being phoned or paged. If the Contractor cannot be reached by the phone or does not return the call to the Department within thirty minutes after being phoned or paged, the Department may make such repairs in accordance with Section 104.02 of the Specifications and to assess a non-response fee of $200 per hour, per location or part of an hour, for each hour beyond the response time requirement.

The Contractor may authorize a reputable local company to make emergency repairs, subject to the approval of the Engineer.

Section 703.03 (d) fifth paragraph is amended to include the following:

Bolts, screws, and washers shall be stainless steel.

Section 703.03 (f) 1. Inductive loop detectors is amended to include the following:

Megger readings shall be performed on each installed loop detector by the Contractor and recorded on paper for submittal to the Engineer. Each reading shall include information that will allow it to be readily identified to a specific loop installation. A copy of the test results shall be placed in the waterproof enclosure with the cabinet circuit diagram in the cabinet. Testing equipment for conducting these tests shall have been calibrated within the two years in accordance with the manufacturer's instructions. The Contractor shall provide the manufacturer's instructions along with the calibration documentation to the Engineer for each test unit which will be installed under the Contract. This information shall be provided before performing any Megger readings.

Section 703.03 (g) Installing Detectors second paragraph is amended to include the following:

A separate splice kit shall be used for each lead-in cable.

Section 703.03 (i) 1. Overhead span wire is amended to include the following:

Two (2) down guys shall be used with each wood pole unless the Engineer requires additional guy wires. Additional down guys in excess of the two per pole will be measured for separate payment and will be paid for as Span Wire 1/2".

Section 703.04 Measurement and Payment is amended to include the following:

The following is added:

Install Controller will be measured in units of each per installation and will be paid for at the contract unit price per each. This price shall include pickup and transporting the controller and controller cabinet, installing cabinet onto foundation, connecting electrical service to cabinet, providing all electrical and communication connections, and verifying proper functions.

The pay item description list is amended to include the following:

Pay Item Pay Unit Install Controller Each

Revised: October429 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 703 TRAFFIC SIGNALS (HIGH-VISIBILITY BACKPLATES)

July 29, 2016

SECTION 703 TRAFFIC SIGNALS is amended as follows:

Section 703.02 (d). Signal Heads is amended to replace the fourth and fifth paragraphs with the following:

Backplates shall be included with all vehicle traffic control signal heads unless otherwise specified in the Contract. Backplates shall be specifically manufactured for the type and brand of traffic signal heads used or shall be of a universal design expressly manufactured for various types and brands of traffic signal heads. Backplates shall have a border width of 5 inches, shall be without louvers, and be of one-piece construction with the exception of those for five-section cluster signal heads, which may be a maximum of three pieces. All outside corners on backplates shall have a 3 inch radius.

Standard Signal Backplates (both sides) and signal leveling attachments shall be flat black. Backplates shall be aluminum unless ABS plastic or aluminum composite is otherwise specified in the Contract. Aluminum, aluminum composite, and ABS plastic shall conform to Section 238 of the Specifications.

High-Visibility Signal Backplates (HVSBs) shall be provided if specified in the plans. HVSBs shall be aluminum or aluminum composite, and shall be preassembled by the manufacturer in accordance with Section 238 of the Specifications. ABS plastic shall not be used for HVSBs.

Section 703.03 (e) 1. a. is replaced with the following:

a. Backplates shall be attached with bolts, washers, and lock nuts; or self-tapping screws and washers, unless otherwise directed by the Engineer.

The minimum number of fasteners connecting the backplate to the traffic signal head shall be 4 for each 12 inch traffic signal head section. Fasteners and all miscellaneous hardware shall be stainless steel unless otherwise directed by the Engineer. The fasteners shall be a minimum 3/16 inch diameter and 1/2 inch long.

When HVSBs are to be installed on new signal heads, cutting the backplate is not required unless otherwise directed by the Engineer.

Replace HVSB Backplate: When replacing backplates on existing traffic signal heads in operation with new HVSB backplates, the new backplate shall be neatly cut vertically near one of the lower corners to allow installation without disassembling the existing traffic signal head from the hanger equipment or disconnecting any existing conductor cables from the traffic signal head. The cut shall be a minimum of 1 inch from either traffic signal head attachment and be nearly inconspicuous and smooth without any gaps in the front surface of the backplate.

If the backplate is precut by the manufacturer, the cut shall be reconnected in accordance with the manufacturer’s instructions. If the backplate is not precut, the reconnection shall be performed as shown in the cut reconnection detail or using an alternative reconnection methodology approved by the Engineer. The reconnection panel shall be a minimum 4 inches x 4 inches and shall be of the same material and color as the backplate it is connecting.

Revised: October430 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The Contractor shall make a visual assessment of the traffic signal heads and hanger assemblies surfaces and connections before performing any modification. If during this cursory visual assessment, the Contractor observes a damaged hanger assembly or other signal head equipment that needs to be repaired, replaced, or in the opinion of the Contractor poses risk to the Department and/or travelling public, the Contractor shall notify the Engineer. The Contractor shall not make any modification to the existing signal head, backplate, and/or hanger assembly at that location unless authorized by the Engineer.

The Contractor shall remove the existing backplates and associated hardware from the traffic signal head and install the new HVSB in a single work day, reconnecting the cut area if a cut has been made. Removing and installing backplates shall be performed without disconnecting the traffic signal head mounting hardware and conductor cables. Any signal head sections, backplates, or components damaged or lost because of the fault of the Contractor shall be repaired or replaced at his expense.

The Contractor shall perform the work such that each intersection approach shall have consistent backplates on all traffic signal heads (either with the fluorescent yellow border or without) at the end of each work week unless otherwise directed by the Engineer.

Existing plastic or aluminum composite backplates shall be replaced with aluminum composite HVSBs unless directed otherwise by the Engineer. Existing aluminum backplates shall be replaced with aluminum or aluminum composite HVSBs or as directed by the Engineer.

When no backplate exists on an existing traffic signal head in operation, the use and type of backplates shall be in accordance with the contract documents unless otherwise directed by the Engineer.

Section 703.04 is amended to replace the thirteenth paragraph with the following:

Traffic Signal Head Section (LED module size, backplate type) will be measured in units of each for the LED module size and backplate type specified, and will be paid for at the contract unit price per each. This price shall include mountings, molded terminal block, visor, backplate, retroreflective sheeting (if required), fittings, realignments, and LED module.

Replace HVSB Backplate (LED module size) will be measured in units of each signal head module for the LED module size specified, and will be paid at the contract unit price per each. This price shall include visually assessing existing signal head and hanger assembly, removing and disposing of existing backplate, and furnishing and installing of new HVSB and attachment hardware.

Replace LED Module (size) will be measured in units of each for the module size, and will be paid at the contract unit price per each. This price shall include removing and disposing of existing module, furnishing and installing of new module, and connecting new module to signal cables.

Install Backplate (LED module size) will be measured in units of each signal head module for the LED module size specified, and will be paid at the contract unit price per each. This price shall include picking up and installing backplate, visually assessing existing signal heads and hanger assemblies, removing and disposing of existing backplate, and furnishing and installing attachment hardware.

Section 703.04 – Measurement and Payment is amended by revising the Pay Item Table as follows:

Pay Item Pay Unit Traffic Signal Head Section (LED module size, backplate type) Each

Revised: October431 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Section 703.04 – Measurement and Payment is amended to include the following in the Pay Item Table:

Pay Item Pay Unit Replace HVSB Backplate (LED module size) Each Replace LED Module (size) Each Install Backplate (LED module size) Each

Revised: October432 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DRILLED SHAFTS

September 14, 2016

I. DESCRIPTION

This work shall consist of constructing drilled shafts in accordance with the specifications, this special provision, the details and dimensions shown on the plans, and as directed by the Engineer. Drilled shafts are a reinforced concrete section, cast-in-place against in situ, undisturbed material. Drilled shafts are a straight shaft type and are vertical.

II. SITE INFORMATION

Engineering Geology Sheets are included in the Contract Documents for use by the Contractor. Data on subsurface conditions are not intended as representations or warranties of continuity of such conditions. The data are made available for the convenience of the Contractor, and the Department will not be responsible for interpretations or conclusions drawn therefrom by the Contractor.

The prospective bidders may obtain right-of-entry before bidding and complete whatever investigations, research, tests, or analyses required for bid purposes.

A geotechnical report was prepared for this project. This report was prepared to establish design guidelines only and is not considered part of the Contract Documents or a warranty of subsurface conditions. The opinions and engineering analyses expressed in the report are those of the designers and they represent their interpretation of subsurface conditions and field and laboratory test data; therefore the information in the geotechnical report is not intended as a substitute for the Contractor’s personal investigation, interpretation, and good judgment.

III. QUALIFICATIONS OF DRILLED SHAFT CONTRACTOR

The Contractor’s Drilled Shaft Subcontractor performing the work described in this specification shall have experience consisting of successful installation of at least 10 drilled shaft projects installed within the past 5 years, 2 of which shall be similar or greater size and in similar geotechnical conditions. The drilled shaft work shall be performed under the supervision of the Contractor’s Drilled Shaft Subcontractor’s superintendent, who shall have at least 5 years of experience installing drilled shafts within the last 8 years and shall be fully knowledgeable and experienced in construction of drilled shaft foundations of similar size and geotechnical conditions as those shown on the plans.

The Engineer may accept or reject the Contractor’s Drilled Shaft Subcontractor based on his qualifications and previous field performance.

IV. SUBMITTALS:

A. Installation Plan

No later than one month prior to constructing drilled shafts, the Contractor shall submit an installation plan for approval and attend a drilled shaft pre-construction conference as detailed herein. This plan shall provide information of the following:

Revised: October433 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (a) A list of 10 projects performed in the last 5 years by the Contractor’s Drilled Shaft Subcontractor performing the work specified as required experience in Section III: QUALIFICATIONS OF DRILLED SHAFT CONTRACTOR. The documentation shall reference, for each project, the names and phone numbers of owner’s representatives who can verify the Contractor’s Drilled Shaft Subcontractor’s participation on those projects, detail the size and number of the shafts, methods used during installation, methods used for wall stabilization, local soil conditions, actual construction time, and contract time. Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. The Contractor’s Drilled Shaft Subcontractor shall provide documentation of his superintendent’s qualifications, record experience, and prior project references demonstrating that he can handle unusual site conditions and equipment breakdowns.

(b) A list of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, etc.

(c) Details of overall construction operation sequence and the sequence of shaft construction in bents or groups including the time for driving casing, sealing casing, excavation and/or drilling time, drilled shaft cleaning, rock coring, drilled shaft inspection and concrete placement.

(d) Details of shaft excavation methods. Methods for monitoring verticality of the drilled shaft walls during excavation and details of proposed corrective measures to be implemented for shafts out of tolerance.

(e) When the use of slurry is anticipated, details of the mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods, and disposal procedures.

(f) Details of methods to clean the excavated shaft including details of disposal of the excavated material and/or sediment laden water.

(g) Details of steel reinforcement placement during construction including methods to ensure cage centering and cover; cage integrity while lifted during placement (number of cranes, lift points, and spreader bars); number and location of bottom and side spacers; cage support; and tie downs during concrete placement.

(h) Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods.

(i) Details of casing installation and removal methods. Details shall include specifics on the measures to be used to seal the permanent casing into the rock layer at or below the top of rock elevation.

(j) Plans to protect existing structures including steps that the Contractor will take during drilled shaft installation to protect adjacent or nearby structures.

(k) Details of environmental control procedures including plan to prevent loss of soil, slurry or concrete into waterways, project areas, or protected areas and plans to comply with all State and Federal environmental regulations and project permitting requirements.

(l) Method to install and secure the Crosshole Sonic Logging (CSL) access tubes and Thermal Integrity Profiling (TIP) wires to the shaft reinforcing cage.

Revised: October434 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (m) Details of the concrete mix design including a slump loss graph. The slump loss graph for a proposed drilled shaft mix design shall illustrate the slump reducing slowly and still exceeding a 4-inch slump throughout the drilled shaft concrete elapsed time as defined in Section VI.A. (c) Paragraph 3.

