106
CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT BID PROPOSi\L AND CONTRACT TUNNEL(S) INVERT SLAB REPAIRS PROJECT NUMBER: RMF 3060.3017 BID NUvIBER: M-17-O01

BRIDGE and TUNNEL DISTRICT CHESAPEAKE BAY

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

CHESAPEAKE BAY

BRIDGE and TUNNEL DISTRICT

BID PROPOSi\L AND CONTRACT

TUNNEL(S) INVERT SLAB REPAIRS

PROJECT NUMBER: RMF 3060.3017

BID NUvIBER: M-17-O01

TABLE OF CONTENTS

BID DOCUMENTS

Instruction to BiddersBid to the Chesapeake Bay Bridge and Tunnel DistrictAcknowledgement of RevisionsBidder Certification and Prequalification (Form A)Status of Contracts on HandContractor’s Bid to SubletCertificate of InsuranceNon-Collusion Affidavit

SPECIAL PROVISIONSPage No.

SP-1 SCOPE OF WORK SP-1SP-2 PREQUALIFICATION SP-1SP-3 GENERAL PROVISIONS SP-2SP-4 CHANGES TO THE GENERAL PROVISIONS SP-2SP-5 SUBMITTALS SP-3SP-6 MOBILIZATION SP-3SP-7 SCHEDULING REQUIREMENTS SP-3SP-8 LIMITATIONS OF OPERATIONS SP-4SP-9 PROGRESS MEETINGS SP-5SP-10 CONSTRUCTION RECORD DRAWINGS SP-5SP-11 TRAFFIC CONTROL SP-5SP-12 ON-SITE TEMPORARY STORAGE SP-6SP- 13 AVAILABILITY/ACCES SABILITY OF EMERGENCY UTILITIES SP-6SP-14 WORK IN THE SUPPLY AIR DUCTS SP-6SP-15 WORK AROUND EXISTING UTILITIES SP-7SP-16 PROTECTION OF EXISTING FACILITY SP-8SP-17 ACCESS TO CONSTRUCTION SP-9SP-18 MATERIAL/WORKMANSHIP WARRANTY SP-9SP-19 DAMAGES SP-9

GENERAL PROVISIONS

SECTION 101 DEFINITION OF TERMS GP-1

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS GP-8102.01 Prequalification102.02 Content of Bid102.03 Interpretation of Quantities in Bid Form102.04 Examination of Contract Documents and Work Site

TABLE OF CONTENTS (Continued)Page No

102.05 Preparation of Bid102.06 Irregular Bids102.07 Bid Guaranty102.08 Material and Equipment Guaranty102.09 Tolls102.10 District Procurement Policy102.11 Disqualification of Bidder102.12 Delivery of Bid102.13 Withdrawal of Bid

SECTION 103 AWARD AND EXECUTION OF CONTRACT GP-12103.01 Consideration of Bids103.02 Award of Contract103.03 Cancellation of Award103.04 Return of Bid Guaranty103.05 Performance and Payment Bonds103.06 Submissions Following Bid Approval103.07 Execution and Approval of Contract103.08 Failure to Furnish Bonds or Certificates of Insurance

SECTION 104 SCOPE OF WORK GP-16104.01 Intent of Contract104.02 Modification of the Contract104.03 Extra Work104.04 Maintenance During Construction104.05 Cleanup

SECTION 105 CONTROL OF WORK GP-18105.01 Authority of the Engineer105.02 Plans and Working Drawings105.03 Coordination of Plans, General Provisions, Special Provisions

and Technical Specifications105.04 Cooperation by Contractor105.05 Holidays105.06 Authority and Duties of the District Representative105.07 Inspection of Work105.08 Removal of Unacceptable and Unauthorized Work105.09 Acceptance105.10 Submission and Disposition of Claims

SECTION 106 CONTROL OF MATERIAL AND EQUIPMENT GP-24106.01 Source of Supply and Quality Requirements106.02 Samples, Tests, and Cited Specifications

TABLE OF CONTENTS (Continued)Page No.

106.03 Plant Inspection106.04 Storing Materials106.05 Unacceptable Materials

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO GP-27THE PUBLIC

107.01 Laws to be Observed107.02 Sanitary Provisions107.03 Patented Devices, Materials and Processes107.04 Public Convenience and Safety107.05 Construction Over or Adjacent to Navigable Waters107.06 Barricades and Warning Signs107.07 Contractor’s Responsibility for Work107.08 Environmental Considerations107.09 Personal Liability of Public Officials107.10 No Waiver of Legal Rights107.11 Certificates of Insurance

SECTION 108 PROSECUTION AND PROGRESS GP-30108.01 Subcontracting108.02 Notice to Proceed108.03 Prosecution of Work108.04 Limitation of Operations108.05 Progress Schedule108.06 Character of Workers, Methods and Equipment108.07 Determination and Extension of Contract Time108.08 Suspension of Work108.09 Failure to Complete on Time108.10 Liquidated Damages108.11 Default of Contract108.12 Termination of Contract108.13 Termination of Contractor’s Responsibility

SECTION 109 MEASUREMENT AND PAYMENT GP-38109.01 Scope of Payment109.02 Compensation for Altered Quantities109.03 Extra and Force Account Work109.04 Eliminated Items109.05 Partial Payments109.06 Final Payment109.07 Payment

TABLE OF CONTENTS (Continued)

SECTION 110110.01110.02110.03

110.04110.05

SECTION 201201.1201.2201.2.1201.3201.3.1201.3.2201.3.3201.3.4201.3.5201.3.6201.4201.5201.6201.6.1201.6.2201.6.2.1201.7201.7.1201.7.2201.8.201.8.1201.8.2201.8.3201.8.4201.9201.9.1201.9.2

Page No.GP-43

Page No.TS-1TS-1IS-iTS-2TS-2TS-2TS-2TS-2TS-2,-I-,c -

I

TS-3TS-3TS-5TS-5TS-5TS-5TS-6TS-6TS-6TS-7TS-8TS-8TS-8TS-8TS-8TS-9TS-9TS-9

MISCELLANEOUS PROVISIONSConstruction Safety and Health StandardsNon-DiscriminationParticipation of Small Businesses and Businesses Owned byWomen and MinoritiesDrug-Free WorkplaceEmployee Identification

SECTION 200 - TECHNICAL SPECIFICATIONS

GENERALSummaryPayment and Unit PricesPay Item SummaryDefinitionsDeaminated ConcreteHigh Velocity Dry-Mix ShotcreteHoneycombingNozzle man or Nozzle OperatorSpalled ConcreteWaterReferencesDelivery, Storage and HandlingSequencing and SchedulingGeneralUtilizing the Fresh Air FluesDampener Setting AdjustmentSubmittalsGeneral SubmittalsSubstitutionsQuality Assurance/Quality ControlGeneral Work PlanRegulatory RequirementsPre-Construction ConferenceManufacturer Field ServiceProject/Site ConditionsEnvironmental RequirementsExisting Conditions

TABLE OF CONTENTS (Continued)Page No

SECTION 202 DEMOLITION I PREPARATION TS-9202.1 General TS-9202.1.1 Protection of Existing Features TS-10202.1.2 Protection of Personnel IS- 10202.1.3 Dust Control TS-10202.1.4 Inspection of the Work TS-10202.2 Demolition TS-10202.2.1 Determination of Removal Limits TS-10202.2.2 Limitations of Repair TS- 13202.2.3 Perimeter Saw Cut TS-14202.2.4 Hydro-milling TS-14202.2.5 Impacting TS-15202.2.6 Drilling TS-15202.3 Substrate Preparation TS-15202.3.1 General TS-15202.3.2 Cleaning TS-16

SECTION 203 REHABILITATION TS-16203.1 General TS-16203.1.1 General TS-16203.2 Invert Slab Repairs TS-17203.2.1 Invert Slab Repair Types TS-17203.2.2 Replacing of Invert Slab Reinforcing Steel TS-19203.2.2.1 Replacing Invert Slab Reinforcing Steel Using Conventional

Methods TS-19203.2.2.2 Replacing Invert Slab Reinforcing Steel with Carbon Fiber

Laminates TS-20203.3 Wall Repairs TS-2 1203.3.1 Wall Repair Types TS-21203.3.2 Replacing of Wall Reinforcing Steel TS-2 1203.4 Floor Repairs TS-2 1203 .4.1 Floor Repair Types TS-21203 .4.2 Replacement of Floor Reinforcing Steel TS-22203.5 Placement of Shotcrete TS-22203.5.1 General TS-22203.5.2 Equipment TS-23203.5.3 Air Supply TS-23203.5.4 Uniform Materials TS-23203.5.5 Temporary Protection TS-23203.5.6 Uniform Performance TS-23203.5.7 Thickness TS-24203.5.8 Nozzling Technique TS-24

TABLE OF CONTENTS (Continued)Page No

203.5 .9 Construction Joints TS-24203.5.10 Multiple Lifts TS-24203.5.11 Placement Around Reinforcement TS-25203.5.12 Placement Precautions TS-25203.5.13 Finishing TS-25203.6 Curing TS-25203.6.1 Fog Curing TS-25203.6.2 Duration of Curing TS-26203.7 Quality Control TS-26203.7.1 Preparations TS-26203.7.2 Testing TS-26203.7.2.1 Test Panels TS-26203.7.2.2 Test Cores TS-28203.8 Quality Assurance TS-29203.9 Repair of Shotcrete Defects TS-29203.9.1 Defects TS-29203.9.2 Repairs TS-29203.9.2.1 Removal and Replacement TS-29203.9.2.2 Minor Patching TS-29203 .9.2.3 Core Holes TS-29203.10 Cleaning TS-29203.11 Final Inspection TS-30

SECTION 204 REPAIR LOCATIONS AND QUANTITIES TS-30

DRAWINGS

DRAWING SHEET NO. 5-50 1 - REFERENCE DRAWING 1 OF 6DRAWING SHEET NO. S-502 - REFERENCE DRAWING 2 OF 6DRAWING SHEET NO. S-503 - REFERENCE DRAWING 3 OF 6DRAWING SHEET NO. S-504 - REFERENCE DRAWING 4 OF 6DRAWING SHEET NO. 5-505 - REFERENCE DRAWING 5 OF 6DRAWING SHEET NO. 5-5 06 - REFERENCE DRAWING 6 OF 6DRAWING SHEET NO. S-507 - REPAIR DETAILSDRAWING SHEET NO. S-508 — DEFECT TABLES 1 OF 3DRAWING SHEET NO. S-509 - DEFECT TABLES 2 OF 3DRAWING SHEET NO. S-S 10— DEFECT TABLES 3 OF 3

Project No.: 3060.3017Bid No.: M-17-00l

CHESAPEAKE BAY BRIDGE AND TU1NEL DISTRICT

Tunnel(s) Invert Slab Repairs

INSTRUCTION TO BIDDERS

SCOPE OF WORK

The project specifies the provisions and installation of all items listed on the Plans, or herein,including all labor, materials, equipment and incidentals required for the preparation andapplication of High Velocity Dry-Mix Shotcrete (shotcrete) as a repair material for concretesurfaces located within the Fresh Air Duct of the tunnel(s) on the Chesapeake Bay Bridge andTunnel Facility. Shotcrete can be applied on horizontal, vertical and overhead surfaces. Allwork shall be performed in accordance with current ACI 318, ACI 562, the TechnicalSpecifications, Special Provisions and the General Provisions of these Specifications.

SUBMISSION OF BIDS

Sealed bids for this project will be received until 2:00 p.m. on Tuesday, December 19, 2017 inthe office of the Director of Maintenance, Chesapeake Bay Bridge and Tunnel District, 32386Lankford Highway, Cape Charles, Virginia 23310, Attention: Mr. Timothy R. Holloway, atwhich time the bids will be publicly opened. The common overnight delivery services, includingpriority mail, do not guarantee delivery to the lower Eastern Shore (Cape Charles area) by 2:00p.m. Use of these services to deliver a proposal may result in delivery to the District after thesubmittal deadline.

Bids must be submitted with the project number, bid number, name of Bidder, and the openingdate clearly marked on the outside face of the package. The project number for this project isRIVIF 3060.3017, and the Bid number for this project is M-17-001.

Bidders shall submit to the District as part of their bid, a detailed work plan. This detailed workplan shall provide details of equipment, materials, methods, and personnel (project manager andsuperintendents) proposed to complete the work, including proposed method for containingconstruction debris, concrete laden dust and demolition materials out of portal drains, gutters andmid-channel sumps/pumps. Contractor is responsible for proper disposal of removed material inaccordance with all applicable laws and regulations.

In addition to being prequalified by the Virginia Department of Transportation in the appropriatework classes as noted in Special Provision No. SP-2, the Bidder shall also submit to the District aspart of his bid, a list of recent work experience on projects similar to this project, which entails

1

Project No.: 3060.30 17Bid No.: M-17-001

asphalt milling, paving and substrate repairs with limited overhead vertical clearance and concretedemolition and repair/rehabilitation on overhead or vertical surfaces of heavy civil construction

elements. The Bidder shall list at least three (3) similar projects performed in the past five (5) years.Each listed project shall include the name, address, contact person(s) and the telephone number ofthe Owner and Owner’s representative for whom the work was performed, the description and valueof the portion of the project with work of a similar nature. Each listed project shall also include theproject location, completion date and the names of the Bidder’s project manager andsuperintendent(s). If for any of the listed projects, the Bidder’s participation was that of asubcontractor, the value of the subcontracted work performed by the Bidder shall be included. Insuch cases, the Owner of the project is the General Contractor.

The Bidder shall remove the Plans, General Provisions, Technical Specifications and SpecialProvisions from the proposal prior to bid submission.

PRE-BID CONFERENCE

A mandatory pre-bid conference will be held on Tuesday, November 28, 2017 at 10:00 a.m. Itwill be held at the Chesapeake Bay Bridge and Tunnel District Administration Building, locatedat the North Toll Plaza, U.S. Route 13, Northampton County, VA. A site visit will immediatelyfollow the conference. The pre-bid conference is open to all interested potential contractors,subcontractors and/or suppliers. Interested parties should contact Mr. Timothy R. Holloway,Director of Maintenance, by phone at (757) 331-2960 at least two days in advance of theconference date in order to arrange for toll-free passage.

NOTE: Attendance at the pre-bid conference and site visitation is mandatory for Bidders anda prerequisite for submitting a bid. Bidders shall register in writing with the District at the prebid conference. Failure on the part of a Bidder to attend the pre-bid conference for this projectand to register their attendance with the District will be cause for their bid to be rejected. Suchbids will not be opened, but will be returned to the Bidder.

PROJECT SCHEDULE REQUIREMENTS

All project work shall be completed within 180 Calendar Days from Notice to Proceed.

PLANS AND SPECIFICATIONS

Plans and Specifications for this project are available for inspection in the offices of theChesapeake Bay Bridge and Tunnel District, or may be obtained from Mr. Timothy R.Holloway. Director of Maintenance. Complete Instructions to Bidders and all required blank bidforms may be obtained at the District office. All addenda (if applicable) will be mailed or

2

Project No.: 3060.3017Bid No.: M-17-001

delivered to each Bidder who obtained the plans and specifications, no later than 10 calendardays prior to the date of bid submittal, to allow a reply to reach all Bidders and allow Bidders tocontact their prospective subcontractors and suppliers prior to submission of the Bid. It is theresponsibility of the Bidder to provide all appropriate plans, specifications, addenda (ifapplicable), and all other contract documents to proposed subcontractors and suppliers.

TOLLS

Bidders should not include payment of Chesapeake Bay Bridge and Tunnel tolls in their Bid.The District will furnish passes to the successful contractor for his use, as needed, during thetime limit set forth in the Contract.

INTERPRETATION OF DOCUMENTS

Any comments or questions concerning specifications or other provisions of this Request for Bidshould be directed in writing to Mr. Timothy R. Holloway, Director of Maintenance, 32386Lankford Highway, Cape Charles, Virginia 23310, and shall be received at least 15 days prior toreceipt of bid, December 4, 2017, with an answer to be given at least 10 days prior to bid,December 8, 2017. The District is not responsible for any explanation, clarification or approvalmade or given in any manner except by addendum. A copy of each addendum will be mailed ordelivered to each person that received a bid package. Any addenda so issued are to be consideredpart of this bid.

SUBMITTAL REQUIREMENTS

The Bidders’ attention is directed to the points noted herein, as compliance with all provisions ismandatory in order to be considered responsive:

1. All responses on all the forms in the bid package must be typed or written in ink.

2. Unless otherwise specified or permitted in the bid, prices must be submitted on all items inthe bid.

3. Bids conditioned by the Bidder with proposed alternates, other than those specified orpermitted, will not be considered.

4. Erasures or alterations in the Bidder’s entries in the bid must be initialed by an authorizedrepresentative of the firm.

5. A bid total must be shown in each space provided for same.

3

Project No.: 3060.3017Bid No.: M-l7-001

6. A Bid Guaranty in the amount of five (5) percent of the value bid shall accompany the bid,signed by a Surety and an authorized representative of the Bidder, or each authorizedrepresentative of a joint venture, conforming to Section 102.07 of the General Provisions.

7. Joint venture bids must show the name of each party and be signed in ink by an authorizedrepresentative of each party of the joint venture.

8. The bid must include a signed statement of non-collusion.

9. The bid shall be prepared in accordance with and shall include in the submittal of the bid allthe requirements specified in the Special Provisions.

10. The bid shall be accompanied by a work plan as described in this section, starting on page 1.

AWARD OF CONTRACT

The District reserves the right to reject or cancel this solicitation and any or all bids, waive anyinformation and irregularities in the bidding; to accept or reject any or all items of bid; and toaccept other than the lowest bid should it be deemed to be in the best interest of the District. Inaddition, the District reserves the right to add locations of similar work on the facility if needed.

The award of the contract, if it is awarded, will be made to the lowest responsible and responsiveBidder. In determining the lowest responsible and responsive Bidder, the following factors shallbe considered:

1. The Bidder’s total bid price and proposed work plan to complete the work for the said bidprice.

2. Ability, capability, and skills of the Bidder to perform the contract work.

3. Proof that the Bidder can perform the contract work promptly and within the time framespecified.

4. Character, integrity, reputation, judgment, experience, and efficiency of the Bidder and hisproposed subcontractors.

5. The quality of performance of previous contracts.

6. The financial resources and ability of the Bidder to perform the contract work.

7. Ties between two lowest responsible and responsive Bidders will be decided by lot.

4

Project No.: 3060.30 17Bid No.: M-17-001

BID TO THECHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT

Date Submitted:

_______________

This project generally consists of removing all loose and delaminated concrete in the areas asshown on the Plans or specified herein, and/or as directed by the Engineer, on the underside ofthe tunnel roadway invert slab and furnishing all materials, equipment, labor, and incidentalsnecessary for application of High Velocity Dry-Mix Shotcrete (shotcrete) as a repair materialfor concrete surfaces in said areas. Shotcrete can be applied on horizontal, vertical and overheadsurfaces. All work shall be performed in accordance with current ACT 318, ACT 562, theTechnical Specification, Special Provisions and the General Provisions.

Location of Work: Project is located at the tunnel(s) on the Chesapeake Bay Bridge andTunnel Facility

I/We declare that no other person, firm, or corporation is interested in this bid; that I/we havecarefully examined the Plans, General Provisions, Technical Specifications, Special Provisions,form of contract, and all other documents pertaining thereto and thoroughly understand thecontents thereof that I/we understand that the Plans, General Provisions, TechnicalSpecifications, and Special Provisions as defined are a part of this Bid; that all the quantitiesshown herewith are part of this bid; 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 materialsand/or equipment; and that I/we agree to bind myself/ourselves upon award of the ChesapeakeBay Bridge and Tunnel District under this bid to a contract with necessary surety bond, to startwork on the date specified in the Notice to Proceed, and to complete all work in accordance withthe Plans and Specifications within the time limit set forth in the contract, which is 180 CalendarDays from Notice to Proceed.

Furthermore, I / We acknowledge that determination of the lump sum prices and unit pricesincluded herein have been given careful consideration and shall represent full compensation forall costs for all work described in this bid.

5

ProjectNo.: 3060.3017Bid No.: M-17-00l

BID TO THECHESAPEAKE BAY BRIDGE AND TU’JEL DISTRICT

(Continued)

Attached is a check or bond conforming to the requirements of the General Provisions, it beingunderstood that such check or bond is to be forfeited as liquidated damages if, upon acceptanceof this bid, I / We fail to execute the Contract and furnish bond as provided in the GeneralProvisions.

__________________________

By:

________

(Name of Individual, Firm or Corp.) (Signature)

(Address) (Title)

_________________________

By:

_______

(Name of Individual, Firm or Corp.) (Signature)

(Address) (Title)

6

Project No.: 3060.3017BidNo.: M-17-001

BID TO THECHESAPEAKE BAY BRIDGE AND TU1EL DISTRICT

(CONTINUED)

TIJNNEL(S) INVERT SLAB REPAIRITEMIZED BID SHEET

Quantity Unit Price Total

1 Mobilization 1 Lump Sum $

_____________

$

TNVERT SLAB

2 Type 1 Repair 2.380 SF $ $

3 Type 2 Repair 100 SF $

__________

$

4 Type 3 Repair 500 SF $

___________

$

5 Type4Repair 100 SF $

__________

$

WALLS

6 Type 5 Repair 5 SF $

___________

$

7 Type 6 Repair 5 SF $

___________

$

FLOORS

8 Type 7 Repair 5 SF $

____________

$

9 Type 8 Repair 5 SF $

____________

$

BID TOTAL $

7

Project No.: 3060.3017Bid No.: M-17-001

BID TO THECHESAPEAKE BAY BRIDGE AND TUEL DISTRICT

(Continued)

FOR DISTRICT USE ONLY

In consideration of the foregoing commitments made by the Individual(s), Firm(s), orCorporation(s) as shown and signed in this Bid, and hereinafter called the Party of the SecondPart, the Chesapeake Bay Bridge and Tunnel District by the Executive Director, hereinaftercalled the Party of the First Part, agrees to pay the Party of the Second Part for all items of Workperformed and materials furnished at the unit prices as described and conditioned as set forth inthese Contract Documents.

Chesapeake Bay Bridge and Tunnel District

By:

___________________

Executive Director

Acceptance Date:

8

Project No.: 3060.3017Bid No.: M-17-001

CHESAPEAKE BAY BRIDGE AND TU1’JEL DISTRICT

ACKNOWLEDGEMENT OF REVISIONS

Acknowledgement shall be made of receipt of any and all revisions and/or addenda pertaining tothe above designated project which are issued by the District prior to the bid opening date shownherein. Failure to include this acknowledgement in the bidding may result in the rejection of yourbid.

By signing this bid, the Bidder acknowledges receipt of the following revision and/or addenda tothe bid and/or plans for the above designated project which were issued under cover letter(s) ofthe date(s) shown hereon:

1. Cover Letter of_________________________(Date)

2. Cover Letter of________________________(Date)

3. Cover Letter of_________________________(Date)

9

Project No.: 3060.30 17Bid No.: M-17-00l

CHESAPEAKE BAY BRIDGE AND TUISH’JEL DISTRICTBIDDER CERTIFICATION AND PREQUALIFICATION

CLASSIFICATION AND WORK CAPACITYWe

(Name of Individual. Partnership, Corporation or Joint Venture)

hereby certify that we have the necessary classification and maximum capacity rating(amount approved by the Prequalification Committee, less amount of all completed work)to perform the work covered by bids submitted for projects at the letting on

__________________________________

either with our organization or with subcontractorsas provided in the Virginia Department of Transportation Rules and Regulationsgoverning prequalification and classification of prospective bidders (Form C-46, Rev. 11-14-08).

We further certify that, to the best of our knowledge, each proposed subcontractoris prequalified in conformance with said rules and regulations mentioned above for thecontract items designated.

In compliance with Form C-46, Rev 11-14-08, a tabulation of all outstandingcontracts to date is furnished on the attached sheet “Status of Contracts on Hand.”

(Bidder)

By:(Signature)

(Title)

(Bidder) (Joint Venture)

By:___________________________(Signature)

(Title)

Joint Venture Bids Only

I / We propose to perform contract work amounting to $__________________ on thisjoint venture bid. Note: If the amount is not indicated, the District will divide thecontract amount equally, in which case, each bidder must have sufficient capacity tocover his share. Form A

10

STA

TU

SO

FC

ON

TR

AC

TS

ON

HA

ND

Pro

ject

No.

:3060.3

017

Bid

No.:

M-1

7-0

01

Giv

efu

llin

form

atio

nab

out

all

of

your

cont

ract

sw

heth

erpr

ime

orsu

b-co

ntra

ct;

whe

ther

inpr

ogie

ssor

awar

ded

but

yet

begu

n;or

whe

reyou

are

low

Bid

der

pend

ing

form

alaw

ard

of

cont

ract

.

VD

HT

PR

OJE

CT

ON

LY

Loc

atio

nA

BC

D

Ow

ner

&*C

ontr

act

*Am

ount

*Add

itio

nal

*Bal

ance

EF

GD

escr

ipti

onA

mou

ntC

ompl

eted

Am

ount

To

Be

Am

ount

*por

tioi

iof

*Col

umn

&B

ille

dE

arne

dSi

nce

Com

plet

edS

how

nas

“E”

Whi

chis

“E”

Min

us

Las

tE

stim

ate

Sub

let

Com

plet

eC

olum

n“F

TO

TA

LS

*In

case

of

join

tve

ntur

esh

owon

lyyo

ursh

are.

**

App

rove

dsu

ble

ttin

gsm

aybe

show

nin

acco

rdan

cew

ith

Art

icle

XII

of

the

“Rul

esan

dR

egul

atio

ns”

gove

rnin

gpr

e-qu

alif

icat

ion.

