Loading...
HomeMy WebLinkAboutR-608_complete filed,w STATE ? MLn •? puw vN?? STATE OF NORTH CAROLINA DEPARTMENT OF TRANSPORTATION JAMES B. HUNT JR. P.O. BOX 25201, RALEIGH, N.C. 27611-5201 E. NORRIS TOLSON GOVERNOR SECRETARY January 4, 1999 Ms. Cyndi Bell N.C. Department of Environment And Natural Resources Division of Water Quality 4401 Reedy Creek Road Raleigh, North Carolina 27607 Dear Ms. Bell: 4 a " JAN 61999 Subject: 1998 Annual Monitoring Report for the Horsepen Creek Mitigation Site, Guilford County. Please find enclosed the 1998 annual monitoring report for the Horsepen Creek Mitigation Site. In January 1999, a representative of the Planning and Environmental Branch will contact the recipients of each report in order to facilitate a discussion of the annual monitoring reports. If you have any questions prior to these discussions, please contact Phil Harris, Natural Systems Unit, at (919) 733-3141. Thank you for your continued support and cooperation. Sincerely, 1/ V. Charles Bruton, Ph.D., Assistant Branch Manager Planning and Environmental Branch cc: Phil Harris, PE, Natural Systems Unit Head David Franklin, USACOE w ANNUAL REPORT FOR 1998 Bryan Boulevard Extension Guilford County Project # 8.2491101 TIP # U-808 ;tp Prepared By: Natural Systems Unit Planning and Environmental Branch North Carolina Department of Transportation December 1998 I 17 I C C H n I TABLE OF CONTENTS 1.0 INTRODUCTION ..............................................................................................1 1.1 Project Description ................................................................................1 1.2 Purpose .................................................................................................1 1.3 Project History .........................................................................1 2.0 HYDROLOGY ..................................................................................................3 2.1 Success Criteria ...................................................................................3 2.2 Hydrologic Description ..........................................................................3 2.3 Results of Hydrologic Monitoring ..........................................................6 2.3.1 Site Data .......................................................................6 2.3.2 Climatic Data ..................................................................8 2.4 Conclusions ..................................................................:.......11 3.0 VEGETATION ................................................................................................12 3.1 Success Criteria ...................................................................................12 3.2 Description of Species ................ 3.3 Results of Vegetation Monitoring ..........................................................12 3.4 Conclusions ...........................................................................13 4.0 OVERALL CONCLUSIONS/ RECOMMENDATIONS .....................................14 TABLES TABLE 1 - 1997 HYDROLOGIC MONITORING RESULTS - HORSEPEN CREEK ...... 6 TABLE 2 -1997 HYDROLOGIC MONITORING RESULTS - OAK RIDGE ROAD ........ 6 TABLE 3 - 1998 HYDROLOGIC MONITORING RESULTS - HORSEPEN CREEK ..... 8 TABLE 4 -1998 HYDROLOGIC MONITORING RESULTS - OAK RIDGE ROAD ...... 8 TABLE 5 - VEGETATION MONITORING RESULTS ..........................................12 FIGURES FIGURE 1 - SITE LOCATION MAP ..............................................................................2 FIGURE 2 - WELL LOCATION MAP - HORSEPEN CREEK ........................................4 FIGURE 3 - WELL LOCATION MAP - OAK RIDGE ROAD ...........................................5 FIGURE 4 - 1997 HYDROLOGIC RESULTS - HORSEPEN CREEK ........................7 FIGURE 5 - 1998 HYDROLOGIC RESULTS - HORSEPEN CREEK ........................9 FIGURE 6 - 30-70 PERCENTILE GRAPH .........................................................10 APPENDICES APPENDIX A - DEPTH TO GROUNDWATER PLOTS ................................................15 APPENDIX B - SITE PHOTOS ....................................................................................29 APPENDIX C - MONITORING PARTNERING MEETING MINUTES ....................... 32 11 ' 1.0 INTRODUCTION 1.1 Project Description The Bryan Boulevard Mitigation Sites are located in Guilford County, adjacent to the Bryan Boulevard Extension. Site 1 (Horsepen Creek) is, located at the intersection of Bryan Boulevard and Flemming Road; site 2 (Oak Ridge Road) is located near the intersection of Bryan Boulevard and Old Oak Ridge Road (Figure 1). These two sites ' provide 31.17 acres of mitigation to offset wetland impacts associated with project U- 608, the extension of Bryan Boulevard. During a November 16, 1998 meeting between NCDOT and USACE personnel, it was decided that the Oak Ridge Road site would require some remedial action. The following items comprise the remediatiom actions of the site: 1. Reinstall the existing monitoring wells in the same locations as before. ' 2. Add two more monitoring wells on other areas of the site. 3. Regrade the existing drainage ditch/ berm to divert additional water onto the site. ' 4. Monitor the site for one additional year. 1.2 Purpose ' Monitoring for both wetland hydrology and vegetation is required to demonstrate successful mitigation. The following report describes the results of the hydrologic and ' vegetative monitoring during 1998 at the Bryan Boulevard Sites. Also included is a consecutive day analysis of the 1997 hydrologic data. This analysis is provided as an addendum to the 1997 report in which cumulative days were incorrectly tallied to ' demonstrate hydrologic success. ' 1.3 Project History January 1996 Sites planted October 1996 Vegetation Monitoring (1 yr.) March 1997 Monitoring Wells Installed ' September 1997 Vegetation Monitoring (2 yr.) August 1998 Wells on Oak Ridge Site Removed ' October 1998 Vegetation Monitoring (3 yr.) Winter 1998 Remediation of Oak Ridge Road site 1 I u / 1 (fib ?, 66 220j , ;?- ---?•-- ? give" 158 * - - . s Crossroads 65 -- gbum . ?Scalesv,lle 5s 68 Kings Crossroads ; Summer field 1501 HillAale ( t# Seller's LCn,ng-Str,p ?r " ;y 22 r c r __N k 0 g Ree4 Fork .15 j - -_ _ .- - asa 501 Yk 220r _ geed' Bryan Blvd. at Horsepen i Gu3d Ccnar3taouse Matron Bryan Blvd. at Old Creek (Site 1)'?rk Oakridge Road (Sit nsbar atti • NOW, Colfax `yyQjr t ns s ...... fi? ({ wr ' Piedmo nadllxtw,9tigR?t ? ,?jA ?xny t ,, r ? f ,; ? w zc%f4 L.F 3 X F y,?°A x Z- 7 '.•G,,} ' 1 = 1/Vesley>i nomurn +l"ospr I z2o a21 ,y ttti#or? ex ,?i y kk ?` Sandy Ridge t 1 i 42 168, f r ? ? _ • _i?,gfiland ark es??",-? x'?5 ` N/ENl3?J1/ER, t i fe 8 ?a z IM ti x f ».. / p it m 4 ?$ 9 tiff L. a Rb RLY CLUB RQ .: t =l?yG?p i316W$ 1 r a bpi i NS- EKE r ' - a t `?+'??`--'•-'r r ? M X18 t s River f?itof? edge=Tows .K R Florence f r M? }>' =z?;5 } edgefeld 4,d „ x S o«- Hoilo La ; 3117 ° ?.220 R1VP.? . ?? a c p 74 GroorYlef,6 = f 21, Oakdale FIGURE 1 ?tt9 l .,?x? D., n' a Street%Atlas LJS1 z- " SITE LOCATION MAP F 1 1 fl 0 71 7 2.0 HYDROLOGY 2.1 Success Criteria In accordance with federal guidelines for wetland mitigation, the success criteria for hydrology states that the area must be inundated or saturated (within 12" of the surface) by surface or ground water for a consecutive 12.5% of the growing season. Areas inundated less than 5% of the growing season are always classified as non- wetlands. Areas inundated between 5% - 12.5% of the growing season can be classified as wetlands depending upon factors such as the presence of hydrophytic vegetation and hydric soils. The growing season in Guilford County begins March 26 and ends before November 6, lasting 226 days. These dates correspogd to a 50% probability that air temperatures will drop to 28° or lower after March 26 and before November 6.' In the event that the hydrologic success criteria is not met during the first year at either site, hydrologic monitoring will continue in successive years until the success criteria for each site has been met and documented. Also, local climate must reflect average conditions in order for the hydrologic data to be valid. 2.2 Hydrologic Description Site 1, Horsepen Creek, is equipped with ten wells, one rain gauge, and one surface gauge (Figure 2). The monitoring wells, rain gauges, and surface water gauges were installed in March 1997. These automatic gauges recorded daily readings of both depth to groundwater and rainfall throughout the growing season. The site will be monitored until hydrologic criteria is met. Site 2, Old Oak Ridge Road, is equipped with two monitoring wells and one rain gauge (Figure 3). These wells were removed in August of 1998 due to concerns that the site required remediation. The wells are to be reinstalled prior to the start of the 1999 growing season. Appendix A contains a plot of the water depth for each monitoring well and surface gauge in 1998. Precipitation events are included as bars. The data for the Horsepen Creek site reflects data for the entire growing season. Also included are the partial well data graphs for the Oak Ridge Road site. Soil Conservation Service, Soil Survey of Guilford County, North Carolina, p.50. 3 u 0 0 Ll m ON kl 0 "T 0 O a' O i-r 0 0 b ?• ?. CY7 0 0 Z ?. ?. 01 QQ W e e so b Ro/? qyo y1B N ° :D- q0 C „o m ov ? rn ? D ro Sp?gt Fl r„o NO P N/ e e :rno 4J dy ;? ??O / rG^y M U Ch .]n I ? y at 0r0'r 41 fD •? v ?1 ?^r ? ? 1 0 SL04p,r /yam ??' YO_' • ,/ k N g 00,6v.V `C. N12 a ? 33 ,. / ? ? ' i A? 3 p0 art M. /C' e`?0•{V 2yt$UO'06 / •% bi ?v Y I ,?• a ?,, pa r h / ? ?' o 0 -j .-t }? r f ?! Yea n ?'o? b L ~O \ \ og . p i • a? = 4'°j n`' °?. Off` ° }q b Z; 1 ^r \ o ??°? \ 00 No \ 1 O? i • q • C Q ,-t. \ -c, eN / O m \ I r l /.I ./ 0 / at \ k 0 ? Z2 a?° / \ \ k uN G A rvOr L • i \ ? ? 1 nci 1 ti - •k y LL ?I,i r 0-0 41 N ?• / p. F 410,9 f ' ?• f Q+ °O C: i C) / 1 k 1y(C°/ ::Rb Ao O 4 m at K -r{ - x G 0C) =? k C4 l l 0 °• j ?I ?& :1 N 4P D 41 Ns 1 ° y al :t^{^ 'O 1 r U? W 1 '? UtD w o • ?T Yh 1 a:'r ALA a ??yo N u,.c3 :g44 1 :P `Q o in .. IV (U ..r . al .r ON rP 8-4 `'' •1•'o Q• . .tlb o ;11 ? •, ?a7 • 1...? l ^ n •,O,t^ ~ ,1 ?? '• of 1? ?A yr 0 CD , '? N 29' 33' 00'W 327.42' ^4 \ r m = = =* = = == ¦r mm m = = w 0 d r? z 0 y t? J I O a. ? ? O O ? ?O Z CD W a O 0 0y ? ?.? O O O V 1.r r .t1 / =1 rt i? / ? ma J-u T N ?Am? b In l .:? n ?? rn 'IX m k?J '1Ia ?4 ?. th C) n?`? ? ?1•' 1•• .nlr. ? T . m ` r / ? R 4 I ?'• ? A 1` F p it '1 ? f? 1 j? roil ?+ ? 3? T???c 2.3 Results of Hydrologic Monitoring 2.3.1 Site Data ' The maximum number of consecutive days that the groundwater was within twelve ' inches of the surface was determined for each well. This number was converted into a percentage of the 224-day growing season. The 1997 results are presented in Tables 1 and 2. Tables 3 and 4 contain the 1998 monitoring results. Table 1 1997 HYDROLOGIC MONITORING RESULTS - Horsepen Creek u 1 Monitoring Wei < 5% 5% - 8% 8% - 12.5% > 12.5% Actual % H-1 ? 44.2 H-2 N H-3 H-4 ? 9.4 H-5 ? 3.6 H-6 ? 4.9 H-7 ? 2.7 H-8 ? 21.9 H-10 H-11 ? 7.1 --mepresents monitoring weirs wnicn were maitunctioning ourmg the growing season. Figure 4 is a graphical representation of the 1997 hydrologic data for Horsepen Creek. A well highlighted in blue met wetland hydrology for more t! an 12.5% of the growing ' season. Wells in red met hydrology between 8% and 12.5% of the season while those in green met hydrology between 5% and 8% of the growing season. C L Table 2 1997 HYDROLOGIC MONITORING RESULTS - Oak Ridae Road Monitoring Well 5% 5%-8% - 8%-12.5% - > 12.5% Actual % O-1 ? 79.9 O-2 ? 12.1 6 0 m O'N r C 10 r i Q El 0 b UQ J Q Cl) t Q tD -n C oom 0 -Ph' l !17 im ?c .r > C/ J Z foYO, 4 ° i, po `?? ?• ioo ??° -i •? O p C . . sp r? / r..o ?j . ??'3 O In ° • / 11 ' d_ •?I / Og t(? O `O U • / Q? 01 •o / 23550,-) -Dd O ? QQr ? f 1 ,t,\ M .?. PO r r . ma 1 c? til? Z' d• w• o• of / ?_ \ oo\. o a / " fq O \ lD m \?? v 1 ;, O \. O J m .: 0 In N.y • V LY v lag to y ,I. - t y•. i. ` ?'?ll!I up, cam, is / `/? \ \ $ ?i?¢Zz `P lap Q?' / ? ?/ \ * u GN of D 1 • ( ' (- I '4 ti M L (I 114 z , 0 13 In 1 A y Q 'Ito v .. ,yam /--. \ \? ? ? R?r'i sF\ p f o 0 U _ '?` O?jN 'Kl .S O ?.? ?qjI cc 2 r1 -1 _ -' O ? N O X 1 N ?') X ? h I 0 h z 1 Q .? 1 c ?? ? nl x 'v yl ? P P 12? w 1 ?S I 1 J,j P 1 14a; •In`? P 0 ? • P • Yi ? 1°'m ,m10 ? N M ?lol tom,' ? ?? ?ZZ n .i -(1 i • ?P..• i v ••O Q% r 1 •11„/n • 1;;u 1 1•o0 1 J• •L 14 • :4 ?. o (D A cn oo 0 0' V \• 00 -? U1 1 F r o N o ?__ IJ F 1_33' OU 1Y 32T. 92' \ r4 d b I1 0 Table 3 1998 HYDROLOGIC MONITORING RESULTS - Horsepen Creek Monitoring Well <5% 5%-S% 8%0 - 12.5'°/0 > 12.5% Actual % H-1 ? 48.7 H-2 ? 100.0 H-3 ? 39.4 H-4 ? 23.5 H-5 ? 4.0 H-6 ? 23.5 H-7 ? 23.9 H-8 ? 50.0 H-10 ? 100.0 H-11 ? 