(n) A concrete placement plan adequate to ensure that sufficient concrete is at the job site or in transit to the job site so that the entire pour can be completed without delay. Include location of the concrete plant, number of trucks, estimated delivery times, estimated time between trucks, and number of trucks at the site before placement begins. Indicate the use of tremie or concrete pump, de-airing lines, details of the seal to be used at the bottom end of the tremie or concrete pump line. The concrete placement plan shall consider the impact of concrete plant and truck breakdowns and possible delays due to traffic. Include an estimate of the concrete placement and overpouring time per drilled shaft.

(o) Methods of disposal of spoil excavation, waste slurry, waste concrete, and drilled shaft cutoffs. Sufficient details shall be presented to the Engineer to evaluate the adequacy and compliance of the Contractor’s methods of disposal with the VDOT specifications, including all related environmental permits and local regulations.

The Engineer will evaluate the drilled shaft installation plan for conformance with the plans, specifications and special provisions. Within 14 days after receipt of the installation plan, the Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given by the Engineer shall be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications.

B Preconstruction Conference

A shaft preconstruction conference will be held with the Contractor and Sub-Contractor (if applicable) prior to the start of shaft construction to discuss construction and inspection procedures. This conference will be scheduled by the Engineer after the Contractor’s submittals are approved by the Engineer.

VII. FIELD DEMONSTRATION OF THE TRIAL/TEST SHAFT:

When required on the plans, after the Drilled Shaft Installation Plan has been approved, a demonstration (non-production) drilled shaft shall be constructed to the dimensions and at the location indicated on the plans or at an alternative location approved by the Engineer. The demonstration drilled shaft shall be constructed in identical manner as that proposed for the production shafts, including the method of installation, CSL access tube installation and testing, TIP wire installation and testing, steel reinforcement, and concreting, with the exception that permanent casing is not required and the diameter of the demonstration drilled shaft shall be 48 or 60 inches, as designated on the plans, for its entire length and shall extend to the maximum depth of the production piles. See Figure 1 in the Special Provision for Load Testing of Drilled Shafts with Osterberg Load Cells (O-Cells) for top of shaft elevation, top of rock elevation and bottom of shaft elevation.

The demonstration drilled shaft shall be tested using an Osterberg Load Cell (O-Cell). O-Cell testing of the demonstration drilled shaft shall be performed according to the Special Provision for Load Testing of Drilled Shafts with Osterberg Load Cells (O-Cell).

The demonstration drilled shaft shall be outfitted with simulated defects placed in the top ten feet of the shaft to evaluate the accuracy of the nondestructive testing techniques. The Contractor shall attach up to 4 sand bags to the rebar cage at various locations, inside and outside of the cage, at the direction of the Engineer. The Contractor shall set the cage in a manner that does not dislodge the defects.

Revised: October435 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The diameter of the demonstration drilled shaft shall match the diameter of the production drilled shafts shown on the plans for uncased shaft unless otherwise directed by the Engineer. During the construction of the demonstration drilled shaft, the Contractor must demonstrate the adequacy of their Drilled Shaft Installation Plan. Construction of the demonstration drilled shaft will be used to determine if the Contractor’s methods, equipment, and proposed procedures are effective in producing a drilled shaft excavation and concreting that meet the requirements of the plans and specifications.

If the demonstration drilled shaft is installed on land, the spoil handling methods to be utilized during the River Shaft installations shall be implemented during this demonstration drilled shaft installation.

Failure by the Contractor to demonstrate to the Department the adequacy of methods and equipment shall be reason for the Engineer to require alterations in equipment and/or method by the Contractor to eliminate unsatisfactory results. Any additional demonstration drilled shafts required to demonstrate the adequacy of altered methods or construction equipment shall be at the expense of the Contractor. Once approval has been given to construct production shafts, no changes will be permitted in the methods or equipment used to construct the satisfactory demonstration drilled shaft without written approval of the Engineer.

The concreted demonstration drilled shaft shall be cut off 2 feet below finished grade and left in place. The disturbed areas at the sites of the demonstration drilled shaft shall be restored as nearly as practical to their original condition.

VIII. MATERIALS:

A. Hydraulic Cement Concrete for Drilled Shafts

Hydraulic cement concrete shall conform to Section 217 of the Specifications, except as noted herein.

1. Specifications for Concrete Mixture

(a) Requirements for hydraulic cement concrete are listed in Table 1.

Table 5: Requirements for Hydraulic Cement Concrete. Design Min. Design Max. Max. Water Min. Laboratory Laboratory /Cementitious Consistency Air Class of Cementitious Compressive Permeability Aggregate Ratio (slump flow Content Concrete Content Strength at 28 at 28 Days Size No. lb. water/ in inches) (percent) (lbs/cu yd) Days (fc) (psi) (Coulombs) lb. cement

Drilled 5,000 or as 4-1/2  Shaft specified on 2500 8 635 0.40 20-26 1-1/2 Concrete the plans

(b) Requirements for Low Permeability

1. Class F Fly Ash, granulated iron blast-furnace slag (slag cement) and silica fume shall conform to Section 215 of the Specifications.

One of the following shall be used as a percent mass of the cementitious material:

 20 percent minimum Class F Fly Ash,

 40 percent minimum slag cement,

Revised: October436 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

 7 percent minimum silica fume,

 Silica fume with a range of 2.5 – 5 percent combined with a minimum 15 percent Class F Fly Ash,

 Silica fume with a range of 2.5 – 5 percent combined with a minimum of 30 percent slag cement.

2. Quality Assurance for Low Permeability Concrete in Drilled Shafts - When required on the plans, testing for permeability shall be conducted and submitted as part of the concrete mix design required in IV.A. Installation Plan (m). At least two trial batches, using job materials, with permissible combination of cementitious materials shall be prepared, and test specimens shall be cast by the Contractor and tested by the Department for permeability and strength at least a month before the field application. The permeability samples shall be cylindrical specimens with a 4-inch diameter and at least 4-inches in length. They shall be moist-cured as the strength cylinders for acceptance except that the last 3 weeks of cure shall be at 100 degrees Fahrenheit  10 degrees Fahrenheit. Cylinders shall be tested at 28 days in accordance with VTM 112. The test value shall be the result of the average values of tests on two specimens from each batch. Permeability values obtained from trial batches shall be 500 coulombs below the maximum values specified.

(c) Consistency of Concrete

Self-consolidating concrete (SCC) shall meet the requirements of regular concrete except that the slump requirement shall be waived. Instead the slump flow (ASTM C 1611) shall be measured, which is the diameter of the concrete spread. The slump flow shall be 23 ± 3 inches with no visible segregation in the spread. A visual stability index (VSI) value of 0 or 1 is acceptable; a value of 2 or 3 shall be rejected (ASTM C 1611). The Engineer shall be the sole authority in this determination. The slump flow shall be compared to slump flow with the J-Ring (ASTM C 1621) and the difference shall be 2 inches or less. Combined aggregate grading, workability retaining admixture, and viscosity modifying admixture (VMA) may be used. The Contractor shall perform all tests under the supervision of the Engineer, or a Department representative.

The Contractor shall demonstrate by documents indicating successful experience or by trial batching that satisfactory SCC can be produced that meets the specification requirements. A concrete technologist (i.e. the admixture supplier), experienced in the production of SCC and representing the Contractor or the producer shall be present during placement. Concrete shall stay plastic and within the slump flow specified during the placement. Concrete placement shall be conducted so that air is not encapsulated and segregation does not occur.

Ensure that drilled shaft concrete maintains a slump of 4 inches or more throughout the drilled shaft concrete elapsed time. Ensure that the slump loss is gradual as evidenced by slump loss tests described below. The concrete elapsed time is the sum of the mixing and transit time, the placement time and the time required for removal of any temporary casing that could cause the concrete to flow into the space previously occupied by the temporary casing.

Provide slump loss tests before drilled shaft concrete operations begin, demonstrating that the drilled shaft concrete maintains a slump of at least 4 inches throughout the drilled shaft concrete elapsed time. Perform slump loss testing of the drilled shaft mix using a laboratory acceptable to the Engineer.

Revised: October437 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (f) Slump Loss Test

Conduct the slump loss test as follows:

6) Batch the actual mix design at a slump flow of 20 to 23 inches and at the highest concrete temperature expected on the job, but no less than 60ºF.

7) Batch at least 4 cu. yd. in a mixer truck. Begin timing the test when the mixing water is introduced into the mix.

8) After initial mixing, measure and record the slump, ambient temperature, concrete temperature and percent air. Ensure all concrete properties are within specifications.

9) Mix the concrete intermittently at agitation speed for 30 seconds every 15 minutes.

10) Measure and record the slump, ambient and concrete temperatures, and percent air after every other 15 minute interval until the slump is 3-1/2 inches.

After batching, ensure that the concrete maintains a minimum slump of 4 inches throughout the drilled shaft concrete elapsed time as defined in section VI. A. (c) Paragraph 3.

(g) At least three concrete test cylinders shall be taken per load.

B. Reinforcing Steel

Deformed reinforcing bars shall comply with the size, spacing, dimension, and details shown on the plans and shall conform to ASTM A 615, Grade 60, and to Sections 223 and 406 of the Specifications.

Contractor may provide threaded mechanical reinforcing steel bar coupling devices conforming to Section 406.03(e) of the Specifications for the main longitudinal reinforcing steel bars. A wedge or crimp system may be used for the spiral reinforcing steel bars only.

C. Casing

Casing shall be steel, rigid, smooth, clean, watertight, and of ample strength to withstand handling and driving stresses and pressure from concrete, the surrounding earth materials and water. The outside diameter of casing shall not be less than the specified size of the drilled shaft. The thickness of steel casings shall not be less than the following:

a. 3/8 inch for casing diameter less than 48 inches, b. 1/2 inch for casing diameter 48 to 78 inches, or c. 5/8 inch for casing diameter greater than 78 inches.

The dimensions are subject to American Pipe Institute (API) tolerances applicable to regular steel pipe. When approved by the Engineer, the Contractor may provide a casing larger in diameter than shown in the plans. All casing diameters shown on the plans refer to outside dimension (OD).

Casing pipe shall conform to ASTM A 252, Grade 2, for temporary and permanent applications. All casing, except permanent casing, shall be removed from drilled shaft excavations. Splices for permanent casing shall be welded in accordance with Section 407.04 of the Specifications with no interior splice plates, producing a true and straight casing. All welding shall be in accordance with ANSI/AWS D1.1.

Revised: October438 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 D. Crosshole Sonic Logging Tubes

All drilled shafts shall be equipped with access tubes for Crosshole Sonic Logging (CSL) tests at the locations shown in the plans and according to Section XV, of these Specifications. Access tubes for CSL testing shall be 2 inches I.D. schedule 40 steel pipe conforming to ASTM A 53, Grade A or B, Type E, F, or S. Pipes shall have a round, regular internal diameter and shall be free of defects or obstructions, including any defect at the pipe joints. CSL probes should be 1.35 inches diameter or smaller and 6 to 10 inches long. Each tube or steel pipe shall be fitted with a watertight shoe onto the bottom and a removable cap at the top. Both shoe and cap shall be watertight and free from corrosion, and the internal and external faces of the tubes shall be clean to ensure passage of the probes and good bond with the concrete.

E. Thermal Integrity Profiling (TIP) Wires

Drilled shafts shall be installed with TIP wires in accordance with the Special Provision for Thermal Integrity Profiling (TIP) of Drilled Shafts. Shafts shall be equipped with a minimum of one thermal wire for every one-foot of drilled shaft diameter.All shafts shall be equipped with a minimum of one thermal wire for every one-foot of drilled shaft diameter. The wires shall be evenly spaced.