Cha

rgea

ble

Bal

ance

toB

eC

ompl

eted

$(C

olum

nD

Min

usC

olum

nG

)

NO

TE

:A

llm

isce

llan

eou

sco

ntr

acts

wh

ich

inth

eag

greg

ate,

tota

lle

ssth

an2O

%o

fC

ontr

acto

rsM

axim

um

conso

lidat

edan

dli

sted

asa

sing

lete

rm.

Cap

acit

yR

atin

g,

may

be

11

Project No.: 3060.3017Bid No.: M-17-00l

CHESAPEAKE BAY BRIDGE AND TU1’JEL DISTRICT

CONTRACTOR’S BID TO SUBLET*(To Be Submitted With Bid)

PROJECT NO.

Project Description

Submitted By

(Firm)

Date bid submitted

By signing this bid, the Bidder proposes to sublet to a prequalified contractor the designateddollar amounts:

Name of Subcontractor Dollar Amount

_______________________________________

$

_______________________________________

$

_______________________________________

$________________

_______________________________________

$

__________________________________________

$

TOTAL $

* This form and information is to be submitted by the prime Contractor with his bid inorder to be granted prequalification credit for work proposed to be subcontracted. Asubstitution of subcontractors may be permitted only upon written request and approvalby the District.

12

Project No.: 3060.3017Bid No.: M-17-001

RETURN ONE COPY

IMPORTANT: It is of vital importance to the insured that you send your insurer’s standardform, or this form to the Director of Maintenance, Chesapeake Bay Bridge-Tunnel District,32386 Lankford Highway, Cape Charles, VA 23310.

CERTIFICATE OF INSURANCE

This is to certify that

________________________________________

(Insurance Company)

Insured:

__________________________________

Address:

________________________________

Policies of Insurance Described as Follows:

KIND OF WORKERS’ PUBLIC CONTINGENTPOLICY COMPENSATION LIABILITY LIABILITY

NUMBER

EFFECTIVE FROM:DATE TO:

ONE PERSON ONE PERSONPROVIDED BY

$_______ $_______LIMITS WORKERS COMP.ONE ACCIDENT ONE ACCIDENT

LAW OF VA.S_______ $_______

EXACTLOCATIONCOVERED

COVEREDDETAIL

This certificate is issued at the request of the Chesapeake Bay Bridge and Tunnel District,32386 Lankford Highway, Cape Charles, Virginia 23310, to whom we will give notice, inwriting, of cancellation, renewal, or explanation of the above policy or policies.

Dated at

________ __________________________

(Insurance Company)

,20___ By

_______________

(Authorized Representative)13

Project No.: 3060.3017Bid No.: M-17-001

NON-COLLUSION AFFIDAVIT

THIS FORM must be completed, signed, notarized and returned with Bid; and failure to do so, may result in therejection of your Bid. A separate form must be submitted by each principal ofajoint venture Bid.

I. In preparing and submitting this Bid, I, the firm, corporation or officers, agents or employees thereof did not,either directly or indirectly, enter into any combination or arrangement with any person, firm or corporation or enterinto any agreement, participate in any collusion, or otherwise take any action in the restraint of free, competitivebidding in violation of the Sherman Act (15 U.S.C. Section 1) or Article 1.1 or Chapter 12 of Title 18.2 (VirginiaGovernmental Frauds Act), Sections 59.1-9,1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of the Code ofVirginia.

2. I, the firm, corporation or officers, agents or employees thereof have neither directly nor indirectly enteredinto any combination or arrangement with any person, firm or corporation or entered into any agreement, participatedin any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this Contract,the effect of which is to prevent competition or increase the cost of construction of this Contract.

During the preceding 12 months, I (we) have been a member of the following Highway Contractor’s Associations, asdefined in Section 33.1-336 of the Code of Virginia (1970). (Ifnone, so state).

Name Location of Principal Office

3. The undersigned is duly authorized by the Bidder to make the foregoing statements to be filed with Bidssubmitted on behalf of the Bidder for this Project.

Signed at

_____________________________,

this

________

day of , 20

_____

Name of Organization

By:(Signature and Title)

State ofTo-wit:

County (city) of

I,

__________________________,

a Notary Public in and for the State and County (City) aforesaid, hereby certify

that this day personally appeared before me and made oath that he is duly authorized to make theabove statements and that such statements are true and correct:

Subscribed and sworn to before me this day of , 20

_____

Notary PublicMy commission expires

14

Project No.: 3060.3017Bid No.: M-17-001

SPECIAL PROVISIONS

SP-l SCOPE OF WORK

This project generally consists of removing all loose and delaminated concrete in the areasas shown on the Plans or specified herein, and/or as directed by the Engineer, on theunderside of the tunnel roadway invert slab and furnishing all materials, equipment, labor,and incidentals necessary for application of High Velocity Dry-Mix Shotcrete (shotcrete)as a repair material for concrete surfaces in said areas. Shotcrete can be applied onhorizontal, vertical and overhead surfaces. All work shall be performed in accordance withcurrent ACT 318, ACI 562, this Technical Specification, the Special Provisions and theGeneral Provisions.

Provide all labor, supervision, tools, equipment, materials, permits, services, andmiscellaneous expenses to complete the Contract as outlined in this Specification and inaccordance with all other Contract Documents.

Contractor shall furnish services of all trades necessary to complete all items of work asoutlined in this Specification and shown on the Plans.

Contractor shall be responsible to furnish all field and office engineering services requiredto complete this Contract. This shall also include preparation of necessary constructionrecord documents such as actual installed quantities for each bid item, including squarefootage quantities at each repair location and other documentation as required herein theseSpecifications.

SP-2 PREQUALIFICATION

In order to perform work on this Project, contractors and subcontractors shall beprequalified by the Virginia Department of Transportation (VDOT) in accordance with therequirements stated in Section 102.01 of the General Provisions for Pneumatically AppliedConcrete (178).

If a contractor and/or subcontractor is not prequalified by VDOT in the appropriate workclasses, the District may prequalify the contractor and/or subcontractor, provided allmaterials normally required for prequalification by VDOT are submitted to the District forreview and approval at least 15 days prior to the due date for bid submittals, which isDecember 4, 2017. Contractor shall complete the “Long Form Submission Guide and C32 Application” document found at the following website:http://www.virginiadot.org/business/const/pregual.asp under “Applying forPrequalification.” Other relevant forms required per that application that are not includedin that document are as follows with where each one can be found on the internet:

SP- 1

Project No.: 3060.3017Bid No.: M-17-001

• Form C-38: A complete Safety Index Rating Form(http://www.virginiadot.org/business/resources/const/c38.pdf)

• Form C-71: Declaration of Fraud, Convictions, Deceit, or other Felonies andJudgements (http ://vdotforms .vdot.virginia. gov/SearchResults .aspx?filename=C7 1 .pdf)

• OSHA 300 & 300A Logs: OSHA documentation for the last three complete years.(https ://www. osha.gov/recordkeeping/new-osha3 O0form 1-1-04 .pdf)

SP-3 GENERAL PROVISIONS

The entire Division I General Provisions of the VDOT 2016 Road and BridgeSpecifications, except those sections of the VDOT Division I General Provisionsspecifically referenced in these Special Provisions or in the Technical Specifications, isreplaced by the General Provisions contained herein.

SP-4 CHANGES TO GENERAL PROVISIONS

Section 104.02, Modification of the Contract, item b. is over ridden by the following:

The quantity of the concrete patch work is approximated. The final quantities for these repairsare unknown until the contractor sounds and performs demolition to required areas. TheContractor will be paid the total square feet agreed upon in the field by the District and theContractor for each location, at the unit bid price, regardless of quantity.

Section 105.05, Holidays is amended to include the following:

As described in Section 105.05 of the General Provisions, the District restricts work onnormal work days preceding and following the holidays listed therein. The District may,upon written notification by the Contractor, waive such restrictions when the Contractor’soperations have no effect on vehicular traffic, as determined by the District. In addition,depending on the day of the week the specified Holiday falls on coupled with historicaltraffic counts of the District, additional days may be restricted around Holidays. If thisoccurs, said additional days will not be counted against the specified 180 Calendar daysfrom Notice to Proceed.

Section 108.10, Liquidated Damages is replaced by the following:

Should the Contractor exceed the stated timeline limits of 180 Calendar Days from Noticeto Proceed, the Contractor shall be responsible $3,500.00/day. This includes any Districtthird party inspectors that may be required.

SP-2

Project No.: 3060.3017Bid No.: M-17-001

SP-5 SUBMITTALS

Contractor’s submittals, including working plans and construction record drawings, shall bein accordance with Section 105.02 of the General Provisions and the following:

1. The Contractor shall submit to the District, within 30 days after Notice to Proceed, aschedule of specific dates for submission of working and shop drawings required by theGeneral Provisions, the Technical Specifications, and these Special Provisions. Inaddition, this submittal shall also include a progress schedule in accordance with Section108.05 of the General Provisions for the District’s review and approval.

2. The Contractor shall submit one (1) electronic copy and three (3) hard copies of eachsubmittal to the District for review and approval. Each submittal shall have been reviewedby the Contractor prior to submittal to the District and shall bear the Contractor’s stampof approval. All plan submittals shall be 22” x 34” with a 2-inch border on the left side.

3. The District will review for conformance with Contract Documents each submittal andshall return one (1) print duly marked within thirty (30) calendar days after receipt fromthe Contractor. The Contractor shall revise and resubmit any submittal returned to himfor correction after review by the District. Upon receipt by the District of a resubmittalwith required corrections, the District shall return one (1) print to the Contractor dulymarked “Approved”.

All submittals shall be sent to the District:

Chesapeake Bay Bridge and Tunnel District32386 Lankford HighwayCape Charles, Va. 23310Attention: Mr. Timothy R. Holloway, Director of Maintenance

SP-6 MOBILIZATION

Mobilization shall be in accordance with Section 513 of the VDOT 2016 Road and BridgeSpecifications.

SP-7 SCHEDULING REQUIREMENTS! Maintenance of Traffic

All work must be completed in accordance with the Plans and Specifications and withinthe time limits as herewith set forth, which is 180 Calendar Days from the Notice toProceed.

All work at the roadway level in the tunnels and open approaches which affects vehiculartraffic shall be done between the following hours:

SP-3

ProjectNo.: 3060.3017Bid No.: M-l7-001

Monday 9:00 p.m. to Tuesday 6:00 am.

Tuesday 9:00 p.m. to Wednesday 6:00 a.m.

Wednesday 9:00 p.m. to Thursday 6:00 a.m.

Thursday 9:00 p.m. to Friday 6:00 a.m.

At all other times not listed, both lanes of each tunnel shall be open for unrestricted trafficflow.

Work during any particular shift that affects vehicular traffic shall be allowed to occur inonly one lane of one tunnel at a time. The Contractor shall notify the District by the priorWednesday in order to be included in the Road Work Schedule for the following week,when requesting a lane closure. The District shall have final approval of all such requests.

During the Contractor’s operations in one lane of a tunnel, the District will provide allMaintenance of Traffic (MOT) and escort northbound and southbound vehicles past thework zone at approximately 25 to 30 mph in the adjacent traffic lane. Weather, such asrain, snow, high winds and low wind chills have the ability to shut down a night detail astraffic must be stopped on the trestle at either end of a tunnel. If deemed necessary, theContractor shall provide temporary devices to protect the tunnel interior and allcomponents and fixtures, and all other components of the facility (see also SpecialProvision No. SP-16). The Contractor shall also install temporary devices to keepdemolition and construction debris and wash water out of the fresh air flues, the gutters,the mid-channel sumps, the portal drainage grates, the niches and the exhaust air ports (seeSpecial Provision No. SP-19).

SP-8 LIMITATIONS OF OPERATIONS

All vehicles crossing the facility to deliver equipment, materials or supplies for this projectshall comply fully with the limitations stated in the current edition of the VirginiaDepartment of Transportation publication entitled Size, Weight and EquipmentRequirements for Trucks, Trailers and Towed Vehicles. Any vehicles that are scheduledto be used, which do not meet these criteria may be used only with the written permissionof the District. In requesting permission from the District to use non-complying vehicles,the Contractor shall specify whether the non-complying equipment will enter the facilityfrom the south or north end. The District may require that any non-complying vehicles beaccompanied by an escort, the cost of which will be borne by the District. The verticalclearance in both tunnels is 13 feet-6 inches.

The Contractor shall consider construction loads during the planning and prosecution ofthe work. Construction loads include but are not limited to the weight of all equipment,trucks and other heavy construction or material delivery equipment, as well as the deliveryor storage of materials placed on or adjacent to the structure or parts thereof during thevarious stages (phases) of the work in accordance with the Contractor’s proposed workplan. The Contractor shall consider the effect(s) of construction loads on the loading

SP-4

Project No.: 3060.3017Bid No.: M-17-001

capacity of these type structure(s) in his sequencing of the work and operations, includingphase construction. The tunnel roadway slabs were designed for an AASHTO HS-20-44live loading. At the Engineer’s request, the Contractor shall be prepared to discuss orreview his proposed operations with the Engineer with regard to construction loads todemonstrate he has taken such into consideration in the planning and execution of the work.Also at the Engineer’s request, the Contractor shall submit design calculations and otherpertinent backup information for the proposed loading to the tunnel roadway slabs,showing that the slabs are capable of carrying such loadings. These calculations shall besigned and sealed by a Professional Engineer licensed in the State of Virginia and shall besubmitted to the District for review and approval in accordance with Special Provision SP5. These tasks shall be considered incidental to other portions of the Work and shall becompleted at no additional cost to the District.

SP-9 PROGRESS MEETiNGS

The District will establish and conduct monthly progress meetings with representatives of theContractor. More frequent or less frequent meetings shall be held to the extent that the Districtreasonably determines that construction conditions make it advisable to do so. Thesemeetings will be onsite and maintained throughout the entire construction period until finalProject inspection by the District and for the primary purposes of assessing the progress of theContractor’s work, recommending such remedial actions as are necessary to maintain itsprogress within the Project schedule, and discussing the Contractor’s and its subcontractors’respective safety performance. Unless otherwise directed by the District, on site attendanceshall include the following Contractor personnel (and, if necessary, its correspondingsubcontractors’ personnel): Project Manager, designated Safety Representative, andSuperintendents as may be appropriate to meet agenda requirements.

SP-l0 CONSTRUCTION RECORD DRAWINGS

The Contractor shall maintain, in readable condition at the project, one complete set of plans,specifications and working drawings for his work including all shop drawings. Such drawingsand specifications shall be available for use by the Engineer or his authorized representative.

As the work progresses, the Contractor shall keep a complete record of any and all variationsbetween actual Project installations and Contract Plans and Specification requirements. Uponthe completion of the Project, two sets of drawings and/or a spreadsheet, whichever betterdemonstrates the work performed, and specifications shall be marked in red to show all suchvariations and shall be submitted to the Engineer within 30 days of final acceptance.

SP-1 1 TRAFFIC CONTROL

The District will provide all traffic control personnel, equipment, and procedures, to whichthe Contractor must conform, during all phases of his operations. At least one lane of

SP-5

Project No.: 3060.3017Bid No.: M-17-001

traffic will be maintained throughout the length of a tunnel and open approaches during theContractor’s operations. Traffic control will be based on allowing the Contractor access-egress at all times to the closed-down lane. The Contractor shall notify the District 48hours in advance when requesting the initial lane closure and also when requesting a laneclosure in a different location than is currently being worked. The District shall have finalapproval of all such requests.

SP-12 ON-SITE TEMPORARY STORAGE

The District will provide space on #4 Island, the most northern of the portal islands, or anarea in the Maintenance Yard (to be designated by the District) for storage of materials andequipment. The Contractor will not be allowed, under any circumstances, to store anymaterials or equipment in any of the ventilation buildings or in the tunnels, except asspecified in Special Provision No. SP-14, Work in the Supply Air Ducts. The materialsand equipment must be securely stowed in the storage area to prevent their movement byhigh winds. Furthermore, all materials and equipment must be removed from the storagearea at least 12 hours in advance of any time for which the National Weather Servicepredicts winds within a 20-mile radius of the storage site to exceed a speed of 75 mph. Ifthe portal island is utilized, a two lane width (24-ft minimum) travel-way for vehiculartraffic must also be maintained around the storage area along the length of the portal islandand through the security gates.

SP-13 AVAILABILITY/ACCESSIBILITY OF EMERGENCY UTILITIES

During the execution of the work, the Contractor shall keep the emergency utilities (fireextinguishers, standpipes and telephones) available and accessible to emergency personnelat all times.

SP-14 WORK IN THE SUPPLY AIR DUCTS

The Fresh Air Duct can be accessed through a 30-inch wide x 48-inch high hatch locatedin the elevator motor room (bottom floor) in each ventilation building. Additionally, thereare 24-inch by 24-inch manholes in the roadway slab, spaced approximately every 600 feet,which provide access to the supply ducts. There are three supply fans in each ventilationbuilding, one fan typically runs continuously at low speed (baseline wind speeds of 8 to 12miles per hour) to provide constant airflow in the supply duct which then ventilates thetunnel roadways. In some situations, additional ventilation must be provided andresultantly, wind speeds in the Fresh Air Duct may be above the baseline wind speed.

Minimal lighting is supplied by a single light fixture spaced approximately every 300 feet.Adjacent to the light switches approximately every 300 feet, there is a single electricaloutlet. These outlets shall not be utilized by the Contractor without approval from theDistrict. The Contractor shall supply their source of power. Some light fixtures outlets

SP-6

Project No.: 3060.3017Bid No.: M-17-001

may be inoperable and it is the responsibility of the Contractor, at no additional cost to theDistrict, to provide alternate sources of ventilation, light and power as may be required.The Contractor shall plan accordingly to provide adequate access, ventilation, power andlighting to perform the work.

The Contractor shall limit the amount of material and equipment in the supply duct duringnon-working hours and shall store materials and equipment to minimize obstruction toairflow (less than 10% of the supply duct cross section, which equates to approximately 12square feet in profile). Any required and approved shoring to support the slab for the repairis not included in the 10% requirement. The Contractor shall anticipate that the invert ofthe supply duct will have minor debris and standing water at scattered locations along theentire length of the supply duct, with heavier concentrations approaching mid-channel.The Contractor’s means of accessing each work location shall provide for safe workingconditions and allow for inspection and maintenance access (by others) past the work areas.

Due to the 12 square foot threshold, the Contractor shall remove all demolition debris daily.If the Contractor chooses to utilize the roadway manholes for any portion of the project, allupper manhole cover bolts shall be replaced at the end ofproject. In addition, at the end ofthe project, the upper manhole covers shall be shimmed, using 316 stainless steel shims, tobe level with the surrounding roadway and sealed with a suitable epoxy sealant, such asSimpson Strong Tie SET Anchoring Adhesive or approved equal, to keep shims in place.Anytime the manhole covers are removed they shall be put back by torqueing the coverbolts to 90 foot pounds with a torque wrench capable of being calibrated for said force. Theroadway manholes have a lower cover that protects the supply air duct from unforeseenspills in the tunnel roadway. At the end of the project, if the roadway manholes are utilized,the rubber gaskets for these lower manhole covers shall be replaced by the Contractor.These gaskets shall be installed between the manhole frame and the lower cover at allmanholes utilized during the project. The gaskets shall be ‘/4 inch thick and shall lap eachedge of the lower frame on each side by a minimum of ¼ inch and shall meet therequirements of MIL-R-6855 Class 1 Grade 70. The gaskets shall be chemically adheredto the frame and completely cured to provide a long lasting bond prior to re-installing thelower manhole cover.

SP-15 WORK AROUND EXISTING UTILITIES

Other Contractors associated with the Parallel Thimble Shoal Tunnel (PTST) Project willbe performing work on Portal Island Nos. 1, 2 and 3 and in these same ventilation buildings,including installation of some new electric and communication utilities. While it is notanticipated that conflict between projects will be prevalent, the Contractor shall be requiredto cooperate/coordinate with other Contractors on the facility.

The Contractor shall immediately notify the District Representative of any damage doneto the existing or newly installed utilities (equipment, conduits, wiring, cabling, cable trays,etc.) during any portion of the work. If utility service is interrupted due to Contractoractivity, repair work shall be continuous until service is restored. All repair work shall be

SP-7

Project No.: 3060.3017Bid No.: M-17-00l

done in accordance with District specifications and requires approval by the District priorto commencing the repair work. The Contractor shall be responsible for any damage toany utilities that are attributable to his neglect or methods of performing the work and makeappropriate repairs, as approved by the District, at no additional cost to the District.

SP-16 PROTECTION OF EXISTNG FACILITY

During the progress of the work, the Contractor shall provide temporary protection as isdetermined appropriate to protect the existing facility and equipment from damage due toContractor activity. All costs associated with this Work shall be considered as incidental toother items of Work.

The Contractor shall immediately notify the District Representative of any damage doneto the facility or equipment during any portion of the work. If damage does occur, repairwork shall be continuous until service is restored. All repair work shall be done inaccordance with District specifications and requires approval by the District prior tocommencing the repair work. The Contractor shall be responsible for any damage to anyfacility components that are attributable to his neglect or methods of performing the workand shall make appropriate repairs, as approved by the District, at no additional cost to theDistrict.

The Contractor shall contain all materials used during the remediation operations and thecleaning process, as well as all materials removed from the structures. The Contractor shallnot allow any of the materials to run or be drawn into or rest upon any existing electricalor mechanical equipment, nor into any drains or through any floor or wall penetrationswithin the ventilation buildings, onto the portal island surface or into the Chesapeake Bay.The Contractor shall be responsible for clean-up of spills and uncontained constructionmaterial and debris at no additional cost to the District. Containment Plans shall bedeveloped, taking into account all methods/stages of construction, including demolition,cleaning, preparation and repair and shall be submitted to the District for approval.

The Contractor shall provide additional protection for the drainage system (portal drains,gutters, mid-channel sumps/pumps) and ventilation system (fresh air flues), as anythingthat accidentally escapes the temporary protective measures could be drawn into thedrainage system or ventilation system and damage the existing equipment. If any work isto be performed near the transverse steel beams located near each tube joint, the Contractorshall protect the steel beam and its existing coating system. Any deficiencies present inthe transverse steel beams or coating systems shall be noted and brought to the District’sattention prior to beginning work near the steel beams.

SP-8

Project No.: 3060.3017Bid No.: M-17-001

SP-17 ACCESS TO CONSTRUCTION

During the progress of the work, the Contractor shall provide for the Engineer, and allauthorized visitors, means of ready access to all parts of the work, such as scaffolds, ladders,transportation and any other required aids to facilitate the inspection of the work.

SP-18 MATERIAL/WORKMANSHIP WARRANTY

The Contractor shall provide a warranty that will ensure that all repair work and materials willremain free of defects for a period of two (2) years from the date of contract completion.

SP-19 DAMAGES

If the Contractor fails to keep concrete, laitance, asphalt and any other construction debrisout of the portal drains, gutters or mid-channel sumps/pumps and debris reaches the sumpsor the pumps get damaged, the Contractor shall clean the sump rooms and make appropriaterepairs by certified mechanics and/or electricians, as approved by the District, includingpossible pump rebuild or replacement, at no cost to the District.

Failure of the Contractor to keep construction debris out of the fresh air flues that arelocated in the tunnel walls just above the curb could lead to improper ventilation in thetunnels. If such conditions occur, the Contractor shall immediately clean out each affectedfresh air flue and remove all debris, at no cost to the District.

SP-9

Project No: 3060.3017Bid No: M-17-001

GENERAL PROVISIONS

SECTION 101 - DEFINITION OF TERMS

Wherever the following abbreviations and terms are used in these Contract Documents, the intentand meaning shall be interpreted as follows:

AASHTO American Association of State Highway and Transportation Officials

AC Alternating Current

ACI American Concrete Institute

AlA American Institute of Architects

AISC American Institute of Steel Construction

AISI American Iron and Steel Institute

ANSI American National Standards Institute

ASCE American Society of Civil Engineers

ASME American Society of Mechanical Engineers

ASTM American Society for Testing and Materials

AWG American Wire Gage

AWS American Welding Society

CRSI Concrete Reinforcing Steel Institute

DC Direct Current

EEO Equal Employment Opportunity

EPA Environmental Protection Agency

F Fahrenheit, when preceded by “degree(s)”

FHWA Federal Highway Administration

FS Federal Specifications, General Services Administration

GP-1

Project No: 3060.3017Bid No: M-17-001

ICEA Insulated Cable Engineers Association

IEEE Institute of Electrical and Electronic Engineers

ISA Instrument Society of America

NACE National Association of Corrosion Engineers

NEC National Electrical Code

NESC National Electrical Safety Code

NEMA National Electrical Manufacturers Association

NFPA National Fire Protection Association

NIST National Institute of Standards and Technology

NPC National Plumbing Code

OSHA Occupational Safety and Health Association

SPC Standard Plumbing Code

SSPC Steel Structures Painting Council

UL Underwriters Laboratories, Inc.

UPC Uniform Plumbing Code

VAC Volts Alternating Current

VDOT Virginia Department of Transportation

VOSH Virginia Occupational Safety and Health Administration

VPCO Virginia Power Company

VDPOR Virginia Department of Professional & Occupational Regulations

VOSH Virginia Occupational Safety and Health Program

VTM Virginia Test Methods

GP-2

Project No: 3060.30 17Bid No: M-17-001

Advertisement, Notice of - The public announcement, as required by law, inviting Bidsfor work to be performed or materials to be furnished, that indicates the approximateprinciple quantities, location of the work to be performed, character and quantity of thematerials to be furnished, the required Project schedule, and the time and place of theopening of Bids.

Award - The decision of the Commission to accept the Bid of the lowest responsive andresponsible Bidder for the work as determined at the sole discretion of the District. TheAward is subj ect to the execution and approval of a satisfactory Contract therefore, and tosuch conditions as may be specified or required by law.