11.5 Figure 5 is a graphical representation of the 1998 hydrologic results for Horsepen Creek. Table 4 1998 HYDROLOGIC MONITORING RESULTS - Oak Ridae Road* Monitoring Well < 5% 5%-8% 8%-12.5% > 12.5% Actual %o O-1 ? 2.2 O-2 ? 42.9 - i ne nyamogic results represent aata collectea through June 1998. The surface water gauge on the Horsepen Creek site has indicated no appreciable surface water during the 1998 growing season. 2.3.2 Climatic Data Figure 6 is a comparison of 1997 and 1998 monthly rainfall to historical precipitation for the area. The two lines represent the 30th and-70th percentiles of monthly precipitation for Greensboro, NC. The bars are the monthly rainfall totals for 1998. The data was collected from National Climatic Data Center rain gauge in Greensboro; because of data availability, the 1998 rainfall encompasses precipitation through October. The 1999 annual monitoring report will include a 30-70 percentile graph with the monthly rainfall from the winter of 1998. 1997 was an average to below average year for monthly rainfall, with the exception of April. The first five months of 1998 were wetter than normal. Monthly rainfall totals for 1998 reflect a wetter than normal year, even though these totals were only an average of one inch above the average range. 8 w m b 0 p 0 uQ r. w (IQ CD LJ 4 a 0 :1 . uo 0 -e It k ° Pt to m o m ?\ r` ?\ rn ti f\ \\ zz 01% r L = 7l C N n0c» ?n iM U) C / D r c r C V C r m M- M m m r mm m m m m 4 ? .06 ?J9p TAO CR .???ra o+a.o+i ,\S ? 9 tl ? ?1 '1 •? 00/ i b i AF }t O .h 0 Ale W ti 1 1? Y? A 1 / O •'•os A Ut 00 V ?o o - , r N 0D -J, o p 0n ol O II\ YI OI ,: 0 to _a$ t. y •v? log 10 t"I I? j )'1{•i o nm J1 Ar J LJ 40) 111t soo • Olof ((0 0 rn ? hl L{ r m c - C) m x '` l: ? ? 1 ? t1? ??J z 1 1 G I (p O --1 X g 1 r _ IT . 1 z ?I ?1 v o I x 1 ; .1 I ? •, It f ( Np 1 j w ,n YI . P .1 O Q m 1 ? 0 h. • 1^,n ?Y iIJI }? 1„ ,41p 0 • J In .. O 1 I . 0.0 U1 U, • • U oml 2" ? ? ? ?<? tD 3 ., p a • 1., ? 1\ . tY jw a 1 y y y r 1 • r •I ll n? I , ' tc •?6 0 1 1 ?° • l07 1 ?• dry d',.; Ur In , .1 ` N_29' 33' 00 W 327.42' ar ^4 \ a Q. 'L V d cU v Z a c o? o = M 4) ? V m !r m a _ 0 0 ....... ....... rn co I- O to d M N O (-ui) uoi;e diaam U N O Z V 0 alz N ti O Q 0 A O Q d LL r la 0 O M w co W CD C? w- CB rn rn r FIGURE 6 30-70 PERCENTILE GRAPH 2.4 Conclusions The Horsepen Creek site improved greatly in terms of hydrology in 1998. Eight of the ten wells indicated saturation for more than 12.5% of the growing season. It is hoped that the remediation effort at the Oak Ridge Road site will yield the expected hydrologic results. N 11 u ' 3.0 VEGETATION 3.1 Success Criteria ' Success Criteria states that there must be a minimum mean density of 320 trees per acre of approved target species surviving for at least three years. 3.2 Description of Species The following tree species were planted in the Wetland Restoration Area: 3.3 C 1 L Fraxinus pennsylvanica, Green Ash Quercus phellos, Willow Oak Liriodendron tulipfera, Tulip Poplar Quercus michauxii, Swamp Chestnut Oak Quercus lyrata, Overcup Oak Quercus nigra, Water Oak Results of Vegetation Monitoring (3 year) Table 5 VEGETATION MONITORING RESULTS an O v U A o ?' T1 (O R) 9 17 5 31 35 602 1 16 7 1 10 1 35 35 680 2 14 5 2 1 10 3 35 35 680 3 9 6 4 19 35 369 4 10 2 9 1 2 24 35 466 JAVG DENS (HRSPN) 549 T1 (OR) is a transect plot located within the Oak Ridge Road wetland site. This transect is approximately 200 feet long and 20 feet wide. A few Cottonwood, River Birch, and Sycamore were found naturally regenerating. A variety of grasses, weeds, ' sedges, and juncus has volunteered throughout this site. Plots 1-4 are randomly located throughout the Horsepen Creek Wetland Site. Green Ash, Sycamore, Swamp 12 ' Dogwood, Cottonwood, and a few Black Willow are regenerating naturally on this site. There are 3-6 feet tall grasses located throughout site. Also juncus, bidans, golden rod, and cattails were identified throughout the site. 3.4 Conclusions ' The Oak Ridge Road Site comprises approximately 1.1 acres of wetland mitigation and was planted in bottomland hardwoods in January, 1996. The results from Transect #1 during the third year monitoring period revealed that there is a little more than 600 trees per acre surviving on this site, which is well above the minimum 320 trees per acre in the success criteria. There were 4 vegetation monitoring plots established throughout ' the planting areas at the Horsepen Creek site. Based on the results of the stem counts for the third year monitoring period, we obtained an average tree density of 549 trees per acre. This average is well above the minimum success criteria of 320 trees/ acre. ' In conclusion, the sites mentioned above are exceeding the vegetation success criteria after the three year monitoring period. 13 4.0 OVERALL CONCLUSIONS/ RECOMMENDATIONS • Continue annual monitoring of the Horsepen Creek Site hydrology through the growing season (March 26 to November 6). • Because of the success of the vegetation on the Horsepen Creek site after three years, NCDOT recommends discontinuing the monitoring of vegetation on that site. • Resume both hydrologic and vegetation monitoring of the Old Oak Ridge Road Site once construction is completed. 14 APPENDIX A I DEPTH TO GRdUNDWATER PLOTS 7 L 15 r c v a v L Z ch (•w) uollejidl0aJd Ln Ln LO N N O O 86-AON-90 86-100-6Z 96-100-ZZ 86-100-9 L 86-100-80 86-100-LO 86-daS-bZ 86-daS-LL 86-d;S-O L 86-daS-£0 86-End-LZ 86-6nd-OZ 86-6nV-£L 86-6ny-90 86-Inf-O£ 86-Inf-£Z 86-Inf-9 L 86-Inr-60 86-Inf -Z0 86-unf-9Z 86-unf -8 L 86-unf-ll 86-un0-to 86-AeVJ-8Z 86-.(eW-LZ 86 ?eVJ bl 86-?eW-LO 86-Jdy-O£ 86-AV-£Z 86-Jdd-9 l 86-jdd-60 86-Jd`d-ZO 86-JeVJ-9Z co r a a? 0 a? co o' rn T ; v a .- v r R N c o' N O N (D 00 O N V CO (-ui) jalempunoj0 of y;daa N c d CL Q N 0 2 M (•uI) uolle;idioaJd N N r r Lo O O i 'X N 3 i lf) (h r r Cl) 3 3 3 (•ui) ja;empunojE) of yldaa 96-AON-90 86-100-62 86-100-ZZ 86-100-9 6 86-100-80 86-100-W 86-daS-bZ 96-daS-!; 86-daS-0l 86-daS-EO 86-6ny-ZZ a 86-6ny-OZ o 86-6ny-£ a? 86-6ny-90 86-Inf-OE 86-Inf -£Z 86-Inf -9l CL ? m 86-Inf -60 U) m 86-InNO o 86-un0-5Z c 86-unr-9 86-unf-66 86-unf -b0 86-AeN-8Z 86-AeN-2 86- leN-V 6 86-AeN-LO 86-jdy-OE 86-jdV-CZ 86-jdy-9l 96-J V-60 86-jdy-ZO 86-JeN-9Z r C7 ? r r 3 (-ui) uoi}ejidioaJd LO LO Ln co N N . O O M a^^? ^LL W L 2 -6-noN-90 c t -100-6Z S6-1a0-ZZ u6-lo0-SL .t, ?6-100-80 # 86-1o0-LO i ?6-daS-bZ _ 66-daS-LL - i c ?-daS-O L i ?g-daS-£0 s - ? i ?6-6ny-LZ L i Q 86-6ny-OZ o ?6-6ny-90 i _ 0 a ! 6-Inf-0£ ? r Inf £Z 86 ; CL 6-Inf-9L I ?5_Inf_60 cn n w a 36-Inf-ZO o s _ ?6-unf-SZ c y6-unf-9 L ._.?- 86-unf-LL i ?6-unf-b0 = y6-,(eW-8Z - rib-?eW-LZ 36 ?eW bl c 96-?eW-LO s c ` -?- --6-Jdy-0£ ?6-Jdy-£Z 36-AV-9 L cs 86-Jdy-60 96 Jdy-ZO i 86-JeW-9Z N O N V O N V CD cc O N (-ui) Ja;ernpunoiE) o; yldap c m Q d L O 2 M (•ui) uof;el!d!OaJd N N T T Un O O f i i i i f i f f - i i - i _ f i i f j i f e E PHI, v 86-AON-90 86-100-6Z 86-100-ZZ 86-100-91 86-100-80 86-100-10 86-daS-tZ 86-daS-L l 80-?aS-01 86-"GS-£0 86-6ny-LZ a o 86-6ny-OZ 86-6ny-£1 5 86-6ny-gp 00 ? 86-Inf -0£ T 86-Inf -£Z m 86-Inf -91 86-Inf-60 d 86-Inf -Z0 0 86-unr-gZ c 86-unr-81 86-unf-11 - 86-unr-to 86-AeW-8Z 86-AeW-1Z 86-AeW-V 1 86-AeW-LO 86-JdV-0£ 86-JdV-£Z 86-Jdy-91 86-JdV-60 86-JdV-Z0 86-JeiN-9Z LO o ?n o L o LO T ? N N (•ui) ja;eMpunojE) of y;daa LO c d a. L 2 Cl) (•ui) uol;ejidloaJd N N ? ? O O i i i i i i i e 4 i i i i 96-AON-90 86-100-6Z 86-100-ZZ 86-100-9 6 86-100-80 96-100-W 86-daS-bZ 86-daS-LL 86-daS-0l 86-daS-£0 86-6ny-ZZ a 86-6ny-OZ o 86-6ny-£1 86-6ny-90 c co 86-Inf-O£ aai ; 86-Inf-£Z -a 86 Inf 9l E CL Lo 86-Inf-60 0) d 86-Inf-ZO o 86-unf-SZ co C ? 86-unf-9 86-unf-ll 86-unf-to 86-AEN-9Z - - 86-AeN-2 86-AeNt 6 96-AeN-ZO 86-Jdy-O£ 96-AV-£Z 86-Jdy-9L 86-Jdy-60 96-AV-ZO 86-JeN-9Z LO O O LO O N (•ui) jalennpunoj!D o; yldaa (-ul) uoilel!dloaJd U Iq co N N 0 0 c? C a? Q a? L O i } i € s i i € i i i i i s i € _ € I r s t 86-^oN-90 86-100-6Z 26-100-ZZ 86-100-9 L 86-100-80 86-100-LO 86-daS-VZ 86-daS-LL 86-daS-O L 86-daS-£0 86-6nV-LZ 86-6nV-OZ 86-6ny-£ L 86-6ny-90 00 86-Inf-O£ 86-Inf-£Z a 86-Inf-9L 86-Inf-60 cn 86-Inf-ZO 86-unf -9Z 86-unf -8 L 86-unf-LL 86-unf-to 86-AeW-8Z 86-AeW-LZ 86-AeVVVL 86-AM-LO 86-jdd-0£ 86-jdd-£Z 86-jdy-9 L 86-jdV-60 86-jdd-ZO 86-1eIN-9Z LI Q a cra ,i c i I LO C) LO o o LO N N (•u) jelemunojE) of yldaa (•uI) uol;e;IdloaJd L LO M N N .- O O ti c a? L 2 1 E { i i i i i i f Fes; _ i 26-AON-90 86-100-6Z 86-100-ZZ 86-100-9 6 86-100-80 86-100-l O 86-daS-bZ 86-daS-Z L 86-daS-0 l 86-daS-£0 86-6ny-ZZ a 86-6ny-OZ o 86-6ny-90 m co 86-Inf -0£ 86-Inf -£Z -c m 86-Inr-96 C 00 IF -60 to CD 86Inf-ZO o 86-unr-SZ m c 86-unr-8? 86-unf-LL 86-unf-r0 86-AeW-8Z 86-AeW-IZ 86-AeW-t 6 86-AeW-ZO 86-AV-O£ 86-Jdy-£Z 86-AV-9 L 86-Jdy-60 86-Jdy-ZO 86-JeW-9Z LO O LO O to O Lo N N (•ui) JaleMpunaE) of yldaa 00 c as Q d N 0 2 Cl) (•uI) uoi;e;Id!OaJd ?n LO LO N N .- r O O i s s i i i i i - j i - s i i = 96-AON-90 86-100-6Z 96-100-ZZ 86-100-9 L 86-100-80 86-100-LO 86-daS-bZ 86-daS-Z L 86-deS-0 L 86-daS-EO 86-6nd-ZZ 86-6nV-OZ 86-6nV-E L 86-6ny-90 86-Inf-OE 86-Inf -EZ 86-Inf -9l 86-Inf-60 86-Inf-ZO 86-unf -9Z 86-unf-8L 86-unr-LL 86-unf-b0 86-AeW-8Z 86-Ae W-LZ 86-AeW-bL 86-AeW-LO 86-jdd-OE 86-AV-£Z 86-jdy-9 L 86-J V-60 86-jdd-ZO 86-Jew-9Z LO O In O Ln O N (ui) jajempunojE) o; y;da4 Q D m L a? co a) a) CL ao > R m R 0 c?a c Of 0 C Q. a) O 2 Cl) (•ul) uol;e;ldlaald LO Lo LO N N O O j " s s ONE ? i I i c - c 86-AON-SO 86-100-6Z 96-100-ZZ 86-100-5 L 86-100-80 96-100-LO 86-daS-tiZ 86-daS-ZL 86-daS-OL 86-daS-£O 86-5nd-ZZ 86-5ny-OZ 86-6ny-£L 86-5nV-90 86-Inf -0£ 86-Inf -£Z 86-Inf -9L 86-Inf-60 86-Inf-ZO 86-unf-SZ 86-unr-8 L 86-unf-LL 86-unr-t0 86-AeW-8Z 96-AM-2 86-AeW-b L 86-Ae W-ZO 86-jdV-0£ 86-jdV-£Z 86-jd`d-9 L 86-jdd-60 86-idd-ZO 86-JeW-9Z C? ?n r? rn M (•ui) ja;ennpunouE) o; y;da4 L a a? a? a? co Q of CL III, E ?I m o ?I o' 4. Present to Corps of Engineers an "as built" plan drawing of the area, including final elevations, species compositions including numbers, well locations (if applicable), and sample plot locations. C. During August-September of each growing season until success criteria (>320 trees/acre living for at least 3 years) has been met. 1. Determine number of stems per acre 2. Take photographs Note: Information from monitoring will be submitted to the Corps of Engineers. III. Evaluation and Recourse Action A. 1. Acceptable survival rate of a minimum of 320 stems per acre at each post planting monitoring event - no action 2. Below acceptable survival rate at any monitoring event (recourse options) a. Replant (supplemental or complete) b. Minor regrading c. Discuss corrective measures with environmental review agencies d. Reevaluate feasibility B. 1. Adequate hydrological conditions (soil saturation to within 12 inches of the surface for at least 12% of the growing season) - no action *** *** Readings taken during abnormally wet or dry years will be discounted 2. Inadequate hydrological conditions (recourse options) a. Minor regrading b. Discuss corrective measures with environmental review agencies c. Reevaluate feasibility SNif HIT 'S (IITvin IN ANVd MNVN.i '3 '9Z ANINVIS 'H WVl•I'IIM 'EZ? 1 d '5 ON rl3noa u,rimr zz I . 18? ?? , YHJ I'I(INII 'f SH'INVIIJ 'IZ ,-_? • , / ;? A:{NJI(1 A3NNIH 'J. ANVH 'OZ. '? •' , - `' •06A H3 N' I'M 'II Ild'IYN (IxrrlA f.' 'I'1:{MIISV? '.L :{NI V'13 'LI '? I •I 0/ \. ?•-??• 'NI' 'HMI TMM S3'INVIIJ '91 f\\ .) ! 04 ?3 r.... ?yy ,g S3.LVA •H 3N;i:) 'S 11 ,?1y NVIIONINNIIJ 'Y o'IVN3O . NVWHOW 'I'I:iNNVJ 'II 53'INVIIJ '7.1 \ ' w• ? I ? c •?' 7.JNOIJ 'A A.113A '11 H31%VA •S 3J1,13N0'1.{ 'o! I \ I HVIIJN INNOJ '3 <I'ItlNO(1 '6 1l' II 1' \ , n ,' O M.{NONS 'O ANNOOH '8 ; ?/ 7 (1 r 1 NO.I.N:'IAK.{,I cIOOM AII.LYJ 'L O j ' tt O I "?, .. _ ,-' l ,.? C ?• NIV•IA 'II (INVM(IN _ ?', •; •. NOIIJONJ.SNOJ 3HV'L{'I-NO7IIM -'! I • ! f ' /v' . - 1 '?3 lI.LINS 3NAVM 30A 'f. I - •I n N3oHVIDIH "I 3J-13HIA3 'Z f NO14100111 'N A3"IN1.{ 1 \ uor IT, 7-1 14? uelaylnl 15ta4:) J y?.ai ` - ? (v1?S o1a11o1O j u(lyur...1 •o r1.1011 IA 101 °' SliWn "W?? ' rd {/. '1,/,' ?? / r(??_' ??? `` b"`•v.. ® ?Q u! Iyu(.J.I y ruol?lA I ->> u! fyur.A.I l 1 TOO ` utaPOH 's •t99W ` ; ? l > ??/? y lM Al ?? ?.' ?' ??` \ L uo: •M weLtllM ? d ? Still .S: u s• a• ", (( its 3 „oo.Be r =, y f 30Sa318 S 009, •NS '.(.IAad d Puow,(eN ? . • . ( 1.... u;gPOH .s a19eW -id 000-IA 4 I, ?\ ? ?1 rte. ? ,? I' 4} ? -? .?? •??. ?1 ' ?? 1 \\ ?, _ C? SlIWI Q' y'.: .,, ` •1 -1 11110 °ze `? o ' •` ?; v ; i ) I , 1? ? I ?? \ i k 101 A tt•M 'Y o:Y Di "V-1d 000 x 'VIM ?