Thermal wires shall be evenly spaced and aligned with the longitudinal reinforcement of the shaft, and stretched to minimize the wire slack. The wires shall be tied to the reinforcement at intervals not exceeding 3 feet at locations 90º to the line connecting the reinforcement to the center of the shaft. An additional thermal wire shall be attached to another steel reinforcing bar and embedded parallel to one of the thermal wires at a fixed, radial distance of 2 inches in order to measure the thermal gradient, which will allow the temperature change to be directly converted to change in concrete cover depth.

VIII. CONSTRUCTION METHODS AND EQUIPMENT:

A. Protection of Existing Structures

All reasonable precautions shall be taken to prevent damage to existing structures and utilities in accordance with Sections 107.12 and 401.03 (g) of the Specifications. These measures shall include but are not limited to, vibration monitoring and subsidence control during driving of casing, sheets, or drilling.

B. Construction Sequence

Excavation to bottom of footing elevation shall be completed before shaft construction begins unless otherwise noted in the contract documents or approved by the Engineer. Any disturbance to the footing area caused by shaft installation shall be repaired by the Contractor prior to the footing pour. When drilled shafts are to be installed in conjunction with embankment placement, the Contractor shall construct drilled shafts after the placement of fill unless shown otherwise in the contract documents or approved by the Engineer.

Drilled shafts, constructed prior to the completion of the fill, shall not be capped until the fill has been placed as near to final grade as possible, leaving only the necessary work room for construction of the caps.

Revised: October439 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 C. General Methods and Equipment

1. General

The method used for drilled shaft installation shall be suitable for the intended purpose and materials encountered. The dry method, wet method, temporary casing method, or permanent casing method may be used as necessary to produce a sound and durable foundation free of defects. When a particular installation method is required in the Contract, that construction method shall be used. If no particular method is specified for use, the Contractor shall select and use one of the construction methods cited above, appropriate for site conditions, to properly accomplish the work. The permanent casing method shall be used only when required in the Contract or authorized by the Engineer. The Contractor shall submit his selected method of construction in the Drilled Shaft Installation Plan described in Section IV herein to the Engineer for approval.

Where soil and groundwater conditions vary along the site, a combination of methods may be used, as a single method of construction may be not appropriate for the entire job site. The Contractor may propose alternative methods of drilled shaft installation in his Drilled Shaft Installation Plan as appropriate, or a contingency plan to change installation method when new conditions are encountered.

2. Dry Construction Method

The dry construction method shall be used only at sites where the ground water level and soil and rock conditions are suitable to permit construction of the shaft in a relatively dry excavation, and where the sides and bottom of the shaft may be visually inspected by the Engineer prior to placing the concrete. The dry method consists of drilling the shaft excavation, removing accumulated water and loose material from the excavation, placing the reinforcing cage, and concreting the shaft in a relatively dry excavation.

The dry construction method shall only be approved by the Engineer when the trial shaft excavation demonstrates the following:

d. Less than 12 inches of water accumulates above the base of the shaft over a 1 hour period when no pumping is permitted,

e. The sides and bottom of the hole remain stable without detrimental caving, sloughing or swelling throughout the drilled shaft concrete elapsed time immediately following completion of excavation (as defined in Section VI. A. (c) Paragraph 3), and

f. Any loose material and water can be satisfactorily removed prior to shaft inspection and prior to concrete placement.

The Contractor shall use the wet construction method or the casing construction method for shafts that do not meet the above requirements for the dry construction method.

3. Wet Construction Method

The wet construction method may be used at sites where a dry excavation cannot be maintained for placement of the shaft concrete. This method consists of using water or slurry (mineral or polymer) to maintain stability of the borehole perimeter while advancing the excavation to final depth, placing the reinforcing cage, and concreting the shaft. Where drilled shafts are located in open water areas, exterior casings shall be extended from above the water elevation into the ground to protect the shaft concrete from water action during placement and curing of the concrete. The exterior casing shall be installed in a manner that will produce a positive seal at the bottom of the casing so that no piping of water or other materials occurs into or from the shaft excavation.

Revised: October440 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The wet construction method may be used in combination with the dry method and temporary or permanent casing methods. The wet method may involve desanding and cleaning the slurry (for mineral slurries); final cleaning of the excavation by means of a bailing bucket, air lift, submersible pump or other approved devices; and placing the shaft concrete with a tremie or concrete pump beginning at the shaft bottom. Temporary surface casings shall be provided to aid shaft alignment and position, and to prevent sloughing of the top of the shaft excavation, unless the Contractor demonstrates to the satisfaction of the Engineer that the surface casing is not required. When using the wet method all drilled shaft operations shall be accomplished while maintaining at least 5 feet of positive head of fluid above the water table.

4. Temporary Casing Construction Method

The temporary casing method shall be used when the dry or wet construction methods are inadequate to prevent hole caving or excessive deformation of the hole. In this method the casing may be either placed in a predrilled hole or advanced through the ground by twisting, driving or vibration before being cleaned out.

When the casing is placed in a predrilled borehole and the temporary stability of the hole is needed, drilling slurry shall be used. The slurry that is trapped in the annular space behind the casing must be forced out of that space by the rising column of fluid concrete as the casing is being pulled. The slurry used to stabilize a borehole temporarily prior to the placement of casing must satisfy all of the criteria of drilling slurry for the wet method of construction.

5. Permanent Casing Construction Method

The permanent casing method shall be used to construct drilled shafts through weak caving soils that do not contribute significantly to the drilled shaft shear capacity only when required in the plans or approved by the Engineer. In this method, before beginning the excavation, a permanent casing is installed to the projected depth by advancing it through the caving material by twisting, driving, or vibration. Unless specifically allowed by the plans, placement of permanent casing in an oversized hole or temporary casing outside the permanent casing beneath the ground surface will not be allowed. If full penetration of the permanent casing cannot be attained to the projected depth, excavate a selected depth inside the permanent casing, resume casing advancing, and repeat the process as necessary until the casing reaches the projected depth. Once the required elevation is reached, clean the excavation as indicated in Section XII herein, lower the reinforcing cage, and concrete to completion.

X. EXCAVATION AND DRILLING EQUIPMENT:

The excavation and drilling equipment shall have adequate capacity, including power, torque and downthrust to excavate a hole of both the maximum diameter and to a depth of 20 percent beyond the depths shown on the plans or 15 feet whichever is greater.

The excavation and over-reaming tools shall be of adequate design, size and strength to perform the work shown in the plans or described herein. When the material encountered cannot be drilled using conventional earth or rock augers and/or underreaming tools, the Contractor shall provide special drilling equipment, including but not limited to: rock core barrels, rock tools, air tools, and other equipment as necessary to construct the shaft excavation to the size and depth required. Blasting is not permitted to advance the excavation unless shown on the plans and specifications. Blasting for core removal is permitted when approved by the Engineer.

The Contractor shall stabilize all drilled shaft excavations with steel casing and/or fluid above the portions of the excavations in rock except as approved by the Engineer. The Contractor shall stabilize excavations at all times from the beginning of drilling through concrete placement. The Contractor shall provide casing or slurry in rock if unstable material is anticipated or encountered during drilling. When slurry is not used, the Contractor shall not leave a partially excavated shaft open overnight unless the excavation is cased to rock.

Revised: October441 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

For the purposes of this special provision, “Rock” is defined as a continuous intact natural material in which the penetration rate with a rock auger is less than 2 inches per 5 minutes of drilling using a drill rig capable of applying a minimum 35,000 pounds of down pressure (Crowd) while turning the auger for diameters equal to or less than 48 inches in diameter and at least 50,000 pounds of down pressure (Crowd) for augers greater than 48 inches in diameter. Rock augers shall be equipped with carbide teeth in good condition while performing this test. This definition excludes discontinuous loose natural materials such as boulders and man-made materials such as concrete, steel, timber, etc. In the event that Rock meeting the penetration resistance defined above is not met after the shaft has been excavated past the top of rock elevation stated on the drawings “Rock” is defined as all natural material excavated below the top or rock elevation stated on the drawings. Concrete placement shall be completed within 8 days of beginning drilling. If concrete placement is not completed within the specified timeframe the Contractor shall over-ream the drilled shaft excavation a minimum of 1 inch and a maximum of 3 inches, or as required by the Engineer, before performing other operations in the excavation. Over-ream with a grooving tool, over-reaming bucket or other approved equipment at a minimum spacing of 12 inches. Over-reaming and additional shaft concrete placement shall be at no additional cost to the Department.

XI. EXCAVATIONS:

A. General

Shaft excavations shall be made at locations, shaft geometry and dimensions shown in the contract documents. The Contractor shall extend drilled shaft tip (base) elevations when the Engineer determines that the material encountered during excavation is unsuitable and/or differs from that anticipated in the design of the drilled shaft.

The Contractor shall maintain a construction method log during shaft excavation. The information recorded shall be as indicated in the “VDOT Excavation Form” provided by the Engineer. The Contractor shall record on the VDOT Excavation Form the location, dimensions, verticality, slurry test data, description of the materials encountered at all elevations, drilling time, elevation of the water table during excavation and seepage, description of any change in excavated material, elevation of top and bottom of the finished shaft, depth to the rock bearing stratum, condition of the bottom of the excavation or rock bearing surface, deviation from plan location, concrete data, a description of the tools and drill rigs used and any changes necessitated by changing ground conditions and other pertinent data to the drilled shaft operations for each drilled shaft installed. Submit a draft of this form for each completed drilled shaft within 24 hours of shaft completion. Report any unusual observation to the Engineer as soon as possible.

The Contractor shall provide areas for the disposal of unsuitable materials and excess materials removed from drilled shaft excavations and shall dispose them in accordance with Section 106.04 of the Specifications.

The Contractor shall not permit any worker to enter the drilled shaft excavation for any reason unless: a suitable casing has been installed, the water level has been lowered and stabilized below the level to be occupied, and an adequate safety equipment and procedures have been provided to the personnel entering the excavation which includes OSHA certification for confined space entry.

Revised: October442 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 B. Classified Excavation:

When designated in the contract documents, the Contractor shall perform classified excavation under standard and special excavation items. Obstruction removal shall be paid separately.

4. Standard Excavation

Standard excavation is excavation accomplished with conventional tools such as augers fitted with either soil or rock teeth, drilling buckets, and overreaming buckets attached to drilling equipment of the size, power, torque, and down thrust (crowd) approved for use by the Engineer after successful construction of a trial drilled shaft.

5. Special Excavation

Special excavation is an excavation that requires special tools and/or procedures to accomplish hole advancement. Special excavation , except obstructions, will be paid for as special excavation below the depth where conventional tools and the approved drilling equipment, operating at maximum power, torque, and down thrust (crowd), penetrates less than 2 inches in 5 continuous minutes but more than or equal to 1/2 inch in 5 continuous minutes and coring, air tools, etc. are required to advance the excavation. Excavation of rock as defined in Section VIII will be paid for as special excavation.

6. Probe Holes

When required on the plans at the completion of Special Excavation, drill a minimum 2 inch probe hole one and one half shaft diameters below the base of the excavation for examination with a feeler probe as directed by the Engineer. Probe Holes shall be incidental to the cost of excavating the shaft.

C. Obstructions:

Surface and subsurface obstructions at drilled shaft locations shall be removed by the Contractor. Such obstructions may include, but are not limited to, man-made materials such as old concrete foundations and natural materials such as boulders. Special procedures and/or tools shall be employed by the Contractor after the hole cannot be advanced using conventional augers, drilling buckets and/or underreaming tools. Such special procedures/tools may include but are not limited to chisels, boulder breakers, core barrels, air tools, hand excavation, temporary casing, and increasing the hole diameter. Blasting shall not be permitted unless specifically approved by the Engineer.

D. Lost Tools

Drilling tools that are lost in the excavation shall not be considered obstructions and shall be promptly removed by the Contractor without compensation. All costs due to lost tool removal shall be borne by the Contractor including, but not limited to, costs associated with the repair of hole degradation due to removal operations or an excessive time that the hole remains open.