Award Date - The date on which the decision is made by the Commission to accept theBid of the lowest responsive and responsible Bidder.

Bid - The offer of a Bidder, submitted on the Bid, to perform the work and furnish thematerials and labor at the prices set forth therein; valid only when properly signed andguaranteed.

Bid Bond - The security furnished with a Bid to guarantee that the Bidder will enter intothe Contract if such Bid is accepted, synonymous with Bid Guaranty.

Bidder - An individual, partnership, corporation, or joint venture formally submitting aBid for the work contemplated, or any portion thereof, acting directly or through a dulyauthorized representative.

Calendar Day - Any day shown on the calendar. Unless otherwise stated, a day, as usedthroughout the Specifications, will mean Calendar Day.

Chairman - The Chesapeake Bay Bridge and Tunnel Commission Chairman.

Commission - The Chesapeake Bay Bridge and Tunnel Commission.

Contract - The written agreement executed between the District and the Contractor,setting forth the obligations of the parties thereunder, including, but not limited to, theperformance of the work, the furnishing of labor and materials, and the basis of payment.The Contract also includes these General Provisions, the Technical Specifications, thePlans, the Special Provisions, any Addenda (if required), change orders, and work ordersand agreements that are required to complete the construction of the specified work in anacceptable manner, including authorized extensions thereof all of which constitute oneinstrument. Oral agreements, promises, or representations shall not be considered a partof the Contract.

Contract Documents - The Contract Documents include the Bid, Contract, Contract bond,General Provisions, Virginia Department of Transportation “Road and BridgeSpecifications”, dated 2016 as applicable, Technical Specifications, the Plans, SpecialProvisions, any Addenda (if required), those documents required in Sec. 103.06, written

GP-3

Project No: 3060.3017Bid No: M-17-001

change orders, extra work orders, and agreements to complete the work and anyauthorized extensions.

Contract Item (Pay Item) - A specifically described unit of work for which a price isprovided in the Contract.

Contract Time (Time Limit) - The number of Calendar Days or calendar date thatspecifies the time allowed for the completion of the work described in the Contract,including authorized extensions.

Contractor - The individual, partnership, corporation or joint venture contracting with theDistrict for performance of the prescribed work.

jy - Unless otherwise stated, a Calendar Day.

Department - Virginia Department of Transportation

Disposal Areas - Areas located off the Project right-of-way where unsuitable or surplusmaterial is deposited.

District - The Chesapeake Bay Bridge and Tunnel District.

District Representative - The Engineer’s authorized representative assigned to makedetailed inspections of the Contract performance.

Employee - Any person working on the Project specified in the Contract, who is underthe direction or control or receives compensation from the Contractor or Subcontractor.

Engineer - The Executive Director of the Chesapeake Bay Bridge and Tunnel District,who acts directly or through his duly authorized representative. The representative actswithin the scope of the particular duties assigned him or the authority given to him.

Equipment - Machinery, tools, and other apparatus, together with the necessary suppliesfor the upkeep and maintenance, that are necessary for the proper construction andacceptable completion of the work.

Executive Director - The Chief Executive Officer and Administrator of the ChesapeakeBay Bridge and Tunnel District acting for and on behalf of the Chesapeake Bay Bridgeand Tunnel Commission.

Extra Work - An item of work that is not provided for in this Contract as awarded but thatis found to be essential to the satisfactory fulfillment of the Contract within its intendedscope.

Falsework - Temporary construction work on which a main work is wholly or partly builtand supported until the main work is strong enough to support itself.

GP-4

Project No: 3060.3017Bid No: M-17-001

Force Account Work - Prescribed work of a contractual status performed by theContractor and compensated for as specified in Section 109.03.

Formwork — A temporary structure or mold used to retain the plastic or fluid concrete inits designated shape until it hardens. Formwork shall be designed to resist the fluidpressure exerted by plastic concrete and additional fluid pressure generated by vibrationand temporary construction loads.Furnish — Supply and deliver to the Project site, ready for unloading, unpacking,assembly, installation and similar operations.

Gage - U.S. Standard Gage

General Provisions - Directions, provisions and requirements set forth which dictate thefinal contractual intent for the work involved. The General Provisions included hereintake the place of the 2016 Road and Bridge Specifications.

Holidays - The days specifically set forth in Section 105.05 of these General Provisions.

Inspector - Another term for District Representative who is assigned to make detailedinspections of the Contract performance.

Install — Operations at the Project site including the unloading, unpacking, assembly,erection, placing, anchoring, applying, working to dimension, finishing, curing,protecting, cleaning, and similar operations.

Joint Venture - Two or more individuals, partnerships or corporations, or combinationsthereof, joining together for the purpose of bidding on and constructing a project.

Liquidated Damages - Compensatory damages as set forth in the Contract, paid by theContractor to the District when the Contractor fails to complete the Project within thetime frame specified in the Contract. These damages include, but are not limited to,additional costs associated with administration, engineering, supervision and inspectionof the Project. The District and the Contractor assert that these compensatory damagesdo constitute liquidated damages, are not penalties, and have been agreed to by them inadvance in consideration of the terms of the Contract.

Materials - Any substances (which include equipment for incorporation into the workother than equipment defined as Contractor operating machinery) specified for use in theconstruction of the Project and its appurtenances.

Notice to Proceed - A written notice to the Contractor of the date on which theprosecution of the work shall begin.

Pay Item - A specifically described unit of work for which a price is provided in theContract.

OP-S

Project No: 3060.3017Bid No: M-17-00l

Payment Bond - The security furnished to guarantee to the District the payment of allpersons supplying labor and materials in the prosecution of the subcontracted work.

Performance Bond - Bond of the Contractor in which a surety guarantees to the Districtthat the work will be performed in accordance with the Contract Documents.

Plans - The approved Plans and standard drawings, profiles, typical cross sections,computer output listings, supplemental drawings or exact reproductions thereof and allsubsequent approved revisions thereto that show the location, character, dimensions, anddetails of the work specified in the Contract.

Pregualification — The procedure used to assure the District of the Contractor’s ability toperform the work, experience in similar work, and sufficiency of equipment toaccomplish the work, and that the Contractor’s financial resources will permit financingthe work.

Product — The materials or equipment to be furnished and/or installed according to theContract Documents.

Project — The work specified that is to be performed in the Contract.

Proposal - The document sent by the District to prospective pre-qualified Proposers thatdescribes the work for which Proposals will be accepted; includes the official form onwhich the District requires Proposals to be submitted for the work described.

Proposal Guaranty — See Bid Bond.

Provide — Furnish and install, complete, tested and ready for the intended use.

Special Provision - A document which sets forth any special requirements for thisProject, such as special directions, provisions, or requirements peculiar to the Projectunder consideration, and not otherwise thoroughly or satisfactorily detailed as set forth inthese General Provisions.

Specialty Item - An item of work designated as “Specialty Item” in the Bid and limited towork that requires highly specialized knowledge, craftsmanship, or equipment notordinarily available in contracting organizations pre-qualified to Bid, and usually limitedto minor components of the overall Contract.

Specifications - The general term comprising all the directions, provisions, andrequirements contained herein and those that may be added or adopted as TechnicalSpecifications or Special Provisions. All are necessary for the proper fulfillment of theContract.

GP-6

Project No: 3060.3017Bid No: M-17-001

Standard Specifications — 2016 Virginia Department of Transportation Road and BridgeSpecifications.

Station — When used as a definition or term of measurement, 100 linear feet.

Subcontractor - Any individual, partnership, corporation or joint venture to whom theContractor, with the written consent of the District, subcontracts part of the Contract.

Superintendent - The representative of the Contractor who is authorized to receive andfulfill instructions from the Engineer and who supervises and directs the construction.

Surety - A corporate entity bound with and for the Contractor for full and completefulfillment of the Contract and for payment of debts pertaining to the work. Whenapplied to the Bid Guaranty, it refers to the corporate body that engages to be responsiblein the execution by the Bidder, within the specified time, of a satisfactory Contract andthe furnishing of an acceptable payment and Contract bond.

Suspension - A written notice issued by the Engineer to the Contractor ordering work ona project to be stopped wholly or in part as specified. Such notice will include reason forsuspension.

Technical Specifications - The term comprising all the directions, provisions, andrequirements of a technical nature, all of which are necessary for proper performance ofthe Contract.

Testing — Methods and procedures performed after installation of materials to verifyperformance as intended by the Contract Documents.

Work - The furnishing of all labor, materials, tools, equipment, and incidentals necessaryor convenient for the successful completion of the Project and the carrying out of allduties and obligations specified in the Contract.

Working Drawings - Shop drawings, catalog cuts, erection plans, stress sheets, falseworkplans, bending diagrams for reinforcing steel, and all or any other supplementary plans,sketches or similar data that the Contractor is required to submit to the Engineer forreview.

Work Order - A written order issued by the Engineer to the Contractor that specifieschanges in the Plans or quantities or both, within the scope of the Contract and thatestablishes the basis of payment and time adjustments for the work affected by thechanges.

GP-7

Project No: 3060.3017Bid No: M-17-001

SECTION 102- BIDDING REQUIREMENTS AND CONDITIONS

Sec. 102.01 — Pregualification

In order to bid on this Project, at the option of the District, Contractors and Subcontractors mustbe prequalified. The District will accept present prequalification by the Virginia Department ofTransportation’s Rules and Regulations Governing Prequalification and Classification ofProspective Bidders (Form C-46, Rev. 2-99). Contractors proposing to Bid on building workmust comply with the Virginia Contractors Registration Law, Title 54, Chapter 7, Code ofVirginia of 1950, as amended. If a Contractor and/or Subcontractor is not prequalified by theVirginia Department of Transportation, and therefore not on the Prequalified Contractors List,the District may prequalify the Contractor and/or Subcontractor, provided all materials normallyrequired for prequalification by the Virginia Department of Transportation are submitted to theDistrict for review and approval. Prequalification may not be required for items noted in the Bidas “Specialty Items,” unless otherwise required in the Bid. The District may waive requirementsfor prequalification on any project as it deems in its best interest.

Sec. 102.02 - Content of Bid

Upon request, the District will furnish a Bid to any prospective Bidder at a cost of $100 each.The Bid will specify the location and description of the contemplated construction, the estimateof the various quantities and kinds of work to be performed or materials to be furnished, and aschedule of items for which unit Bid prices are invited. The Bid will specify the time in whichthe Work shall be completed and the date and time by which the Bids must be filed. The Bidwill also include the Plans, General Provisions, Technical Specifications, Special Provisions andany other documents furnished by the District as part of this Work.

Papers bound with or attached to the Bid will be considered a part of the Bid. Unless otherwisepermitted herein, they shall not be detached or altered when the Bid is submitted. The contentsof the submitted Bid shall include the Bid to the Chesapeake Bay Bridge and Tunnel District,Acknowledgement of Revisions, Bidder Certification and Prequalification (Form A), Status ofContracts on Hand, Contractor’s Bid to Sublet and the Non-Collusion Affidavit.

Sec. 102.03 - Interpretation of Quantities in Bid Form

The quantities appearing in the Bid form are approximate only. The Contractor will be paid forthe quantities of work performed and accepted, and materials furnished in accordance with therequirements of the Contract. The scheduled quantities of work to be performed and materials tobe furnished may be increased, diminished, or omitted as hereinafter provided.

The Contractor shall include the latest dated Acknowledgment of Revision Sheet as part of thesubmission of the Bid when revisions are made to the Contract Documents prior to receipt ofBids. Revision sheets when applicable, that are not included with the Bid will be considered nonresponsive and will be rejected.

GP-8

Project No: 3060.3017Bid No: M-17-001

Sec. 102.04 - Examination of Contract Documents and Work Site

The submission of a Bid will be considered conclusive evidence that the Bidder has examinedthe site of the proposed work and the Contract Documents before submitting a Bid and issatisfied as to the conditions to be encountered in performing the work in accordance with therequirements specified in the Bid. In the event a word, phrase, clause, or other portion of thePlans, Specifications, or other Contract Documents is alleged to be ambiguous, the Bidder shalltimely follow the procedures outlined in the Instruction to Bidders. The District will not beresponsible for any other explanations or interpretations of the Bid.

If the Bidder fails to give written notice and request an interpretation of the alleged ambiguitywithin the specified time, the Bidder shall waive any right the Bidder may have to his owninterpretation of the alleged ambiguity. The true meaning shall be in accordance with theinterpretation by the District.

Sec. 102.05 - Preparation of Bid

The Bidder shall submit his Bid on the Bid form furnished by the District. The Bidder shallfurnish a unit price or a lump sum price as called for in the Bid, in numerical figures, for eachpay item listed. The Bidder shall also show the products of the respective unit prices andquantities written in numerical figures in the column provided for that purpose and the totalamount of the Bid. All figures shall be written in ink or typed.

In case of a discrepancy between the unit price and its extensions, the unit price shall govern. Inthe event of the omission of a unit price or a lump sum price, the Bid will be rejected.

The Bid shall be signed in ink by the individual, one or more members of a partnership, or one ormore of the officers of a corporation, whichever is applicable. For a joint venture, the Bid shallbe signed in ink by each individual involved, each partnership through one or more of itsmembers, or each corporation through one or more officers of the corporation, whichever isapplicable.

If the Bid is made by an individual, the name and address of the individual must be shown; if bya partnership, its name and address and the name and title of the partner signing the Bid must beshown; if by a corporation, the name of the corporation, its address, and the name and title of theofficer signing the Bid must be shown; and if by a joint venture, the aforementioned informationmust be shown for each part of the joint venture.

Sec. 102.06 - Irregular Bids

Bids will be considered irregular and may be rejected by the District for any of the followingreasons:

a. If the Bidder fails to comply with every detail in the “Instructions toBidders”, the requirements of Sections 102.05 and 102.07, or with anyrequirements as may be specified in the Special Provisions.

GP-9

Project No: 3060.3017Bid No: M-17-001

b. If the Bid is not completed in ink or typed.

c. If the Bid is not totaled.

d. If the Bid is not properly signed.

e. If erasures or alterations in the Bidder’s entries thereon are not initialed by theBidder.

f. If there are unauthorized additions, conditional or alternate Bids, or irregularitiesof any kind which may make the Bid incomplete, indefinite or ambiguous.

g. If the Bidder adds any provisions reserving the right to accept or reject an Awardor enter into a Contract pursuant to an Award except as otherwise permitted inthese Specifications.

h. If the unit prices contained in the Bid schedule are obviously unbalanced, either inexcess or below the cost analysis values as determined by the District.

i. If Bids are submitted in envelopes showing a designation for a project other thanthe Project for which the Bid is made.

j. If in the opinion of the District, the Bid is in any other manner irregular orunresponsive.

Sec. 102.07 - Bid Guaranty

All Bids exceeding $100,000 shall be accompanied by a guaranty in the form of a Bid Bond,payable to the Chesapeake Bay Bridge and Tunnel District, from a surety company selected bythe Bidder, which is legally authorized to do business in the Commonwealth of Virginia, that ifthe Contract is awarded to such Bidder, that Bidder will enter into the Contract for the work.The amount of the Bid Bond shall be 5% of the amount Bid. No forfeiture under a Bid Bondshall exceed the lesser of (1) the difference between the Bid for which the bond was written andthe next low Bid, or (2) the face amount of the Bid Bond.

When the principal is a joint venture, each party thereof shall be named and shall execute the BidGuaranty. Each surety to the Bid Bond shall be named and shall execute the Bid Bond. The BidBond shall be accompanied by a certified copy of the power of attorney for the surety’s attorneyin-fact.

Sec. 102.08 - Material and Equipment Guaranty

Before any Contract is awarded, the Bidder may be required to furnish a complete statement ofthe origin, composition and manufacture of any or all materials and/or equipment to be furnished

GP-10

Project No: 3060.3017Bid No: M-17-001

and/or installed in the work, together with samples which may be subjected to the tests providedfor in these Specifications to determine their quality and fitness for the work.

Sec. 102.09 - Tolls

Toll-free access across the Chesapeake Bay Bridge and Tunnel for the Contractor and hisemployees (including all Subcontractors) will be furnished by the District during theContractor’s normal working hours while the work on this Project is in progress, and when suchaccess is necessary and in conjunction with the completion of the work on this Project. No tollfree access is provided for either personal travel or personal business.

Sec. 102.10 - District Procurement Policy

This Project is subject to the existing Chesapeake Bay Bridge and Tunnel District’s PurchasingPolicy, dated November 10, 2009, which is in conformance with the Virginia PublicProcurement Act, both of which are considered part of this Contract.

Sec. 102.11 - Disqualification of Bidder

Any of the following may be considered by the District to be sufficient cause for thedisqualification of a Bidder and rejection of the Bid:

a. More than one Bid for the same work from an individual, a partnership, a corporation, ora joint venture under the same or different name. A Bid submitted by an affiliate of anindividual, partnership, corporation or any party of a joint venture will be considered asmore than one Bid submitted for the same work.

Affiliate as used here is defined as: Any business entity which is closely associated toanother business entity so that one has the power to control the other either directly orindirectly; or, when a third party has the power to control both: or, where one businessentity has been so closely allied with another through an established course of dealings,including but not limited to the lending of financial wherewithal or engaging in jointventures, so as to cause a public perception that the two are one entity.

b. Evidence of collusion among Bidders.

c. Incompetency or inadequate machinery, plants, or other equipment as revealed by theBidder’s financial and experience statements required by these Specifications.

d. Unsatisfactory workmanship or progress as demonstrated by performance records ofcurrent or past work for other agencies or departments of the Commonwealth of Virginia,or agencies or departments of other states in the United States or the federal government.

e. Failure to comply with any prequalification regulation of the District. A Bid from a nonprequalified Bidder will be automatically rejected.

GP-11

Project No: 3060.30 17Bid No: M-17-001

f. Failure to cooperate properly with representatives of the District, or disorderly conducttoward any such representative.

g. Evidence that the Bidder has not conducted work in the past with due regard to the safetyof the public or its employees.

h. Default under a previous contract.

Sec. 102.12 - Delivery of Bid

Each Bid shall be submitted in a sealed envelope with the Project Number, Bid Number, thename and address and telephone number of the Prequalified Bidder, and the Bid opening dateclearly marked on the outside of the envelope. Bids shall be submitted to the Chesapeake BayBridge and Tunnel District, 32386 Lankford Highway, Cape Charles, VA 23310, Attention: Mr.Robert E. Johnson, Director of Maintenance.

Bids shall be filed prior to the time and at the place specified in the Instructions to Bidders. Bidsreceived after that time will be returned to the Bidder unopened. The date for the opening ofBids may be deferred by the District, in which case the Bidders will be notified.

Express Delivery to the above address is typically delivered late in the day and past the usual bidsubmission deadline.

Sec. 102.13 - Withdrawal of Bid

A Bidder may withdraw a Bid provided that the request for the withdrawal is written and signedby a person(s) who qualifies to execute the Bid in accordance with Section 102.05. The requestmust be received by the District at least one (1) hour prior to the time specified for receivingBids.

SECTION 103 - AWARD AND EXECUTION OF CONTRACT

Sec. 103.01 - Consideration of Bids

After Bids have been opened and read, they will be compared on the basis of the summation ofthe products of the approximate quantities shown in the Bid schedule and the unit Bid prices.The District may correct arithmetical errors in the Bid prior to such comparisons.

The District reserves the right, in its sole discretion, to reject, reschedule, or cancel thesolicitation of any or all Bids, to waive technicalities for any or every Bidder, to accept or rejectany or all items of Bid, to accept other than the lowest Bid based upon the aforementionedcriteria, to advertise for new Bids, or proceed to do the work otherwise if it deems that the bestinterest of the District would be promoted thereby.

GP-12

Project No: 3060.3017Bid No: M-17-001

Sec. 103.02 - Award of Contract

If the Contract is awarded, the Award will be made to the lowest responsive and responsibleBidder. In determining the successful Bidder, the following factors shall be considered:

a. Contract Bid price.

b. Ability, capability, and skills of the Bidder to perform the Contract Work.

c. Whether the Bidder can perform the Contract Work promptly and within the time framespecified.

d. The character, integrity, reputation, judgment, experience, and efficiency of the Bidderand his proposed Subcontractors.

e. The quality of performance of previous contracts.

f The financial resources and ability of the Bidder to perform the Contract Work.

g. Ties between two lowest responsible and responsive Bidders will be decided by lot.

h. The ability of the Bidder to provide future warranty work as specified in the ContractDocuments.

The successful Bidder will be notified in writing that the Bid has been accepted and that subjectto the following conditions, the Bidder will be the Contractor.

An approved Contract executed by the District is required before the District is bound. AnAward may be cancelled any time by the District prior to execution in order to protect the publicinterest, the integrity of the bidding process or for any other reason if, in the judgment of theDistrict, the best interests of the District will be promoted thereby.

The Award Date will not be later than midnight of the 60th day after the opening of the Bids,except by mutual consent of the District and the Bidder as set forth below. If the District has notawarded the Contract within this period, the Bidder, upon written request, may withdraw the Bidwithout penalty or prejudice unless the time limit is extended by mutual consent of the Districtand the Bidder. If the Bidder withdraws the Bid due to conditions as prescribed herewith, theDistrict reserves the right to either re-advertise and re-bid the Contract, award the Contract to thenext lowest responsible and responsive Bidder who does not withdraw the Bid, or otherwiseproceed, as the District may decide.

Sec. 103.03 - Cancellation of Award

The District may cancel the Award of any Contract at any time before the execution of theContract by all parties without liability to the District.

GP- 13

Project No: 3060.3017Bid No: M-17-001

Sec. 103.04 - Return of Bid Guaranty

Bid Guaranties, except for the two lowest Bidders, will be returned immediately after theexamination of Bids. The Bid Guaranties of the two lowest Bidders will be held by the Districtand will be returned within 5 days after a satisfactory performance bond has been furnished andthe Contractor has been awarded and duly executed between all parties. When a Bidderwithdraws his Bid prior to Award, after being selected as the low Bidder, the Bid Bond will beforfeited in accordance with the requirements of Section 11-57 of the Code of Virginia.

Sec. 103.05 - Performance and Payment Bonds

a. For all contracts exceeding $100,000 and within 15 Calendar Days after notification bythe District of being the successful Bidder, the successful Bidder shall furnish to theDistrict the following bonds:

1. A performance bond in the sum of the Contract amount, conditioned upon thefaithful performance of the Contract, in strict conformity with ContractDocuments.

2. A payment bond in the sum of the Contract amount. Such bond shall be for theprotection of the claimants who have and fulfill contracts to supply labor andmaterials to the prime Contractor to whom the Contract was awarded, or to anySubcontractors, in the prosecution of the work provided for in such Contract, andshall be conditioned upon the prompt payment for all such material furnished orlabor supplied or performed in the prosecution of the work. “Labor andmaterials’ shall include public utility services and reasonable rentals ofequipment, but only for periods when the equipment rented is actually used at thesite.

b. Each of such bonds shall be satisfactory in form and substance to the District and must beexecuted by one or more surety companies selected by the Contractor which are legallyauthorized to do business in the Commonwealth of Virginia and which are otherwiseacceptable to the District. In order to be considered properly executed, the bonds shallinclude authorized signatures and titles.

c. Such bonds shall be payable to the Chesapeake Bay Bridge and Tunnel District.

d. Each of the bonds shall be filed with the Executive Director of the Chesapeake BayBridge and Tunnel District, 32386 Lankford Highway, Cape Charles, Virginia 23310.

e. In lieu of a performance or payment bond, or both, a Contractor may furnish a certifiedcheck or cash escrow in the face amount required for the respective bond. Such certifiedcheck shall be made payable to the Chesapeake Bay Bridge and Tunnel District, 32386Lankford Highway, Cape Charles, VA 23310.

GP- 14

Project No: 3060.3017Bid No: M-17-001

Sec. 103.06 - Submissions Following Bid Approval

Upon successful Bidder’s receipt from the District of notice of Bid acceptance, the Bidder willsubmit the following items within the time limits specified:

a. Performance and Payment Bonds: Conforming to the requirements of Section 103.05.

b. Affidavits and Documents: Affidavits and documents shall include those required to bemade a part of the Contract by any federal or state law in effect on the date of the Noticeof Advertisement.

c. Insurance Certificates: The certificates shall be filed with the District within 15 CalendarDays after notification of Award of the Contract in accordance with the provisions ofSection 107.11. The certificates shall be executed by an approved and authorizedinsurance company as required by state law and shall cover the Contract it accompanies.

d. Progress Schedule: The Contractor shall submit a progress schedule setting forth theContractor’s proposed order of work and estimated completion times for the work itemsconforming to the requirements of Section 108.05. The schedule shall be submitted nolater than 30 days after the specified date of Notice to Proceed.

Sec. 103.07 - Execution and Approval of Contract

The Bid as submitted by the successful Bidder, including the documents specified in Section103.06 and the Contract, shall constitute the Contract Documents upon submittal of the Contractbonds and insurance certificate and final execution by the District. Final execution of theContract is effective after the documents contained in the Bid have been determined acceptableby the District, and the Bid has been signed by the District. No Contract shall be consideredeffective until it has been fully executed by all parties.

Sec. 103.08 - Failure to Furnish Bonds or Certificates of Insurance

Failure by the successful Bidder to furnish the District with acceptable bonds or Certificates ofInsurance within fifteen (15) Calendar Days after being notified of the Award of the Contract,shall be just cause for the cancellation of the Award and forfeiture of the Bid Guaranty whichshall become the property of the District, not as a penalty, but in liquidation of the damagessustained. The Contract may then be awarded to the next successful Bidder or the work may bere-advertised or constructed otherwise at the discretion of the District.