\ ( \ \ 1 \' \ S i ?N Alt °'` Y .,:. avod , ?) ?? a ! NIlOLI IUT I 1'IG.Yt i L,I--T u.Lc.4^- I eL Ltd STATE„ cm STATE OF NORTH CAROLINA DEPARTMENT OF TANSPORTATION JAMES B. HUNT. JR GOVERNOR DIVISION OF HIGHWAYS P.O. BOX 25201. RALEIGH, N.C. 27611-5201 July 28, 1993 SAM HUNT SECRETARY District Engineer U.S. Army Corps of Engineers P.O. Box 1890 Wilmington, NC 28402 ATTENTION: Regulatory Branch Dear Sir: SUBJECT: Guilford County, Construction of Bryan Boulevard from west of Old Oak Ridge Road (SR 2137) to east of Flemming Road (SR 2136). TIP # U-0608, State Project No. 8.2491101, Action ID. 199100369. As you are aware, the NCDOT has been developing a final mitigation proposal to offset the wetland losses associated with the proposed Bryan Boulevard Extension. A great deal of coordination with your Raleigh Field Office has already taken place regarding this proposal. The completed proposal addresses the issues raised in our coordination meetings to the extent practicable. As discussed at the July Interagency Permit Review Meeting, this project is on an extremely short schedule. If at possible, the NCDOT needs to have the permit in hand by August 2, 1993. Our staff will be at your disposal to expedite this process. A copy of this information has been delivered directly to your Raleigh Office for their review. If you need any additional information regarding this project, please contact Mr. Gordon Cashin at (919) 733-9770. S' cerely, B. . 0' Quinn. PE Assistan Lanager Planning and Environmental Branch BJO/gec cc: Mr. John Dorney, DEM, DEHNR Mr. Kelly Barger, PE, Project Management Mr. Don Morton, PE, Highway Design Mr. A.L. Hankins, PE, Hydraulics Mr. J.W. Watkins, PE, Division 7 Engineer Mr. N.L. Graf, PE, FHWA Mr. W.D. Johnson, PE, Roadside Environmental BRYAN BOULEVARD EXTENSION Guilford County U-0608, 8.2491101 Wetlands Mitigation Proposal Introduction The NCDOT is required to provide compensatory mitigation for the 9.0 acres of wetlands impacted by the Bryan Boulevard Extension project. To accomplish this task, mitigation activities will take place at two sites (Figure 1). The first site is under existing Old Oak Ridge east of its intersection with Airport Boulevard. Since this section of Old Oak Ridge Road is to be relocated, the old roadbed will be graded down to create 1.1 acres of wetlands. The second site is located at the proposed intersection of Old Oak Ridge Road and Flemming Road, and currently contains a swim club. Swim Club Site - Description and History The proposed mitigation site is located northeast of the intersection of Fleming Road and the Bryan Boulevard Extension. The site consists of a 30.07 acre tract formerly belonging to Ray Perry. The tract is largely contained in the floodplain of Horsepen Creek, and includes a swimming pool, clubhouse and tennis courts. This parcel will be isolated by Bryan Boulevard, and will no longer be economically viable. Consequently, NCDOT has acquired this property as part of the right-of-way. NCDOT is proposing to use the property for wetland restoration, creation, and enhancement. This tract has been highly modified by development activities. A 1951 topographic map indicates that the property and its headwater areas were virtually undisturbed by development (Figure 2). About 1959-1960, a small lake and surrounding subdivision were developed upslope of the tract. During 1972-1973, the swim club was constructed on fill material placed in the floodplain. Hydrologic modifications were also made to drain the development. Wetland delineation A wetland delineation was performed on the site following the 1987 Federal Delineation Manual. Four sites were identified on the tract which met wetland criteria: hydrophytic vegetation, hydric soils, and appropriate hydrology (Figure 3). They comprise a total of approximately 1.9 acres of wetlands on the 30.07 acre tract. Vegetation The tract still consisted of an open meadow in 1972 when it was purchased by Mr. Perry. It had been used as a pasture, and was cut for hay occasionally. This type of use apparently stopped when the swim club was built in 1972-1973, and has been relatively undisturbed except for mowing around the swim club. The eastern end of the property is now densely-covered with saplings, primarily green ash (Fraxinus pennsylvanica) and box elder (Acer negundo). There was very little groundcove?r in this thicket, primarily wild garlic (Allium vineale) and violets (Viola spp.) The wetland areas were dominated by herbaceous vegetation, including rushes (Juncus spp.), sedges (Carex spp.) wild garlic (Allium vineale), Rumex spp., jewelweed (impatiens spp.), poison ivy (Toxicodendron radicans), Sanquisorba spp., Rubus spp., false nettle (Boehmeria cylindrica), ragweed (Ambrosia spp.), goldenrod (Solidago spp.), and Polygonum spp. The wetlands also contained scattered shrubs such as swamp dogwood (Cornus stricta), button bush (Cephalanthus occidentalis), and wild rose (Rosa spp.). The wetland areas also contained scattered seedlings and saplings of green ash and box elder. Soils NCDOT staff conducted a soil investigation on the mitigation site in February 1993. This investigation was conducted to locate areas of hydric soil, non-hydric soil, and fill material. A total of 28 soil borings were taken to create this map (Figure 4). The Guilford County Soil Survey suggests that the site predominantly consists of Congaree loam. This soil series is described as a well-drained soil found on long, narrow floodplains with inclusions of a few small areas of Chewacla sandy loam. It is further described as having a seasonal high water table at 2.5 to 4 feet below the surface in the Spring and Winter. Chewacla sandy loam is described as a somewhat poorly drained soil, (i.e. wet for significant periods during the growing season) found parallel to major streams in long, flat flood plains with small areas of inclusions of Congaree loam and Wehadkee sandy loam. It tends to have a seasonal high water table at 0.5 to 1.5 feet below the surface. Wehadkee silt loam is described as a poorly drained soil which is saturated periodically during the growing season and which remains wet for long periods. It is typically found in broad flood plains along creeks and streams and has a seasonal high water table at or near the surface or is frequently flooded for brief periods. The Wehadke?e series is listed as a hydric soil in Hydric Soils of North Carolina because it has a water table at less than 1.5 feet from the surface for significant (greater than 7 days) periods during the growing season if permeability is'less than 6.0 in/inches/hour in any layer within 20 inches. All three soils are described as having moderate permeability and inclusions of small areas having textures varying from loamy sand to loam to silt loam in the upper 8 inches. These soils vary in texture from the typically sandier Congaree and Chewacla to the siltier Wehadkee. However, each soil series exhibits high variability in texture due to the alluvial position of the site. Approximately 50% of the mitigation site maps out as Chewacla and Congaree based on field observations. These soil series occur generally parallel to.Horsepen Creek. Portions of this area have been disturbed by the installation of the sewer line which also parallels the creek. The Chewacla and Congaree series are also found parallel to the small creek that flows along the north end of the property. Approximately 50% of the site.was mapped as Wehadkee, of which roughly 50% is thought to be covered by fill at the swim club site. The location of this series generally corresponds with the original drainage pattern of the site, as depicted in the 1951 topographic map. Hydrology Historically, wetlands on the tract were created by surface water flowing through the floodplain. According to the 1951 topographic map (Figure 2), the tract was originally drained by one tributary to Horsepen Creek that flowed along the edge of the floodplain. This tributary received water from a relatively undisturbed drainage area. Since that time, development activities have highly modified the drainage patterns of the site. A small lake and surrounding subdivision were developed upslope of the tract about 1959-1960 (Figure 5). This lake collects water from the upper reaches of the original stream. The discharge from the lake continues generally along the original channel to a channelized section behind several houses. Prior to construction of the swim club, the water then flowed through the undisturbed tributary to Horsepen Creek. The site consisted of an open meadow in 1972 when it was purchased by developers. The swim club was constructed in 1972-1973 on fill material, and a ditch constructed to the southwest of the fill. This ditch was designed to divert the water draining from the lake directly to Horsepen Creek, and keep the club area well drained. The original drainage channel was apparently obliterated by the development on this part of the site. There is a ditch following the path of the original stream channel that still drains the undeveloped areas of the floodplain. This clitch also receives runoff from two channels, including the already constructed lateral ditches for Bryan Boulevard west of its intersection with New Garden Road; the beginning point for the proposed Bryan Boulevard Extension. The 357 acre combined watershed of these tributaries are almost fully developed in residential subdivisions. Since the new roadway will be built at the edge of the floodplain, all surface water draining onto the tract from upslope will be conveyed under the proposed roadway using drainage structures. Consequently, NCDOT has some control over post- construction drainage patterns on the tract. The overall goal will be to establish 1987 Delineation Manual criteria for wetland hydrology over as much of the property as possible. (i.e. saturation to within 12 inches of the surface, ponded or flooded for at least 26 consecutive days of the growing season). A hydrologic analysis of the mitigation site determined that flooding from Horsepen Creek is insufficient to produce wetland v &?L _ Lw Figure 9. Old Oak Ridge Road Wetland Restoration Site Proposed cross section L4- 150, 100 I . PR0P056 R0ADW)9Y FCC. L 4057, RDWY. F/lL. 8tQ 7D BE REMbV,E,O? I r -50 0 251 5o SEGTI ON . C - C. o '0 yoR??oNTHL = _ - Y E,?Yl Ci? L D?El1IDSF.'J-E/_LL 8?(?jGU C??/y(? N ' C . DEPARTMENT'-OF TRANSPORTATION' DIVISION OF' HIGHWAYS Y t 'C I.t, T+ }t DEJI?0T CRFA ,F.D GUILFORD 000NTY- 8.2491101'(U=608)• CONSTRUCTION OF BRYAN BLVD'. FROM WEST OF OLD OAK RIDGE RD.(SR 2137 TO EAST OF FLEMMING RD.(SR 2136) 1 State of North `Carolina Department of Environment, Health and Natural Resources • Division of Environmental Management James B. Hunt, Jr., Governor c ..,;Jonathan B. Howes, Secretary G_ A. Preston Howard, Jr., P.E., Directof August 10, 1993 Mr. Barney O'Quinn Planning and Environmental Branch N.C. Department of Transportation P.O. Box 25201 Raleigh, N.C. 27611-5201 Dear Mr. O'Quinn: (2) Whether the bidder provided written notice to a reasonable number of specific DBEs that their interest in the contract is being solicited; (3) Whether the bidder followed up initial solicitations of interest by contacting DBEs to determine with certainty whether they were interested; (4) Whether the bidder selected portions of the work to be performed by DBEs in order to increase the likelihood of meeting the contract goals; (5) Whether the bidder provided interested DBEs with adequate information about the plans, specifications and requirements of the contract; (6) Whether the bidder negotiated in good faith with interested DBEs not rejecting them as unqualified without sound reasons based on a thorough investigation of their capabilities; (7) Whether quotations were received from interested DBE firms but rejected as unacceptable without sound reasons why the quotations were considered unacceptable. The fact that the DBE firm's quotation for the work is not the lowest quotation received will not in itself be considered as a sound reason for rejecting the quotation as unacceptable. Nothing in-this provision shall be construed to require the Contractor to accept unreasonable quotes in order to satisfy contract goals. (8) Whether the bidder made efforts to assist interested DBEs in obtaining any required insurance. (9) Whether the bidder specifically negotiated with subcontractors to assume part of the responsibility to meet the contract DBE goal. In the event one bidder is the apparent low bidder on two projects within the same letting located in the same geographic area of the state, as a part of the good faith effort the Department will consider allowing the bidder to combine the DBE participation as long as the overall goal value of both projects is achieved. Where the apparent lowest responsive bidder fails to submit sufficient participation by OBE firms to meet the contract goal, and upon a determination by the Chief Engineer based upon the information submitted that the apparent lowest responsive bidder failed to make sufficient reasonable efforts to meet the contract goal, the Department may reject the bid. In the event that the Department does not award the contract to the