XI. CASINGS

Casings shall be steel, smooth, clean, watertight, and of ample strength to withstand both handling and driving stresses and the pressure of both concrete and the surrounding earth materials. The outside diameter of casing shall not be less than the specified diameter of shaft, and the outside diameter of any excavation made below the casing shall not be less than the specified diameter of the shaft. No extra compensation will be allowed for concrete required to fill an oversized casing or oversized excavation. All casings, except permanent casings, shall be removed from shaft excavations. Any length of permanent casing installed below the shaft cutoff elevation, shall remain in place.

Revised: October443 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 When the shaft extends above ground or through a body of water, the portion exposed above ground or through a body of water may be formed with removable casing except when the permanent casing is specified. Removable casing shall be stripped from the shaft in a manner that will not damage the concrete. Casings can be removed when the concrete has attained sufficient strength provided: curing of the concrete is continued for a 72-hour period; the shaft concrete is not exposed to salt water or moving water for 7 days; and the concrete reaches a compressive strength of at least 2500 psi, as determined from concrete cylinder breaks.

A. Temporary Casing

All subsurface casing shall be considered temporary unless specifically shown as permanent casing in the Contract. The Contractor shall be required to remove temporary casing before completion of concreting the drilled shaft. Telescoping, predrilling with slurry, and/or over-reaming beyond the outside diameter of the casing may be required to install casing.

If the Contractor elects to remove a casing and substitute a longer or larger-diameter casing through caving soils, the excavation shall be either stabilized with slurry or backfilled before the new casing is installed. Other methods, as approved by the Engineer, may be used to control the stability of the excavation and protect the integrity of the foundation materials.

Before the casing is withdrawn, the level of fresh concrete in the casing shall be a minimum of 10 feet above either the hydrostatic water level in the formation or the level of drilling fluid in the annular space behind the casing, whichever is higher. As the casing is withdrawn, care shall be exercised to maintain an adequate level of concrete within the casing so that fluid trapped behind the casing is displaced upward and discharged at the ground surface without contaminating or displacing the shaft concrete.

Temporary casings which become bound or fouled during shaft construction and cannot be practically removed shall constitute a defect in the drilled shaft. The Contractor shall improve defective shafts to the satisfaction of the Engineer. Such improvement may consist of, but is not limited to, removing the shaft concrete and extending the shaft deeper to compensate for loss of frictional capacity in the cased zone, providing straddle shafts to compensate for capacity loss, or providing a replacement shaft. All corrective measures including redesign of footings caused by defective shafts shall be done to the satisfaction of the Engineer by the Contractor without either compensation or contract time extension. Additionally, no compensation will be paid for temporary casing remaining in place.

B. Permanent Casing

Permanent casing shall be used when shown in the Contract. The casing shall be continuous between top and bottom elevations prescribed in the plans. After installation is complete, the permanent casing shall be cut off at the prescribed elevation and the shaft completed by installing necessary reinforcing steel and concrete in the casing.

In cases where special temporary casings are shown on the plans or authorized in writing by the Engineer to be used in conjunction with permanent casing, the Contractor shall maintain both alignment of the temporary casing with the permanent casing and a positive, watertight seal between the two casings during excavation and concreting operations.

XII. SLURRY:

Mineral or polymer slurries shall be employed when slurry is used in the drilling process unless other drilling fluids are approved by the Engineer. Mineral slurry shall have both a mineral grain size that will remain in suspension and sufficient viscosity and gel characteristics to transport excavated material to a suitable screening system. The percentage and specific gravity of the material used to make the mineral suspension shall be sufficient to maintain the stability of the excavation and to allow proper concrete placement.

Revised: October444 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 When slurry is used, the Contractor shall adjust the excavation operations so that the maximum time the slurry is in contact with the sidewalls of the uncased portions of the drilled shaft excavation (from time of drilling to completing concrete placement) does not exceed 24 hours. The slurry shall be agitated in the drilled shaft excavations a minimum of every 4 hours. If the 24 hour time limit is exceeded, overream the drilled shaft excavation a minimum of 1 inch and a maximum of 3 inches, or as required by the Engineer, before performing other operations in the excavation. Over-ream with a grooving tool, over-reaming bucket, or other approved equipment at a minimum spacing of 12 inches. Over-reaming and additional shaft concrete placement shall be at no additional cost to the Department.

In locations with hard water or acidic groundwater, the slurry manufacturer shall measure the hardness, acidity, chloride and organic content of the mix water and groundwater and furnish for review and approval recommendations for modifications to the slurry that will ensure successful results in the conditions at the project site.

In locations or areas where saline or chemically contaminated ground water occurs, the use of attapulgite or sepiolite and/or additives instead of bentonite may be needed. The Contractor shall furnish, for review and approval, recommendations for the type and modification to the proposed mineral slurry that will ensure successful results in the conditions at the project site.

During construction, the level of the slurry shall be maintained at a height sufficient to prevent caving of the hole. If a sudden, significant loss of slurry to the hole occurs, the construction of that foundation shall be stopped until either a method to stop slurry loss or an alternate construction procedure has been approved by the Engineer.

The level of mineral slurry in the shaft excavation shall be maintained at a level not less than 5 feet above the highest expected piezometric pressure head along the depth of the shaft, and the level of polymer slurry shall be maintained at a level not less than 6 feet above the highest expected piezometeric pressure head along the shaft. It is anticipated that the highest piezometric pressure head is the static water elevation or the ground water elevation, however, the Contractor is responsible for determining the highest piezometric pressure head. If at any time the slurry construction method fails to produce the desired final results, in the opinion of the Engineer, the Contractor shall both discontinue this method and propose an alternate method for approval by the Engineer.

A. Mineral Slurry

Mineral slurry shall be premixed thoroughly with clean fresh water with adequate time (as prescribed by the mineral manufacturer) allotted for hydration prior to introduction into the shaft excavation. Slurry tanks of adequate capacity will be required for slurry circulation, storage, and treatment. No excavated slurry pits will be allowed in lieu of slurry tanks without the written permission of the Engineer. Desanding equipment shall be provided by the Contractor as necessary to control slurry sand content to less than 4 percent by volume at any point in the borehole at the time the slurry is introduced, including situations in which temporary casing will be used. The Contractor shall take all steps necessary to prevent the slurry from “setting up” in the shaft. Such methods may include but are not limited to agitation, circulation and/or adjusting the properties of the slurry. Disposal of all slurry shall be done off site in suitable areas by the Contractor.

The Contractor shall maintain a stable suspension at all times and keep the stability of the excavation. The Contractor shall adjust the slurry properties as necessary to bring the slurry to specifications. Mineral slurry shall have the properties listed in Table 2.

Revised: October445 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Table 6: Mineral Slurry Properties During Drilling and At the Time of Property at 70ºF Before Concrete Slurry Introduction Test Method (Units) Placement in the in the Drilled Shaft Drilled Shaft Density in Fresh Mud density balance API- 63 to 69 64 to 75 Watera (lb/ft3) 13B-1, Section 1 Viscosity Marsh Cone Method API- 28 to 45 28 to 45 (sec per quart) 13B-1, Section 22 Electric pH meter or pH pH 8 to 11 8 to 11 indicator paper strips Sand Contentb (%) 4% maximum 4% maximum API-13B-1 e) Density values shall be increased by two pounds per cubic foot (lb/ft3) in salt water. f) At time of concreting, sand content at any point in the drilled shaft excavation shall not exceed 4% (by volume); test for sand content as determined by the American Petroleum Institute. g) Minimum mixing time shall be 10 minutes. h) Storage time to allow for hydration shall be a minimum of 6 hours.

B. Polymer Slurry

If the Contractor proposes to use a polymer slurry, either natural or synthetic, it must be a product approved for use by the Department. Mixing of polymer slurry in the borehole will not be permitted. Slurry properties at the time of mixing and at the time of concreting must be in conformance with the written recommendations of the manufacturer. However, whatever product is used, the sand content at the base of the drilled shaft excavation shall not exceed 1 percent when measured by Method API 13B-1, Section 5, immediately prior to concreting.

The Contractor’s slurry management plan shall include detailed provisions for controlling the quality of the slurry, including tests to be performed, testing frequency, the test methods, and the maximum and/or minimum property requirements that must be met to ensure that the slurry meets its intended functions in the subsurface conditions at the construction site and with the construction methods that are to be used. The slurry management plan shall include a set of the slurry manufacturer’s written recommendations.

Polymer slurry shall have the properties listed in Table 3.

Table 7: Polymer Slurry Properties. During Drilling and At the Time of Property at 70ºF Before Concrete Slurry Introduction Test Method (Units) Placement in the in the Drilled Shaft Drilled Shaft Density in Fresh Mud density balance API- 63 to 65 65 to 67 Watera (lb/ft3) 13B-1, Section 1 Viscosity Marsh Cone Method API- 50 maximum 50 maximum (sec per quart) 13B-1, Section 2.2 Electric pH meter or pH pH 8 to 10 8 to 10 indicator paper strips Sand Contentb (%) 0.3% maximum 1% maximum API-13B-1 a) Density values shall be increased by two pounds per cubic foot (lb/ft3) in salt water. b) At time of concreting, sand content at any point in the drilled shaft excavation shall not exceed 1% (by volume); test for sand content as determined by the American Petroleum Institute. c) Minimum mixing time shall be 15 minutes. d) Storage time to allow for hydration shall be minimum of 4 hours.

Revised: October446 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 C. Water as Drill Fluid

If approved by the Engineer, the Contractor may use only water as a drilling fluid. All of the provisions in the table shown in this section for mineral slurries shall be met, except that the maximum density shall not exceed 70 pcf.

D. Slurry Testing

Slurry testing shall include the following tests, as a minimum: Density test (API 13B-1, Section 1), viscosity test (Marsh funnel and cup, API-13B-1, Section 2.2 or approved viscometer), pH test (pH meter, litmus paper), and sand content test (API sand content kit, API 13B-1, Section 5).

Tests should be performed when the slurry temperature is above 40 degrees Fahrenheit.

Tests to determine density, viscosity and pH value shall be performed during the shaft excavation to establish a consistent working pattern. A minimum of four sets of tests shall be made during the first 8 hours of slurry use. When the results show consistent behavior, the testing frequency may be decreased to one set every four hours of slurry use.

The Contractor shall ensure that a heavily contaminated slurry suspension, which could impair the free flow of concrete, has not accumulated in the bottom of the shaft. Prior to placing concrete in any shaft excavation, the Contractor shall take slurry samples using a sampling tool approved by the Engineer. Slurry samples shall be extracted from the base of the shaft and at intervals not exceeding 10 feet up the slurry column in the shaft, until two consecutive samples produce acceptable values for density, viscosity, and pH.

When any slurry samples are found to be unacceptable, the Contractor shall take whatever action is necessary to bring the slurry within specifications requirements. Concrete shall not be poured until the slurry in the hole is re-sampled and tests results produce acceptable values.

Reports of all tests required above, signed by an authorized representative of the Contractor, shall be furnished to the Engineer on completion of each drilled shaft.

XV. EXCAVATION INSPECTION:

The Contractor shall provide equipment for checking the dimensions and alignment of each shaft excavation. The dimensions and alignment shall be determined by the Contractor under the direction of the Engineer. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final cleaning. Unless otherwise stated in the plans, a minimum of 50 percent of the base of each shaft will have less than 1/2 inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 1-1/2 inches. Shaft cleanliness will be determined by the Engineer, by visual inspection for dry shafts or other methods deemed appropriate by the Engineer for wet shafts.

For dry excavations, the maximum depth of water shall not exceed 3 inches prior to concrete pour.

For dry shafts, the sidewalls shall be visually free of cuttings that may have been smeared on the walls during the removal and insertion of drilling tools.

The Contractor shall allow the Department up to 24 hours after the excavation is completed to perform bottom cleanliness testing with the DING Testing Device and the GRL/PDI Squid.

XVI. CONSTRUCTION TOLERANCES:

The following construction tolerances apply to drilled shafts unless otherwise stated in the Contract:

(a) The center of the drilled shaft shall be within 3 inches of plan position in the horizontal plane at the plan elevation for the top of the shaft.