No plea of mistake in the Bid shall be available to the Bidder for the recovery of his BidGuaranty or in defense of action taken by the District as a result of the Bidders’ neglect or refusalto execute the Contract.

GP-15

Project No: 3060.3017Bid No: M-17-001

SECTION 104 - SCOPE OF WORK

Sec. 104.01 - Intent of ContractThe intent of the Contract is to provide for the completion in every detail of the work describedtherein.

Sec. 104.02 - Modification of the Contract

The District reserves the right to make, in writing, at any time during the progress of the work,such changes in quantities and such alterations in the work as may be found to be necessary ordesirable to satisfactorily complete the Project. Such changes in quantities and alterations shallnot invalidate the Contract nor release the surety, and the Contractor agrees to perform the workas altered.If the alterations or changes in quantities significantly change the character of the work under theContract, whether or not changed by any such different quantities or alterations, an adjustment,excluding anticipated profits, will be made to the Contract. The basis for the adjustment shall beagreed upon prior to the performance of the work. If a basis cannot be agreed upon, then anadjustment will be made either for or against the Contractor in such amount as the Engineer maydetermine to be fair and equitable.

In the event the altered or added work is of sufficient magnitude or complexity to requireadditional time to complete the Project, an adjustment in Contract Time will be made inaccordance with the provisions of Section 108.07.

At the option of the Engineer, the Contractor may be directed to accomplish the work on a forceaccount basis in accordance with the requirements of Section 109.03.

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

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

a. When the character of the work as altered differs materially in kind or nature from thatinvolved or included in the original proposed construction or

b. When an item or work is increased or decreased more than 25 percent of the originalContract quantity. Any allowance for an increase in quantity shall apply only to thatportion in excess of 125 percent of original; Contract item quantity, or in case of adecrease below 75 percent, to the actual amount of work performed.

Sec. 104.03 - Extra Work

The Contractor shall perform unforeseen work, for which there is no price included in theContract, when the District deems it necessary or desirable in order to complete the work. The

GP-16

Project No: 3060.3017Bid No: M-17-001

District and Contractor shall negotiate an equitable work order to cover such work. If unable toreach agreement, the work shall be performed in accordance with the provisions provided underSection 109.03.

No claim for extra work will be allowed by the District unless such work is ordered in writing bythe Engineer. Any such work or material which may be done or furnished by the Contractorwithout such written order first being given shall be at the Contractor’s risk and expense, and theContractor hereby covenants and agrees that without such written order he shall make no claimfor compensation for work or material so done or furnished.

Sec. 104.04 - Maintenance During Construction

Maintenance of Roadway or Structure: The Contractor shall maintain the work from thebeginning of construction operations until final acceptance of the Project. This maintenanceshall constitute continuous and effective work prosecuted day by day with adequate equipmentand forces to the end that the roadway, structures, island surface, or other facilities, are kept insatisfactory condition at all times.

The Contractor shall keep the portions of the facility being used by the public free fromirregularities and obstructions of any character which might present a hazard or annoyance totraffic and in such condition that traffic will be adequately accommodated, and in such conditionacceptable to the District. Failure on the part of the Contractor, at any time, to comply with theseprovisions will result in the Engineer or District Representative notifying the Contractor tocomply with the required maintenance provisions. In the event the Contractor fails to remedyunsatisfactory maintenance immediately after receipt of such notice, the Engineer may proceedwith adequate forces, equipment, and material to maintain the Project, and the entire cost of themaintenance, plus 25% for supervisory and administrative personnel, will be deducted frommonies due the Contractor on his Contract.

Sec. 104.05 - Cleanup

Removal from the Project of rubbish, scrap material, and debris caused by the Contractor’spersonnel or construction operations shall be a continuing process throughout the course of thework so that the work site will present a neat, orderly, and workmanlike appearance at all times.The Contractor will not be allowed to waste any such rubbish or debris over the side of thebridges or trestles into the Chesapeake Bay, or other waters, nor unto the stone protection aroundthe perimeter of the islands, nor unto any of the District’s property. The Contractor indemnifiesand holds the District harmless from all claims, costs and expenses (including, but not limited to,remediation or removal claims, costs and expenses and claims, costs and expenses resulting frominjury to persons, property or the environment) in connection with any removal or disposal ofany rubbish, scrap material or debris not otherwise complying with the requirements of thisSection. Any claims, costs or expenses that are incurred by the District, may be deducted by theDistrict for monies due the Contractor under the Project.

Before final acceptance, all parts of the work, including all spaces occupied by, or affected by,the Contractor during the course of the Contract Work, shall be cleaned of any rubbish, surplus

GP-17

Project No: 3060.3017Bid No: M-17-001

materials, equipment, incidentals, and temporary structures and appurtenances. All parts of thework shall be left in a neat and orderly condition. All costs in connection herewith shall be at theContractor’s expense.

SECTION 105 - CONTROL OF WORK

Sec. 105.01 - Authority of the Engineer

During the prosecution of the work, the Engineer will answer all questions which may arise as tothe quantity, quality, and acceptability of materials furnished and work performed; the rate ofprogress of the work; the interpretation of the Contract Documents; the acceptable fulfillment ofthe Contract by the Contractor; disputes and mutual rights between contractors; andcompensation.

The Engineer has the authority to suspend the work wholly or in part if the Contractor fails tocorrect conditions that are unsafe for the workers or the general public; or for failure to carry outprovisions of the Contract. The Engineer may also suspend work for such periods as may benecessary due to emergencies on the facility or because of unsuitable weather affecting the safetyof the general public in accordance with the provisions of Section 108.08; for conditionsconsidered unsuitable for prosecution of the work; or for any other condition or reason deemedto be in the public interest.

Sec. 105.02 - Plans and Working Drawings

Plans consisting of general drawings and showing such details as are necessary to give anunderstanding of the work specified are furnished by the District. Except as otherwise shown onthe Plans, dimensions shown on the Plans are measured in the respective horizontal or verticalplanes. Dimensions that are affected by gradients or vertical curves shall be adjusted asnecessary to accommodate actual field conditions and shall be specifically denoted on theworking drawings. Where the Contract Work interfaces with the existing facility components,the Contractor is expected to field verify and otherwise apprise himself of actual field conditionsthat might affect his work.

The Contractor shall furnish such working and detail drawings as may be required and asspecified for this Project. Working and shop drawings shall not incorporate any changes fromthe requirements of the Contract unless the changes are specifically denoted, together withjustification, and are approved in writing by the District.

Seven (7) sets of such submittals shall be made to the District for review in sufficient time toallow for review, discussion and correction prior to beginning the work they reference. Eachdrawing submittal, including those of Subcontractors and suppliers, shall be stamped with theContractor’s approval indicating his review and concurrence with the working or detail drawing.Work performed and material ordered prior to review is at the Contractor’s risk. One set will bereturned to the Contractor duly marked with comments, or marked approved within 30 CalendarDays after receipt from the Contractor. If not marked approved, such submittals shall be revisedas necessary by the Contractor and seven (7) revised sets, duly stamped by the Contractor, shall

GP-18

Project No: 3060.3017Bid No: M-17-001

be resubmitted for District review and approval. Upon being marked approved, the Contractorshall submit to the District for distribution one reproducible and four prints of the approvedsubmittals. Upon completion of the work, the Contractor shall supply the original approvedsubmittals to the District.

It is expressly understood that the review by the District of the Contractor’s working drawingsrelates to the conformance with Contract Documents. Such review shall not be considered asauthorization for any deviation from Plans or Specifications unless the deviation is specificallydescribed including explicit supporting justification, nor will such review relieve the Contractorfrom responsibility for errors in such drawings. In the event working drawings, which define thechange(s) initiated by the Contractor, require more than two (2) resubmissions or revisions, thecost of additional reviews by the District, the Engineer, or the Engineer’s designatedrepresentative will be borne by the Contractor.

The Contractor shall also submit copies of catalog cuts or similar product data following thesame procedure outlined for working drawings. The Contractor may authorize the fabricator inwriting to act for the Contractor in matters relating to working drawings. Such authorizationshall have the force and effect of any other representative of the Contractor’s organization.

The cost of working drawings furnished by the Contractor shall be included in the cost ofappropriate Bid items.

Sec. 105.03 - Coordination of Plans, General Provisions, Special Provisions and TechnicalSpecifications

The Plans. General Provisions, Special Provisions, Technical Specifications, and allsupplementary documents are essential parts of the Contract. A requirement occurring in one isas binding as though occurring in all. They are intended to be complementary and to describeand provide for a complete work. In case of a discrepancy, the following will apply:

a. Calculated dimensions, unless obviously incorrect, will govern over scaled dimensions.

b. Technical Specifications will govern over these General Provisions and the StandardSpecifications.

c. Plans will govern over these General Provisions, Standard Specifications and TechnicalSpecifications.

d. Special Provisions (if required) will govern over the Plans, General Provisions, StandardSpecifications and the Technical Specifications.

The Contractor shall take no advantage of any apparent error, discrepancy, or omission in thePlans or Specifications. In the event the Contractor discovers such an error, discrepancy, oromission, he shall immediately notify the Engineer in writing. The Engineer will then makesuch corrections and interpretations as may be deemed necessary for fulfilling the intent of theContract.

GP-19

Project No: 3060.3017Bid No: M-17-001

Sec. 105.04 - Cooperation by Contractor

The Contractor shall give the work the constant attention necessary to facilitate the progressthereof and shall cooperate with the District, representatives of the District, and othercontractors, if applicable, in every way possible.

The Contractor shall have on the Project at all times a competent superintendent capable ofreading and understanding the Plans and Specifications and experienced in the type of workbeing performed who shall receive instructions from the Engineer or his authorizedrepresentatives. The superintendent shall understand and speak fluent English. Thesuperintendent shall have full authority to execute the orders and directions of the Engineerwithout delay and supply promptly such materials, equipment, tools, labor, and incidentals asmay be required.

Sec. 105.05 - Holidays

Work on Sundays, the below listed holidays, and the normal work day preceding and followingthese holidays will not be permitted without written permission from the Engineer: (1) January 1;(2) Easter; (3) Memorial Day; (4) July 4; (5) Labor Day; (6) Thanksgiving Day; and (7)Christmas Day.If any of these holidays occur on Sunday, the following Monday shall be considered as theholiday. If occurring on Saturday, the preceding Friday will be considered as the holiday.

The District may waive, with written request within 72 hours, the restriction of working on dayspreceding and following the above listed holidays and Sundays when the Contractor’s operationshave no effect on vehicular traffic, when determined by the District.

Sec. 105.06 - Authority and Duties of the District Representative

Representatives employed by the District are authorized to inspect all work performed and allmaterial and equipment furnished. Inspection may extend to all or any part of the work and tothe preparation, fabrication, or manufacture of the materials and equipment to be incorporatedinto the work. The District representative is not authorized to alter or waive the provisions ofthese Specifications or to make changes in the Plans.

The District representative is placed at the site of the work to keep the District informed as to itsprogress and the manner in which it is being performed. He will endeavor to call to the attentionof the Contractor any nonconformance with the Contract Documents. He is not authorized tomake a final acceptance of the work or any part of it, to approve any operation or item, to issueinstructions contrary to the Contract Documents, or to act as a foreman for the Contractor. Therepresentative will have authority to reject defective work, material and equipment, and tosuspend work which is being improperly performed, subject to the concurrence of the Engineer.Such inspection shall not relieve the Contractor of any obligation to furnish acceptable materialsor to provide completed construction that is in strict accordance with the Plans andSpecifications.

GP-20

Project No: 3060.3017Bid No: M-17-001

The District representative will exercise additional authority only as may be delegated by theEngineer, who shall advise the Contractor in writing of such delegations of authority that willaffect the work.

Sec. 105.07 - Inspection of Work

All materials and equipment and each part or detail of the work shall be subject to inspection bythe Engineer. The Engineer shall be allowed access to all parts of the work and shall befurnished with such information and assistance by the Contractor as is required to make acomplete and detailed inspection. The Engineer and his appointed representative shall haveready access to machines and plant equipment used in processing materials, manufacturingequipment or placing materials.

If the Engineer requests it, the Contractor, at any time before final acceptance of the work, shallremove or uncover such portions of the finished work as directed. After examination, theContractor shall restore said portions of the work to the requirements of the Contract Documents.Should the work that is exposed or examined be acceptable, the uncovering or removing, and thereplacing of the covering or making good the parts removed, will be paid for as extra work inaccordance with Section 104.03. Should the work so exposed or examined be unacceptable, theuncovering or removing, and the replacing of the covering or making good the parts removed,will be at the Contractor’s expense.

Prior to beginning work, the Engineer and the Contractor will meet and the Engineer willestablish an understanding with the Contractor concerning the stages of work and Contractoroperations which will require inspection by the District. In order for the Engineer to scheduleinspection of the work, the Contractor shall keep the Engineer informed of planned operations inaccordance with Section 103.06(d). Accordingly, any work done, materials used or equipmentinstalled without said supervision or inspection by a District Representative may be orderedremoved and replaced at the Contractor’s expense, unless the District Representative failed toinspect after having been given reasonable notice in writing that the work was to be performed.

When an inspection reveals that work has not been properly performed, the Contractor shall beso advised and shall immediately inform the District of his proposed plans, method and schedulefor correcting such work, as well as when a re-inspection of such corrected work can be made.

Any work which does not comply with the Contract Documents will be considered asunacceptable work. Such work shall be remedied or removed and replaced with acceptable workat the Contractor’s expense.

If the District informs the Contractor that certain work is unacceptable and is to be corrected, andthe Contractor fails to comply, the District may cause the unacceptable work to be removed andreplaced by others or by the District’s own forces, and deduct the cost of such work from anymonies due the Contractor.

GP-21

Project No: 3060.3017Bid No: M-17-00l

Sec. 105.08 - Removal of Unacceptable and Unauthorized Work

Work that does not conform to the requirements of the Contract will be considered unacceptablework.

Unacceptable work shall be remedied or removed immediately and replaced in an acceptablemaimer at the Contractor’s expense. The Engineer may accept the work at a reduced price whenacceptance is considered to be in the best interest of the District.

Work that is done contrary to the instructions of the Engineer, beyond the lines shown on thePlans or as designated by the Engineer except as specified herein, or without authority will beconsidered unauthorized and will not be paid for. Such work may be ordered removed orreplaced at the Contractor’s expense.

If the Contractor fails to comply immediately with any order of the Engineer made under theprovisions of this section, the Engineer will have the authority to cause unacceptable work to beremoved and replaced and unauthorized work to be removed and to deduct the cost from anymonies due or to become due the Contractor.

The Contractor shall not perform destructive sampling or testing of the work without writtenauthorization of the Engineer. Unauthorized destructive sampling or testing will cause the workto be considered unacceptable.

In the event the Contractor is granted authorization to perform destructive sampling or testing,the Engineer must approve the method and location of each test prior to beginning such samplingor testing. In addition, destructive sampling and testing shall be performed in the presence of theEngineer.

The Contractor will not be entitled to any increase in time or payment regarding any work thatmust be removed, replaced, repaired, remedied, or uncovered if their costs are held to beexpenses of the Contractor according to the terms of this Section.

Sec. 105.09 - Acceptance

(a) Partial Acceptance: If at any time during the prosecution of the Project, theContractor completes a unit or portion of the Project, such as work on a particular trestle,in its entirety, he may request that the Engineer make final inspection of such work. Ifthe Engineer finds upon inspection that the work conforms to the requirements of theContract, and that acceptance is in the best interest of the District, the work may beaccepted as being completed, and the Contractor will be relieved of further responsibilityfor the work as specified in Section 107.07. Partial acceptance shall in no way void oralter any terms of the Contract.

If any damage attributable to causes beyond the control of the Contractor is sustained bythe accepted unit or portion of the Project, the Engineer may authorize the Contractor to

GP-22

Project No: 3060.3017Bid No: M-17-001

make necessary repairs. In the absence of Contract prices covering the items of repair,the work will be paid for in accordance with the requirements of Section 109.03.

(b) Final Acceptance: Upon receipt of written notice from the Contractor ofpresumptive completion of all work on the entire Contract, the Engineer will make aninspection. If all work specified in the Contract has been completed, the inspection willconstitute the final inspection and the Engineer will make the final acceptance. TheContractor will be notified of final acceptance in writing within 5 days.

If the inspection discloses that any work, in whole or in part, is incomplete orunacceptable, the Contractor shall immediately correct the deficiency. Upon completionor correction of the work, another inspection will be made that will constitute the finalinspection. In such event, the Engineer will make the final acceptance and the Contractorwill be notified of final acceptance in writing within 5 days. In any event, the Contractorshall maintain the Project until final acceptance except under conditions that may bespecifically exempted.

Sec. 105.10 - Submission and Disposition of Claims

Early or prior knowledge by the District of an existing or impending claim for damages couldalter the plans, scheduling, or other action of the District or result in mitigation or elimination ofthe effect of the act objected to by the Contractor. Therefore, a written statement describing theact of omission or commission by the District or its agents that allegedly caused damage to theContractor and the nature of the claimed damage shall be submitted to the Engineer at the time ofoccurrence or beginning of the work upon which the claim and subsequent action are based. Ifsuch damage is deemed certain in the opinion of the Contractor to result from his acting on anorder from the Engineer, he shall immediately take written exception to the order. In any case,the Contractor shall give written notice no later than 3 days after the alleged time of occurrenceor before it begins the work on which the claim is based. Submission of a notice of claim asspecified shall be mandatory. Such notices by the Contractor shall not, in any way, be construedas providing or proving the validity of the claim. Failure to submit such notice within the timelimits specified herein shall be a conclusive waiver to such claim for damages. An oral notice orstatement will not be sufficient nor will a notice or statement after the event.

At the time of occurrence or prior to beginning the work, the Contractor shall furnish theEngineer an itemized list of materials, equipment and labor for which additional compensationwill be claimed. Only actual cost for materials, equipment and labor will be considered. TheContractor shall afford the Engineer every facility for keeping an actual cost record of the work.The Contractor and Engineer shall compare records and bring them into agreement at the end ofeach day. Failure on the part of the Contractor to afford the Engineer proper facilities forkeeping a record of actual costs will constitute a waiver of a claim for such extra compensation,if so judged by the District, except to the extent that it is substantiated by the Engineer’s records.The filing of such notice by the Contractor and the keeping of cost records by the Engineer shallin no way establish the validity of the claim. The District may, at its discretion, if such claim isdeemed to be justified, and by mutual agreement with the Contractor, settle the claim whereuponno further disposition will be made.

GP-23

Project No: 3060.3017Bid No: M-17-001

If the Contractor’s claim contains data furnished by the Contractor that cannot be verified by theDistrict’s records, the data shall be subject to a complete audit by the District or its authorizedrepresentative if they are to be used as a basis for claim settlement.

Upon completion of the Contract, the Contractor may, within 60 days from the time the finalestimate is paid, submit to the District a written claim, an original and three legible copies, forthe amount he deems he is entitled to under the Contract. For the purpose of this section, thefinal estimate date shall be that date set forth in a letter from the Engineer to the Contractor at thetime the final estimate is submitted to the District for vouchering. The claim shall set forth thefacts upon which the claim is based. The Contractor shall include all pertinent data andcorrespondence that may substantiate the claim. Only actual cost for materials, labor andequipment will be considered. Within 90 days from the receipt of the claim, the District willmake an investigation and notify the Contractor by registered mail of its decision. However, bymutual agreement, the District and the Contractor may extend the 90-day period for another 30days.

If the Contractor is dissatisfied with the decision, he shall notify the Executive Director inwriting within 30 days from receipt of the District’s decision, that he desires to appear, whetherin person or through counsel, and present additional facts and arguments in support of the claim.The Executive Director will schedule and meet with the Contractor within 30 days afterreceiving the request. However, the Executive Director and the Contractor, by mutualagreement, may schedule the meeting to be held after 30 days but before the 60th day from thereceipt of the Contractor’s written request. Within 45 days from the date of the meeting, theExecutive Director will investigate the claim, including the additional facts presented, and notifythe Contractor in writing of his decision. However, the Executive Director and the Contractor,by mutual agreement, may extend the 45-day period for another 30 days. If the ExecutiveDirector deems that all or any portion of a claim is valid, he shall have the authority to negotiatea settlement with the Contractor subject to the provisions of Section 2.1-127 of the Code ofVirginia 1950 as amended.

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

SECTION 106 - CONTROL OF MATERIAL AND EQUIPMENT

Sec. 106.01 - Source of Supply and Quality Requirements

The materials and equipment used throughout the work shall conform to the quality requirementsof the Contract. Except as otherwise specified, all materials, equipment, and components shallbe new. At least ten days prior to start of work, the Contractor shall file a written statement withthe District listing the origin, composition and manufacture of all materials and equipmentproposed for use in the work. The Contractor’s statement shall identify all items or componentmaterials.

When optional materials and equipment are included in the Contract, the Contractor shall advisethe Engineer in writing of the specific materials and equipment selected and thereafter shall use

GP-24

Project No: 3060.3017Bid No: M-17-001

such materials and equipment throughout the Project, unless otherwise authorized in writing bythe Engineer. Before approval of any optional material and equipment, the Contractor shallsubmit details, catalog cuts, or other data as required in Section 105.02.

Equipment and material guaranties or warranties that are normally given by a manufacturer orsupplier, or are otherwise required in the Contract, shall be obtained by the Contractor andassigned to the District in writing before termination of the Contractor’s responsibilities asspecified in Section 108.13. The Contractor shall also provide an in-service operation guarantyfor at least 12 months, beginning on the date of acceptance, on all mechanical and electricalequipment and related components.

Sec. 106.02 - Samples, Tests, and Cited Specifications

Materials may be inspected and tested by the Engineer before and during incorporation in thework. However, the inspection and testing of such material shall not relieve the Contractor ofthe responsibility for furnishing material that conforms to the Specifications. The Engineer mayretest all materials that have been accepted at the source of supply after delivery and may rejectthose that do not conform to the Specifications. Stored material may be re-inspected prior to use.Work in which untested materials are used without the written permission of the Engineer maybe considered unacceptable.

Unless reference is made to a specific dated specification, references in these Specifications toAASHTO, ASTM, VTM, and other standard test methods and materials requirements shall referto either the test specifications that have been formally adopted or the latest “interim” or“tentative” specifications that have been published by the appropriate committee of suchorganizations as of the date of the Notice of Advertisement. Unless otherwise indicated, tests forcompliance with specification requirements will be made by and at the District’s expense exceptthat the cost of retests, exclusive of the first retest, shall be borne by the Contractor. Samplesshall be furnished by the Contractor at his expense, and those that are not tested by theContractor will be tested by a representative of the District.

In lieu of testing, the Engineer may approve the use of materials based upon the receipt of acertification furnished by the Contractor from the manufacturer. However, furnishing thecertificate shall not relieve the Contractor of the responsibility for furnishing materials thatconform to the Specifications. The Contractor shall retain and maintain copies of all written testreports and results (including written test reports and results relating to failed and/ornonconforming tests), measurements and samples for a period of at least three years followingfinal acceptance of the Project. Upon the District’s request, the Contractor will provide theDistrict with copies of any of these documents or access thereto, and will not dispose of themwithout first offering them to the District at no cost. Notwithstanding the District’s receipt ofany such test reports, measurements or samples, the District is under no obligation to reviewthem or maintain them if they have been provided to the District. The receipt by the District ofsuch test results, measurements or samples will not in any way modify in any adverse manner theDistrict’s rights or remedies, or the Contractor’s obligations with respect to the work or theProject.

GP-25

Project No: 3060.3017Bid No: M-17-001

Sec. 106.03 - Plant Inspection

The Engineer may inspect materials at the source. If plant inspection is undertaken the followingconditions shall be met:

a. The Engineer shall have the cooperation and assistance of the Contractor and producer ofthe materials.

b. The Engineer shall have full access to all parts of the plant that concern the manufactureor production of the materials being furnished.

c. Adequate safety measures shall be provided and maintained.

Sec. 106.04— Storing Materials

Materials shall be stored in a manner so as to ensure the preservation of their quality and fitnessfor the work. When considered necessary by the Engineer, materials shall be stored inweatherproof buildings on wooden platforms or other hard, clean surfaces that will keep thematerial off the ground. Materials shall be covered when directed by the Engineer. Storedmaterial shall be located so as to facilitate its prompt inspection. Approved portions of the rightof way may be used for storage of material and equipment and for plant operations. However,equipment and materials shall not be stored within the clear zone of the travel lanes open totraffic.

Additional required storage space shall be provided by the Contractor at his expense. Privateproperty shall not be used for storage purposes without the written permission of the owner orlessee. Copies of the written permission shall be furnished to the Engineer. Upon completion ofthe use of the property, the Contractor shall furnish the Engineer a release signed by the propertyowner indicating that the property has been satisfactorily restored.

Sec. 106.05 - Unacceptable Materials

Materials not conforming to the requirements of the Specifications shall be considered asunacceptable and all such materials, whether in place or not, will be rejected and shall beremoved from the Project, unless otherwise approved by the Engineer. In the event it is notpractical for the Contractor to remove rejected material from the Project immediately, theEngineer will mark such material for identification. Rejected material, whose defects have beencorrected, shall not be used until approval has been given by the Engineer.

SECTION 107 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC

Sec. 107.01 - Laws To Be Observed

The Contractor shall keep fully informed of all Federal, State, and local laws, by-laws,ordinances, orders, decrees and regulations of the governing bodies, courts and agencies havingany jurisdiction or authority that affects those engaged or employed on the work, the conduct of

GP-26

Project No: 3060.3017Bid No: M-17-001

the work, or the execution of any documents in connection with the work. The Contractor shallobserve and comply with such laws, ordinances, regulations, orders or decrees and shallindemnify and hold harmless the District and its representatives against any claim for liabilityarising from or based on the violation of any such laws, ordinances, regulations, orders ordecrees, whether by the Contractor or the Contractor’s employees or Subcontractors.