apparent lowest responsive bidder, the Department reserves the right to award the contract to the next lowest responsive bidder that can satisfy the Department that the contract goal can be met or that sufficient reasonable efforts have been made to meet the goal. P- 4 DBE DIRECTORY Included with this Proposal Form is a list of Disadvantaged Business Enterprises (DBE) which have been certified as such by the North Carolina Department of Transportation. Only those DBE firms with current certification may be used to meet the contract goal. The listing of an individual firm certified by the Department shall not be construed as an endorsement of the firm's capability to perform certain work. REPLACEMENT OF DBEs (A) Performance Related If any DBE Subcontractor indicated on the form for listing of DBE Subcontractors and contained elsewhere in this proposal form does not perform satisfactorily to the extent indicated or anticipated, the Contractor shall take all necessary, reasonable steps to replace the DBE Subcontractor with another DBE Subcontractor. Any substitution of DBE firms after award of the contract shall be approved by the Department. The Contractor shall submit any requests for substitutions thru the Resident Engineer, and the request must provide a valid basis or reason for the proposed substitution. To demonstrate necessary, reasonable efforts, the Contractor shall document the steps he has taken to replace any DBE Subcontractor that is unable to perform successfully with another DBE Subcontractor. Such documentation shall include but not be limited to the following: (a) Copies of written notification to DBEs that their interest is solicited in subcontracting the work defaulted by the previous DBE Subcontractor or in subcontracting other items of work in the contract. (b) Efforts to negotiate with DBEs for specific subbids including at a minimum: (1) The names, addresses, and telephone numbers of DBEs that were contacted; (2) A description of the information provided to DBEs regarding the plans and specifications for portions of the work to be performed; and L (3) A statement of why additional agreements with DBEs were not reached. (c) For each DBE contacted but rejected as unqualified, the reasons for the Contractor's conclusion. 5 -1p A6 (d) Efforts made to assist the DBEs contacted, if needed, in obtaining bonding or insurance required by the Contractor. Failure of the Contractor to demonstrate reasonable efforts to replace a DBE firm that does not perform as intended or anticipated, shall be just cause to disqualify the Contractor from further bidding for a period of up to 6 months after notification by certified mail. (B) Decertification 1. If the Department has approved a Request for Subcontract for a particular DBE Subcontractor, and that DBE Subcontractor is subsequently decertified by the Department; then the Department will not require the Prime Contractor to solicit replacement DBE participation equal to the remaining work to be performed by the decertified firm. 2. If a Prime Contractor has listed a DBE firm in his low bid submittal and the OBE firm is decertified prior to the Department approving a Request for Subcontract for the named DBE firm, the Prime Contractor will be required to make a good faith effort to: (a) Replace the decertified firm with a certified firm, or (b) To obtain replacement DBE participation in other areas of work. DEFINITIONS For purposes of this provision the following definitions will apply: (1) Socially and economically disadvantaged individuals means a person who is a citizen or lawful permanent resident of the United States and who is: (a) A Black American (b) A Hispanic American (c) An Asian-Pacific American (d) A Native American (e) An Asian-Indian American (f) A Woman (g) Members of other groups, or other individuals found to be economically and socially disadvantaged by the Small Business Administration under Section 8(d) of the Small Business Act, as amended (15 U.S.C. 637(d). 6 (h) Members of other groups, or other individuals found to be economically and socially disadvantaged by the N. C. Department of Transportation under the Criteria for Disadvantaged Business Enterprises as pub iishied-by the Department. (2) "Disadvantaged Business Enterprise" (DBE) means a small business concern, as defined pursuant to Section 3 of the Small Business Act (15 USC 632) and implementing regulations which is: (a) Owned and controlled by one or more socially and economically disadvantaged individuals, (b) A firm which has been found to be socially and economically disadvantaged by the Small Business Act under the 8(d) program, or (c) A firm which has been certified as socially and economically disadvantaged by the North Carolina Department of Transportation, except that such term shall not include any concern or group of concerns controlled by the same socially and economically disadvantaged individual or individuals which has average annual gross receipts over the preceding 3 fiscal years in excess of $14,000,000, as adjusted by the Department for inflation. (3) "Owned and Controlled" means a business (a) Which is at least 51 per centum owned by one or more socially and economically disadvantaged individuals, in the case of a publicly owned business, at least 51% per centum of the stock of which is owned by one or more socially and economically disadvantaged individuals, and (b) Whose management and daily business operations are controlled by one or more of the eligible individuals who own it. COUNTING DBE PARTICIPATION TOWARD MEETING DBE GOAL (1) If a firm is determined to be an eligible DBE firm and certified by the Department, the total dollar value of the participation by the DBE will be counted toward the goal. The total dollar value of participation by a certified DBE will be based upon unit prices agreed upon by the Prime Contractor and DBE subcontractor. (2) The Contractor may count toward its DBE goal a portion of the .total dollar value of participation with a joint venture eligible under the standards of this provision equal to the percentage of the ownership and controls of the DBE partner in the joint venture. 12 (3) (a) The Contractor may count toward its DBE goal only expenditures to DBEs that perform a commercially useful function in the work of a contract. A DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, industry practices, and other relevant factors. (b) Consistent with normal industry practices, a OBE may enter into subcontracts. If a DBE Contractor or Subcontractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to the Department. The Department's decision on the rebuttal of this presumption is subject to review by U.S. DOT. (4) A contractor may count toward its DBE goal 60 percent of its expenditures for materials and supplies required to complete the contract and obtained from DBE regular dealer, and 100 percent of such expenditures to a DBE manufacturer. (a) For purposes of this provision, a manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the contractor. (b) For purposes of this provision, a regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a regular dealer, the firm must engage, in as its principal business and in its own name, the purchase and sale of the products in question. A regular dealer in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or regular dealers within the meaning of this section. (5) A contractor may count toward its OBE goal the following expenditures to DBE firms that are not manufacturers or regular dealers: (a) The fees or commissions charged for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of l 30 DEPARTMENT OF THE ARMY WILMINGTON DISTRICT, CORPS OF ENGINEERS RO, BOX 1890 WILMINGTON, NORTH CAROLINA 28402-1890 August 12, 1993 IN REPLY REFER TO Regulatory Branch / Action ID. 199100369 North Carolina Department of Transportation Division of Highways Planning and Environmental Branch c/o Mr. L. J. Ward, P.E,. Manager Post Office Box 25201 Raleigh. North Carolina 27611-5201 Dear Mr, ward: In accordance with your written request of November 11, 1990, and the ensuing.administrative record, enclosed is a Department of the Army permit to authorize the placement of fill material into 9.0 acres of waters and wetlands contiguous with Brush Creek and Horsepen creek for the proposed construction of Bryan Boulevard from west of Old Oak Ridge (SR 2137) to east of Flemming Road (SR 2136) in Greensboro, Guilford County, North Carolina (T.I.P. No. U- 0608, State Project No. 8.2401101). If any change in the authorized work is required because of unforeseen or altered conditions or for any other reason, the plans revised to show the change must be sent promptly to this office. Such action is necessary, as revised plans must be reviewed and the permit modified. Carefully read your permit. The general and special conditions are important. Your failure to comply with these conditions could result in a violation of Federal law. Certain significant general conditions require that: a. You must complete construction before December 31, 1996. If .b, You must notify this office in advance as to when you intend to commence and complete work, r c. You must allow representatives from this office to make periodic visits to your worksite as deemed necessary to assure compliance with permit plans and conditions. ; -2- 33 The enclosed Notice of Nuz;h0rization, ENG Form 4336, nust be conspicuously displayed at your worksite. Sincerely, a n. Brad e Chief, Construction-Operations Division Enclosures Copy Furnished with enclosures: Director, Atlantic Marine Centex' National Ocean Service ATTN: MOA 232X1 439 West York Street Norfolk, Virginia 23510 Copies Furnished with special conditions and plans: Ms. L. K. (Mike) Gantt U.S. Fish and Wildlife Service Fish and Wildlife Enhancement Post Office Box 33726 Raleigh., North Carolina 27636-3726 Mr. Tarry Hardy National Marine Fisheries Service Pivers Island Beaufort, North Carolina 28516 "Mr. Thomas Welborn, Chief wetlands Regulatory Section - Region IV Wetlands, Oceans. and Watersheds Branch U.S. Environmental protection Agency A 345 Courtland Street, N.E. Atlanta, Georgia 30365 Mr. John Parker Division of Coastal Management North Carolina-Department of Environment, Sealth and ' Natural Resources Post Of£ice Sox 27667 Raleigh, North Carolina 27611-7687 DEPARTMENT OF THE ARMY PERMIT N.C. Department of Transportation Division of igh:•-= s Permittee -Post Office Box 25201 a eig , North Carolina 27611-5201 Permit No. Act ion ID. 19 91003 69 Issuing Office CESAW-CO-E NOTE: The term "you" and its dexivativea, as used in this permit, means the permittee or any future transferee, The termF "this office" refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted activity or the appropriate official of that office acting under the authority of the commanding officer. You are authorized to perform work in accordance with the terma and conditiona•specified below, Project Description.- . The. placement of fill material into 9.0 acres. (total) of waters and wetlands contiguous with Brush Creek and Horsepen Creek at foul locations for the proposed construction of Bryan Boulevard (T.I.P. No',U70608, State.Project No. 8.2401101) in accordance with attached plans.' Project Location; Along the new alignment of Bryan Boulevard.which extends east of its present terminus at old Oak Ridge Road (SR 2137) to east of Flemming Road (SR 2136) in Greensboro, Guilford County, North Carolina. Permit Conditions: General Conditions: ?. 1. The time limit for completing the work authorized ends on December 31, 1996 If you find that you need more., time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and condl- tions of this permit, You are not relieved of this requirement it you abandon the permitted activity, although you may make a good faith transfer to a third party I.n compliance with General. Condition. 4, below. Should you wish to cos" to maintain tote authorized activity or should you desire to abandon it without a good faith transfer, you must, obtain a modiflcatlon of„ this permit from this office, which may require restoration of the area. 3, if you discover any previously unknown historic or archeological.,rern no while accomplishing the activity authorized by. this permit, you must immediately notify this office of what you.have found. We will.initiite the Federal and state coordina-. tion required to determine if the 'remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. ENO FORM 1721, Nov 88 ED1ti6N OF &EP 82 iS OBSOLETE. {33 CFR 326 (Appendix'A)} s t 1, - 33 4. If you seU the property associated with this permit, you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office ;o validate the transfer of :his authorization,. 