Revised: October447 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 (b) The vertical alignment of a vertical shaft excavation shall not vary from the plan alignment by more than 1.5 percent of the total shaft length.

(c) After all the concrete is placed; the top of the reinforcing steel cage shall be no more than 6 inches above and no more than 3 inches below plan position.

(d) The top elevation of the shaft shall have a tolerance of plus 1 inch or minus 3 inches from the plan top-of-shaft elevation.

(e) Excavation equipment and methods shall be designed so that the completed shaft excavation will have a planar bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of ± 3/8 inch per foot of diameter.

Drilled shaft excavations and completed shafts not within the required tolerances are unacceptable. The Contractor shall be responsible for correcting all unacceptable shaft excavations and completed shafts to the satisfaction of the Engineer. Materials and work necessary to complete corrections for out-of-tolerance drilled shaft excavations, including engineering analysis and redesign, shall be furnished without either cost to the Department or a contract time extension.

XVII. REINFORCING STEEL CAGE CONSTRUCTION AND PLACEMENT:

The reinforcing steel cage, consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances, shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted, and prior to concrete placement. Internal stiffeners shall be removed as the cage is placed in the shaft so as not to interfere with the concrete placement.

The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within the tolerances in Section XIII herein. Plastic spacing devices shall be used near the bottom and at intervals not exceeding 10 feet up the shaft to ensure concentric spacing for the entire cage length. Use a minimum of one spacer per 30 inches of circumference of the casing with a minimum of three at each layer. The spacers shall be of adequate dimension to ensure that the minimum annular space between the outside of the reinforcing cage and the side of the excavated hole shown on the plans is maintained. Approved cylindrical feet (bottom supports) shall be provided to ensure that the bottom of the cage is maintained the proper distance above the base.

Hooks at the top of the reinforced steel cage shall not be bent outward if a temporary casing is to be used. Interior hooks must be designed to permit adequate clearance for the concrete tremie pipe or concrete pump (i.e. 10 inches minimum space). Hooks may be placed on dowels that may be rotated after concrete placement or casing removal and repositioned after the tremie or concrete pump is removed. The concrete must be fluid during dowel repositioning.

The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the upward displacement of the rebar cage exceeds 6 inches or if the downward displacement exceeds 3 inches, the drilled shaft will be considered defective. Corrections shall be made by the Contractor to the satisfaction of the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer.

If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length by adding longitudinal reinforcing bars at the bottom of the cage. Tie or spiral bars shall be continued for the extra depth and the stiffener bars shall be extended to the final depth. All longitudinal and transverse bars must be lap spliced or spliced with mechanical splices. Welding to the reinforcing steel will not be permitted unless specifically shown in either the plans or special provisions.

Revised: October448 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 When concrete placement does not immediately follow cage placement, the Contractor shall remove the steel from the excavation unless the Engineer directs otherwise. If the cage is removed, the Contractor shall recheck excavation cleanliness in accordance with this special provision prior to reinstalling the cage.

XVI. INSTALLATION REQUIREMENTS FOR CSL AND TIP INTEGRITY TESTS:

Unless otherwise directed by the Engineer, drilled shafts shall be fitted with both cross-hole sonic logging (CSL) test tubes and Thermal Integrity Profiling (TIP) test wires to evaluate shaft integrity as indicated in the plans, Contract, or as designated by the Engineer. The Contractor shall install the CSL access tubes or pipes and TIP wires as nearly parallel to and as far as possible from the longitudinal bars. The number of tubes and wires to be installed per each drilled shaft diameter is as indicated in Table 4.

Table 8: Requirements for CSL Tube and TIP Wire Location. Tube or Wire Spacing Drilled Shaft Diameter Number of CSL Tubes or (Spacing based on a (feet) TIP Wires central angle in degrees) 3 to 5 4 minimum 90 degrees 5.5 to 7 6 minimum 60 degrees 7.5 to 9 8 minimum 45 degrees Greater than 10 feet 10 minimum 36 degrees The CSL tubes and TIP wires shall be installed according to the following:

Securely attached to the interior of the reinforcement cage using wire ties spaced every five feet

With a minimum concrete cover of 3 inches,

Within 6 inches of the bottom of the shaft.

As near to vertical and parallel as possible.

In a regular and symmetric pattern such that each tube/wire is spaced a maximum distance possible from its adjacent tube/wire and distributed around the drilled shaft perimeter as indicated by the central angle in Table 4.

Extend from the bottom of the drilled shaft to at least 3 feet above the top of the drilled shaft, or 2 feet above the ground surface for shafts with cut-offs below the ground surface.

Lift and lower the steel reinforcement so as not to damage the tubes and wires. CSL tubes must be capped to prevent concrete or debris from entering during manipulation of the cage and concreting. The CSL tubes shall be filled with clean water no later than 4 hours after concrete placement. Do not break the bond between the tube and the concrete by applying excessive torque, hammering, or other sort of stress while removing the caps or plugs from the pipes. For production shafts and upon completion of the CSL tests, remove all the water from the access tubes or drilled holes and fill with an approved grout. CSL testing procedures are in Section XVII herein.

Revised: October449 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 XVII. CONCRETE PLACEMENT:

A. General

Concrete placement shall be performed in accordance with the applicable portions of the general specifications on concrete materials in Section VI. above and with the requirements herein.

Concrete shall be placed as soon as possible after reinforcing steel placement. Concrete placement shall be continuous from the bottom to the top elevation of the shaft. Concrete placement shall continue after the shaft excavation is filled until good quality concrete is evident at the top of shaft. Concrete shall be placed either by free fall or through a tremie or concrete pump. Free fall placement shall only be permitted in dry holes. Concrete placed by free fall shall fall directly to the base without contacting either the rebar cage or hole sidewall.

If concrete placement is not completed within three days of beginning drilling, enlarge the design drilled shaft diameter by a minimum of 6 inches the entire length of the shaft or as required by the Engineer at no additional cost to the Department. Enlarging the drilled shaft includes replacing the steel casing with steel casing the same size to which the drilled shaft is enlarged at no additional cost to the Department.

Subject to performance satisfactory to the Engineer in the trial shaft construction, concrete may be placed in dry shafts less than 5 feet in diameter by allowing the concrete to free fall up to 60 feet into the excavation; and free fall distance may be increased to 100 feet in dry shafts at least 5 feet in diameter. Drop chutes shall be used to direct concrete to the base during free fall placement.

The elapsed time from the beginning of concrete placement in the shaft to the completion of the placement shall not exceed 2-hours. Admixtures such as water reducers, plasticizers, and retarders shall not be used in the concrete mix unless permitted in the Contract or as approved by the Engineer. All admixtures, when approved for use, shall be adjusted for the conditions encountered on the job. The Contractor may request a longer placement time provided he supplies a concrete mix that will maintain a minimum 4 inch slump throughout the drilled shaft concrete elapsed time in Section VI. A. (c) Paragraph 3 as demonstrated by trial mix and slump loss tests.

The Contractor shall plot the theoretical and actual concrete volume curves on the “DRILLED SHAFT CONCRETE VOLUMES FORM” during concrete placement.

The Contractor shall not drill adjacent shafts or allow any equipment wheel loads or excessive vibrations to occur at any point within a 20 foot radius of the drilled shaft within the first 16 hours after a drilled shaft has achieved its initial concrete set (as determined by the Engineer) unless the concrete has reached a strength of at least 1500 psi as determined by the Maturity Test Method in accordance with ASTM C 1074.

B. Tremies

Tremies may be used for concrete placement in either wet or dry holes. Tremies used to place concrete shall consist of a tube of sufficient length, weight, and diameter to discharge concrete at the shaft base elevation. The tremie shall not contain aluminum parts that will have contact with the concrete. The tremie inside diameter shall be at least 6 times the maximum size of aggregate used in the concrete mix but shall not be less than 10 inches. The inside and outside surfaces of the tremie shall be clean and smooth to permit both flow of concrete and unimpeded withdrawal during concreting. The wall thickness of the tremie shall be adequate to prevent crimping or sharp bends. Tremie pipe clamps shall not be below water, in an area where they cannot be observed, nor in an area inaccessible to personnel unless otherwise approved in writing by the Engineer.

Revised: October450 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 The tremie used for wet excavation concrete placement shall be watertight. Underwater or under- slurry placement shall not begin until the tremie is placed to the shaft base elevation, and the concrete shall be kept completely separated from the water or slurry prior to the time it is discharged. Valves, bottom plates or plugs may be used for this purpose only if concrete discharge can begin within one tremie diameter of the base of the drilled shaft. Plugs shall either be removed from the excavation or be of a material, approved by the Engineer, which will not cause a defect in the shaft if not removed. The discharge end of the tremie shall be constructed to permit the free radial flow of concrete during placement operations. The tremie discharge end shall be immersed at least 7 feet in concrete at all times after starting the flow of concrete. The flow of the concrete shall be continuous. The level of the concrete in the tremie shall be maintained above the level of slurry or water in the borehole at all times to prevent water or slurry intrusion into the shaft concrete.

If at any time during the concrete pour, the tremie line orifice is removed from the fluid concrete column and discharges concrete above the rising concrete level, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal as directed by the Engineer and repour the shaft.

C. Pumped Concrete

Concrete pumps and lines may be used for concrete placement in either wet or dry excavations. All pump lines shall have a minimum 4 inch diameter and be constructed with watertight joints. Concrete placement shall not begin until the pump line discharge orifice is at the shaft base elevation. Pipe clamps or pipe welds shall not be below water, in an area where they cannot be observed, nor in an area inaccessible to personnel unless otherwise approved in writing by the Engineer.

A plug or similar device shall be used in wet excavations to separate the concrete from the fluid in the hole until pumping begins. The plug shall either be removed from the excavation or be of a material, approved by the Engineer, that will not cause a defect in the shaft if not removed.

The discharge orifice shall remain at least 7 feet below the surface of the fluid concrete. When lifting the pump line during concreting, the Contractor shall temporarily reduce the line pressure until the orifice has been repositioned at a higher level in the excavation.

If at any time during the concrete pour the pump line orifice is removed from the fluid concrete column and discharges concrete above the rising concrete level, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal as directed by the Engineer, and repour the shaft.

D. Drop Chutes

When free-fall concrete placement is used in excavations where the maximum depth of water does not exceed 3 inches, drop chutes shall be used to direct the placement. Free-fall concrete placement is not permitted in wet excavations. Drop chutes shall consist of a smooth tube of either one piece construction or sections that can be added and removed. A drop chute can also be a hopper with a short tube to direct the flow of concrete. Concrete may be placed through either the hopper at the top of the tube or side openings as the drop chute is retrieved during concrete placement. If concrete placement causes the shaft excavation to cave or slough, or if the concrete strikes the rebar cage or sidewall, the Contractor shall reduce the height of free fall and/or reduce the rate of concrete flow into the excavation. If caving or sloughing of the shaft walls occurs during free-fall placement of concrete, the shaft shall be considered defective. In such case, the Contractor shall remove the reinforcing cage and concrete, complete any necessary sidewall removal as directed by the Engineer and repour the shaft. If concrete placement cannot be satisfactorily accomplished by free fall in the opinion of the Engineer, the Contractor shall use either tremie or pumping techniques to accomplish the pour.

Revised: October451 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Replacement of defective shafts shall be at no additional cost to the Department.