The Contractor shall execute and file the documents, statements and affidavits required underany applicable Federal, State or local law or regulation affecting the Contractor’s Bid, Contract orprosecution of the work thereunder. The Contractor shall permit examination of any recordsmade subject to such examination by any Federal or State law or by regulations promulgatedthereunder by any State or Federal agency charged with the enforcement of such law.

In accordance with Title 2.2, Subtitle II, Part B, Chapter 43, Article 4 of the Code of Virginia(Virginia Public Procurement Act), the Contractor shall make payment to all Subcontractors, asdefined in the Code, within 7 days after receipt of payment from the District; or, shall notify theDistrict and Subcontractor in writing of the intention to withhold all or part of the amount duealong with the reason for nonpayment.

In the event payment is not made as noted, the Contractor shall pay interest at the rate of onepercent per month, unless otherwise provided in the Contract, to the Subcontractor on allamounts that remain unpaid after seven days except for the amounts withheld as provided hereinbefore.

These same requirements shall be included in each subcontract and shall be applicable to eachlower-tier Subcontractor.

Sec. 107.02 - Sanitary Provisions

The Contractor shall provide and maintain in a neat, sanitary condition such accommodations forthe use of his employees as may be necessary to comply with the requirements of the State andlocal Boards of Health, or other bodies or tribunals having jurisdiction.

Sec. 107.03 — Patented Devices, Materials, and Processes

If the Contractor employs any design, device, material, or process covered by a patent orcopyright, he shall provide for its use by obtaining a legal agreement with the patentee or owner.The Contractor and the surety shall indemnify and save harmless the District, any affected thirdparty, or political subdivision from claims for infringement because of such use. The Contractorshall indemnify the District for costs, expenses, or damages resulting from infringement duringprosecution or after completion of the work.

Sec. 107.04 - Public Convenience and Safety

The Contractor shall conduct the work to ensure the least possible obstruction to traffic. TheContractor shall provide for the safety and convenience of the traveling public using the

GP-27

Project No: 3060.3017Bid No: M-17-001

Chesapeake Bay Bridge - Tunnel and the protection of persons and property as specified inSection 104.04.

Sec. 107.05 — Construction Over or Adjacent to Navigable Waters

The Contractor shall conduct the work on navigable waters so as to ensure the least possibleobstruction to navigation and that the existing navigable depths will not be impaired except asmay be allowed by a permit issued by the U.S. Coast Guard. The Contractor shall also provideand maintain temporary navigation lights and signals required by U.S. Coast Guard regulationsfor the protection of navigation. When the Engineer determines that the work has reached apoint where such action may be taken, the channel(s) through the structure shall be promptlycleared of falsework, piling, or other obstructions placed therein or caused by the construction ofthe structure to the satisfaction of the Coast Guard.

Sec. 107.06 — Barricades and Warning Signs

The Contractor shall take all necessary precautions for the protection of the work and the safetyof the public as described herein and in Sections 104.04 and 107.04 and also in Section 512 ofthe 2016 Road and Bridge Specifications.

Barricades and warning devices shall be illuminated where required during darkness and lowvisibility. The Contractor shall erect warning devices in advance of a location on the Projectwhere operations or obstructions may interfere with the use of the road by traffic and at allintermediate points where the new work crosses or coincides with an existing roadway. TheContractor shall maintain sign faces and reflective surfaces of warning devices in a clean andvisible condition. Barricades, warning signs, lights, temporary signals, and other protectivedevices shall conform to the requirements of Section 512 of the 2016 Road and BridgeSpecifications.

Sec. 107.07 - Contractor’s Responsibility for Work

Until final acceptance of the work by the Engineer, in accordance with the provisions of Section105.09, the Contractor shall have charge and care thereof and shall take every precaution againstinjury or damage to any part thereof by action of the elements or from any other cause. TheContractor shall rebuild, repair, restore, and make good all damages to any portion of the workoccasioned by any of the foregoing causes before final acceptance and shall bear the expensethereof. The District may, in its discretion, reimburse the Contractor for repair of damage towork attributable to unforeseeable causes beyond the control of and without the fault ornegligence of the Contractor.In case of suspension of work from any cause, the Contractor shall be responsible for the Projectand shall take such precautions as may be necessary to prevent damage to the work. During suchperiod of suspension of work, the Contractor shall properly and continuously maintain in anacceptable growing condition all living material in newly established planting, seedings, andsoddings furnished under the Contract, and shall take adequate precautions to protect new treegrowth and other important vegetation growth against injury.

GP-28

Project No: 3060.3017Bid No: M-17-001

Sec. 107.08 - Environmental Considerations

The Contractor shall at all times conduct the work in such a manner to conform with therequirements under the Federal Water Pollution Control Act, the Clean Air Act, and any otherregulatory agencies having jurisdiction. Pollutants such as chemicals, fuels, lubricants,bitumens, raw sewage, paint or other harmful waste, or any construction or waste materials maynot be discharged into the Chesapeake Bay or any other waters, nor unto the Fishermans IslandNational wildlife areas nor unto any District property. Construction materials or waste materialsfrom a construction or repair project may not be wasted into the waters.

Sec. 107.09 — Personal Liability of Public Officials

In carrying out any of the provisions of these Specifications or in exercising any power orauthority granted to them by or within the scope of the Contract, there shall be no liability uponthe members of the Commission, the Engineer, or their authorized representatives, eitherpersonally or as officials of the District. In all such matters, they act solely as agents andrepresentatives of the District.

Sec. 107.10 —No Waiver of Legal Rights

The District shall not be precluded or estopped by any measurement, estimate, or certificatemade either before or after final acceptance of the work and payment therefore from showing (1)the true amount and character of the work performed and materials furnished by the Contractor,(2) that any such measurement, estimate, or certificate is untrue or incorrectly made, or (3) thatthe work or materials do not conform with the provisions of the Contract. The District shall notbe precluded or estopped, notwithstanding any such measurement, estimate, or certificate, andpayment in accordance therewith, from recovering from the Contractor or his surety, or both,such damage as it may sustain by reason of his failure to comply with the terms of the Contract.Neither the acceptance by the District or any representative of the District nor any payment for oracceptance of the whole or any part of the work, nor any extension of time, nor any possessiontaken by the District shall operate as a waiver of any portion of the Contract or of any powerherein reserved or of any right to damages. A waiver of any breach of the Contract shall not beheld to be a waiver of any other or subsequent breach.

Sec. 107.11 - Certificates of Insurance

The Contractor will provide the District Certificates of Insurance providing the following:

a. Certification of insurance for a general liability policy, including products liabilityon an occurrence basis:

Combined Single Limit $1,000,000General Aggregate Limit $2,000,000

GP-29

Project No: 3060.3017Bid No: M-17-00l

b. Certification of insurance for a Worker’s Compensation Insurance policy, meetingthe requirements of the Worker’s Compensation Laws of the Commonwealth ofVirginia.

c. Certification of Insurance for an automobile liability policy for vehicles used bythe Contractor in connection with the said Contract:

Combined Single Limit $1 .000,000General Aggregate Limit $2,000,000

SECTION 108 - PROSECUTION AND PROGRESS

Sec. 108.01 — Subcontracting

No portion of the Contract shall be subcontracted or otherwise disposed of without the writtenconsent of the Engineer.

The Contractor shall perform, with his own organization, work amounting to not less than 50%of the total Contract cost, except that any items designated in the Contract as “Specialty Items”may be performed by subcontract and the cost of any “Specialty Items” so performed may bededucted from the total Contract cost before computing the amount of work required to beperformed by the Contractor with his own organization.The Contractor shall submit to the Engineer for approval, no later than 15 days after receivingnotice of Award of the Contract, his complete list of all proposed Subcontractors, consultants,manufacturers and suppliers. Unless otherwise specified, the Contractor will not be permitted tosublet any part of the Contract Work to a contractor who is not pre-qualified with the District, inaccordance with Section 102.01. Changes shall not be made without prior notification andapproval of the Engineer. Consent to subcontract or otherwise dispose of any portion of theContract Work shall not relieve the Contractor of any responsibility for the fulfillment of theentire Contract.

Sec. 108.02 - Notice to Proceed

The Engineer will issue the “Notice to Proceed” within 30 days after the execution of theContract by the District. Contract Time will start on the date specified in the “Notice toProceed,” and work shall not begin prior to this date. In no case shall work begin before theContract is executed by the District. The Contractor shall notify the Engineer in writing at least3 days prior to the date on which he intends to begin work.

Sec. 108.03 - Prosecution of Work

The Contractor shall begin work within 10 days of the date specified in the Notice to Proceed.Work shall be conducted in such a manner and with sufficient materials, equipment, tools, andlabor as are necessary to ensure its completion in accordance with the Plans and theseSpecifications within the time limit specified in the Contract and these Specifications. Once theContractor has begun work, it shall be prosecuted continuously and to the fullest extent possible

GP-30

Project No: 3060.3017Bid No: M-17-001

except for interruptions caused by weather or delays authorized or ordered by the Engineer. Ifapproval is given to discontinue the work temporarily, the Contractor shall notify the Engineer atleast 24 hours in advance of resuming operations.

Sec. 108.04— Limitation of Operations

The Contractor shall conduct the work in a manner and sequence that will ensure its expeditiouscompletion with the least interference to traffic and shall have due regard for the location ofdetours and provisions for handling traffic. The Contractor shall not open any work to theprejudice or detriment of work already started. The Engineer may require the Contractor tofinish a section of work before work is started on any other section.

Sec. 108.05 - Progress Schedule

The Contractor shall submit a progress schedule satisfactory to the Engineer prior to start ofwork, which shows the proposed order of work and indicates the time required for thecompletion of the items of work in the Contract. The schedule will be used as basis forestablishing major construction operations, and as a check on the progress of the work. Theprogress schedule shall be duly executed by the Contractor after it has been accepted by theDistrict. If conditions change that would require a change in the Contractor’s operations, or at thediscretion of the District, the Contractor shall submit a revised progress schedule that has beenmutually agreed upon. Also at the discretion of the District, as the Project may dictate, theContractor may be required to submit monthly interim progress reports.

The Contractor shall keep the District informed of planned or contemplated operations on acontinuing basis. The Engineer shall be advised at least 24 hours in advance of any changes inplanned operations or critical stages in the progress schedule.

The review and acceptance by the District of the Contractor’s progress schedule shall in no wayrelieve the Contractor of his responsibility to complete the work within the Contract Time limit.Delays in work resulting from the Contractor’s failure to provide the progress schedule will notbe considered just cause for extension of the Contract Time or for additional compensation.

Sec. 108.06 - Character of Workers, Methods and Equipment

For security reasons, all Contractor employees must carry positive photo identification, such as aDrivers License or Green Card and upon request by any District Official, shall present suchidentification.

Workers shall have sufficient skill and experience to perform properly the work assigned tothem. Workers engaged in special or skilled work shall have sufficient experience in such workand in operation of the equipment required to perform it properly and satisfactorily.

Any person employed by the Contractor or by any Subcontractor who, in the opinion of theEngineer, does not perform his work in a proper and skillful manner or is intemperate ordisorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor

GP-31

Project No: 3060.3017Bid No: M-17-001

or Subcontractor employing such person, and shall not be employed again on any portion of thework without the approval of the Engineer. If the Contractor fails to remove the person or failsto furnish suitable and sufficient personnel for proper prosecution of work, the Engineer maywithhold all payments which are or may become due the Contractor and may suspend the workuntil the Contractor has complied with such request or orders.

Equipment shall be of sufficient size and in such mechanical condition as to meet therequirements of the work and to produce a satisfactory quality of work. Equipment used on anyportion of the Project shall be such that no damage to the property of the District will result. TheEngineer may order the removal and require replacement of any unsatisfactory equipment.

When the methods and equipment to be used by the Contractor in accomplishing the work arenot prescribed in the Contract, the Contractor is free to use methods or equipment that hedemonstrates to the satisfaction of the Engineer will accomplish the work in conformity with therequirements of the Contract Documents.

When the Contract Documents specify that work be performed by use of particular methods andequipment, such methods and equipment shall be used unless others are authorized by theEngineer. If the Contractor desires to use a method or type of equipment other than thosespecified in the Contract Documents, he may request permission from the Engineer to do so. Therequest shall be in writing and shall include a full description of methods and equipmentproposed to be used and an explanation of the reasons for desiring to make the change. Ifapproval is given, it will be on the condition that the Contractor will be fully responsible forproducing work in conformity with Contract Documents. If, after trial use of the substitutedmethods or equipment, the Engineer determines that the work produced does not conform to theContract Documents, the Contractor shall discontinue the use of the substitute method orequipment and shall complete the remaining construction with the specified methods andequipment. The Contractor shall remove any deficient work and replace it with work of specifiedquality or take such other corrective action as the Engineer may direct. No change will be madein basis of payment for the construction items involved nor the Contract schedule time as theresult of authorizing a change in methods or equipment under these provisions.

Sec. 108.07 - Determination and Extension of Contract Time

Contract Time will be determined by the District and specified in the Contract in Calendar Days,or as a fixed date. No request for an extension of time will be considered that is based on anyclaim that the Contract period, as originally established, was inadequate.

The Contract Time allowed in the Contract, as awarded, is based on the original quantities shown

on the Bid. If satisfactory fulfillment of the Contract, with extensions and increases, authorizedunder Sections 104.02 and 104.03 requires the performance of work in greater quantities thanthose set forth in the Bid, the Contract Time allowed for performance may be increased usingone of the following methods selected at the discretion of the District:

1. The extra time allowances as agreed upon and set forth in the extra work order thatcovers the additional work.

GP-32

Project No: 3060.3017Bid No: M-17-00l

2. The same ratio that the total cost of work actually performed shall bear to the totalcost shown in the Bid schedule.

During the prosecution of the work, the Contractor shall identify the causes for any delaysexperienced due to conditions which he deems to be beyond his control, and shall identify theparticular construction operations affected, as well as the significant dates which encompass theperiods of delay. The timely submission to the Engineer of such information is essential for theDistrict to make an adequate evaluation of any subsequent claim received from the Contractorfor an extension of the Contract Time.

If the Contractor has not completed the work within the Contract Time limit or as extended inaccordance with the requirements of this Section, he may make a written claim to the Engineerfor an extension of time setting forth the reasons he believes will justify granting the claim. Allclaims for extension of time shall be submitted not later than 60 days following the end of theContract. If the Engineer determines that the Work was delayed because of conditions beyondthe control of and without the fault of the Contractor, the Engineer may extend the time forcompletion as the conditions justify. The extended time shall then be in full force and effect thesame as if it had been the original time for completion.

(a) Calendar Days: When the Contract Time limit is specified in Calendar Days, thetime includes Sundays, holidays, and nonworking days. When the Engineerauthorizes the suspension of work in whole or in part in accordance with therequirements of Section 108.08 and such suspension is not attributable to any fault ornegligence on the part of the Contractor, the Contract Time limit will be adjusted.The Contract Time limit may be adjusted on a day-for-day basis when the work iswholly suspended and on a prorated basis when the work is partially suspended.

To determine the number of Calendar Days chargeable to the Contract Time limit forwork performed between the effective dates of a partial suspension order, the totaldollar value of the Contract will be divided by the number of days in the ContractTime limit. The result shall be the dollar value of one day’s work. The dollar valueof all work actually performed during a partial suspension period will be divided bythe monetary value of one day’s work. The result, in days, will be charged againstthe Contract Time limit. In no case will the number of days charged be greater thanthe total number of Calendar Days between the effective dates of a partialsuspension order. In determining the dollar value of work actually performed duringa partial suspension period, the dollar value of adjustments made for work performedprior to the issuance of a partial suspension order and the dollar value ofmobilization and stockpiled materials during the period will be excluded.

(b) Fixed Date: When the Contract Time limit is specified as a fixed date, theContractor shall take into consideration normal conditions considered unfavorablefor the prosecution of the Work, and shall place sufficient workers and equipment onthe Project to complete the work in accordance with the Contract Time limit.

GP-33

Project No: 3060.3017Bid No: M-17-001

The Engineer may give consideration for extension of time when a delay occurs dueto unforeseen causes beyond the control of and without the fault or negligence of theContractor. However, consideration will not be given to extensions of timeattributable to weather conditions or conditions resulting from weather.

If there is a delay in the progress of the Work due to unforeseen causes describedhereinbefore, and the delay extends the Contract Time limit into the period betweenNovember 30 of one year and April 1 of the following year and working conditionsduring such period are unsuitable for the completion of the Work, then considerationmay be given to granting an extension of time that will encompass a suitable periodduring which such work can be expeditiously and acceptably performed.

When the Engineer determines that an extension of Contract Time will be made inaccordance with the requirements of this Section, the daily dollar value to be used incomputing time extensions resulting from monetary increases will be based on thenumber of days resulting from deducting 45 days from the number of days betweenthe inclusive dates of the receipt of Bids and the fixed completion date.

At no time will the Contractor be entitled to any increased costs incurred by any such delays.

Sec. 108.08 - Suspension of Work

The District may suspend the Work wholly or in part by written order for such period deemednecessary due to unsuitable weather; to any condition which the District considers unfavorablefor the suitable prosecution of the Work; failure of the Contractor to correct conditions deemedunsafe for workers or the general public; or failure of the Contractor to carry out the provisionsof the Contract. Extension of the Contract Time which is a result of suspension orders will bedetermined in accordance with the requirements of Section 108.07. Suspensions of work due tothe fault or negligence of the Contractor will not be just cause for an extension of Contract Time.

If the performance of all or any portion of the Work is suspended or delayed by the Engineer inwriting for an unreasonable period of time (not originally anticipated, customary, or inherent tothe construction industry) and the Contractor believes that additional compensation and/orContract Time is due as a result of such suspension or delay, the Contractor shall submit to theEngineer in writing a request for adjustment within 7 Calendar Days of receipt of the notice toresume work. The request shall set forth the reasons and support for such adjustment.

Upon receipt, the District will evaluate the Contractor’s request. If the District agrees that thecost and/or time required for the performance of the Contract Work has increased as a result ofsuch suspension and the suspension was caused by conditions beyond the control of and not thefault of the Contractor, its suppliers, or Subcontractors at any approved tier, and not caused byweather, the Engineer will make an adjustment (excluding profit) and modify the Contract inwriting accordingly. The District will notify the Contractor of its determination whether or notan adjustment of the Contract is warranted.

GP-34

Project No: 3060.3017Bid No: M-17-001

No adjustment of the Contract will be allowed unless the Contractor has submitted the requestfor adjustment within the time prescribed.

No Contract adjustment will be allowed under this clause to the extent that the performancewould have been suspended or delayed by any other cause, or for which an adjustment isprovided for or excluded under any other term or condition of this Contract.

Sec. 108.09 - Failure to Complete on Time

Time is an essential element of the Contract, and it is important that the work be completedwithin the time specified. The cost of the District for the administration of the Contract,including engineers, inspection, traffic control, and supervision, will increase as the timerequired to complete the work is increased.

For each Calendar Day that any work remains uncompleted, after the Contract Time specified forcompletion of the work, the District will assess liquidated damages against the Contractor.Liquidated damages, assessed in accordance with Section 108.10, at the rate applicable to theContract for each day of additional time consumed, subject to such adjustments as provided inSection 108.07, will be deducted from any monies due the Contractor, not as a penalty, but asliquidated damages.

Sec. 108.10 — Liquidated Damages

The following Schedule of Liquidated Damages, representing the cost of administration,engineering, supervision, inspection and other expenses, will be charged against the Contractorfor each Calendar Day beyond the Contract Time in which the Contract remains in an incompletestate:

Schedule of Liquidated Damages

Original Contract Amount in Dollars Daily Charge in DollarsPlus — 100,000 175100,000 — 500,000 350500,000 — 2,000,000 6002,000,000 — 8,000,000 10008,000,000 — 15,000,000 110015,000,000 — Plus 1400

Sec. 108.11 - Default of Contract

The Contractor may be declared in default if he:

a. Fails to begin the work under the Contract within ten (10) days of the date stated in theNotice of Proceed; or

GP-35

Project No: 3060.3017Bid No: M-17-001

b. Fails to perform the work with sufficient workmen and equipment, or with sufficientmaterials to assure prompt completion of said work; or

c. Performs the work unsuitably or neglects or refuses to remove materials, or to performanew such work as may be rejected as unacceptable and unsuitable; or

d. Discontinues the prosecution of the work; or

e. Fails to resume work, which has been discontinued, within fifteen (15) days after noticeto do so; or

f. Becomes insolvent, is declared bankrupt, or commits any act of bankruptcy orinsolvency; or

g. Allows any final judgment to stand against him unsatisfied for a period often days; or

h. Makes an assignment for the benefit of creditors; or

i. Fails to maintain insurance conforming to the requirements of the Contract; or

j. For any other cause, whatsoever, fails to carry on the work or contractual obligations inan acceptable manner.

In the event any of the above conditions exist, the Engineer will give notice in writing to theContractor and his surety of the delay, neglect, or default. If the Contractor or his surety, withina period of ten days after such notice, has not taken such measures that will, in the judgment ofthe Engineer, ensure satisfactory progress of the work or give assurances satisfactory to theEngineer that the provisions of the Contract will be fully carried out and instructions compliedwith, the District may then, or at any time thereafter, take the prosecution of the work out of thehands of the Contractor, declaring him in default thereon and, without violating the Contract, callupon the Contractor’s surety for the satisfactory and expeditious completion of all workthereunder, or may otherwise terminate the Contract.

In the event the Contractor is declared in default, all subsequent payments will be made to thesurety, and further negotiations will be made with the surety.

If the Contractor’s surety fails or refuses to proceed with the work and make satisfactory progressthereon, in accordance with the instructions of the District, the District will appropriate and useany or all materials and equipment on the Project site as are suitable and acceptable, and willenter into an agreement with others for the completion of the work in accordance with the termsand conditions of the Contract, or he will use such other methods as will, in his opinion, benecessary and required for the completion of the Contract in an acceptable manner.

All costs and charges incurred by the District, including the cost of completing the work underthe Contract, will be deducted from any monies due, or which will become due the Contractorand his surety. If the expense so incurred by the District is less than the sum which would have

GP-36

Project No: 3060.3017Bid No: M-17-001

been payable under the Contract if it had been completed by the Contractor, the Contractor andhis surety will be entitled to receive the difference. Should such expense exceed the sum whichwould have been payable under the Contract, the Contractor and his surety shall be liable for andshall pay the District the amount of such excess.

Sec. 108.12 - Termination of Contract

(a) Conditions for Termination: The District may terminate the Contract or any portionthereof because of any of the following conditions:

1. default2. national emergency3. action by the District, U.S. government, or court order4. conditions beyond the control of the District

(b) Provisions of Termination: Termination will be in accordance with the following:

1. Disturbed areas shall be promptly placed in an acceptable condition as directed by theEngineer. Payment for such work will be made at the Contract unit prices or, in theabsence of Contract unit prices, in accordance with the requirements of Section 104.03,or at the option of the Engineer, in accordance with the requirements of Section 109.03.

2. Payment will be made for the actual number of units or items of work completed at theContract unit price, or as mutually agreed, for items of work partially completed. Noclaim for loss of anticipated profits will be considered, and the provisions of Section104.02 will not apply.

3. Reimbursement for organizing the work when not specified in the Contract and movingequipment to and from the job will be considered where the volume of work completedis too small to compensate the Contractor for these expenses under the Contract unitprices.

4. At the option of the Engineer, materials the Contractor obtains for the work that havebeen inspected, tested, and accepted by the Engineer and that have not been incorporatedin the work may be purchased from the Contractor at actual costs as shown by receiptedbills and actual cost records at such points of delivery as may be designated by theEngineer.

5. The termination of the Contract or a portion thereof shall not relieve the Contractor ofhis responsibilities for the completed work, nor shall it relieve his surety of its obligationfor and concerning any just claims arising out of the work performed.

Sec. 108.13 - Termination of Contractor’s Responsibility

The Contract will be considered complete when all work has been finished, the final inspectionmade by the Engineer, assignment in writing of all guarantees and warranties as specified in Sec.106.01, and the Project accepted by the District in accordance with Sec. 105.09. The Contractorwill be notified in writing of the final acceptance and his responsibility shall then cease, exceptas set forth in his bond.

GP-37

Project No: 3060.3017Bid No: M-17-001

SECTION 109 - MEASUREMENT AND PAYMENT

Sec. 109.01 - Scope of Payment

Payments to the Contractor will be made for the quantities of Contract Items, measured asspecified in the Technical Specifications, and performed in accordance with the ContractDocuments. If upon completion of the work, these quantities show either an increase ordecrease from the quantities shown in the Contract, the Contract unit prices shall still prevail,unless they have been modified by work orders.

Quantities appearing in the Contract Documents are estimated quantities for the basic designshown on the Plans. With the approval of the District, the Contractor may elect to furnishdesign(s) other than shown on the Plans which may involve changes in quantities or the use ofdifferent materials. However, payment will be made for plan quantities only and in the units ofmeasure shown for the basic design, unless the dimensions for the basic design would have hadto be changed by authorized modification to conform to field conditions encountered. In thisevent, modified plan quantities will be used for pay quantities at Contract unit prices for theitems listed in the Contract Documents.

The Contractor shall accept compensation, as provided for in the Contract, as full payment forfurnishing all material, labor, tools, equipment and incidentals necessary to complete the workand performing all work contemplated under the Contract; for all loss or damage arising from thenature of the work or from the action of the elements or any other unforeseen difficulties whichmay be encountered during the prosecution of the work; and, until its final acceptance by theDistrict, for all risks of every description connected with the prosecution of the work; for allexpenses incurred in consequence of the suspension of the work as herein authorized; for anyinfringement of patent, trademark, or copyright; and for the completion of the work inaccordance with the Contract.