5. If a conditioned water quality certification has Non issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it cons tains such conditions. 8. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit, Special Conditions; See enclosed sheet. Further Information; 1, Congressional Authorities: You have been authorized to undertake the activity described above pursuant to: ( .) Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). (X) Section 404 of the Clean. Water Act (33 U,S.C. 1344). (') Section 103 of the Marine Protection, Research and Sanctuaries Act of 1872 (33 U.S.C. 1413). 2. Limits of this authorization. a, This permit does not obviate the need to obtain other Federal, state, or local authorizations required by law. b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize any injury to the property or rights of others. d, This permit does not authorize interference with any existing or proposed Federal project. 3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following; a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes. b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. ` c. Damages to persona, property,'. or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. 2 34 e. Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. 5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: a. You fall to comply with the terms and conditions of this permit. b. The Information provided by you in support of your permit application proves to have been false, incomplete, or r inaccurate (See 4 above), C. Significant new information surfaces which this office did not consider in reaching the original public interest decision. Such & 'reevaluation may result . in a determination that it Is appropriate to use the suspension, modification, and revocation procedures contained in 33 CPR .826.7 or enforcement procedures such as those contained in 83 CPR 828.4 and 828.6. The referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for the Initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by this office, and If you fail to comply with such directive, this office may In certain situations (such as those specified in 33 CPR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 8. Extensions. General condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest decision, the Corps wf11 normally give favorable consideration to a request for an extension of this time limit. Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of this permit. N..C, DEPARTMENT OF. TRANSFORTATION, L.J. WARD idt - - (PERMIT E) (DATE) LAO- This permit becomes offs lve when the Federal official, designated to act for the Secrets of the Army, has signed below, TRICT ENGINEER) (DATE) GEORGE.L. CAJIGAL, COLONEL When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. T (TRANSFEREE) (DATE) • 8 *V,9. OOVERNM¢NT PRINTING' OFFICE; 1940 .- 717.425 ? ' uJ SPECIAL CONDITIONS .* a. The "Wetlands Mitigation Proposal" transmitted by DOT's letter of July 28, 1993, will be implemented in its entirety. The following conditions and/or clarifications shall also be implemented as part of the mitigation plan,- 2. , - In the event that the hydrological success criteria (saturated within 12 inches of the surface, ponded or flooded for at least 12,5 percent'of the growing season) is not met during the first year at either site, hydrological monitoring will continue in successive years until the success criteria for each site has been met and documented. 2. All disturbed upland areas adjacent to the mitigation sites will be stabilized to prevent sedimentation into the mitigation sites.. 3: Should seeding of the mitigation sites be required to satisfy erosion control requirements, bahia grass, Kobe or Korean lespedeza, white'elover or a similar cover species should be utilized. Fescue should not be planted. 4.. Construction of the mitigation sites will be initiated at such time to provide for planting of seedlings the first suitable planting period (December l through March 15) following commencement of project construction. 5. No more than 20 percent of any one tree species shall be planted in the initial planting, of the species listed in the "Wetlands Mitigation Proposal" for planting, shagbark hickory will be eliminated. 6. The "as built" report shall be submitted to the Corps within 30 days of completion of the mitigation sites. Annual monitoring reports shall be submitted to the Corps within 30 days of site monitoring. Two copies of all reports shall be submitted to the North Carolina Division of Environmental Management, and that agency will be notified of all meetings and site inspections concerning the mitigation and its progress. b. The fill material will be clean and free of any pollutants except in trace quantities. Metal products, organic materials, or unsightly debris will not be used. Appropriate sedimentation and erosion control measures shall be implemented during construction to minimize turbidity and siltation impacts. d. The construction shall be conducted in such a manner as to prevent a significant increase in turbidity outside the area of construction or construction related discharge. increases such that the turbidity in the creek is 25 NTU's or less are not consider-A significant. -2- e. No excavated or fill material will be placed at any time in waters or wetlands outside the permitted fill limits. f f. The permittee will maintain the authorized work in good condition and in conformance with the terms and conditions of this permit. The permittee is not relieved of this requirement if he abandons the permitted activity without transferring it to a third party. g. All excavated materials will-be placed and confined on high ground, with appropriate measures implemented to prevent sedimentation or spillover of solids into adjacent waters or wetlands, h. Precautions shall be taken to prevent contamination of the watershed and stream by oil or other harmful substances. Additional information can be obtained by contacting the Public Water Supply Section at (919) 733-2321. sate FROM GUILFORD COUNTY M-W' DIVISION OF HIGHWAYS GUILFORD COUNTY 0.2491101 W-606) CONSTRUCTION OF BRYAN BLVD. FROM WEST OF OLD OAK RIDGE RD.(SR 2137 TO EASY OF FLEMMING RD.(SR 2136) Frei C' nS 'SI-tJWm PROR?S?Q -Z 75.OA •FIGC, PROP, F.X ? • D rn ? jv?rLy,vpS ? PRO ??/p X q . ..• w y -v I . •`., d / I , . /? OF A%LL •K "'??' "DNp`fES WETLANDS; 7tAEATED NO DET1 5 FILL' ?IN WETLANDS A' pop. /Z/w U ENDTES .FYL.C`,VELOW • . jlJNAR H1S}] '01ATER MR.. 7-9qP0RARV- ., o DRAY A&AF ERSEMFN7" A? I w P.PDp roP o? bPNK J T E 1 I _ l oxisr roP of DANK PROP glyiE OF Mire,, • ? • . - -xi r, . ?D6E of w?T? . 1$]° Rw .Ex/Sr% m 5R 2/4D i o X nG? RD „ SR ?I37 Jp- rill ?D GiC or-. PV ' ?• r 0 o so - •i ` \ n i PROP q-C?'xq'RC.BG DEPARTMENT OF TRANS A I I, + , ' •' ^,? DIVISION OF HIGHWAYS' PROPb GUILFORD COUNTY { roE 8.249i10i (0-606) CONSTRUCTION OF BRYAN BLVD. FROM .? WEST OF OLD OAK RIDGC RD.(SR 2137 O TO EASY. OFFLCMMING RD.(SR 2136) D OR Z' LA4Q- A t. OiTCH T Pkg. ?,? 71*- r- PROP, 4 pmp PROP 03N-5TF0C;Tt0nr tr??n???ry• EX157'/1VG v; tl ., 1;0 n k J= DCa? D? WC-r?/UDS ' ?; PRoP. LAT,CRAL `%Y'j pircH a NETUauas G O f FPop 42"RCP " " `? , i ??EDCyE-.OF ` `' /N? ? OI.D OAK R/DGr !2p -- '? , I I PRO. Kiw PROP R/Wt loof r PRDPM. D 7'tL of PD? ?toaza D5 F?tG FPO, E P . FhaR'P•A? ?p(yE pF' ? gpP. LA'J'L?RA?Y"Gt'i'GH pRoP ?-? 42" RCP nRAta WE7"Lf?NOS . PONC r50 0? 50 ' 14c:'` . M, C . DEPARTMENT OF -RAN POR A N' ,.DIVISXON OF -'" HIGHWAYS GUILFORD COUNTY 8.2491101 :(U-600) DENOTES . F I LL? _; ?; 4JETLN,p 1 CONSTRUCTION OF BRYAN BLVD, FROM '?EhlO t t- BEI:bW '.•. -- WEST OF OLD OAK RIDGC RD.(5R `2137 Y H I GAS WAT?F'''{ OWLf) TO EAST OF FLEMMING RD.(SR 2136) SCALE AS SHOWN CREA'fED r Y w v ??I ?.DCNDTE! WET LA?VDSr' SHEET _a CF .2 JN. ?199C r i f 1 'c c- \ n h L13 + V ?i \9 o N y? ? R d `? 4 ? 1 v 4 i ? r ? J a / a ? I -11 .Q Ql- l(1 8-- v a ?J ?4 C Q1 a 1 m ? { o- 1 o O ? i .• Q u l o+ 1? ? ° i N.G. DEPARTMENT OF TRANSPO A ON• DIVISION OF HIGHWAYS GUILFORD COUNTY ?'? g.2491101•(U?608) CONSTRUCTION OF BRYAN BLVD. FROM WEST OF OLD OAK RIDGE RD.(SR 2137 TO EAST OF FLEMMING RD.(SR 2136) SCALE AS SHOWN S1•tFET 4- OF ZI 3AN. 1990 10 T N m m S M K1 4 4 ? N ?i V m ? Iz oil O •-•4- . 41L u? t 3 - 4 t N .d Q 1. O n Q 1 0 1 0 RU d ivis!ON•OF HIGHWAYS. UILFORD COUNTY .2491101 (U.608) -ONSTRUCTION OF BRYAN SLVD. FROM IEST OF OLD OAK RIDGE RD.(SR 2137; '0 EAST OF FLEMMXNG RD.(SR 2136) XALE AS SHOWN 50 MCI 5 G-r10 t PRDR 01-0 Q4K r? . P, iGVE 9 q.D Fitt . ,8[2 • ?rtsririG ?8R/Db? Aa ?. PRvo 40 4'x4' ecBC ? oHw t '? R RM 6AD _ ' L4- X50' 100 ?0? l 50' !oo I5A' k'r: 1 ? 1 I I 1 •... PROP05ED RORDvYnY FIG L ; BLS.ci s7 RDmY. Fite . 7D BE REMOVED ` %r i v ao o?' N7f?L tloRio ? v EP-r! CA L Q?11(D'TES.FILC.BGbw Q/Ijtl_ N,C. DEPARTMENT OF. TRANS A DIVISION OF HIGHWAYS ,. i t tt DFJ110TP? Ct?FpD WET-L GUILFORD COUNTY -. r -' /?QLIBCV ri r7, 8.2491 l O'l (U408) LL ??!1/ T4/? ?•C ;. ?rv?' CONSTRUCTION OF BRYAN BLVD. FROM WEST OF OLD OAK RIDGE RD..(5R 2137 • 1? ' TO EAST OF FLEMMING RD.(SR 2136) Il J?? 1 1r KAI t 4S •r Mt 61.11V 1 UudC?• ?lttQ? ? ? ? ? f ?`? L ? - .?- , . ?_l U ? . I.? s ?I_ .l?I. P ilp IT s -- - 43 1 ?- w 10 PR57URE ? ? Q j Q o. PRoPO59D RAV PROP. Tfl6 7VP of A Efc- Dp rirarz-:R , 7 PRoP059,D e C?RNN,E !•-, CNA?IGE 7 tN? v TD P oP sgAIUK"f Wlad QP w?raR 5 ' A ?A ui N&ER 1 ?E IRS ? p pY FJLL IN-WE NOS i a 0 a i I ' 4 pRsTVR? 1 I ?! Q ?, 89 } . 0 piQOPQS?D ' ? . 8 ? Riw I.C. DEPARTMENT OF RAMS N' OIVXSXON OF HIGHWAYS ;UIL.FORD COUNTY ' .2491 a01 .( U=608 ) .ONSTRUCTION OF BRYAN OLVD. FROM JEST OF OLD OAK RIDGE RD (SR 2137 '0 EAST OF FL.EMMING RD .(SR 2136) OLE AS $HOWN ., . M- ET - OF ? AN, 199 II: 4 00 to r co 00 S I to 00 Ul t?} V flC 04 4 U s .x O 0. O ?O w aw w?II . m 44 r J (v r 4 ?*c 4 0. ? ? t ? r a ? 'r k N.C. DEPARTMENT TRAM5PORTATION, DIVISION OF HIGHWAYS. GUILFORD COUNTY 0.2491101 (U-600) CONSTRUCTION OF BRYAN OLVD. FROM WEST OF OLD OAK FRIDGE RD .(SR 2137 y TO CAST OF FLEMNING RD.(SR 2136) I SCALE AS ' SHOWN , SCET OF AN 19901 f 7 • 19 P q s ?= Cam; EX I G PRDPCOC-D ?/w 1 ,?ROPO-GD ?? ??L? ? LR7TR,9 t- Q" ?j„ppo?D r?G' off/ 3b._.... o _ 'so ,.SCf?GC ? ?Z?J.i ?411?Or?? I"?LL- ?t!LDa'V G?. ?-l?Sl ?i? ??r...aw o. wy - ', Il0 e• y ? n ro ?, n\' :i Qj: N 10 01 zl, • of F/??• _ V i . DEPARTMENT OF TRANSPOR A N' DIVISION OF HIGHWAYS. GUILFORD COUNTY 0.2491101 (U 608 CONSTRUCTION OF BRYAN BLVD. FROM WEST OF OLD OAK RIDGE 2136) TO EAST OF FLEMMING RD .(;Ft SCALE AS SHOWN' , SAN, 19g0? E T ISHE OF ?.? , Ii J ?t J? Jrw-(,'J ;Z/ i ?v ( r ?v r 46 pl10Pd5E1? RDtNY. GRAD 500 , PcOP et) n ??D yo2??NI?IL ?'!".' / =/oo' ProR??d ¢??2'???'r?cec. ?v?ere,C?,?7Q. ?.,., /''lift/ 10 P66 DCrC/?G D!'.: ` f 1 3b 2CYJ' tu?? /DO'I ZGb ?T ; Plll1 5Ccnonl D-b 0 i i i /?/CQ/ : ? ? / V I? ?/ ,/r?l?.?. Vier. `? 1??Y' L.?r..•or,,,?.++r?+? .. . '._? Trq_ch De U, IA/, /10%'1Zol4;9G 5G!?G E",' /Vv zcz 1/ /'??C ? ,SGG'Lr; /'' L *;-'o' D?NOr? 5 "IZZ & OW N.C. DEPARTMENT OF 7 A 5 Q DIVISION'OF HIGHWAYS GVILFORD 'COUNTY 0.2491101 ({1-600 ) CONSTRUCTION OF BRYAN BLVD. FROM WEST OF OLD OAK RIDGE RO.(SR 21371 TO EAST OF FLEMMING RD.(SR 2136) SCALE AS SHOWN SHEEP ?Q OF SAN, 1990, f' IF r4 ?J ?C pG ?i.L 10 1 1 _ _ 47 1 ?' • J _.#,_ 1. ?Ss S o •? lly. PROP Tc)E Or FILL ` ` { 1 ?J EXlS? 1r3(y ?c'J6E O? 'PsZ.r?M?+.17 F???MiNv Rona _ ? PRpP05? E1?8 0? PK?I?MrcNT . Ft.?r+Miu? R?. p'AP. '¢? l2 x/3'RC13G i PROP, WA°Prc:R f2DCGE. ' NOR ToPO= SF1 y, ?X15rlnlCy WFiT&R EI.?'?? -roe' O'F Vwx . .' M09VAQ-- pJ?7LAN0 ?? ? PiG'DPGAvE'O?yDL. 1 5 _U P/Zno', /aP, v? pSNri PRoP. B.l:. t F ?. ?E1Yo.T?S -?%G L, I/V 1 z: I-giV10S FiLt i?3 WF-TLP'uv0s Ar- YOr•AC. F'1C - in/ rUETU w05' 235 3 oOG Y s 1. ; 1 ? '•11? . ,'•N.1I 1 \ . V • v .. ....... _... - . - - - .. DIVISION OF HIGHWAYS. GUILFORD COUNTY 8.249i101 (U-608) CONSTRUCTION OF BRYAN BLVD. FROM WEST OF OLD OAK RIDGE RD . (5R 27.37 TO EAST OF FLEMMXNG RD.('SR 2136) . SCALE AS SHOWN RYrLv, ? • ?2 SHEET 1f OF A I X. 199 •???? ` .y PROP TDE . ??.? PROP. "Y "of n? ? ? `? ??I 1 1 it v %?n 0 ;h •Y 1 41 . V \ r 4 7 r AI?NorES PILL IN WE7-GaN05 p O .• 50 1 ri uu r yH N , MI •1 1 1 r ? r 1 1 .Fr.»? 1 r Ilr Ir r'1? ?i 1 ? 1 i 1 • r .C . U q r w. r _ f1 ?i r 1 N.C. DEPARTMENT OF RAND A ON' OXVISXON OF HIGHWAYS, GUILFORD COUNTY 0.2491101 (V-608), CONSTRUCTION OF BRYAN BLVD. FROM. WEST OF OLD OAK RIDGE RD. (SR 2137 y? TO EAST OF FLEMMING RD.(SR 2136) SCALE AS ISHOWN SHCCY OF X99 ill T s x A t? ? XD V? m N 490 III I w a f ? TV" , i.z?ll o o $? 1 =`I I 'I W, W' ??a3 , g_+ w V c l 4g • , . , °z> V.C. DEPARTMENT OF TRANSPORTATTIQN' :)IVISYON OF HIGHWAYS. GVILFORD?COUNYY 6.2491101 (U-sos ) CONSTRUCTION OF BRYAN BLVD. FROM WCST OF OLD OAK RIDGE RD .(SR 2137) TO CAST OF FLEMMING RD.($R 2136) , lio. RS S H 0 W N dr ?, ( JAS . 1W 1 _ so I, SUMMARY OF QUANTITIES SITE 1 AREA OF FILL IN WETLANDS= 5 .5 'AC . CREATED WETLANDS= 1.1 AC. FILL. BELOW ORDINARY HIGH WATER (OHW )=. . 