XVII. NONDESTRUCTIVE EVALUATION:

A. General

When called for in the Contract, specific completed drilled shafts, the number and/or location of which are specified, shall be subjected to nondestructive tests to evaluate their structural integrity. The Contractor shall perform and submit reports of such tests to the Engineer in a timely manner. The drilled shafts designated for CSL shall be tested between one hundred sixty eight (168) and one hundred ninety two (192) hours after concrete placement. Thermal Integrity Profiling (thermal wire method) shall be performed in accordance with the Special Provision for Thermal Integrity Profiling of Drilled Shafts. The Contractor shall employ the services of a Testing Consultant to perform and interpret the results. The Testing consultant shall have a licensed professional engineer supervising the testing and interpreting the results. The CSL Testing Consultant shall be an independent testing agency with documented and approved experience in CSL testing on at least five (5) projects of similar or greater scope within the last two (2) years. The Consultant qualifications and a description of the equipment used shall be submitted to the Engineer for approval at least 21 calendar days prior to beginning drilled shaft installation. For each project cited, the names and phone numbers of owner’s representatives who can verify the Testing Consultant’s participation on those projects shall be provided. Within 14 days after receipt of the installation plan, the Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements. The report on the tests on any given shaft must be submitted to the Engineer within 3 working days of the performance of the tests on that shaft. The Engineer will evaluate and analyze the results and provide to the Contractor a response regarding the acceptability of the shaft that was tested within 3 working days of receipt of the test report.

The Contractor may continue to construct drilled shafts before the receipt of notice of acceptance of the tested shaft or shafts by the Engineer; however, if the Engineer finds the tested shaft(s) to be unacceptable, the Contractor shall be required to repair, at the Contractor’s expense, the unacceptable shaft to the satisfaction of the Engineer and (a) prove to the satisfaction of the Engineer, at no expense to the Department, the acceptability of all shafts constructed since the unacceptable shaft was constructed and the acceptability of the procedure to be used in constructing future shafts, or (b) cease all drilled shaft construction until a new construction procedure has been proposed by the Contractor and accepted by the Engineer. In the latter case, those drilled shafts constructed after the unacceptable shaft shall be repaired to the satisfaction of the Engineer at the Contractor’s expense. If any repair procedures or revisions to the Contractor’s installation procedure are proposed by the Contractor, the Contractor shall submit a written plan to the Engineer to repair defects and revise construction procedures. If these plans involve changes to the structural design of the shafts, shaft caps, or to the geometry of the shafts, any redesign proposed in the Contractor’s plan to the Engineer shall be performed at the Contractor’s expense by a Professional Engineer holding a valid license to practice engineering in the Commonwealth of Virginia.

The Engineer may require that additional shafts be tested. If the testing of the additional shaft(s) indicates the presence of a defect in any additional shaft, the testing cost for that shaft will be borne by the Contractor.. Otherwise, the cost of the testing will be borne by the Department.

If the Engineer requires additional shafts be tested and the testing indicates the presence of any defect in any additional shaft, testing that shaft shall be at no additional cost to the Department; otherwise, the testing will be at the Departments’ expense.

Revised: October452 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 B. Crosshole Sonic Logging CSL Test

1. General

Crosshole Sonic Logging (CSL) is a nondestructive testing (NDT) method that measures the time for an ultrasonic pulse to travel from a signal source inside an access tube to a receiver inside another access tube and evaluates the integrity of drilled shafts. The travel time between these equidistant tubes will be relatively constant from the bottom to the top of the drilled shafts and correspond to a reasonable concrete pulse velocity in uniform, good quality concrete. The CSL test will also produce records with good signal amplitude and energy in uniform, good quality concrete. Longer travel times and lower amplitude/energy signals indicate the presence of irregularities such as poor quality concrete, voids, honeycombs, or soil intrusions. The signal will be completely lost by the receiver and system recorder for more severe defects such as voids and soil intrusions.

The Contractor shall install access tubes intended for CSL testing and perform the test(s) as indicated in the plans, and in Sections IV. A. (l), VI. D., and XV herein. When the Contractor is required to perform CSL tests, he must only employ experienced personnel and engage the services of approved independent testing firm with previous experience in CSL testing. The Contractor shall submit to the Engineer for his approval the list of personnel and testing firms he intends to use during the CSL testing program along with their competence and field experience to perform evaluate, and report the results of CSL tests. The Contractor shall perform the CSL tests in the number and locations specified or as requested by the Engineer, and he shall execute the test after at least 48 hours of concrete curing to allow for curing of the concrete. The Engineer may specify a longer curing time when retarders are used in the mix design, or other factors that may result in a slower rate of concrete setting. All CSL testing must be completed within forty five calendar days of concrete placement.

The Contractor shall assure that the test probes can pass through and down the tubes to the bottom of every installed tube before starting the CSL test. If a tube is obstructed, the Contractor, at his expense, shall core a hole large enough to accommodate the probe through its full length in the drilled shaft and near the obstructed tube to the depth indicated in the plans for that CSL tube. Core equipment, procedure, and location of the hole shall be approved by the Engineer prior to beginning coring. Logged results of the core drilling shall be submitted to the Engineer along with the cores. The CSL test may commence after the core hole is inspected and the probes can pass through.

The Contractor is responsible for submission of the CSL test report to the Engineer within 5 work days of its performance for a specific drilled shaft. The Engineer will evaluate and analyze the CSL test results within 3 working days of their receipt and provide the Contractor with a response regarding the acceptability of the drilled shaft tested.

2. Equipment for the Crosshole Sonic Logging, CSL, Test

The CSL test equipment consists of the following components:

a. A microprocessor-based CSL system or analyzer for display of individual CSL records, analog-digital conversion and recording of CSL data, analysis of receiver responses, and printing of CSL logs.

b. Ultrasonic emitter and receiver probes for 2 inches I.D. pipe.

c. An ultrasonic voltage pulse to excite the source with a synchronized triggering system to start the recording system.

d. Winch, tripod and connecting cables.

e. A depth measurement device to determine recorded depths.

Revised: October453 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

f. Appropriate filter/amplification and cable systems for CSL testing.

3. Logging Procedures for Crosshole Sonic Logging, CSL, Test

The test should proceed from the bottom to the top of the test tubes and in depth increments of about 3 inches to include the full depth of both tubes. Any slack shall be removed from the cables prior to pulling the probes providing accurate depth measurement records. Test a pair of perimeter and/or diagonal tubes, and include evaluation of the condition of the drilled shaft bottom. The source and receiver should be lifted simultaneously at a speed less than 1 ft per second, and a set of readings carefully taken at their corresponding depths. The CSL tests shall be carried out with the source and receiver probes in the same horizontal plane unless test results indicate potential anomalies/defects, in which case the questionable zone may be further evaluated with fan shape or angled tests (source and receiver are vertically offset inside the tubes). Equipment, procedure, and evaluation shall be adjusted to detect, locate, and assess the extent of any irregularity or void that appears in the path of the sonic pulse. Any anomalies/defects indicated by longer pulse arrival times and significantly lower amplitude/energy signals shall be reported to the Engineer on site and any further tests shall be carried out as necessary to evaluate the extent of such anomalies/defects at no additional cost to the Department.

Additional testing shall be conducted if anomalies are detected or suspected during the test. Drilled shaft bottom and top elevations, shaft length and construction dates shall be provided to the testing organization before or at the time of the CSL tests. Levels will be taken on top of each tube, and actual tube plumbness and length be recorded. CLS tests shall be conducted between pairs of tubes, and the determination of which pairs to be tested made by the independent testing agency.

4. Reporting Results of the Crosshole Sonic Logging, CSL, Test

Results of CSL test shall be presented in a report including:

a. A brief explanation of how the test was performed, the CSL logs, the analyses, and the test results of each drilled shaft.

b. The arrangement of the tubes and their dimensions per drilled shaft tested.

c. A Plan View of the CSL test locations in relation to the bridge foundation.

d. Arrival time of acoustic pulse versus depth in each pair of tubes for every drilled shaft tested.

e. Pulse energy/amplitude versus depth in each pair of tubes for every drilled shaft tested.

f. A CSL log for each pair of tubes tested, and when applicable, with any anomaly/defect zones properly discussed. Any zone with long arrival times and low power relative to other zones should be considered anomalous.

XX. ACCEPTANCE OF DRILLED SHAFTS:

Acceptance of drilled shafts shall be based on meeting the requirements as set forth in the Contract Documents. Drilled shafts will not be acceptable if:

A. Based on Specifications

1. Requirements of the Specifications or this Special Provision for Drilled Shaft are not adhered to during construction.

Revised: October454 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

2. Drilled shafts are out of tolerance. The Contractor shall correct completed drilled shaft to acceptable tolerances before proceeding with new drilled shaft construction and submit correction for the Engineer’s approval.

3. When applicable, slurry out of tolerance, especially during late introduction into the drilled shaft and before concreting.

4. Drilled shaft walls cave-in due to improper use of casing or slurry; or failure to use weighting agents in the slurry in running groundwater.

5. Temporary casing that cannot be removed.

6. Horizontal separations or severe neck occur in the drilled shaft walls when pulling temporary casing with concrete adhering to it.

7. Slurry is not adequately agitated or concrete is not placed in a timely manner causing excessive build-up of mud cake on the wall of the excavation.

8. Horizontal sand lens in concrete is produced by pulling tremie or pump line out of concrete when concreting under slurry or water.

9. Quarter-moon-shaped soil intrusion on the side of the drilled shaft is created by interruption in flow of concrete being pumped or tremied into slurry-filled hole or concrete from inner casing spilling into the over break zone behind outer casing of telescoping casing.

10. Soft or loose drilled shaft bottom is caused by incomplete bottom cleaning, side sloughing, or sedimentation of cuttings from slurry column where base bearing is required.

11. Voids are created outside the reinforcing steel cage when low slump concrete is introduced into the drilled shaft.

12. Honeycombing, washout of fines, or water channels occur in the concrete if concrete is placed directly into water.

13. Debris is folded-in due to insufficient cleaning of the drilled shaft excavation or excessive sand in the slurry.

14. The mix design has been altered or extra water has been added without the approval of the Engineer.

15. Drilled shafts that cannot be completed within the required tolerances. The Contractor shall submit correction methods for the Engineer’s approval.

B. Based on the Cross Hole Sonic Logging (CSL) Tests or Thermal Integrity Profiling (TIP)

Unacceptable drilled shaft CSL or TIP testing results shall be conclusive evidence that a defect exists in the drilled shaft that will result in inadequate or unsafe performance of the drilled shaft under service loads. The acceptance of each drilled shaft based on the results of the drilled shaft integrity testing report(s) and other information on the drilled shaft placement shall be the decision of the Engineer. If the CSL or TIP records are inconclusive, the Engineer may require coring or excavation of the drilled shaft to verify drilled shaft conditions. If a defect is confirmed, the Contractor shall be responsible for all coring or excavation costs. If no defect is encountered, the Department will pay for all coring or excavation costs, including grouting core holes. Cores that cannot be advanced to the location of interest will not be paid for.

Revised: October455 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 If testing discloses voids or discontinuities in the concrete which indicate that the drilled shaft is not structurally adequate, the drilled shaft shall be rejected, and construction of additional drilled shafts shall be suspended until the Contractor repairs, replaces or supplements the defective work, and the Engineer approves the remedial work. The Contractor shall suspend drilled shaft construction and submit proposed changes to the methods of drilled shaft construction to the Engineer in writing. The Contractor shall not resume drilled shaft construction until the Engineer approves the proposed drilled shaft construction method changes.

If any drilled shaft is determined to be unacceptable, the Contractor shall submit a plan for remedial action to the Engineer for approval. Any proposed modifications to the foundation drilled shafts and load transfer mechanisms caused by the remedial action will require calculations and working drawings signed and sealed by a Professional Engineer, hired by the Contractor and holding a valid license to practice engineering in the Commonwealth of Virginia, for all foundation elements affected. The Contractor shall provide all labor and materials required to design and repair or remediate drilled shafts at no additional cost to the Department and with no contract time extension.