The payment of any partial payment, prior to the final acceptance of the Project as provided forin Section 105.09, shall in no way affect the obligation of the Contractor to repair or renew anydefective parts of the construction or to be responsible for all damages attributable to suchdefects.

Sec. 109.02 - Compensation for Altered Ouantities

When the accepted quantities of work vary from the estimated quantities set forth in theContract, but such variance is within the percentage limits set forth in Section 104.02 whether ornot there have been any changes in Plans, the Contractor shall accept as payment in full, so far asContract Items are concerned, payment at the original Contract unit prices for the acceptedquantities of work performed. No allowance or other adjustment except as provided in Section104.02 will be made for any increased expense, loss of expected reimbursement, or loss ofanticipated profits suffered or claimed by the Contractor resulting directly from either suchalterations or unbalanced allocation among the Contract Items of overhead expense on the part ofthe Contractor and subsequent loss of expected reimbursements therefor or from any other causeexcept the payment for the actual quantity done at the original Contract unit price.

GP-3 8

Project No: 3060.3017Bid No: M-17-001

Alteration of Plans or of character of work involving extra work orders as provided in Section104.02 will be paid for at the prices for such items set forth therein. If prices cannot be agreedupon, the Contractor shall proceed with the performance of the work on a force account basis inaccordance with the provisions of Section 109.03.

Sec. 109.03 - Extra and Force Account Work

Extra work performed in accordance with the requirements and provisions of Section 104.03 willbe paid for at the agreed-upon unit prices or lump sum as specified in the extra work order or, inlieu of such agreement, the District may then require the Contractor to do such work on a forceaccount basis with compensation in accordance with the following.

a. Labor: The Contractor will receive the rate of wage (or scale) as set forth in hismost recent payroll, unless otherwise approved, for each classification of laborers,foremen, and/or superintendent(s) who are in direct charge of the specific operation.The time allowed for payment will be the number of hours that such workers areactually engaged in the work. In the event overtime work is authorized, paymentwill be at the normal overtime rate set forth in the Contractor’s most recent payroll.In the event the class of labor needed has not been employed on the Project,mutually agreed upon rates will be established. However, the rates shall be not lessthan those predetermined for the Project, if applicable. An amount equal to 45percent of the approved force account payroll will be included in the payment forlabor to cover administrative cost, profit, and benefits and/or deductions normallypaid by the Contractor.

b. Insurance and Tax: The Contractor will receive an amount equal to 25 percent ofthe approved force account payroll (exclusive of additives for administrative cost)as full compensation for property damage and liability, workmen’s compensationinsurance premiums, unemployment insurance contributions and social securitytaxes of force account work.

c. Materials: The Contractor will receive the actual cost of materials accepted by theEngineer, delivered and used for the work, including taxes, transportation andhandling charges paid by the Contractor (exclusive of labor and equipment rentalsas herein set forth), to which 15 percent of the cost will be added for administrationand profit. The Contractor shall make every reasonable effort to take advantage oftrade discounts offered by material suppliers, and any discount received shall accrueto the District.

d. Equipment: The Contractor shall provide the Engineer a listing of all equipment tobe used in the work. For each piece of equipment, the list shall include the serialnumber; date of manufacture; location from which equipment will be transported;and, for equipment to be rented, the rental rate and name of company from whichequipment is rented. The Contractor will be paid hourly rental rates for pieces ofmachinery, equipment, and those attachments necessary for prosecution of thework, which are approved for use by the Engineer. Hourly rental rates paid for

GP-39

Project No: 3060.3017Bid No: M-17-001

equipment in use will not exceed 1/176 of the monthly rates of the schedule shownin the Rental Rate Blue Book and modified in accordance with the Blue Book RateAdjustment Tables which are current at the time the force account is authorized.Adjustment factors or rate modifications indicated on area maps in the Blue Bookwill not be considered when determining acceptable rates. Hourly rental rates forequipment held-in-ready will be at 50 percent of the rate paid for equipment in use.

Payment will be made for the total hours equipment is in use. When equipment isin use less than 40 hours for any given week, and is held-in-ready, payment forheld-in-ready time will be allowed for up to 40 hours, less hours in use. Paymentwill not be made for time equipment is on the Project in excess of 24 hours prior toits actual use in the force account work. An amount equal to the Blue Bookestimated operating cost per hour will be paid for all hours equipment is in use.This operating cost shall be full compensation for fuel, lubricants, repairs, servicing(greasing, fueling, and oiling), small tools and other incidentals. No compensationwill be paid for use of machinery or equipment not authorized by the Engineer.

The rates for equipment not listed in the Blue Book schedule shall not exceed thehourly rate being paid for such equipment by the Contractor at the time of the forceaccount authorization. In the absence of such rates, prevailing rates being paid inthe area where the work is contemplated shall be used.

If the Contractor does not possess or have readily available equipment necessary forperforming the force account work and such equipment is rented from a sourceother than a company which is an affiliate of the Contractor, payment will be basedon actual invoice rates, to which 15 percent of invoice cost will be added foradministrative cost and profit. If the invoice rate does not include the furnishing offuel, lubricants, repairs, and servicing, the invoice rate will be converted to anhourly rate and an amount equal to the Blue Book estimated operating cost per hourwill be added for each hour the equipment is in use.

e. Miscellaneous: No additional allowance will be made for attachments which arecommon accessories for equipment as defined in the Blue Book, generalsuperintendents, office workers (timekeepers, secretaries) the use of small tools, orother costs for which no specific allowance is herein provided.

f Compensation: The compensation set forth in this section shall be accepted by theContractor as payment in full for extra work performed on a force account basis. Atthe end of each day, the Contractor’s representative and the Inspector shall compareand reconcile records of the cost of work done as ordered on a force account basis.

If all or a portion of the force account work is performed by an approvedSubcontractor, the Contractor will be paid 10 percent of the subcontract net forceaccount costs, before additives are applied, to cover his profit and administrativecost. The amount resulting from such 10 percent additive will not be subject to anyfurther additives. The itemized statements of costs as required by paragraph (g)

GP-40

Project No: 3060.3017Bid No: M-17-001

herein shall be submitted in a form which separates the subcontract portions of theforce account labor, materials and equipment from the other force account costs.

g. Statements: No payments will be made for work performed on a force account basisuntil the Contractor has furnished the Engineer with duplicate itemized statementsof the cost of such force account work detailed as follows:

1. Payroll indicating name, classification, date, daily hours, total hours, rate andextension of each laborer and foreman and/or superintendent.

2. Designation, dates, daily hours, total hours, rental rate and extension for eachunit of equipment.

3. Quantities of materials, prices and extensions.

4. Transportation of materials.

Statements shall be accompanied and supported by invoices for all materials used andtransportation charges. However, if materials used on the force account work are not specificallypurchased for such work but taken from the Contractor’s stock, then in lieu of the invoices, theContractor shall furnish an affidavit certifying that such materials were taken from his stock, thatthe quantity claimed was actually used and that the price, transportation and handling claimedrepresent the actual cost to the Contractor.

Sec. 109.04 - Eliminated Items

Should any item(s) in the Contract be determined unnecessary for the proper completion of thework contracted, the District may, upon written notice to the Contractor, eliminate such item(s)from the Contract. Payment will not be made for such item(s) so eliminated, except that theContractor will be compensated for the actual cost of any work performed for the installation ofsuch item(s) and the net cost of materials purchased, including freight and tax costs, as evidencedby invoice. No additional compensation will be made for overhead or anticipated profits.

Sec. 109.05 - Partial Payments

Partial payments will be based upon a monthly progress estimate consisting of approximatequantities and value of work performed as determined by the Contractor and approved by theEngineer. When the method of measurement for a Contract item is in units of each or lump sum,the value of the work accomplished for partial payment will be determined on a pro rata basis.In order to establish a basis for partial payments for a lump sum item, the Contractor shallprepare and submit for the Engineer’s approval a breakdown of all lump sum Bid items showingthe values of work involved within said lump sum. The sum total of these values shall equal thelump sum price. Partial payments will be made once each month for the work performed, inaccordance with the Contract requirements.

GP-4 1

Project No: 3060.3017Bid No: M-17-001

The District will deduct an amount equivalent to 5% of the monthly progress payment and willretain such monies until final payment is made in accordance with the requirements of Section109.06. The balance less all previous partial payments will be vouchered for payment. After50% of the total contract value has been completed and 5% has been retained on this amount, theDistrict will make the remaining partial payments in full provided the Contractor is maintaining asatisfactory rate of progress. Total contract value will be considered to mean the original amountof the Contract except when the Contract is increased or decreased by more than 25%, in whichcase the adjusted total will be considered as the total contract value.

If the Contractor’s progress falls more than 10% behind the latest approved progress schedule,the progress will be considered unsatisfactory and the normal 5% retainage will be withheld foreach month the Contractor is behind the progress schedule by more than 10%.

When the dollar value of the Work completed has reached 90% of the total dollar value indicatedon the Contractor’s latest approved progress schedule, the progress will be determined at thetime of the monthly progress estimate by comparing the percentage of time used with thepercentage of Work completed. When the percentage of time used exceeds the percentage ofWork completed by more than 10%, the Contractor’s progress will be considered unsatisfactoryand the normal 5% retainage will be withheld for each month the percentage of time usedexceeds the percentage of Work completed by more than 10%.

When the Engineer determines that the Contractor’s progress is considered satisfactory inaccordance with these requirements, the remaining monthly progress estimate payments will bemade in full. However, retainage previously withheld will not be released on subsequent monthlyprogress estimates.

The District reserves the right to withhold the payments of any partial or final payment, or anysum or sums thereof from such a request in the event of the failure of the Contractor to promptlymake payment to all persons supplying equipment, tools, materials, or for any labor used by theContractor in the prosecution of the work provided for in the Contract, and for any other cause asdetermined by the Engineer.

Sec. 109.06 - Final Payment

When final inspection has been made by the District Representative and final acceptance hasbeen given as provided in Section 105.09, the District will prepare the final statement of thequantity of various classes of work performed.

The Contractor shall certify to the District that he has paid or made satisfactory arrangements forsettling all bills for materials, labor, equipment, supplies, Subcontractors and other items enteringinto or used on the work and shall furnish other certificates and guaranties or warranties as arerequired by the District as a prerequisite to the issuance of final payment.

Upon review of the final estimate by the Contractor and issuance of all required certificates, theContractor will be paid the entire sum due after deducting all previous payments and other

GP-42

Project No: 3060.3017Bid No: M-17-001

amounts to be retained or deducted under the provisions of the Contract. Final payments willbecome due and the final estimate vouchered for payment within 90 Calendar Days after finalacceptance.

Sec. 109.07 - Payment

Upon District payment of the Subcontractor’s portion of the work as shown on the monthlyprogress estimate and the receipt of payment by the Contractor for such work, the Contractorshall make compensation in full to the Subcontractor. For the purposes of this provision,payment of the Subcontractor’s portion of the work shall mean that payment has been issued forthat portion of the work that was identified on the monthly progress estimate for which theSubcontractor has performed service.

If the Contractor fails to make payment to the Subcontractor within the time frame specified inSection 107.01, the Subcontractor shall contact the Engineer and the Contractor’s bondingcompany in writing. The Bonding Company and the District will insure payment in accordancewith the requirements of Section 107.01 and Section 109.

SECTION 110- MISCELLANEOUS PROVISIONS

Sec. 110.01 - Construction Safety and Health Standards

It is a condition of the Contract, and shall be made a condition of each subcontract entered intopursuant to the Contract, that the Contractor and any Subcontractor shall not require any workeremployed in performance of the Contract to work in surroundings or under working conditionsthat are unsanitary, hazardous, or dangerous to health or safety, as determined under constructionsafety and health standards promulgated by the U.S. Secretary of Labor in accordance withSection 107 of the Contract Work Hours and Safety Standards Act.

The Contractor shall comply with the Virginia Occupational Safety and Health Standardsadopted under Section 40.1-22 of the Code of Virginia and the duties imposed under Section40.1-51.1 of the Code. Any violation of the requirements or duties that is brought to theattention of the Contractor by the Engineer or any other person shall be immediately abated bythe Contractor.

Sec. 110.02 - Non-Discrimination

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

a. The Contractor will not discriminate against any employee or applicant foremployment because of race, religion, color, sex, or national origin, except whenreligion, sex, or national origin in a bona fide occupational qualificationreasonably necessary to the normal operation of the Contractor. The Contractoragrees to post in conspicuous places, available to employees and applicants foremployment, notices setting forth the provision of this non-discrimination clause.

GP-43

Project No: 30603017Bid No: M-17-001

b. The Contractor, in all solicitations or advertisements for employees placed by oron behalf of the Contractor, will state that such Contractor is an equal opportunityemployer.

c. Notices, advertisements, and solicitations placed in accordance with Federal law,rule or regulation shall be deemed sufficient for the purpose of meeting therequirements of this section.

The Contractor will include the provisions of the foregoing Paragraphs a, b, and c in everysubcontract or purchase order of over $10,000, so that the provisions will be binding upon eachSubcontractor or vendor.

Sec. 110.03 - Participation of Small Businesses & Businesses Owned by Women and Minorities

In accordance with provisions set forth in the Virginia Procurement Act, the District endorsesand encourages the use of minority owned contractors. For the Contractor’s information, a list ofMBE, DBE, and WBE construction firms may be obtained from the Department of MinorityBusiness Enterprise, 11th Floor, 200-202 North Ninth Street, Richmond, Virginia 23219.

Sec. 110.04 — Drug-Free Workplace

The following shall apply for every Contract over $10,000 in value:During the performance of this Contract, the Contractor agrees to (i) provide a drug-freeworkplace for the Contractor’s employees; (ii) post in conspicuous places, available to employeesand applicants for employment, a statement notifying employees that the unlawful manufacture,sale, distribution, dispensation, possession, or use of a controlled substance or marijuana isprohibited in the Contractor’s workplace and specifying the actions that will be taken againstemployees for violations of such prohibition; (iii) state in all solicitations or advertisements foremployees placed by or on behalf of the Contractor that the Contractor maintains a drug-freeworkplace; and (iv) include the provisions of the foregoing clauses in every subcontract orpurchase order of over $10,000, so that the provisions will be binding upon each Subcontractoror Vendor.

For the purposes of this section, drug-free 31’orkplace” means a site for the performance ofwork done in connection with a specific Contract awarded to a Contractor in accordance withthese General Provisions, the employees of whom are prohibited from engaging in the unlawfulmanufacture, sale, distribution, dispensation, possession or use of any controlled substance ormarijuana during the performance of the Contract.

Section 110.05 —Employee Identification

All employees shall be required to sign a blanket release form provided by the Districtauthorizing the District to conduct an in-depth background investigation on all personnelworking on the project. Additionally, a photo ID and a social security card or properimmigration identification, as appropriate, shall be provided by all employees for examinationupon request by the District.

GP-44

Project No.: 3060.3017Bid No.: M-17-001

TECHNICAL SPECIFICATIONS

SECTION 200 - GENERAL

201.1 SUMMARY

This Specification specifies the provision and installation of all items listed on the Plans, orherein, including all labor, materials, equipment, and incidentals required for the preparationand application of High Velocity Dry-Mix Shotcrete (shotcrete) as a repair material forconcrete surfaces located within the Fresh Air Duct of the Tunnel on the Chesapeake BayBridge and Tunnel Facility. Shotcrete can be applied on horizontal, vertical and overheadsurfaces. All work shall be performed in accordance with current ACT 31 8, ACT 562, theTechnical Specifications, Special Provisions and General Provisions of these Specifications.

Provide all labor, supervision, tools, equipment, materials, permits, services, andmiscellaneous expenses to complete the Contract as outlined in this Specification and inaccordance with all other Contract Documents.

Contractor shall furnish services of all trades or unions necessary to complete all items ofwork as outlined in this Specification and shown on the Plans.

Contractor shall be responsible to furnish all field and office engineering services required tocomplete this Contract. This shall also include preparation of necessary construction recorddocuments such as actual installed quantities for each bid item, including square footagequantities at each repair location and other documentation as required herein theseSpecifications.

201.2 PAYMENT AND UNIT PRICES

Repair work on the invert slab, walls, and floor of the Fresh Air Duct, required under thisSpecification, shall be measured and paid for on a square foot of surface area basis for therepair type as indicated in this Specification. Such payment shall be full compensation for allmain repair work described under this Specification or shown on the Plans. This includes allconcrete and rebar demolition; removal and legal disposal of all demolition materials anddebris, and other items indicated on the Plans or required herein; all locating of existingembedded reinforcing steel, all drilling for and installation of all anchors and other material,grinding or removal of any protruding anchors, and patching of any anchor holes; allformwork and removal of formwork, as may be required; all substrate preparation and repair,including cleaning all exposed existing and new reinforcing steel; furnishing and installing allrequired new replacement steel reinforcement; furnishing and installing all carbon fibermaterials; furnishing and installing all concrete repair material; all quality control testing; allrequired submittals; and all labor, tools, equipment, material and incidentals necessary tocomplete the work.

15-1

20L2.1 Pay Item Summary

ProjectNo.: 3060.3017Bid No.: M-17-001

Pay Item Specification Paragraph

Shoring and Removal of ShoringInvert Slab Repairs - Type 1Invert Slab Repairs - Type 2Invert Slab Repairs - Type 3Invert Slab Repairs - Type 4Wall Repairs - Type 5Wall Repairs - Type 6Floor Repairs - Type 7Floor Repairs - Type 8

202.2.l.b & 202.2.1.c203.2.l.a203.2.1.b203.2.1 .c203.2.Ld

1zui ..,.i .a203.3.1.b203.4.l.a203.4.1 .b

201.3 DEF1ThHTIONS

Terms are defined below as applicable to this project.

201.3.1 Delaminated Concrete

Concrete that is not adhering to the substrate.

20 1.3.2 High Velocity Dry-Mix Shotcrete

Shotcrete in which the majority of the mixing water is added at or near the nozzle and ispneumatically projected at high velocity with a minimum operating hose pressure of 100 psi,and a minimum dry-mix material velocity of 350 cubic feet of air per minute) flow from theair compressor that pushes the pre-dampened material through the hose and nozzle onto thereceiving surface.

201.3.3 Honeycombing

Non-homogenous zone of placed and hardened shotcrete containing accumulations ofaggregates lacking hydrated cement paste.

201.3.4 Nozzleman or Nozzle Operator

A craftsman certified in accordance with ACI CP-60 who aims the nozzle assembly andcontrols the water content in dry-mix shotcrete as to obtain placement that meets therequirements of such work.

Shoring and removal of shoring shall be paid individually at each repair location in whichshoring is determined to be needed by the Contractor with approval from the District inaccordance with paragraphs 202.2.l.b and 202.2.1.c of this specification.

TS-2

Project No.: 3060.3017Bid No.: M-17-001

201.3.5 Spalled Concrete

Concrete that was once delaminated and has advanced degradation resulting in thedelaminated portion having peeled, popped off, or flaked off of the substrate.

201.3.6 Water

Water for cleaning, mixing, and curing shall be potable and will be provided by the District.

201.4 REFERENCES

The publications listed below form a part of this Specification to the extent referenced. Thepublications are referred to in the text by basic designation only.

AMERICAN ASSOCIATION OF STATE HIGHWAY ANDTRANSPORTATION OFFICIALS (AASHTO)

AASHTO LRFDUS-7-M (2014) LRFD Bridge Design Specifications, CustomaryU.S. Units, 7th Edition, with 2015 and 2016 InterimRevisions

AMERICAN CONCRETE INSTITUTE INTERNATIONAL (ACT)

AC1318 (2014;Errata 1-22014;Errata3-52015;Errata62Ol6;Errata 7 2017) Building Code Requirements forStructural Concrete and Commentary

ACT 506.2 (2013) Specification for Materials, Proportioning, andApplication of Shotcrete

ACI 562 (2016) Code Requirements for Assessment, Repair, andRehabilitation of Existing Concrete Structures andCommentary

ACT CP-60 (2015) Craftsman Workbook for ACI Certification ofShotcrete Nozzleman

ASSOCIATED AIR BALANCE COUNCIL (AABC)

AABC National Standards for Total System Balance, 7thEdition

AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIRCONDITIONING ENGINEERS (ASHRAE)

TS-3

Project No.: 3060.3017Bid No.: M-17-001

ASHRAE (2016) ASHRAE Handbook - HVAC Systems andEquipment

ASTM INTERNATIONAL (ASTM)

ASTM A1064/A1064M (2017) Standard Specification for Carbon-Steel Wireand Welded Wire Reinforcement, Plain and Deformed,for Concrete

ASTM A240/A240M (2016) Standard Specification for Chromium andChromium-Nickel Stainless Steel Plate. Sheet, and Stripfor Pressure Vessels and for General Applications

ASTM A36/A36M (2014) Standard Specification for Carbon StructuralSteel

ASTM A615/A615M (2016) Standard Specification for Deformed and PlainCarbon-Steel Bars for Concrete Reinforcement

ASTM Cl 140/Cl 140M (2011) Standard Practice for Preparing and TestingSpecimens from Shotcrete Test Panels

ASTM C1604/C1604M (2012) Standard Test Method for Obtaining and TestingDrilled Cores of Shotcrete

ASTM C39/C39M (2017) Standard Test Method for Compressive Strengthof Cylindrical Concrete Specimens

NATIONAL ENVIRONMENTAL BALANCING BUREAU (NEBB)

NEBB Procedural Standard for Testing, Adjusting andBalancing of Environmental Systems, 8th Edition

OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA)

OHSA 29 CFR §1926.1153 Respirable Crystalline Silica

SHEET METAL & AIR CONDITIONING CONTRACTOR’S NATIONALASSOCIATION (SMACNA)

SMACNA HVAC Systems Testing, Adjusting & Balancing, 3rdEdition

VIRGINIA DEPARTMENT OF TRANSPORTATION (VDOT)

VDOT (2016) Road and Bridge Specifications

TS-4

Project No.: 3060.3017Bid No.: M-17-001

201.5 DELIVERY, STORAGE, AND HANDLING

The Contractor shall receive, unload, store, and provide necessary weather protection for allmaterials, equipment, and tools furnished and to be installed by the Contractor. These itemsshall be stored in an area or in areas designated by the District.

Handling of materials shall be done in accordance with the manufacturer’s recommendationand in a manner which will not damage or reduce the serviceability of the material. Nomaterials and equipment, whether furnished by the Contractor or others, shall be installed orused if the items are physically damaged or functionally defective.

201.6 SEQUENCING AND SCHEDULING

201.6.1 General

Unless otherwise specified, perform the work in such sequence that new work does notdamage previously completed work. Do not perform concrete removal and other operationswithin 50 feet of repair materials that have cured less than 24 hours. Sequencing andscheduling of repairs shall not impede operations of the facility.

201.6.2 Utilizing the Fresh Air Flues

If work is to be done in which equipment or materials are passed through the fresh air flues,the location of each dampener shall be agreed upon between the Contractor and the District,and recorded prior to being adjusted. Each dampener that is adjusted shall be returned to itsoriginal location at the end of the project with complete debris removal from the fresh air fluesused during construction to the satisfaction of the District.

If there is a dispute between the Contractor and the District on the original location of anydampener, the Contractor shall be responsible for testing and rebalancing the tunnel ventilationsystem as follows:

a. Perform testing, adjusting, and balancing, using the services of an independent Test andBalance Agency regularly engaged in the testing and balancing of air systems andassociated systems. The agency selected shall be a certified member of the AABC.

b. Accomplish work in accordance with the agenda specified herein. Procedures describedherein shall be followed and, if not specifically described herein, shall be in accordancewith the AABC National Standards for Total System Balance; NEBB Procedural Standardfor Testing, Adjusting and Balancing of Environmental Systems; SMACNA HVACSystems Testing, Adjusting & Balancing; and ASHRAE Handbook - Systems andEquipment.

Perform testing and balancing in accordance with AABC National Standards for Total SystemBalance and the hereinbefore referenced NEBB, ASHRAE, and SMACNA Standards andrecommended practices, as applicable.

TS-5

ProjectNo.: 3060.3017Bid No.: M-17-001

201 .6.2.1 Dampener Setting Adjustment

a. General

1. Dampener settings shall be provided to Contractor by the Test and BalanceAgency.

2. Adjustment of the dampener settings for the fresh air duct is accomplished fromwithin the fresh air duct. Access to the fresh air duct is provided from theventilation buildings.

3. Contractor shall coordinate tunnel closure requirements with the District prior todampener setting adjustment.

4. Air flow testing with further adjustment of the dampener settings shall beperformed when the tunnel is closed for traffic to minimize the impact of trafficpiston effect on pressure inside the duct.

5. Contractor shall provide a minimum of two weeks’ notice to the District forcoordination of closure requirements. Further 3rd and 4th adjustment of dampenersettings shall not proceed prior to approval by the District.

6. After testing ducts, and subsequent to the Engineer’s review of the test results,revise the dampener settings and repeat the tests for these ducts. The need foradditional 3rd and 4th revising of the dampener settings and repeating the testsshall be at the discretion of the Test and Balance Agency and the District. Theinitial revised dampener settings shall be provided to the Contractor by the Test andBalance Agency. Dampener settings are based on the emergency mode ofoperation as described by the District.

b. Initial Setting Fresh Air Flue Opening:

1. Mark the existing fresh air flue opening. This location shall be retained forreference.

2. As required — install new or move dampeners to their designated locations. Testand adjust to within 10 percent of design air quantity at final balance.

201.7 SUBMITTALS

201.7.1 General Submittals

a. Before any material is delivered to the job site, the Contractor shall submit to the District acomplete list of all materials proposed to be furnished and installed on this Project listingmanufacturer’s name, catalog number, cut sheets, etc.