275 CY TOTAL FILL. IN WETLANDS= 154,000 CY SITE 2 AREA OF FILL IN WETLANDS= 1.9 AC. TOTAL FILL IN WETLANDS= 102,000 CY STTE 3 FILL BELOW OHW= 3,110 CY SITE 4 AREA OF FILL IN WETLANDS= 1.6-AC. TOTAL FILL IN WETLANDS= 296,700 CY TOTALS AREA OF FILL IN WETLANDS= 9.0 AC. CREATED WETLANDS= 1.1 AC. FILL BELOW OHW= •3 , 385 CY. TOTAL FILL IN WETLANDS= $51,000 CY N .C .' DEPARTMENT •OF TRANS 0 A• I . N', DIVISIOWOF:.'HIGHWAYS'.; GUILFORD COUNTY r• • ti',r ; t' r ,,•;: , 8,.2491101r(U-600 -L r :%???=,;`•:{,ii CONSTRUCTION rbF .BRYAN ."BLVI).FROM '•:' WCST•?OF:?,OLD:•OAK. RIDGE .RD:(Sk%-23,•371 TO EAST. OF' FLr,MMYNG RD.( SR'; 23,36) ' SCRL .As SHOWN, SHCET , OF JAN 199 i. I x Y Site-1 - Old. Oak Ridge Road Site Site 2 - Horsepen Creek Site V GMd I VF' .....r .?..... r6r.1,11,11fw nv 4\ Vl, %&-- woo J 1 r Site Locations ' Figure 1. Mitigation _ 52 Figure 2. 1951 U•S.G.S Topographic Map of the Forsepen Creek mitigation site watershed. 50ALE 1:24000 ? . GUILFORD QUADRANGLE ¢P • NoRTx c,aROlrrrtA-•cuizFox.D co. l . . . 7.5-MINUTE SERIES ?OPOC}RAPHiC)' :' ' ,i 'I .. ' " 0730 , j i. .. ,.• NO= 'FEET 1 li ,... 'o S . p • • s E 6 A M N TRANSRORTRATION- OXVISION OF HIGHWAYS OUILwORO COUNTY .2491101 (1?60G) it, CONSTRUCTION OF BRYAN BLVD, FROM. WEST OF OLD OAK RIDGE RD,(SR 2137 I Ii ' r TO EAST OF FIENM1N6 RD,4SR 21361 ' 53. M b Q M Y M w M I y r 0 V D Y A r • w • Y Y iT V M n b Q ? b Y M O M• :W Y M b r) r1 a T I.. v r -I a ? a , v t "i Cti f r Q M tl +y 1 u o oV w as Y O tr a 4 G a .+ b V w A M M• Xnr ?,\• It ?R ? .1' •? . ? ', ? ••\ i??• ' Vii, i - ?. .••\ ?' •. r 1.4 150 ,,, • ^? ,N, 145 x ti , ? tr l - I ! t I t' ly M r i?1p a?S3 Z ??' .•, ?6 j yi MJ W ? ' I ve i , a C ' t +r 1 C I.?. y? f ,YMt? •iL6:• ?tA r 4 ? *1 .r Y y r ti /• 0 ° ' w . IN ? • Cd ?` P A I t r O \ • ? r r tt, Ar \ \ o \ w • 2? I ? ??;r? Y , 1040, w R ? i.. M C's f r ? Ofi0' . CW.. C % Z` ? Rl ? Z. 4 .?1 ?r N , ? '? . N O ? C 1+ f+ O f•r to O R1 ? . b ?' 1,.;• t? a cz a .t x? o? m -C?z -C C)~ ;o n 1 ` ?4 :D cma N m MM ? ro ? ' tJ N ? P r-p _ ~'' ? C ^{`; Vk J ` ... (9eTZ as )' 4!! DNIWW31A d0 iSV3 of L>~ LZ 2{S )' 421 3!)4Y21 MOO 4310 SO ts3M WOa? ',gA'18 wwMis d0 Nozlon8ISNOO ' NOISIA` C) S..VMHJIH AO :.. ' uda ?o N?w?ada?43 • ?• N rn ?T/3"oNo • ' : rte. -. ?•.. . ? _ . ' . .. . +?... , .. , , ?_ • Cr Q?it01??l 39 Q1 ,? • ?71? J?bINQd02r '?; ?ate • . ? , . - -- 1= .. --- - ins; ?• ... _ ... ? ;tT?J ?eSt 1001", ;05' ..OF cot _ uoF3oas ssoaa Pasodoid ` a3 a0 asa$t a??s uotl'szolsag PuvllaAi Pvaa. P.2F ?I P10 '6 4 4 4 0 A CA) . CA) 0) "Q w •O .n ( L .,., C ,A ? Cf) z N = N . O o 3 0 C -, C c L p a ( D N ? CZ C? ;7 R N• ? O v o ioC Go? rt' o m . a / N o? ?.-?• c. ro o ?v Q R H } GO r? n J ?? o 0 CD ? w N O h1 ('? 'O os?ow A W f o rat m G O fop O °na xn c o? H o rt ? ?-n t9 N S? r n ;I Octal Ol W V1 rj '1 f1 K r t0h rt N li P N M. H. f f9 N G d Q yr T a U3 0 r ? N O ?O Cl) (p N 8.2491402 59 February 27, 1990 PROJECT SPECIAL PROVISION The 1990 Standard Specifications shall be revised as follows: REJECTION OF BIDS: Page 20, Article 102-15. Delete the second sentence of the third paragraph of this Article. UNBALANCED BIDS: Page 89, Sub-article 109-4(B). Delete this Sub-article. 8.2491402 60 3-21-90 PROJECT SPECIAL PROVISION Certification for Federal-Aid Contracts The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his, or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will.be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions: This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of.not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. h PROJECT SPECIAL PROVISIONS Genera Al Project 8.2491402 (U-608) Guilford County CONTRACT TIME AND LIQUIDATED DAMAGES: The date of availability for this contract is November 1, 1993. The completion date for this contract is June 1, 1996. When observation periods are required by the special provisions, they are not a part of the work to be completed by the completion date and/or intermediate contract times stated in the contract. Should an observation period extend beyond the final completion date, the acceptable completion of the observation period shall be a part of the work covered by the performance and payment bonds. The liquidated damages for this contract are Seven Hundred Fifty Dollars ($750.00) per calendar day. A4 INTERMEDIATE CONTRACT TIME NUMBER 1 AND LIQUIDATED DAMAGES: The Contractor shall complete the work required of installing, maintaining, and removing-all the traffic control devices for nighttime and daytime lane closures and placing traffic back on same. The Contractor shall not be allowed to close a lane along Airport Boulevard and Fleming Road during the following time restrictions: TIME RESTRICTIONS Contractor shall not stop traffic for for structure work over Airport Boulev 9:00 a.m. Sundav. Contractor shall not stop traffic for for structure work over Fleming Road any purpose such as setting steel and from 11:00 p.m..Saturday to any purpose such as setting steel rom 11:00 p.m. Saturday to 9:00 a.m. The time of availability for this intermediate contract work shall be the time the Contractor begins to install all traffic control devices for daytime or nighttime lane closures or stopping of traffic according to the time restrictions stated above. The intermediate completion time for this intermediate contract work shall be the time the Contractor is required to complete the removal of all traffic control devices for daytime or nighttime lane closures or stopping of traffic according to the time restrictions stated above and place traffic back on same. Liquidated damages of Five Hundred Dollars ($500.00) will be charged the Contractor for each hour or any portion thereof that the Contractor has failed to complete the installation, maintenance and removal of traffic control devices and has failed to open Airport Boulevard and Fleming Road to traffic in accordance with the time restrictions stated above. 8.2491402 (U-608) G? COMBINED BID: The Contractor will be required to bid on both roadway and structure items on this project as they will not be let separately. A8 PERMANENT SEEDING AND MULCHING: The Department desires that permanent seeding and mulching be established on this project as soon as practical after slopes or portions of slopes have been graded. As an incentive to obtain an early stand of vegetation on this project, the Contractor's attention is called to the following: For all permanent seeding and mulching that is satisfactorily completed in accordance with the requirements of Section 880, "Seeding and Mulching", and within the following percentages of elapsed contract times, an additional payment will be made to the Contractor as an incentive additive. The incentive additive will be determined by multiplying the number of acres of seeding and mulching satisfactorily completed times the contract unit bid price per acre for "Seeding and Mulching' times the appropriate percentage additive. Percentage of Percenta e Elapsed Contract Time Additive 0% - 30% 30% 30.01% - 50% 15% Percentage of elapsed contract time is defined as the number of calendar days from the date of availability of the contract to the date the permanent seeding and mulching is acceptably completed divided by the total original contract time. CONSTRUCTION STAKES, LINES AND GRADES The 1990 Standard Specifications shall be revised as follows: Page 43, Article 105-9. Delete this article and substitute the following: 105-9 Construction Stakes, Lines, and Grades. The Contractor will be required to provide all construction layout, surveying, stakeout, and engineering necessary for the proper control of construction operations in accordance with this provision and the "Manual on Construction Layout" unless otherwise approved by the Engineer. The "Manual on Construction Layout" may be obtained from the Construction Unit. The Department will furnish and set horizontal centerline control and establish elevation benchmarks. The control points will be referenced by the Contractor and the references furnished to the Engineer. The Contractor shall verify the validity of the control points and benchmark elevations prior to beginning the construction layout. Any discrepancies noted shall be brought to the attention of the Engineer. Utilizing the 2 8.2491402 (U-608) benchmarks and horizontal control points established by the Department, the Contractor shall lay out the work and shall be responsible for all measurements that may be required for the execution of the construction in conformity with the plans and specifications or authorized revisions thereto. The Department will establish the location of all proposed R/W monuments for this project. The Contractor shall reference the location of all proposed R/W monuments that are within the construction limits. The Contractor shall reestablish this location upon completion of construction in this area and set the R/W monument and guard stake. At each location the Contractor shall install a right-of-way monument consisting of a right-of-way monument cap mounted on an 18" long #5 reinforcing bar and a fiberglass witness stake. The right-of-way monument cap shall be snugly secured to the top of the reinforcing bar with a hammer. The witness stake shall be located adjacent to the right-of-way monument and driven approximately 12" into the ground. Care shall be taken to prevent damage to the top of the monument cap or witness stake. The #5 reinforcing bar, monument cap, and witness stake will be provided by the Department. The Contractor shall be responsible for the preservation of Department furnished centerline or baseline control and benchmarks. The Contractor shall establish and identify clearing limits. The Contractor shall provide all additional stakes including but not limited to centerline, Mine, connections, ramps, loops, slope stakes, right of way markers, fine grade stakes, construction benchmarks, and other reference marks or points that may be necessary to provide alignments and grades for construction of all roadway, structure, and miscellaneous items. The Contractor shall perform any staking or restaking as deemed necessary by the Engineer to ensure all roadway, structure, and miscellaneous items are constructed in accordance with the established lines and grades. It shall be the responsibility of the Contractor to advise the Engineer of horizontal or vertical alignment revisions needed to establish smooth transitions to existing facilities. When requested by the Engineer, the Contractor shall check the accuracy of the stakeout and keep cost records to verify the cost of checking the stakeout. When the original stakeout is found to be correct, the Department shall reimburse the Contractor, if requested, for the verified actual cost of checking the stakeout. Payment for such additional surveying will be limited to an amount that does not exceed that which would have been made had the additional surveying been performed under the provisions of Article 109-3. Where the original stakeout is found to be in error, the cost of checking and correcting the stakeout shall be at no cost to the Department. The benchmarks furnished and established by the Department shall be preserved and protected by the Contractor. Any benchmarks conflicting with the construction of the project will be relocated by the Department upon request of the Contractor. Any.temporary benchmarks which are needed for construction shall be established by the Contractor. 