The Contractor may continue to construct drilled shafts at his own risk before the receipt of notice of acceptance by the Engineer of the previously tested drilled shafts or drilled shafts constructed by a modified means and method of construction. However, if the Engineer finds the tested drilled shaft or drilled shafts constructed after the tested drilled shaft to be unacceptable, the Contractor shall repair the unacceptable drilled shafts and prove the acceptability of all drilled shafts constructed since the unacceptable drilled shaft was built and the acceptability of the procedure to be used in construction of future drilled shafts to the satisfaction of the Engineer and at no additional cost to the Department, or cease all drilled shaft construction until a new construction procedure has been proposed by the Contractor and accepted by the Engineer. In the latter case, drilled shafts built after the unacceptable drilled shaft shall be repaired at the Contractor’s expense and to the satisfaction of the Engineer. Repair, remediation, or replacement of unacceptable drilled shafts by the Contractor will not be considered as the basis for a contract time extension.

The Engineer will make the final acceptance decision of whether the drilled shaft is rejected and must be replaced or if repairs can or should be made on a drilled shaft by drilled shaft basis.

XXI. MEASUREMENT AND PAYMENT:

Standard Excavation Drilled Shafts (Diameter) will be measured in linear feet along the centerline of shaft from the plan top of shaft elevation to the final authorized and accepted bottom of shaft elevation and will be paid for at the contract unit price per linear foot of completed STANDARD EXCAVATION of the diameter shown on the plans, exclusive of the linear feet of authorized SPECIAL EXCAVATION.

This price shall include excavating the shaft, furnishing and installing temporary casing or slurry as necessary, installing crosshole sonic logging tubes, installing TIP wires and placing concrete. Reinforcing steel will be measured and paid for separately.

Special Excavation Drilled Shafts (Diameter) will be measured in linear feet along the centerline of the shaft from the elevation authorized for measurement as SPECIAL EXCAVATION of the diameter shown on the plans to the final elevation authorized for measurement as SPECIAL EXCAVATION and will be paid for at the contract unit price per linear foot of completed SPECIAL EXCAVATION. This price shall include excavating the shaft, installing temporary casing or slurry as necessary, installing crosshole sonic logging tubes, installing TIP wires and placing concrete.

After an elevation is authorized for SPECIAL EXCAVATION, SPECIAL EXCAVATION will be measured for payment for a minimum of 3 feet through earth seams, rock fragments and voids. If the material excavated is discontinuous, measurement and payment will revert to STANDARD EXCAVATION at the elevation where SPECIAL EXCAVATION is no longer encountered.

Revised: October456 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Reinforcing Steel will be measured and paid for in accordance with Section 406 of the Specifications

Undefined Obstructions will be paid for under Section 109.05 of the Specifications and there will be no measurement under this item.

Trial Shaft (Diameter) will be measured in linear feet along the centerline of shaft from an elevation 1 foot above the existing ground surface elevation at the center of the trial shaft hole prior to drilling to the authorized bottom elevation of the hole and will be paid for at the contract unit price per linear foot of the diameter shown on the plans for uncased shaft. This price shall include excavating the trial shaft through whatever materials are encountered to the bottom of shaft elevation or as authorized by the Engineer, temporary casing, slurry, furnishing and placing the reinforcing steel, installing crosshole sonic logging tubes, installing TIP wires, installing simulated defects, concreting the shaft, and restoring the site.

Crosshole Sonic Logging (CSL) Testing will be measured in units of each and will be paid for at the contract unit price per each shaft tested. This price shall include mobilizing, installing, instrumenting, performing, and documenting the CSL tests.

Thermal Image Profile (TIP) Testing will be measured in units of each and will be paid for at the contract unit price per each shaft tested. This price shall include mobilizing, installing, instrumenting, performing, and documenting the TIP tests.

Permanent Steel Casing (Diameter), when indicated on the plans, will be measured in linear feet along the permanent casing from the top of the casing to the tip elevation for the diameter indicated and will be paid for at the contract unit price per foot. This price shall include furnishing and installing the casing in the shaft excavation. Permanent casing will be paid for only when permanent casing is shown on the plans or when the Engineer directs the Contractor to leave a casing in place such that it becomes a permanent part of the shaft. No payment will be made for temporary steel casings that become bound or fouled during shaft construction and cannot be practicably removed.

Installation of permanent casings with an alternate diameter will be paid at this unit price.

Payment will be made under:

Pay Item Pay Unit Standard Excavation Drilled Shaft (diameter) Linear Foot Special Excavation Drilled Shaft (diameter) Linear Foot Trial Shaft (diameter) Linear Foot Crosshole Sonic Logging (CSL) Testing Each Thermal Image Profile (TIP) Testing Each Permanent Steel Casing (diameter) Linear Foot

Revised: October457 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR MAST ARM HANGER ASSEMBLY STD SM-3 AND SMD-2

March 30, 2016

I. Description

This work shall consist of furnishing and installing mast arm signal hanger assembly (Standard SM-3) and mast arm sign hanger assembly (Standard SMD-2) for new or relocated signals and signs on mast arms and replacing existing hanger assemblies.

II. Definitions

The following terms are used as follows in this special provision:

1. Mast Arm Hanger Assembly (Complete): An inclusive mast arm hanger assembly that consists of the main mount, swivel plate, mounting system, mounting tube, and miscellaneous hardware items.

2. Mast Arm Hanger Assembly (Components): Main mount, swivel plate, mounting system and miscellaneous hardware items (washers, screws, bolts, or nuts).

3. Main Mount: The bracket component that mounts against the mast arm signal pole. Once installed, this component is fixed and is not adjusted.

4. Swivel Plate: The bracket component(s) that mate to the main mount. The swivel plate can be adjusted along multiple axis to allow the signal mounting tube to be positioned at different angular orientations. The mounting tube is connected to the swivel plate.

5. Mounting System: Stainless steel cables which connect the main mount and mast arm signal pole.

6. Mounting Tube: The bracket component that holds the signal head assembly, camera, or sign panel bracing to the swivel plate.

7. Miscellaneous items: Other components of the hanger assembly not listed above, including but not limited to: tie back, or tether clamps which fasten the cable to the mounting tube, mounting arms, cover plates, hardware (washers, screws, bolts, or nuts), caps, and seals.

8. Special Tools: Unique tools identified by a specific item or product number in the manufacturer’s installation instructions.

III. Materials

As used below: XX, XXX or xx refers to stainless steel cable length, which shall be determined by the Contractor for the specific mast arm diameter at each installation location; YY or yy refers to the mounting tube length for sign panels, which shall be determined by the Contractor for the specific sign height at each location; ## refers to the channel width, which shall be determined by the Contractor for the specific sign width at each location.

1. Mast Arm Signal Hanger Assembly (Components) for Relocation or Maintenance Replacement – Signals Mast arm hanger components (main mount, swivel plate, mounting system, and associated miscellaneous items) used for signal relocation or maintenance replacement of signal hanger assemblies shall be of the following or approved equal:

Revised: October458 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Table 1: MAST ARM SIGNAL HANGER ASSEMBLY (COMPONENTS) FOR RELOCATION OR MAINTENANCE REPLACEMENT - SIGNALS MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AB-3055-XX-SS-PNC Traffic Hardware & Design CAN-BRAC, Model CBL-VUB-2CXX-9 General Traffic Equipment Corp. RM - MAC - XX Cost Cast, Inc. Cost Cast Item # 1816-A-CXX Sky Bracket SKYBRACKET, Model SS-SBCXX-SCK-VA

2. Mast Arm Signal Hanger Assembly (Complete ) - Signals Complete Mast Arm Hanger Assemblies used for new signals, relocated signals or maintenance replacement of signal hanger assemblies shall be of the following or approved equal:

Table 2: MAST ARM SIGNAL HANGER ASSEMBLY (COMPLETE) – SIGNALS (New Signals, Relocated Signals Or Maintenance Replacement) 1-SECTION HEAD HANGER ASSEMBLY (IN LINE) MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AG-0125-1-XX-SS-PNC Traffic Hardware & Design CAN-BRAC, Model CBL-VUN1-T24-2Cyy-9 General Traffic Equipment Corp. RM-1000C-XX-1 Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-24 Sky Bracket SKYBRACKET, Model SS-SBCXX-18-VA 3-SECTION HEAD HANGER ASSEMBLY (IN LINE) MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AG-0125-3-XX-SS-PNC Traffic Hardware & Design CAN-BRAC, Model CBL-VUN1-T46-2Cyy-9 General Traffic Equipment Corp. RM-1000C-xx-3 Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-48 Sky Bracket SKYBRACKET, Model SS-SBCXX-46-VA 4-SECTION HEAD HANGER ASSEMBLY (IN LINE) MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AG-0125-4-XX-SS-PNC Traffic Hardware & Design CAN-BRAC, Model CBL-VUN1- T58-2Cyy-9 General Traffic Equipment Corp. RM-1000C-xx-4 Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-60 Sky Bracket SKYBRACKET, Model SS-SBCXX-60-VA 5-SECTION HEAD HANGER ASSEMBLY (CLUSTER) MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AG-0138-XX-SS-PNC Traffic Hardware & Design CBL-VUN2-14-T37-2CXX-9 General Traffic Equipment Corp. RM-5C-5000C-xx Cost Cast, Inc. Cost Cast Item # 1816-G-CXX-5X Sky Bracket SKYBRACKET, Model SS-SBCXX-SCB-46-VA

3. Mast Arm Sign Hanger Assembly (Components) for Relocation or Maintenance Replacement – Signs Mast Arm Hanger Assembly components (main mount, swivel plate, mounting system, and associated miscellanies items) used for sign relocation or maintenance replacement of sign hanger assemblies shall be of the following or approved equal:

Revised: October459 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

Table 3: MAST ARM SIGN HANGER ASSEMBLY (COMPONENTS) FOR RELOCATION OR MAINTENANCE REPLACEMENT - SIGNS MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AB-3055-XX-SS-PNC 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Traffic Hardware & Design CBS-HU-Exx-2Cyy-3 1-Bracket per 20 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions General Traffic Equipment RM-MAC-XX Corp. 1-Bracket per 15 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Cost Cast, Inc. Cost Cast Item # 1816-A-Cxx 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Sky Bracket SKYBRACKET, Model SS-SBCXX-SCK-VA 1-Bracket per 13 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Xcessories Squared PAX2PC30-XXX and PASCL316-XXXX 1-Bracket per 10 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

5. Mast Arm Sign Hanger Assembly (Complete) - Signs Complete Mast Arm Hanger Assemblies used for new signs, relocated signs or maintenance replacement of sign hanger assemblies shall be of the following or approved equal:

Table 4: MAST ARM SIGN HANGER ASSEMBLY (COMPLETE) – SIGNS (New Signs, Relocated Signs Or Maintenance Replacements) MANUFACTURER MODEL Pelco Products, Inc. Galaxy, Model AG-0142-XX-XX-SS-PNC Galaxy, Model AG-0144-XX-XX-SS-PNC 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Traffic Hardware & Design CAN-BRAC, Model CBS-HU-Exx-2Cyy-3 1-Bracket per 20 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions General Traffic Equipment Corp. SMA - 3000 – XX 1-Bracket per 15 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Cost Cast, Inc. Cost Cast Item # 1816-N-CXX-YY 1-Bracket per 16 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Sky Bracket SKYBRACKET, Model SS-SBXX-SBK-XXTK-##-VA 1-Bracket per 13 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions Xcessories Squared PAX2PC30-XXX and PASCL316-XXXX 1-Bracket per 10 Sq. Ft. of sign panel spaced per manufacturer’s installation instructions

IV. Procedures

All work shall be accomplished according to the manufacturer’s installation instructions. Only the tools, special tools, and anti-seize lubricants specifically noted in the manufacturer’s installation instructions shall be used. If the Contractor deviates from the manufacturer’s installation instructions, the Contractor shall provide documentation from the manufacturer authorizing such deviations, including the use of alternate tools.

Revised: October460 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01

If a bolt tightening sequence is not specified in the manufacturer installation instructions, bolts shall be tightened in an alternating pattern for even compression.

If a main mount with fully tightened bolts requires adjustment that necessitates loosening of the main mount bolts, the mounting system and associated hardware for the mounting system (washers, screws, bolts or nuts) shall be replaced at no additional cost to the Department. 1. Tools: If maximum torque values are provided in the manufacturer’s installation instructions, a calibrated torque wrench shall be used to verify that torque has not been exceeded. The Contractor shall calibrate torque wrenches in accordance with torque wrench manufacturer recommendations at the interval recommended by the torque wrench manufacturer. The torque wrench calibration testing lab shall be ISO, or ANSI accredited for instrument calibration.