TS-6

Project No.: 3060.3017Bid No.: M-17-001

b. The Contractor shall submit all required shop drawings, work drawings, and all otherspecified documents for approval to the District in accordance with the requirements ofSP-5 Submittals.

c. Submit signed test reports as required per Specifications.

d. Upon completion of the job, the Contractor shall furnish the District with two (2) completesets of marked-up record drawings indicating conditions at the time of completion of thecontract. Drawings on which no changes have occurred shall be so marked and alsosubmitted.

201.7.2 Substitutions

The Contractor may recommend substitutions for certain materials after the bid has beenawarded. This should not be perceived as an allowance to bid on a different system/productthan what is described in the Specifications. Recommendations shall be based on one or bothof the following:

a. Alternative materials to improve quality, schedule or pricing.

b. Exceptions to the Specifications covering materials, manner of application, or otherdetails.

To recommend substitutions regarding the above subjects the Contractor shall:

c. Submit a written description of proposed changes or modifications to the District forreview. In accordance with SP-5 Submittals, the District requires 30 days for review ofproposed substitutions.

d. Include catalog data sheets as a minimum and shop drawings, samples and othersupportive information as necessary for the District to evaluate the proposed materials.

e. The District will review alternative material recommendations and will be the sole judge indetermining whether the proposed material, accessory, or item meets the stated criteria forservice and conditions imposed.

f. It is the Contractor’s responsibility to notify and receive written approval from the Districtfor substitutions that deviate from contract documents.

g. Do not proceed with proposed changes or modifications until authorized to do so by theDistrict in writing. The cost of work performed on proposed changes or modificationswithout the District’s written approval will be at the Contractor’s expense, as well as anycost for correcting such unauthorized work.

TS-7

Project No.: 3060.3017Bid No.: M-17-001

201.8 QUALITY ASSURANCE / QUALITY CONTROL

Perform all work in accordance with applicable Federal, State and local safety, health andenvironmental requirements. To protect personnel from overexposure to toxic materials,conform to the applicable manufacturer’s Safety Data Sheets (SDS) or local regulation.

20 1.8.1 General Work Plan

Prior to commencing the activities related to the Work, submit a written General Work Plan(minimum of one page). At a minimum, the following items shall be outlined in the GeneralWork Plan:

a. Staging and Sequencing of Repairs. Care must be taken to protect all equipment andsystems within the tunnel as outlined in SP-16.

b. Describe the method and approach to concrete removal and reinforcing steel preparationprior to performing repair. Describe methods and equipment to be used for controlling,collection, treatment, and disposal of wastewater from drilling, sawing and other concreteremoval operations at least 30 days prior to performance of any operations that producewastewater in accordance with applicable Federal, State and local laws and regulations.

Disposal of wastewater employed in cutting, washing, and rinsing of concrete surfacesshall be performed in a manner such that the wastewater does not stain, discolor, or affectexposed surfaces of the structures, or damage the environment of the project area. At notime is wastewater to be disposed of into the Chesapeake Bay or allowed to enter theventilation building drainage system.

20 1.8.2 Regulatory Requirements

Perform all work in accordance with applicable Federal, State, and local safety, health andenvironmental requirements.

20 1.8.3 Pre-Construction Conference

Arrange a pre-construction conference for the repair materials to ensure that the Contractor’spersonnel understand all aspects of the repair material, its properties and applicationprocedures. The conference shall include the District and/or District’s or authorizedrepresentative, the Contractor, and a competent Technical Representative of the shotcretematerial manufacturer.

201.8.4 Manufacturer Field Service

Provide the services of the shotcrete material manufacturer’s Technical Representativeexperienced in mixture proportioning and placement procedures for the shotcrete work to beperformed.

TS-8

Project No.: 3060.3017Bid No.: M-17-001

Provide, at no additional cost to the District, the services of the manufacturer’s experiencedTechnical Representative during mixture proportioning, planning, and production. Themanufacturer’s Technical Representative shall be available for consultation by both theContractor and the District during planning, mixture proportioning, and production of thematerials and shall be on-site immediately prior to and during at least the first placement of thematerial, and at other times if directed by the District.

201.9 PROJECT/SITE CONDITIONS

201.9.1 Environmental Requirements

The Contractor shall verify that temperature and other environmental conditions areappropriate for material installation. Follow manufacturer’s instructions for weatherconditions and temperature ranges. The District will not allow shotcrete work to be scheduledor performed when the anticipated air temperature to come in contact with the shotcrete priorto completion of the curing process will be at a temperature outside of the temperature rangeas indicated in Pre-packaged Shotcrete manufacturer’s recommendations.

201.9.2 Existing Conditions

Plans are provided to illustrate typical conditions expected to be encountered duringperformance of the Work. The Contractor shall verify all details with field verification priorto performance of the Work. Variances from the Plans shall be documented by the Contractorand submitted in accordance with paragraph 201.7 of this Specification.

SECTION 202 - DEMOLITION/PREPARATION

202.1 GENERAL

Prepare a demolition plan describing the methods and equipment to be used to remove existingconcrete. Remove the existing concrete in the area to be repaired to the minimum depthindicated and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, greases, or deicing salts or solutions.

Remove concrete with care to avoid damage to adjacent structures and concrete that is not tobe repaired under this contract and embedded metal that is not to be removed. Repair anysuch damage at no additional cost to the District. Mark on the surface the limits of concreteremoval for approval by the District prior to any removal. Do not remove metal and otherembedded items exposed during the concrete removal operations without approval of theDistrict. Unless otherwise indicated, continue removal using appropriate equipment to removeunsound concrete and to eliminate any offsets in the area to be repaired which would cause anabrupt change in thickness of the repair. Variations in the final prepared surface for relativelythin repairs shall not exceed 25 percent of the repair thickness.

TS-9

Project No.: 3060.3017Bid No.: M-17-00l

202.1.1 Protection of Existing Features

Before beginning any concrete removal work, carefully survey the structure and examine thePlans and Specifications to determine the extent of the work. Take all necessary precautionsto ensure against damage to existing concrete or other structures to remain in place. Thisincludes, but is not limited to, such items as abrasions to roadways and parking lots, structuralsteel, concrete slabs, walls, ceilings, piping, equipment, railings and electrical equipment andfixtures. Carefully coordinate the work of this Specification with all other work, and constructand maintain shoring, bracing and supports, as required. Ensure that structural elements arenot overloaded, and increase structural supports or add new supports as may be required as aresult of any removal work performed under any part of this contract. Any damage inflicted bythe Contractor will be repaired at his expense.

Upon completion of the Work, the Contractor shall clean and restore all finishes and coatingswhich have been damaged in any way during his installation. If work is to be done in whichequipment or materials are passed through the fresh air flues, the location of each dampenershall be recorded prior to modifying, and the dampener shall be returned to its originallocation at the end of the project as per paragraph 201.6.

202.1.2 Protection of Personnel

Ensure that adequate measures are in place to protect workers, facility operation personnel andthe public from injury due to the operations being performed. All repairs performed whereconcrete cutting, demolition, and removal will result in Respirable Crystalline Silica. Thiswork shall be performed in compliance with OHSA 29 CFR § 1926.1153.

202.1.3 Dust Control

Control dust resulting from demolition to prevent the spread of dust and avoid creation of anuisance in the surrounding area and the above roadway. Do not use water when it will resultin, or create, hazardous or objectionable conditions such as ice, flooding, or pollution.

202.1.4 Inspection of the Work

The District shall have the right at all times to inspect and test the work and shall for thispurpose have access to the work at all times. The Contractor shall provide necessary labor andproper facilities for such access, inspection and testing, and shall provide full informationconcerning any materials entering into the work.

202.2 DEMOLITION

202.2.1 Determination of Removal Limits

a. Approximate locations and areas of repairs are indicated on the Plans. Quantities shownon the Plans are an approximation of the actual conditions. Variations are expected andthe District makes no representation that the quantities or sizes of repair areas provided are

TS-10

Project No.: 3060.3017Bid No.: M-17-001

accurate. Payment will be based on actual measured size of repair areas agreed to in thefield, with no rounding to the nearest square foot. Determine actual locations and limits ofloose, delaminated, spalled and otherwise unsound and deteriorating concrete by visualinspection and by hands-on inspection including sounding. Mark deficient areas with ahighly visible marking. The District shall approve all repair locations before workcommences.

b. After defining the limits and at repair locations larger than 88 square feet with a length inthe longitudinal direction of the tunnel greater than 8 feet, the Contractor shall erectshoring along the perimeter of the repair area. The shoring should be set no more than 2-feet away from the limits of the repair area, or at a distance sufficient to afford adequateclearance to saw cut the repair area and to apply all repair materials. If additional distancegreater than 2-feet is required, the Contractor shall submit a request to the District forapproval and shall include all relevant backup information, including any calculations, toaid the District in reviewing the request. This shoring will serve to support the slab andvehicular live load as additional concrete is removed and will also aid in reducing theimpact and vibrations in the slab during application and curing of repair materials. Theshoring for the roadway slab shall be founded upon the bottom slab of the supply duct.

Shoring is anticipated at Defect ID 175 located at Station 515+40 as shown on the Plans.The shoring system shown in the Plans has been designed for this repair location assuminga 12 foot long x 12 foot wide repair area at the center of the roadway. Location of shoringmembers may need to be modified in the field if actual size and location along theroadway varies.

Shoring shall be the Designed and Engineered Mabey MASS 25 Structural ShoringEquipment indicated on Plans and is to be supplied by “Mabey Inc.” Contact Informationfor “Mabey mc”: James Porreca, Structural Shoring Division Rentals, Telephone:412.475.6087, Email: j.porrecamabey.com, Website: www.mabey.com or an approvedequivalent.

c. If the Contractor chooses to develop an alternative shoring system, plans and designcalculations for an alternative shoring system shall be signed and sealed by a ProfessionalEngineer licensed in the State of Virginia and shall be submitted to the District for reviewand approval. Shoring system shall meet or exceed the following design criteria:

1. Max Dimensions of Repair Area: 12 feet in the longitudinal and transversedirections of the tunnel roadway.

2. Dead Load: Reinforced Concrete Deck as shown on Plans with a unit weight of150 pounds per cubic foot, and a load factor of 1.25.

3. Live Load: AASHTO LRFDUS-7-M Section 3.6.1.2.2 Design Truck. Designshall assume one Design Truck (as illustrated below) on each lane of trafficsimultaneously that will produce the maximum loads over the repair area. A load

TS-11

Project No.: 3060.3017Bid No.: M-17-001

factor of 1.75 and 1.33 shall be applied simultaneously to accommodate live loadand dynamic loads, respectively.

CLEA1(i AM)L(AOAC wIDtb*

icrr

8C(O bs 32)O Ib

r(yr143 V

3 n

E000 lbs 320(0 lbs 32,0) lbs(3S ) (l4l j

These sketches illustrate the AASHTO-aonioved live loadingspecifications for standard H20 and HS2O trucks.Sourc:AA5RTO Standard Sp€cifkations for Highway 8ridçjs.

Following erection of shoring, the Contractor shall continue to remove unsound concretein the invert slab. Following removal of unsound concrete, the Contractor and the Districtwill inspect the repair area involved and reach mutual agreement regarding square footageof the repair area and the type of repair for payment. The Contractor shall mark theseareas on the Record Drawings including the square footage of repair area.

d. Upon completion of removal, sound the surface and remove additional concrete untilsounding produces a solid tone. Additional removal of concrete within these areas will bemeasured for payment as specified.

e. Shallow spalls (less than 1 inch deep) with no exposed reinforcing or minor localizedspalling due to exposed rebar chairs or other miscellaneous metals, need not be repaired.

f. Prior to commencement of production concrete removal, perform concrete removal on onearea to be repaired of at least 9 square feet to demonstrate that the proposed removalprocedure will result in compliance with the specified requirements. This area of concrete

LQA LANt .VJTH

10 C.

TS-12

Project No.: 3060.30 17Bid No.: M-17-00l

removal shall be approved by the District prior to performing concrete removal atadditional areas to be repaired.

202.2.2 Limitations of Repair

To preserve structural integrity and prevent unsafe structural conditions, the Contractor shalldevelop a demolition plan for the removal of deteriorated concrete of various structuralelements. The plan shall be submitted to the District for review after the elements are soundedand prior to beginning the Work. Unless otherwise approved by the District, the plan shallinclude the following limitations on concrete removal:

a. Proper coordination shall be made with demolition and available reference documents toensure that no damage is caused to existing 8 inch diameter discharge pipe located withinthe west wall, and 6 inch diameter water service pipe located within the east wall.

b. The Contractor shall prevent all concrete, laitance, repair materials and any otherconstruction debris from entering and accumulating in the fresh air flues and in the invertof the supply duct floor, especially near the mid-channel bulkhead. The Contractor shallclean each work area at the end of the work shift to the satisfaction of the District.

c. The removal of concrete in the underside of the invert slab shall be limited to a depth of 4inches without approval from the District.

d. During demolition operations, before the Contractor removes more than 4 inches of depthof the invert slab, he shall stop work and immediately notify the District. The Contractorshall not demolish the slab any further without having a Temporary Roadway Plateinstalled at the roadway level to span the removal area carrying vehicular live load trafficand shoring installed in the Fresh Air Duct as required per 202.2.1 .c. The Contractor shallwork continuously at any location in which more than 4 inches of depth are removed fromthe invert slab performing the following:

The asphalt wearing surface above the assumed repair area shall be removed and aTemporary Roadway Plate(s) shall be installed on top of the concrete roadway slab.Temporary Roadway Plates shall conform to ASTM A36/A36M, be furnished in 12 footwidths to accommodate one lane of traffic from roadway centerline to curb, be placed onthe lane in which the area to be demolished deeper than 4 inches is located, and have aminimum overlap 2 feet onto sound concrete in each direction of travel. If area to bedemolished deeper than 4 inches straddles the roadway centerline, two temporary roadwayplates shall be used covering both lanes entirely at that station. Plate thickness shall be asfollows depending on the following maximum span lengths:

1. 4’-6” span: 1 inch thick plate2. 7’-O”span: 1 1/4inchthickplate3. 10’-O” span: 1 1/2 inch thick plate4. 13’-O” span: 1 3/4 inch thick plate

TS-13

Project No.: 3060.3017Bid No.: M-17-001

Temporary Roadway Plates shall be secured to the top of the invert slab at each corner andin the middle of the lane along the edges using 316 Stainless Steel Drop-In Anchors for 5/8inch diameter bolts in conjunction with a compatible stainless steel washer and hex headedbolt. Temporary Roadway Plate shall have counterbored holes at each location as requiredto prevent the hex headed bolt from extending 1/2 inches or more above the surface of theTemporary Roadway Plate while still being engaged with the drop-in anchor.

Plate LocksTM Road Plate Securing System or an approved equivalent shall be placed ateach end of the plate perpendicular to the direction of travel in accordance withmanufacturer recommendations.

This system shall remain in place until the repair has been determined complete by theDistrict and in accordance with these specifications. If an alternate system is desired theContractor shall design the system following the same criteria for shoring in paragraph202.1.5.c of this Specification for the shoring. Plans and design calculations for theproposed shoring system shall be signed and sealed by a Professional Engineer licensed inthe State of Virginia and shall be submitted to the District for review and approval.

Perform repairs to the area in accordance with Part 3 of this Specification as required.

Following removal of the steel plate, any protruding anchors shall either be removedwithout damaging the surrounding concrete or ground flush with the top of the concrete ofthe tunnel roadway slab. Any holes in the concrete of the tunnel roadway slab at theanchor locations shall be patched with King Packaged Materials Company RS-S 10 or anapproved equivalent. Areas where asphalt was removed shall be patched with QuickcreteCommercial Grade Permanent Blacktop Repair (Product No. 1701-52) or an approvedequivalent.

e. The removal of concrete in the walls and floor shall be limited to a depth of 6 incheswithout approval from the District.

202.2.3 Perimeter Saw Cut

Make a perpendicular saw cut at least 1 inch deep, but no deeper than the reinforcing steel, aminimum of 1 inch outside of the area to be repaired to delineate the perimeter of the repairarea and avoid feather edges. The perimeter saw cut shall be perpendicular to the surface.Exercise care not to cut through existing steel reinforcement or embedded metal that is not tobe removed. When saw cutting at corners, stop saw cut short of corner to avoid overlappingcuts that extend outside of the repair area. One method that may be used to achieve this is tostop saw cutting short of the corner and to chip out the corner piece using hand tools. Omitsaw-cutting where prohibited by existing metal or other items which are not to be removed.

202.2.4 Hydromilling

Remove concrete from vertical or horizontal surfaces by means of high pressure water appliedthough nozzles attached to a remotely-controlled device, beam, or similar rigging device. If

TS- 14

Project No.: 3060.3017Bid No.: M-17-001

hand operated equipment (i.e. high-pressure wand) is desired to be used the Contractor shalldevelop a support system to be approved by the District for the equipment that allows theoperator to utilize the equipment without having to bear any of the weight. The equipmentshall operate at a noise level of less than 90 decibels at a distance of 50 feet from theequipment. The equipment shall produce a roughened bondable surface consistent withSection 202.3.l.a.

It is assumed that the compressive strength of the existing concrete is around 5,000 psi. Basedon this assumption, the contractor should anticipate effective removal of degraded concrete torequire a water pressure ranging from 15,000 psi to 20,000 psi. Contractor shall field adjustwater pressure and rate of movement as required to remove concrete to the required depth andavoid excessive removal of sound concrete outside of the repair area limits.

Supplement hydromilling with abrasive water-jet, high-pressure wand, or other methods inareas not accessible to the hydromilling equipment with the District’s approval. Removeslurry from the prepared surface before it hardens.

202.2.5 Impacting

Removal of concrete may be accomplished by use of impact-type power tools shall only beperformed in constricted areas where hydro-milling is not possible and with the District’sapproval. Take adequate precautions to prevent impact equipment from vibrating onreinforcing steel. Use hand-held breakers or chipping hammers weighing less than 15 poundsfor removal of concrete in small or restricted areas, where the energy to be applied is limited toprevent damage to adjacent concrete, structures or facilities which are not to be removed, andto complete removal where other methods have been used. Impact tools shall be placed incontact with the surface to be demolished at an angle such that the tool is never perpendicularto the surface. All micro-fractured concrete shall be removed. All demolition equipment shallbe subject to approval of the District. (Is there an angle to specify holding of the 151b chippinghammers. Didn’t want those held 90 degrees/perpendicular to the slab so as not to causemicro-fractures in the good substrate.)

202.2.6 Drilling

Use percussion or rotary drilling equipment of a type suitable for the depth, diameter andmaterial to be drilled. Use only rotary drilling equipment where vibration from percussiondrilling could damage the concrete to remain or adjacent structures. Use equipment capable ofmaintaining the required alignment. Clean holes by flushing with water and compressed air.

202.3 SUBSTRATE PREPARATION

202.3.1 General

a. For the repair areas, hydro-mill the concrete substrate to obtain a surface profile inaccordance with recommendations of the repair material manufacturer, but to a minimum

TS-15

Project No.: 3060.3017Bid No.: M-17-OOl

surface profile of 1/8-inch, with a new fractured aggregate surface. Any concrete substratearea to be repaired shall not be less than 1-inch deep unless steel reinforcement is exposed.

b. Secure to adjacent bars using tie wire all reinforcing steel that is free to vibrate orotherwise move excessively. Tie wire shall be either mild steel or annealed iron, minimum16 gauge. Where the bond between the concrete and any reinforcing steel has beendestroyed, or where the concrete deterioration is caused by corrosion of the reinforcingsteel, remove the adjacent concrete to a depth that will permit cleaning of the steel andbonding of the concrete. Use chipping hammers for removal of concrete aroundreinforcing steel if needed and with the District’s approval. Remove all corrosion fromreinforcing steel by hydroblasting or abrasive blasting. Containment of abrasive blastmedia shall meet the requirements of SP- 16.

c. After removal of concrete to the specified limits, clean the surface to which the repairmaterial is to be applied to remove dust, debris and laitance. Perform final cleaningimmediately per concrete repair material manufacturer’s recommendations prior toplacement of the concrete repair material.

202.3.2 Cleaning

Perform all cleaning operations to the satisfaction of the District. Protect adjacent structuresand embedded items. Use potable water for all cleaning operations. Perform a preliminarywashing as soon as the milling, chipping, and trimming are completed to remove loosematerials and dust particles. Clean surfaces to which new concrete is to be bonded. Finalcleaning shall remove all laitance, carbonation, scum, dirt, oil, grease, and loose ordisintegrated concrete. Perform additional surface milling or chipping to remove coarseaggregate that is undercut by cleaning process. Perform such additional milling and chippingas determined necessary. Perform final cleaning immediately prior to concrete placement.Protect all work from contamination during all phases of cleanup and preparation prior torepair.

SECTION 203 - REHABILITATION

203.1 GENERAL

203.1.1 General

a. Follow all substrate preparation requirements according to Part 2 of this Specification.Following preparation, the area shall be inspected by the District and approved prior toapplication of shotcrete by the Contractor. Any concrete substrate that was removed shallbe replaced by shotcrete in accordance with paragraph 203.5.

b. The Contractor shall take appropriate measures to maintain both the existing and thereplacement reinforcing steel at the appropriate location (transverse and longitudinal) whenplacing repair materials. The minimum cover of 1-1/2 inches shall be maintained over the

TS-16

Project No.: 3060.3017Bid No.: M-17-001

layer of reinforcing steel closest to the surface, and the Contractor shall follow thisrequirement unless otherwise instructed by the District.

c. All replacement reinforcement shall be deformed and non-epoxy coated. Deformed barsshall conform to ASTM A615, Grade 60.

d. Welded Wire Fabric 4x4 D2/D2 reinforcement shall be used in all repair areas in whichreinforcement is exposed, and shall be well secured to existing reinforcement to ensure nodisplacement from impact of the shotcrete during application. Welded wire fabric shallconform to ASTM A1064 and furnished in flat sheets.

Anchors shall be installed as required to provide a secure connection at locations in whichthe combination of the bar and welded wire fabric reinforcement is sagging or deflecting1/4 inch or greater below its original elevation. Anchor bolts, nuts, and washers shall be3/8 inch diameter and conform to paragraph 3.1.1 .e. Anchor plates shall be 3 inch x 3 inchx 1/4 inch thick plate washers to accommodate a 3/8 inch diameter bolt, and conform toASTM A240/A240M Type 316. Anchors shall be placed adjacent to the welded wirefabric grid intersection and adjusted as required to reduce deflection below 1/4 inch.

e. All anchor bolts used shall conform to the following unless noted otherwise:

1. Adhesive Anchor Bolts shall be a system composed of Hilti HIT-RE 100 injectableadhesive anchor with Hilti HAS-R 316 SS anchor rod for capsules and injection oran approved equivalent.

2. Mechanical Anchor Bolts shall be Hilti Kwik Bolt 3 SS 316 or an approvedequivalent.

Diameter of holes shall be as recommended by the anchor manufacturer.

Nuts and Washers shall be stainless steel Type 316 and compatible with the anchor bolt.

203.2 fNVERT SLAB REPAIRS

203.2.1 Invert Slab Repair Types

a. Type 1: This designated repair type consists of conditions where the underside of theinvert slab exhibits minor deterioration, usually extending from the bottom of the slab tothe depth of the bottom layer of reinforcing steel, but no deeper with less than 25% sectionloss of reinforcing. Repairs shall consist of concrete substrate removal to the depth ofsound concrete and shall extend a minimum of 1-inch above the level of the lower exposedreinforcing steel, then cleaning of existing exposed reinforcing steel, and erection ofshoring as required. If the Contractor reaches sound concrete and no embeddedreinforcing steel is encountered, no additional concrete removal is required.

TS-17

Project No.: 3060.30 17Bid No.: M-17-001

Payment for all Type 1 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of overhead concrete repairs withreinforcing steel preparation, but no splicing of reinforcement required.

b. Type 2: This designated repair type consists of conditions where the underside of theinvert slab exhibits moderate deterioration, usually extending from the bottom of the slabto the depth of the bottom layer of reinforcing steel. Repairs shall consist of concretesubstrate removal to the depth of sound concrete and shall extend a minimum of 1-inchabove the level of the lower exposed reinforcing steel, cleaning of existing exposedreinforcing steel, replacement of steel as specified in paragraph 203.2.2, and erection ofshoring as required.

Payment for all Type 2 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of overhead concrete repairs withreinforcing steel preparation and splicing of reinforcement required.

c. Type 3: This designated repair type consists of conditions as outlined in the Type 2 repairwith the following exception. Installation of carbon fiber laminates shall be completed inaccordance with paragraph 203 .2.2.2 of this Specification.

Payment for all Type 3 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of overhead repairs similar to theType 2 repairs with installation of carbon fiber repair laminates.

d. Type 4: This designated repair type consists of conditions where the underside of theinvert slab exhibits significant deterioration, extending from the bottom of the slab to adepth greater than 4 inches as discussed in paragraph 202.2.2.d of this Specification. TheContractor shall work continuously at any location in which more than 4 inches of depthare removed from the invert slab. Repairs shall consist of temporary slab support shoring,as may be required, and concrete substrate removal assumed to be through the full depth ofslab, cleaning or replacement of existing exposed reinforcing steel, erection of formworkand supporting scaffolding, and the temporary installation of a Temporary Roadway Plateon the top of the invert slab to span the repair area during non-lane closure times until theunderside of the slab repair material has cured. This shall be followed by placement ofrepair material brought flush with the surfaces of the surrounding underside of the concreteroadway slab and then cured, all in accordance with repair material manufacturer’srecommendations.