3 8.2491402 (U-608) The Contractor shall stake the horizontal alignments shown on the plans or for borrow pits as deemed necessary by the Engineer for accurate measurement of quantities for payment. The staking of these horizontal alignments shall begin within 48 hours of the Engineer's notice to proceed. The Contractor shall stake these alignments just before field cross-sections are taken by the Engineer for both original and final cross-sections. The Engineer may elect to take the cross-sections by either hand or aerial methods. In addition, the Contractor shall stake these alignments as deemed necessary by the Engineer for estimating quantities for partial payments. Cross-sections necessary for estimating these quantities will be taken by the Department. Stakeout of the survey line for final cross-sections shall be considered part of the work required prior to the final acceptance of the project. Upon the completion of the entire project with the exception of the survey line for final cross-sections and upon request by the Contractor, the project will be accepted, excluding the survey line, for maintenance by the Department. The Contractor shall set stakes to establish lines and grades for subgrade, base, curb, and related items at intervals along the line of work not greater than 50 feet. When the Engineer determines that horizontal or vertical alignments require the spacing of the stakes to be closer than 50 feet, the stakes shall be set accordingly. Grade stakes shall be set at intervals specified herein but at offsets determined by the Contractor to facilitate checking of all subgrade, base, curb, and pavement elevations including those in crossovers, intersections, and irregular shaped areas. The Contractor shall set slope stakes at all stations and half stations in accordance with the procedures established in the "Manual on Construction Layout". Fine grade or other grade stakes required for the construction of the project shall be set as the work progresses. Fine grade hubs (blue tops) shall be set on both sides of each roadbed with distances and. grades referenced to either the finished centerline or edge of pavement grade, as appropriate. Structure construction stakes and other reference control marks shall be set at sufficiently frequent intervals to assure that all components of the structure are constructed in accordance with the lines and grades shown in the plans. The Contractor will be responsible for all structure alignment control, grade control, and all necessary calculations to establish and set these controls. The Engineer will furnish the Contractor the finished construction elevations for his use in determining the required construction elevations for bridges. The Contractor shall furnish a layout drawing for each structure after staking has been completed for review by the Engineer before the structure construction begins. The Contractor shall make available to the Engineer all survey records made by his forces. The Engineer reserves the right to check, correct where necessary, or require any layout work to be revised. These records shall be available to the Engineer upon request for review during the project and submitted in total upon completion of the work. All inaccuracies in the construction stakeout shall be corrected by the Contractor prior to the Contractor being permitted to perform the affected work. Consideration will not be given for any extension of 4 8.2491402 (U-608) contract time or additional compensation due to delays, corrective work, or additional work that may result from construction layout, surveying, and engineering required by this provision except when such delays, corrective work, or additional work is through no fault of the Contractor. At the beginning of the work, the Resident Engineer or his designated representative will review the Contractor's proposed method for setting up survey books to assure clarity and adequacy. The Contractor shall submit two (2) copies of all layout drawings for utility construction systems, drainage systems, and structures to the Resident Engineer for his review or review and approval. The review or review and approval will be noted by the Resident Engineer or his representative by adding an appropriate note to the drawings along with his signature. A copy of the drawings will be retained by the Resident Engineer and a copy will be returned to the Contractor. For roadway items, the Resident Engineer or his representative will visually check the stakeout of survey lines, slope stakes, drainage and utility systems, fence stakes, right-of-way stakes, and fine grade stakes of all types. Periodic checks of each type of staking using the necessary surveying equipment will be performed. For structure items a visual check will be made for the stakeout of box culverts and other minor structures for comparison with the Contractor's layout drawings. After the stakeout of each bridge and before work begins, the DOT survey crew shall make an independent verification of each reference point and each temporary benchmark. The Contractor shall submit his method for computing buildups over beams, screed grades, and overhang form elevations to the Resident Engineer for review prior to staking out these items. It is emphasized that the Department's checking of the Contractor's work in no way relieves the Contractor of responsibility for conformance with the plans and specifications. If the Engineer or inspector fails to point out any work which does not conform with the plans and specifications, whether from lack of discovery or for any other reason, it shall in no way prevent later rejection or corrections to the unsatisfactory work when discovered. The Contractor shall have no claim for losses suffered due to any necessary removals or repairs resulting from the unsatisfactory work. The Contractor shall provide drainage location stakes, a sketch of the drainage system, and grades and elevations of the drainage system to the Engineer for review and approval prior to beginning work on a drainage system. In so doing, the Contractor will be responsible for investigating all existing and proposed utilities, all proposed utility construction, and existing drainage systems; locating all utilities, all proposed utility construction, all existing drainage system; and considering their locations and elevations in the stakeout of the drainage system. 8.2491402 (U-608) For the utility work to be performed under the contract, the Contractor shall provide utility construction stakes; a sketch of the utility construction system; grades and elevations of the utility construction system; and elevations of the existing utilities, existing drainage system, and proposed drainage system to the Engineer for review and approval prior to beginning work on a utility construction system. The Contractor will be responsible for investigating all utilities, all proposed drainage systems, and all-existing-drainage systems and considering their locations and elevations in the stakeout of the utility construction. When the Contractor is required to perform additional investigative surveying,'which in his opinion could not have been reasonably anticipated and is not customary or inherent to the construction industry, he shall notify the Engineer in writing prior to beginning such additional surveying. When the Engineer determines that the investigative or supplemental surveying could not have been reasonably anticipated, the Department will reimburse the Contractor at the rate of $80.00 per hour for each and every hour the Contractor's survey crew is actively engaged in performing the additional investigative or supplemental surveying. The survey crew size shall be adequate to efficiently perform the work required and shall meet the approval of the Engineer. When the Engineer determines that the Contractor could have reasonably anticipated the need to perform the investigative survey, or such survey is customary or inherent to the construction industry, such survey shall be at no cost to the Department as such cost shall be considered to be part of the work required by the Department. Should the Contractor not agree with the decision of the Engineer, he shall strictly adhere to the provisions of Article 104-8(B) of the Standard Specifications. The Contractor shall furnish personnel, working under the supervision of a Registered Professional Engineer or Registered Land Surveyor, who are fully qualified and capable of establishing or reestablishing all line and grade points necessary to.complete the work in accordance with the plan dimensions and to the tolerances established in the "Manual on Construction Layout" or as designated by the Engineer. The Contractor shall not engage the services of any person or persons in the employ of the Department of Transportation for the performance of any work covered by this item. All surveying equipment, stakes, and any material and equipment necessary to perform the work shall furnished by the Contractor and shall be acceptable to the Engineer. Acceptance or approval of all or part of the Contractor's layout by the Engineer shall not relieve the Contractor of his responsibility to secure proper lines, grades, and dimensions in the completed work, and he shall correct all errors caused by him at no cost to the Department. COMPENSATION Payment at the contract lump sum price for "Construction Surveying" will be made for providing all construction layout, surveying, stakeout, and engineering necessary for the proper control of the construction 6 8.2491402 (U-608) operations to construct the project in accordance with the lines, grades, and dimensions detailed in the plans and provisions. Such price and payment will be full compensation for constructions surveying and shall include but not be limited to furnishing personnel; all surveying equipments, stakes, sketches, calculations, and stakeout records; and any materials and equipment necessary to perform the construction surveying. Payment will be at the stated price of $80.00 per hour for "Supplemental Surveying" for each and every hour the Contractor provides supplemental or investigative surveying as directed by the Engineer and in accordance with this provision. Such price and payment will be full compensation for supplemental surveying or investigative surveying and shall include but not be limited to furnishing personnel; all surveying equipment, stakes, sketches, calculations, and stakeout records; and any materials and equipment necessary to perform the supplement surveying or investigative surveying. Partial payments for the item of "Construction Surveying" will be made on each particular payment estimate based upon the percentage complete of the item of "Construction Surveying" as determined by the Engineer. Any payments for supplemental or investigative work required by this provision will be paid on the appropriate partial payment estimate. Payment will be made under: Construction Surveying .....................................Lump Sum Supplemental Surveying .........................................Hour TRAINING REQUIREMENTS: The Contractor's attention is directed to the Standard Special Provision "Training Special Provision" included elsewhere in this proposal. A18 The number of trainees to be trained on this project shall be five. A19 COOPERATION BETWEEN CONTRACTORS: The Contractor's attention is directed to Article 105-7 of the Standard Specifications. There is a project underway on the east end of this project that will not be completed by the date of availability of this project. The Contractor on this project shall cooperate with the Contractor working within or adjacent to the limits of this project to the extent that the work can be carried out to the best advantage of all concerned. A23 7 8.2491402 (U-608) G8 MAJOR CONTRACT ITEMS: The following listed items are the major contract items for this contract (See Articles 101-53 and 104-5 of the Standard Specifications): Item No. Description A25 5-13-225 Unclassified-Excavation 9-28-230 Borrow Excavation 222-2228-420 Class "A" Concrete (Culvert) SPECIALTY ITEMS: Items listed below will be the specialty items for this contract (See Article 108-6 of the Standard Specifications). Line Code No. Description A28 108 thru 115 Guardrail Items 116 thru 120 Fencing Items 125 thru 145 Erosion Control Items 146 thru 161 Demolition of Buildings and Appurtenances 162 thru 174 Utility Construction Items 175 thru 181 Thermoplastic Pavement Markings 190 thru 193 Pavement Markers BURNING RESTRICTIONS: Open burning will not be permitted on any portion of the right-of-way limits established for this project. The clearing, grubbing or demolition debris designated for disposal and generated from the project shall not be burned at locations within the project limits, off the project limits or at any waste or borrow sites in this county. The clearing, grubbing and demolition debris shall be disposed of, by means other than burning, according to state or local rules and regulations. LATE FENCING: The Contractor shall not install the control of access fence from Station 11+50, Ramp A to Station 150+07.36 until the last operation of work, unless otherwise directed by the Engineer. W 8 PROJECT SPECIAL PROVISIONS Roadway A29 h Project 8.2491402 (U-608) Guilford County SUBSURFACE INFORMATION: Subsurface information is available on this project. A47 CLEARING AND GRUBBING: Clearing on this project shall be performed to the limits established by Method "III" shown on Standard No. 200.03A of the Roadway Standards. A49 SELECT GRANULAR MATERIAL: The Contractor shall furnish and place select granular material over the previously placed fabric for soil stabilization as directed by the Engineer. The select granular material used over the soil stabilization fabric shall meet one of the following requirements: (1) A-1, A-3, A-2-4 soils or A-4 soils containing 45% maximum passing a No. 200 sieve and a maximum P.I. of 6. (2) Crushed stone screenings (washed or unwashed) meeting the following gradation: Sieve % Passing 3/8 in. 100 # 4 85-100 # 10. 