If special tools are identified in the manufacturer’s instructions as being either required or recommended for installation the Contractor shall furnish no less than one set of tools to the Engineer per ten mast arm hanger assemblies or portion thereof, unless otherwise specified in the contract documents.

2. Packaging: All required components of each hanger assembly, except the mounting tube, shall be packaged as one set. The mounting tube may be packaged separately. If special tools are required, or recommended, they may be packaged separately. Under no circumstances shall the parts from multiple assemblies be mixed.

3. New Signal or Sign Installations: A Mast Arm Hanger Assembly (Complete) shall be used - see Table 2 for signals and Table 4 for signs.

The Mast Arm Hanger Assembly (Complete) may be attached to the mast arm and all bolts tightened to final tightness before lifting and placing the mast arm onto the signal pole (i.e. on the ground- attached to the mast arm prior to installation of the mast arm).

4. Relocate Existing Mast Arm Hanger Assemblies for Signals or Signs: Existing Mast Arm Hanger Assemblies (main mount, swivel plates, mounting systems and all associated miscellaneous items) that are in service before the commencement of any project shall not be relocated on the same mast arm or reused on a different mast arm.

The initial relocation of each existing signal or sign from its location at commencement of the project (Location A) to a new location on a mast arm (Location B).may be accomplished using one of the following at the new location on a mast arm:

c. A new Mast Arm Hanger Assembly (Complete) – see Table 2 for signals and Table 4 for signs or

d. New Mast Arm Hanger Assembly (Components) – see Table 1 for signals and Table 3 for signs. Existing mounting tubes, cover plates, tie backs, and tether clamps may be reused if they are compatible with the new components;

Subsequent relocations of the signal or sign from Location B to another location may be accomplished by the Contractor using one of the following at the new location on a mast arm:

d. A new Mast Arm Hanger Assembly (Complete) – see Table 2 for signals and Table 4 for signs; or

e. New Mast Arm Hanger Assembly (Components) – see Table 1 for signals and Table 3 for signs. Existing mounting tubes, cover plates, tie backs, and tether clamps may be reused if they are compatible with the new components; or

f. New mounting system. The existing hanger assembly equipment installed for the initial relocation from Location A to Location B may be reused.

Revised: October461 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 5. Modify Existing Hanger Assembly: Modifying an existing mast arm hanger assembly at the same location on a mast arm shall be accomplished in accordance with the following:

New Mast Arm Hanger Assembly (Components) – see Table 1 for signals and Table 3 for signs. Existing mounting tubes, cover plates, tie backs and tether clamps may be reused if they are compatible with the new components;

6. Remove Existing Hanger Assembly: Removing and disposing of an existing hanger assembly or components shall be in accordance with Section 510 of the Specifications.

7. Prosecution of Work: The Contractor shall prosecute work in accordance with Section 703.03 (a) of the Specifications.

While performing this work, if the Contractor discovers any mechanical or electrical problems with the signals, or discovers any problems that require immediate repair, the Contractor shall log each problem by intersection and signal head and advise the Engineer immediately. The Engineer will instruct the Contractor how to proceed.

The Contractor shall exercise caution during prosecution of work to prevent damage to any existing wiring, or signal component. If the Contractor damages any existing wiring, or signal equipment, repair and replacement shall be at no additional cost to the Department.

V. Reporting

For each mast arm hanger assembly (Complete or Components) installed, the Contractor shall submit the attached Mast Arm Bracket Installation Report form to the Engineer. The form shall also be submitted to the Department’s email [email protected].

Hard copy submission of the Mast Arm Bracket Installation Report to the Engineer shall not substitute for reporting to the required email address. The Mast Arm Bracket Installation Report shall be submitted within 7 business days of mast arm hanger assembly installation.

By submitting the report, the Contractor certifies that the mast arm hanger assembly installation was accomplished in strict conformance with these specifications.

Reporting will not be measured for separate payment but shall be considered incidental to the mast arm hanger assembly work.

VI. Warranty

The Contractor shall furnish a manufacturer warranty for the Complete Mast Arm Hanger Assembly or installed component (s) to cover defects for a minimum of three years from the date of installation. The warranty shall include providing replacements, within 10 calendar days of notification, for defective parts and equipment at no additional cost to the Department. When the warranty normally given by the manufacturer is longer than three years, the manufacturer’s normal warranty shall be furnished.

VII. Measurement and Payment

Mast Arm Hanger Assembly (Standard) (Type) will be measured in units of each for the standard and type specified to be paid for at the contract unit price per each. This price shall include furnishing and installing Mast Arm Hanger Assembly (Complete), including the main mount, swivel plate, mounting system, mounting tube, miscellaneous items, reporting, and special tools (when required).

Revised: October462 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 Remove Existing Traffic Signal Head Assembly will be measured in units of each and will be paid for at the contract unit price per each. Signal head assembly is defined as one or more traffic signal head sections (vehicular or pedestrian) assembled as one unit. This price shall include disconnecting the signal head assembly from existing conductor cables, removing the signal head assembly and backplate, removing and disposing of hanger assembly and/or tether assembly, and removing all associated mounting equipment, hardware, and accessories. If the traffic signal head assembly is to be reinstalled, the price also shall include reconnecting signal cables. When designated in the contract for salvage or if salvage is directed by the Engineer, this price shall include storing, protecting, and delivering to a designated Department facility.

Relocate Existing Mast Arm (Signal or Sign) will be measured in units of each and will be paid for at the contract price per each. This price shall include removing and relocating an existing traffic sign, signal head, or pedestrian signal head from an existing to proposed location, disconnecting and reconnecting conductor cables, adjusting or relocating conductor cables, removing and disposing or salvaging the existing mast arm hanger assembly, installing a new Mast Arm Hanger Assembly (Complete) or installing new Mast Arm Hanger Assembly (Components) and relocating or replacing existing miscellaneous items.

When relocation of signals or signs is accomplished when maintenance of the traffic signal is the responsibility of the Contractor as specified in Section 512 for the items Modify Signal or Temporary Traffic Control Signal, relocating existing mast arm hanger assemblies for signals or signs will not be measured separately and the cost thereof shall be included in the contract unit price of Modify Signal or Temporary Traffic Control Signal.

Modify Existing Mast Arm Hanger Assembly (Type) will be measured in units of each and will be paid for at the contract price per each. This price shall include removing an existing traffic sign, signal head, or pedestrian signal head from the existing hanger, furnishing new hanger assembly components, disconnecting and reconnecting conductor cables, removing, salvaging, and disposing of existing mast arm hanger assembly components, installing new Mast Arm Hanger Assembly (Components) and reusing or replacing existing miscellaneous items.

Payment will be made under:

Pay Item Pay Unit Mast Arm Hanger Assembly (Standard)(Type) Each Remove Existing Traffic Signal Head Assembly Each Relocate Existing Mast Arm (Signal or Sign) Each Modify Existing Mast Arm Hanger Assembly (Type) Each

Revised: October463 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR THERMAL INTEGRITY PROFILING (TIP) OF DRILLED SHAFTS

September 14, 2016

I. DESCRIPTION:

This work shall consist of performing Thermal Integrity Profiling (TIP) drilled shaft tests in accordance with this specification and as directed by the Engineer. Thermal Integrity Profiling (TIP) uses the heat generated by curing cement (hydration energy) to assess the quality of drilled shafts. The expected temperature at any location is dependent on the shaft diameter, mix design, time of measurement and distance to the center of the shaft. TIP measurements may be used to estimate the actual shape of the shaft as well. These estimates may be compared with concreting logs to assess the overall quality of the shaft. Good communication between the Prime (General) Contractor, the Drilled Shaft Contractor and TIP Consultant is essential.

TIP measurements that are colder than normal indicate necks, inclusions, or poor quality concrete, while warmer than normal measurements indicate bulges. Variations of temperatures between thermal wires reveal cage eccentricity.

The drilled shafts shall be tested using the Thermal Wires Method.

II. QUALIFICATIONS FOR TIP CONSULTANT:

The TIP consultant shall have a licensed professional engineer supervising the testing and interpreting the results. The TIP Consultant shall be an independent testing agency with documented and approved experience in TIP testing on at least five (5) projects of similar or greater scope within the last two (2) years. The Consultant qualifications and a description of the equipment to be used shall be submitted to the Engineer for approval at least 21 calendar days before beginning drilled shaft installation. The names and phone numbers of owner’s representatives who can verify the TIP Consultant’s participation on those projects shall be provided for each project cited. Within 14 days after receipt of the installation plan, the Engineer will notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements.

III. ASSISTANCE BY THE DRILLED SHAFT CONTRACTOR TO THE TIP TESTING CONSULTANT:

The Drilled Shaft Contractor shall provide cooperative assistance, suitable access to the site and the drilled shafts to be tested, and labor as required to assist the TIP Consultant in performing the required tests. Provide the proposed drilled shaft lengths, and dates of construction of drilled shaft to the TIP Consultant before testing and coordinate with TIP Consultant to install the necessary TIP instrumentation before concreting the shaft.

IV. EQUIPMENT REQUIREMENTS FOR TIP

The Thermal Integrity Profiler (TIP) is manufactured by Pile Dynamics, Inc., (30725 Aurora Rd., Cleveland Ohio 44139, USA, phone: 216-831-6131; fax 216-831-0916, www.pile.com). The equipment shall have the following minimum requirements:

(1) A computer based TIP data acquisition system to monitor temperature versus time after casting.

(2) Ability to collect data at user defined time intervals (typically 15 to 60 minutes).

Revised: October464 11, 2016 ORDER NO.: K19 CONTRACT ID. NO.: C0000103907C01 V. TIP PROCEDURE

Thermal wires shall be connected to a Thermal Access Port (TAP) preferably before casting concrete, or immediately following casting. The Contractor shall obtain a recommended time of initial TIP (THERMAL WIRE METHOD) testing from his testing firm based on shaft diameter and concrete mix and use this timeframe for Trial Shaft testing. The testing timeframe should be adjusted as necessary to coincide with the time to peak temperature time range after it is established from the TIP data. Data shall be collected by the TAP every 15 minutes for at least 48 hours, or as recommended by the TIP Consultant. After completing the data collection period, the TAP shall be connected to the main TIP data acquisition unit and the data files shall be downloaded for inspection of temperatures versus depth.

Potential local defects indicated by locally low temperatures relative to the average temperature at that depth, or average temperatures significantly lower than the average temperatures at other depths, shall be reported immediately to the Engineer.

VI. TIP RESULTS

Results of the TIP shall be presented in a written report within (5) working days of completing testing. The report shall present TIP test results including:

1. Graphical displays of all temperature measurements versus depth. 2. Indication of unusual temperatures, particularly significantly cooler local deviations of the average at any depth from the overall average over the entire length. 3. The overall average temperature. This temperature is proportional to the average radius computed from the actual total concrete volume installed (assuming a consistent concrete mix throughout). Radius at any point can then be determined from the temperature at that point compared to the overall average temperature. 4. Variations in temperature between wires (at each depth) which in turn correspond to variations in cage alignment. Where concrete volume is known, the cage alignment or offset from center should be noted. 5. Where shaft specific construction information is available (e.g. elevations of the top of shaft, bottom of casing, bottom of shaft, etc.), these values should be noted on all pertinent graphical displays.

VII. MEASUREMENT AND PAYMENT:

Thermal Integrity Profiling (TIP) for drilled shafts using the Thermal Integrity Profiler will be measured in units of each per shaft tested and will be paid for at the contract unit price per each. This price shall include procuring the TIP Consultant services, preparing, conducting the tests, and reporting test results.

Payment will be made under:

Pay Item Pay Unit Thermal Integrity Profiling (TIP) Each

Revised: October465 11, 2016