The top surface of the repair area shall match the contour of the adjacent top of concreteroadway surfaces. This work also includes any required removal, disposal and temporaryreconstruction of the roadway asphalt wearing surface (patching) at the repair areas.Following proper curing of the concrete repair materials, a Carbon Fiber System shall beadded. Installation of carbon fiber laminates shall be completed in accordance withparagraph 203.2.2.2 of this Specification. If a full-depth repair is required within anyspecific repair area, agreement shall be reached between the Contractor and the District onan area for the full-depth repair prior to commencing work.

TS-18

Project No.: 3060.3017Bid No.: M-17-001

Payment for all Type 4 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of a full-depth repair with installationof carbon fiber laminates.

203.2.2 Replacing of Invert Slab Reinforcing Steel

Existing reinforcing within the invert slab typically consists of #8 transverse reinforcing bars,#7 longitudinal reinforcing bars, and #3 ties as shown in the Plans. At the South and NorthShaft, stations 469+12 to 470+05 and 522+43 to 523+3 6, respectively, the reinforcementconsists of #9 bottom and #10 top transverse reinforcing bars, #8 bottom and #6 toplongitudinal reinforcing bars, and #3 ties as shown on the plans. Remove and replacetransverse and longitudinal bars which are deteriorated at any point where the original crosssection of any bar has been reduced by more than 25 percent. Ties shall be cleaned of anycorrosion and left in place.

The following provisions shall be used to determine the reinforcing repair method required:

a. Reinforcing Section Loss <= 25%: No reinforcing repair required.

b. Reinforcing Section Loss >25%: Install supplemental reinforcing bar achieving minimumlap and anchorage into the wall as required per paragraph 203.1.2.1. Invert slab depth andwall thickness shall be built out as required to achieve minimum requirements. If removalof sound concrete is required outside of the repair area to achieve the required lap, usecarbon fiber laminate in accordance with paragraph 203.2.2.2.

Following curing of concrete repair materials, at locations where more than 25% sectionloss of one transverse rebar or more than 25% cumulative loss in successive adjacenttransverse reinforcing steel was noted, the Contractor shall install carbon fiber over therepair area on the underside of the invert slab in accordance with paragraphs 203.2.2.2 ofthis Specification.

203.2.2.1 Replacing Invert Slab Reinforcing Steel Using Conventional Methods

Splice new replacement steel in accordance with the provisions of ACT 318 for Class B splicetypes, and as indicated in this paragraph. Splicing of new replacement steel shall beperformed by means of lap splicing with the length of replacement reinforcing being equal tothe length of the affected area plus two times the required lap length. Where the affected areais adjacent to the wall, transverse reinforcement shall extend along the invert slab bottom intothe wall at least 6 inches and be anchored into the wall using Hilti HIT-RE 100 or an approvedequivalent. For instances in which the replacement reinforcing is not able to be in contact withthe original reinforcement, the transverse center-to-center spacing of spliced bars shall not

TS-19

Project No.: 3060.3017Bid No.: M-17-001

exceed the lesser of one-fifth the required lap splice length and 6 inches. Minimum lap splicelengths are as follows:

Transverse Reinforcement, #8: 63 inches#9: 70 inches

Longitudinal Reinforcement, #7: 55 inches#8: 63 inches

203.2.2.2 Replacing Invert Slab Reinforcing Steel with Carbon Fiber Laminates

When location of repair does not allow for the required minimum lap or embedment asspecified without the removal of sound concrete outside of the repair area, more than 25%section loss of one transverse rebar or more than 25% cumulative loss in successive adjacenttransverse reinforcing steel was noted, or a Type 4 repair as specified in paragraph 203.1.1 .d isrequired, complete repair to restore original slab capacity using a system of carbon fiberlaminates. Carbon Fiber Laminates shall be the Tyfo SCH-41 Composite, as manufactured byFyfe Co. LLC, or an approved equivalent.

Each piece of reinforcing steel being replaced with Tyfo SCH-41 Composite shall be replacedwith 2 layers of 9 inch minimum width strips for #8 reinforcing or smaller and 12 inchminimum width strips for #9 reinforcing, and the repair area in which Type 4 repairs areperformed shall be completely covered with 2 layers in each direction (transverse andlongitudinal, 4 total layers). Multiple layers of fabric are acceptable to obtain the requiredstrength. It is acceptable to place strips side by side at areas with multiple adjacent bars beingreplaced. Extend the carbon fiber layer beyond the edge of the repair by a minimum of 1 footin the direction of the reinforcement being replaced onto existing sound concrete. A minimumlap splice length of 42 inches shall be provided along both longitudinal directions of theexisting reinforcing from the spot where section loss is greater than 25%.

Surface preparation of the repair material and existing sound concrete for application of thecarbon fiber shall be in accordance with the manufacturer’s recommendations. Ensure thatany excess patch material is removed from the sound concrete surface.

Carbon Fiber System shall be placed in the direction of the reinforcing steel being replacedover the repair area after it has cured per these specifications, in accordance withmanufacturer’s recommendations, and designed to obtain the required strength of thereinforcement that is being replaced. Original reinforcing steel is assumed to be Grade 40reinforcing steel with a yield strength of 40,000 pounds per square inch per “intermediategrade” reference made in Section SP-902 Materials of the “Final Part II of Special Provisions”for this tunnel dated January 17, 1961. Minimum compressive strength of concrete is assumedto be 4,000 pounds per square inch per “Interior Tunnel Concrete” reference made in SectionSP-803 Strength Requirements of that same reference.

TS-20

Project No.: 3060.3017Bid No.: M-17-001

203.3 WALL REPAIRS

203.3.1 Wall Repair Types

a. Type 5: This designated repair type consists of conditions where the wall sections exhibitminor deterioration, usually consisting of cracking and delamination of the concrete coverwith minor rusting of reinforcing steel. Repairs shall consist of concrete substrate removalto the depth of sound concrete and shall extend a minimum of 1-inch behind the level ofthe exposed reinforcing steel, then cleaning of existing exposed reinforcing steel. If theContractor reaches sound concrete and no embedded reinforcing steel is encountered, noadditional concrete removal is required.

Payment for all Type 5 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of concrete repair with minimalreinforcing steel preparation, but no splicing of reinforcement required.

b. Type 6: This designated repair type consists of conditions where the wall exhibitsmoderate deterioration, usually extending from the bottom of the slab to the depth of thebottom layer of reinforcing steel. Repairs shall consist of concrete substrate removal to thedepth of sound concrete and shall extend a minimum of 1-inch above the level of the lowerexposed reinforcing steel, cleaning of existing exposed reinforcing steel, replacement ofsteel as specified in paragraph 203.3.2.

Payment for all Type 6 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of concrete repairs with reinforcingsteel preparation and replacing of reinforcement required.

203.3.2 Replacing of Wall Reinforcing Steel

Existing within the walls consists of #4 longitudinal and vertical reinforcing bars as shown inthe Plans. Remove and replace longitudinal and vertical bars which are deteriorated at anypoint where the original cross section of any bar has been reduced by more than 25 percent.Splicing of new replacement steel shall be performed by means of lap splicing with the lengthof replacement reinforcing being equal to the length of the affected area plus 6 inches (3 inchlap on each end of affected area.).

203.4 FLOOR REPAIRS

203.4.1 Floor Repair Types

a. Type 7: This designated repair type consists of conditions where floor sections exhibitminor deterioration, usually consisting of cracking and delamination of the concrete coverwith minor rusting of reinforcing steel. Repairs shall consist of concrete substrate removalto the depth of sound concrete and shall extend a minimum of 1-inch behind the level ofthe exposed reinforcing steel, then cleaning of existing exposed reinforcing steel. If the

TS-21

Project No.: 3060.3017Bid No.: M-17-001

Contractor reaches sound concrete and no embedded reinforcing steel is encountered, noadditional concrete removal is required.

Payment for all Type 7 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of concrete repairs with minimalreinforcing steel preparation, but no splicing of reinforcement required.

b. Type 8: This designated repair type consists of conditions where the floor sections exhibitmoderate deterioration, usually consisting of cracking, delamination, and spalling of theconcrete cover with moderate rusting of reinforcing steel. Repairs shall consist of concretesubstrate removal to the depth of sound concrete and shall extend a minimum of 1-inchbehind the level of the exposed reinforcing steel, then cleaning of existing exposedreinforcing steel, replacement of steel as specified in paragraph 203.4.2.

Payment for all Type 8 repairs shall include all items included in paragraph 201.2 asrequired to complete the Work. This repair consists of concrete repairs with reinforcingsteel preparation and splicing of reinforcement required.

203.4.2 Replacement of Floor Reinforcing Steel

Reinforcing within the floor consists of #7 longitudinal reinforcing bars and variations of #7,#8, #9, #10, and #11 circumferential reinforcing depending on tunnel tube section, and 3/8”diameter steel rod stirrups all as shown in the Plans. Remove and replace transverse andlongitudinal bars which are deteriorated at any point where the original cross section of anybar has been reduced by more than 25 percent. Stirrups shall be cleaned of any corrosion andleft in place. Splicing of new replacement steel shall be performed by means of lap splicingwith the length of replacement reinforcing being equal to the length of the affected area plus 6inches (3 inch lap on each end of affected area where physically possible without removal ofsound concrete outside of the repair area).

203.5 PLACEMENT OF SHOTCRETE

203.5.1 General

The shotcrete material shall be Pre-packaged Shotcrete and be King Packaged MaterialsCompany RS-D1 SY CI or an approved equivalent. Follow Pre-packaged Shotcretemanufacturers recommendations for placement. Shotcrete shall be mixed in accordance withmanufacturer specific mixture proportioning requirements using manufacturer recommendedmixing equipment. Modification of the proportion material is not permitted at any timewithout the approval of the District and a written recommendation on letterhead from therepair material manufacturer. No admixture shall be added to the mix on site, without preapproval by the District. The field supervisor shall not permit placing to begin until he hasverified that appropriate placement, consolidation and finishing equipment, which are inworking order and have competent operators, are available.

TS-22

Project No.: 3060.3017Bid No.: M-17-001

The District or authorized representative shall be notified at least 3 working days prior to thetime shotcrete is scheduled to commence. Shotcrete work shall not proceed until the Districthas inspected the preparatory work. Remove all alignment and cover control devices (i.e.ground wires and depth gauges) after shotcrete placement.

203.5.2 Equipment

Follow Pre-packaged Shotcrete manufacturers recommendations for all equipment to be used.Shotcrete placing equipment shall be capable of introducing materials to the delivery hose at auniform rate with material exiting from the nozzle at a velocity and a consistency that willensure good adhesion to the surface with minimum rebound (shotcrete that bounces away fromthe intended receiving substrate) and optimal density of the in situ shotcrete.

A Hydromix assembly shall be used in conjunction with the shotcrete placing equipment. TheHydromix assembly consists of a nozzle, a water-ring upstream and separated from the nozzleby a length of hose between 1 to 20 feet long, a second water ring immediately upstream fromthe nozzle, a valve to control the flow of mixing water and a hose end connector used by thenozzleman for pre-dampening, mixing and aiming dry-mix shotcrete to help reduce reboundand dust. Water-ring is a perforated manifold in the dry-mix nozzle body through which high-pressure water is added to the stream of dry shotcrete material.

203.5.3 Air Supply

Provide a supply of clean, dry air adequate for maintaining sufficient nozzle velocity for allparts of the work and, if required, for simultaneous operation of a suitable blowpipe forclearing away rebound. It shall be capable of supplying clean air to the shotcrete machine andhose at the volumes and pressures recommended by the manufacturer of the equipment. Noair supply system shall be used that is incapable of maintaining constant pressure or thatdelivers air contaminated by oil or humidity.

203.5.4 Uniform Materials

The same shotcrete mix and equipment that was used during the nozzle operator and mixdesign approval process shall be used for the permanent shotcrete application.

203.5.5 Temporary Protection

Apply temporary protective coverings and protect adjacent surfaces against deposits ofrebound and overspray (shotcrete material deposited away from an intended receiving surface)or impact from the nozzle stream.

203.5.6 Uniform Performance

The supply of shotcrete materials, and the air pressure at the nozzle shall be uniform,providing a steady, continuous flow of shotcrete with no surging or pulsing. The velocity andconsistency of shotcrete exiting the nozzle shall be maintained at a uniform rate determined for

TS-23

ProjectNo.: 3060.3017Bid No.: M-17-001

the given job conditions, ensuring the bond of shotcrete to existing surfaces with propercompaction and minimum rebound.

203.5.7 Thickness

The minimum shotcrete thickness shall be as required to satisfy the minimum coverrequirements discussed in this Specification and as shown in the Plans. Use ground wires anddepth gauges to obtain accurate alignment, location, and ensure minimum cover requirementsand grades in finished structures are achieved. Ground wire (Guide or Shooting Wire) used toestablish thickness and planes of shotcrete surfaces shall be high-strength-steel wire, 0.8 to 1.0mm in diameter placed at corners and within areas to be repaired on a grid with spacing nogreater than 2 feet. Pull ground wires taut and position adjustment devices to permitadditional tightening. Remove ground wires or other alignment control devices after shotcreteplacement.

The unhardened shotcrete shall be checked for thickness using a probe by the nozzleman orlaborer at the time of placement. Puncture holes created by the holes shall be filled in beforethe shotcrete hardens. These thickness checks shall be at 15-minute intervals, and all low orthin areas shall be corrected by applying additional shotcrete.

203.5.8 Nozzling Technique

The nozzle shall be held approximately 2 to 6 feet from the substrate in such a position thatmaterial impacts at right angles to the receiving surface. Shotcrete shall be applied using acircular motion of the nozzle while building the required thickness. The optimum balance ofnozzle velocity, consistency and distance from the end of the nozzle to the receiving surfaceshall be maintained in order to provide a uniform dense layer and rebar encapsulation. Invertical applications, shotcrete shall be applied starting at the low point and working upwards.Rebound or waste material (shotcrete that is used for charging hoses, is mixed or sprayed, andis not applied as part of the work) shall not be salvaged and reused.

203.5.9 Construction Joints

When a work area of shotcrete cannot be completed or it is necessary to interrupt theapplication for more than 30 minutes, a construction joint with a 45° angle transition shall becreated.

203.5.10 Multiple Lifts

When multiple layers are required, follow Pre-packaged Shotcrete manufacturer’srecommendations on minimum required stopping time before applying additional layers andsurface preparation. In addition, the surface roughness of the previous layer, before applyingthe next layer, must be consistent with Section 202.3.1.a.

TS-24

Project No.: 3060.30 17Bid No.: M-17-001

203.5.11 Placement Around Reinforcement

The nozzle shall be held at such distance and angle to place material behind reinforcementbefore any material is allowed to accumulate on the face of the reinforcement. In the dry-mixprocess, additional water may be added to the mixture when encasing reinforcement tofacilitate a smooth flow of material behind the bars. Shotcrete shall not be placed throughmore than one layer of reinforcing steel rods or mesh in one application unless demonstratedby preconstruction tests that steel is properly encased.

203.5.12 Placement Precautions

The following precautions shall be taken during placement.

a. Placement shall be stopped if drying or stiffening of the mixture takes place at any timeprior to delivery to the nozzle.

b. Rebound or previously expended material shall not be used in the shotcrete mixture.

c. Do not exceed Pre-packaged Shotcrete manufacturer’s installation tolerances.

203.5.13 Finishing

Commence surface finishing only when shotcrete has hardened sufficiently to avoid tearing orcracking. All excess material shall be discarded. Acceptable shotcrete shall consist of a denseuniform matrix, without rebound inclusions, segregation or discernible weakness of bondbetween layers. After the surface has taken its initial set (crumbling slightly when cut), excessmaterial outside the forms and ground wires shall be sliced off with a downward cuttingmotion using a sharp-edged cutting screed. At locations of carbon fiber laminates surfaceshall be prepared as noted in paragraph 203.2.2.2.

203.6 CURING

203.6.1 Fog Curing

Apply atomized water immediately after finishing shotcrete in accordance with the shotcretemanufacturer’s recommendations. Water shall be made airborne using dust suppressionequipment or similar equipment that will maintain a minimum relative humidity of 85% at allrepair locations during curing. Supervision is required to see that the concrete at all repairlocations is being kept moist while curing, and that no part of it is being subjected to alternatedwetting and drying. When a daily inspection report lists an area of inadequate curing, takeimmediate corrective action, and extend the required curing period for such areas by one day.Adjustment may be required when performing shotcrete patch work in close proximity to theapproved fog curing apparatus. Follow the manufacturer’s recommendation in said instances.

TS-25

Project No.: 3060.3017Bid No.: M-l7-001

Examples of equipment that can be used for fog curing include but are not limited to theBosstek DB-Mister or DB-Mister-Mini and the King Packaged Material Company TerrablastWater Atomiser or Terramin Terrablast 9x8 Cluster Nozzle.

203.6.2 Duration of Curing

Curing is assumed to occur for the first 7 days after shotcrete has been placed or until thespecified compressive strength of the shotcrete as determined by specimens obtained andtested per paragraph 203.7.2 of this specification is achieved.

203.7 OUALITY CONTROL

203.7.1 Preparations

The Contractor shall verify that cleanup and preparations are in accordance with the Plans andSpecifications prior to each placement of shotcrete. The Contractor shall make a visualinspection of the substrate after surface preparation and each layer of shotcrete applied.Sounding shall be done every 12 inches in two perpendicular directions to verify soundmaterial.

203.7.2 Testing

The Contractor shall retain the services of an independent Testing Agency that is specializedin quality control testing to sample materials in accordance with ASTM C1604/C1604M,visually grade cores, perform compression strength testing in accordance with ASTMC39/C39M, and submit reports during the project. All reports of the retained firm must besigned and a copy sent to the District.

During construction, the District reserves the right to reject the installed shotcrete associatedwith any average core compressive strength that is not acceptable per the criteria provided inthis specification. Shotcrete that is rejected shall be removed and replaced in accordance withparagraph 203.9.2.1.

203.7.2.1 Test Panels

Preconstruction and construction testing and inspections as indicated below shall beperformed:

a. Specimens of the preconstruction test panels shall be made by each nozzleman using theequipment, materials, mixture proportions, and procedures for each mixture beingconsidered, each shooting position to be encountered in the job according to requirementsin ACI 506.2 and ASTM C1140/C114OM. Each nozzleman must demonstrateproficiency in applying dry shotcrete uniformly in each shooting position to beencountered using the specified material and the anticipated equipment. Acceptableproficiency shall be demonstrated by each nozzleman through the use of vertical and

TS-26

ProjectNo.: 3060.3017Bid No.: M-17-001

overhead test panels that reflect the actual jobsite condition prior to placing shotcrete onan area to be repaired.

During construction, produce test panels with minimum dimensions of24 x 24 x 6 inches for each 500 square feet of shotcrete placed for each shooting position.At a minimum, the following number of panels shall be created for the followingshooting positions:

1. Invert Slab Repair: 3 panels2. Wall Repairs: 1 panel3. Floor Repairs: 1 panel

b. From each test panel, the testing agency shall obtain six (6) test specimens. TheContractor’s testing agency shall perform the following tests on the specimens, and theDistrict reserves the right to perform the visual inspection as noted in part 1 of thisparagraph prior to the contractor performing compressive strength testing as noted in part2 of this paragraph:

1. Visually inspect each set of reinforced shotcrete cores taken from test panels anddetermine mean core grades using the following criteria:

i. Grade 1: Shotcrete specimens are solid; there are no laminations, sandy areasor voids. Small air voids with a maximum diameter of 1/8 inch andmaximum length of 1/4 inch are normal and acceptable. Sand pockets, orvoids behind continuous reinforcing steel are unacceptable. The surfaceagainst the form or bond plane shall be sound, without a sandy texture orvoids.

ii. Grade 2: Shotcrete specimens shall have no more than two laminations orsandy areas with dimensions not to exceed 1/8 inch thick by 1 inch long. Theheight, width and depth of voids shall not exceed 3/8 inch. Porous areasbehind reinforcing steel shall not exceed 1/2 inch in any direction exceptalong the length of the reinforcing steel. The surface against the form or bondplane shall be sound, without a sandy texture or voids.

iii. Grade 3: Shotcrete specimens shall have no more than two laminations orsandy areas with dimensions exceeding 3/16 inch thick by 1 1/4 inches long,or one major void, sand pocket, or lamination containing loosely bonded sandnot to exceed 5/8 inch thick and 1 1/4 inches in width. The surface againstthe form or bond plane may be sandy with voids containing overspray to adepth of 1/16 inch.

iv. Grade 4 core: The core shall meet in general the requirements of Grade 3cores, but may have two major flaws such as described for Grade 3 or mayhave one flaw with a maximum dimension of 1 inch perpendicular to the faceof the core with a maximum width of 1 1/2 inches. The end of the core that

TS-27

ProjectNo.: 3060.3017Bid No.: M-17-001

was shot against the form may be sandy and with voids containing oversprayto a depth of 1/8 inch.

v. Grade 5 core: A core that does not meet the criteria of core grades 1 through4, by being of poorer quality, shall be classified as Grade 5.

A test panel with any single core grade exceeding grade 3, or with more than 2 of the5 cores having a grade of 3 will be declared a failure. Core grade shall not beaveraged. In the event that the prospective nozzle operator fails to achieve the abovecriteria (preconstruction and during construction), he/she will be given one additionalopportunity to demonstrate acceptable proficiency through test panels.

Only an approved nozzleman may perform shotcrete application. Any areas appliedby other than an accepted nozzleman shall be removed and replaced by theContractor at no additional cost to the District. If an additional nozzleman is addedto the project during construction, he/she will be required to demonstrate acceptableproficiency in applying dry shotcrete uniformly in each shooting position to beencountered as required per this specification.

2. Test each set of cores sampled from an unreinforced shotcrete test panel forcompressive strength according to ASTM C39/C39M, at7 days age. The required compressive strength of cores shall not be less than 5,000psi at 7 days. The average compressive strength of cores taken from the test panel forevery 500 square feet of shotcrete placed tested at 7 days of age, shall equal orexceed the required compressive strength specified with no individual core less than85 percent of the required compressive strength. The District reserves the right tohave the Contractor core and test up to 15 cylinders from the panels (minimum 3 perpanel). If testing of a particular location does not meet these compressive strengthrequirements the contractor shall test an additional two cores at no cost to theDistrict.

Construction shall not begin until the average core compressive strength of thepreconstruction test panels have satisfied the requirements of this specification.

203.7.2.2 Test Cores

The District reserves the right to have the Contractor core and test up to 10 cores from theshotcrete installed at repair locations to verify the proper gradation, compressive strength,reinforcement coverage, etc. per this specification. If testing of a particular location does notmeet the visual inspection and compressive strength requirements stated in paragraph203.7.2.1, the contractor shall test an additional two cores. location to be determined byDistrict, at no cost to the District.

TS-28

Project No.: 3060.3017Bid No.: M-17-001

203.8 QUALITY ASSURANCE

The District will perform Quality Assurance to ensure that the Contractor’s Quality Control isin accordance with these Plans and Specifications. Final acceptance of the repairs will bebased on the results of visual inspections, testing performed on specimens extracted from thetest panels, and testing performed on specimens extracted from the repair locations of thestructure.

203.9 REPAIR OF SHOTCRETE DEFECTS

203.9.1 Defects

Shotcrete which lacks uniformity, exhibits segregation, honeycombing, delamination orcracking, poor bond between layers or with the substrate or fails to meet the specifiedcompressive strength shall be regarded as defective and shall be removed and replaced.

203.9.2 Repairs

All repairs shall be made within 1 week of the time the deficiency is discovered. Removeunsound or loose materials and contaminants that may inhibit bond of shotcrete repairs inaccordance with shotcrete manufacturer’s recommendations and Part 2 of this Specification.All unacceptable materials shall be removed and repaired by the following procedures.

203.9.2.1 Removal and Replacement

Defective areas larger than 48 square inches or 2 inches deep shall be removed and replacedwith fresh shotcrete as per this specification. The District reserves the right to order theremoval of the defective shotcrete and its replacement with acceptable shotcrete or theplacement of additional shotcrete layers to compensate for the inadequacy of the in situshotcrete material. The additional shotcrete shall be placed at the contractor’s expense.

203.9.2.2 Minor Patching

Minor hand patching may be accomplished with King Packaged Materials Company Super-Top or an approved equivalent. Follow manufacturer’s recommendations for placement.

203.9.2.3 Core Holes

Core holes shall be repaired with shotcrete or Kings Packaged Materials Company Super-Topor an approved equivalent. Mixture shall match finish, texture and color to the adjacentconcrete surfaces.

203.10 CLEANING

Clean all surfaces of concrete and adjacent facilities which are stained by dirt, oil, grease, fuel,or other byproducts that are created by the construction operations with detergent and pressure

TS-29

Project No.: 3060.3017Bid No.: M-17-001

wash. Remove and dispose of rebound and overspray materials from final shotcrete surfacesand areas not intended for shotcrete placement. This waste material and all other wastematerial generated from construction should be transported off-site at the end of each workday. When removing, transporting and disposing of all demolition materials, the Contractorshall observe and comply with all applicable laws, ordinances, regulations, orders or decrees.

203.11 FINAL INSPECTION

Prior to formal acceptance by the District, any items rejected because of installationnegligence, i.e., non-compliance with construction documents, and applicable codes andpermits shall be corrected at no additional expense to the District.

SECTION 204 - REPAIR LOCATIONS AND QUANTITIES

Approximate areas of defects are shown on the Plans in table format, and will also beprovided to the contractor in Microsoft Excel format. The locations and quantities providedwere estimated from field surveys conducted in September 2016. The quantities and repairarea dimensions may be different than the survey, and the extent of the repairs may vary fromthe estimated quantities displayed. The contractor will be paid for the actual dimension of therepair area, with no rounding to the nearest square foot, based on the unit bid price in theproposal.

TS-30