70-95 # 40 35-55 # 200 0-20 The quantity of select granular material to be paid for will be the actual number of cubic yards for select granular material which has been incorporated into the completed and accepted work. The quantity of select granular material measured as provided for above, will be paid for at the contract unit price per cubic yard for "Select r Granular Material". Such price and payment will be full compensation for furnishing, hauling, placing and all incidentals necessary to complete the work satisfactorily. A55 FABRIC FOR SOIL STABILIZATION: 1.1 Description This work consists of furnishing and installing synthetic fabric for stabilizing soil.in accordance with this provision and at locations shown on the plans or as directed by the Engineer. 8.2491402 (U-608) 70 2.1 Materials (A) General Fabric Properties: The fabric shall be composed of strong rot-proof synthetic fibers formed into a fabric of either the woven or nonwoven type. Either type of fabric shall be free of any treatment or coating which might significantly alter its physical properties before or after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from ultraviolet or heat exposure. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that the fibers retain their relative position with respect to each other. The edges of the fabric shall be finished to prevent the outer fibers from pulling away from the fabric. The fabric shall be free of defects or flaws which significantly affect its physical and/or filtering properties. Sheets of fabric may be sewn or bonded together. No deviation from any physical requirements will be permitted due to the presence of the seam. During all periods of shipment and storage, the cloth shall be wrapped in a heavy duty protective covering to protect the cloth from direct sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. After the protective wrapping has been .removed, the fabric shall not be left uncovered under any circumstances for longer than four (4) days. When wire staples are required, they shall meet the requirements of Article 1060-7(D) of the 1990 Standard Specifications. (B) Fabric Physical Requirements: The fabric shall meet the following physical requirements.. All minimum strength requirements are minimum average roll values in the weakest principal direction: Fabric Property Test Method Requirements Tensile Strength ASTM D 4632 (Grab Test Method) 200 lbs Minimum Puncture Strength ASTM D 3787, Modified 80 lbs.Minimum Bursting Strength ASTM D 3786, (Diaphragm Method) 390 psi Minimum (Mullen) ADS, U. S. Std. Sieve ASTM D 4751 30 - 80 (C) Certification: The Contractor shall furnish a Type 1 Type 2 or Type 3 Material Certification, for the fabric in accordance with Article 106-3 of the Standard Specifications; however, the material shall be subject to inspection, test, or rejection by the Engineer at any time. 2 8.2491402 (U-608) r, 3.1 Construction Methods The fabric shall be placed at locations as directed by the Engineer. The surface shall be free of obstructions, debris and pockets. At the time of installation, the fabric will be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation, or storage. The fabric shall be placed with the long dimension parallel to the centerline of the roadway and shall be laid smooth and free from tension, stress, folds, wrinkles or creases. All transverse and longitudinal joints shall be overlapped a minimum of 18 inches or sewn using techniques and thread which are recommended by the manufacturer and approved by the Engineer. Standard installation procedure shall call for overlapping unless otherwise directed to sew by the Engineer in areas where the foundation soils are extremely soft and unstable. Wire staples shall be used as needed to hold the fabric in place until it is covered. No equipment will be allowed to operate on the fabric until it is covered with material as directed by the Engineer. Unless otherwise stipulated, the backfill material shall consist of A-1, A-3, A-2-4 soils or A-4 soils containing 45% or less passing a No. 200 sieve and a maximum P.I. of 6. 4.1 Method of Measurement The quantity of fabric to be paid for will of fabric, measured along the surface of the acceptably placed. No separate measurement fabric. 5.1 Basis of Payment be the number of square yards ground, which has been will be made of overlapping The quantity of fabric, measured as provided in Article 4.1 above, will be paid for at the contract unit price per square yard for "Fabric for Soil Stabilization Such price and payment will be full compensation for all work covered by this provision, including but not limited to furnishing, hauling, placing, and sewing the fabric and furnishing and placing wire staples. Payment will be made under: Fabric for Soil Stabilization. . . . . . . . . Square Yard A56 DITCH BLOCKS: The Contractor shall construct ditch blocks in accordance with the details in the plans and at locations shown in the plans or at other locations as directed by the Engineer. No direct payment will be made for the construction of the ditch blocks as such work will be considered incidental to the work being paid for as "Unclassified Excavation" or "Borrow Excavation". A57 3 8.2491402 (U-608) BORROW EXCAVATION: -- Z Delete entire Subarticle 230-4(C)2 and substitute the following: The sampling, testing and acceptance of contractor furnished borrow material shall be done in accordance with the "Procedures for Sampling and Approving Contractor Furnished Borrow Sources" in effect on the date of advertisement for-the project. Copies of this document are available from the Materials and Test Unit. The criteria for the acceptance of the proposed contractor furnished borrow material is shown below. Criteria for Acceptance of Borrow Material 1. Statewide Criteria: (See exceptions in II) (a) Only natural earth materials may be used as borrow material. Any other materials are subject to rejection (See II-b). Soil with P.I. of 25 or less....... Acceptable Soils A-2-5 and A-5 with... .......Shall not be used in the top P.I. of less than 8 1 ft. of embankments nor shall such materials be used as backfill in undercut areas unless waived in writing by .the Engineer. Soil with P.I. of 26 thru 35....... Acceptable, but not to be used in top 2 ft. of embankment or backfill. Soil with P.I. of more than 35...... Not Acceptable. Also applicable to the floodplains of the Roanoke, Tar, Neuse, Cape Fear, and Lumber Rivers and their tributaries which are outside the above described areas. (b) Waste or.by-products from industrial processes or mining operations are not acceptable except by specific, written approval of the Engineer. This includes soil overburden from quarries. (c) When tested, soils having a PH of less than 5.5 or an organic content more than 4.0% may be rejected. A58 EXCAVATION OF ROCK BY THE USE OF EXPLOSIVES: The Contractor's attention is directed to Article 107-11 of the Standard Specifications. In addition to the requirements of this article, the Engineer will, as necessary, monitor blasting operations with an engineering seismograph. In order to facilitate such work, the Contractor shall give the Engineer seven days advance notice before the initial blasting is performed and 24 hours notice for subsequent blasting operations. 4 8.2491402 (U-608) ri• The Contractor shall cooperate with the Engineer in establishing a signal system prior to blasting which will allow vibrations to be effectively monitored. The monitoring of blast vibrations by the Engineer or the submission of blast reports by the Contractor shall in no way relieve the Contractor of his responsibilities as defined in Article 107-11. CHIPPED WASTE TIRES IN EMBANKMENTS: 1.1 DESCRIPTION The work covered by this section consists of placing 6,500 cubic yards of chipped waste tires within the embankment to be constructed from Ramp D Station 4+27.49 to Ramp D Station 11+55.98 at the -Y3- interchange (Fleming Road). The Contractor shall provide the material from a supplier and all transportation as well as permits for transportation and storage before placement. The Engineer reserves the right to delete all or any portion of this item of work and the provisions of Articles 104-6 and 109-6 of the Standard Specification shall not be applicable to this work. 2.1 MATERIAL The material shall be chipped waste tires. Ninety-five percent (95%) of the chipped waste tires shall be three (3) inches or less in size, measured in any one direction, and shall be relatively wire free. Relatively wire free shall mean that ninety percent (90%) of the chipped waste tires shall not have exposed wire extending more than 1/4" beyond the surface of the tire rubber. All tire material shall be processed from scrap tires taken from within North Carolina. The Contractor shall be responsible for securing all necessary permits, which may be required for the transport and storage of chipped tire material, from the North Carolina Department of Environment, Health and Natural Resources,.Solid Waste Management Section. The Contractor shall certify by written notarized document that the chipped tire rubber was produced from North Carolina whole scrap tires. 3.1 CONSTRUCTION METHODS The chipped tires are to be placed in the core of the embankment section described in Section 1.1 above. Chipped tires shall not be placed within four (4) feet of the outside limits of embankments, or subgrade, or below elevation 783.0. The left side of the tire/soil core is defined by a 2:1 slope. This slope begins at a point four (4) feet below subgrade at the Ramp D survey line. The slope proceeds toward the -L- line and ends at a point four (4) feet above natural ground or elevation 783.0. Embankments shall be constructed by placing alternate layers of chipped tires and soil and mixing and blending together during compaction. The embankment shall be manipulated sufficiently to minimize voids. The 5 8.2491402 (U-608) thickness of uncompacted layers of chipped tires and soil shall be as directed by the Engineer. For those areas where chipped tires are to be incorporated into embankment, chipped tires shall constitute between thirty percent (30%) and sixty (60%) by volume of that portion of the embankment. An average of forty-five percent (45%) shall be a goal. The actual percentage shall be directed by the Engineer. The compaction shall be to the satisfaction of the Engineer. 4.1 METHOD OF MEASUREMENT The quantity of chipped tires to be paid for will be the actual number of cubic yards of approved material, measured in trucks, which has been delivered and incorporated into the completed and accepted work. Each truck will be measured by the Engineer and shall bear a legible identification mark indicating its capacity. Each truck shall be loaded to at least its measured capacity at the time it arrives at the point of delivery. No reduction will be made for voids when making truck measurements. 5.1 BASIS OF PAYMENT The quantity of chipped tire material, measured and provided in Section 3.1 above, will be paid for at the contract unit price per cubic yard for "Chipped Tire Material". Payment for the chipped tires for embankment shall be full compensation for furnishing, placing, manipulating the soil and chipped tires to minimize voids, and compacting the material. Payment will be made under: Chipped Tire Material ............................Cubic Yards FILTER FABRIC FOR DRAINAGE: Description: The work covered by this provision consists of furnishing, placing and maintaining filter fabric for drainage at locations shown in the plans. Materials: Filter fabric shall meet the requirements of Article 1056 for type 2 of the Standard Specifications. Construction Methods: The filter fabric shall be constructed in accordance with Sections 851 and 868 of the Standard Specification. The fabric shall be placed in accordance with Roadway Standard Drawings 851.01A, 851.02A, 868.01B, 868.02B and/or details in the plans. 6 8.2491402 (U-608) Method of Measurement: The quantity of filter fabric to be paid for will be the area in square yards, measured along the surface of the ground, over which filter fabric has been acceptably placed. Basis of Payment: The quantity of filter fabric, measured as provided for in above will be paid for at the contract unit price per square yard for "Filter Fabric for Drainage". The above prices and payments will be full compensation for all work covered by this provision, including but not limited to furnishing and placing the filter fabric and all incidentals necessary to complete the work. Payment will be made under: Filter Fabric for Drainage ...........................Square Yard RESTRICTIONS ON CONSTRUCTION OF EMBANKMENT: The Contractor shall construct the embankments for the structure to the finished graded roadway section and will not be allowed to begin any work on the approach slabs for a period of one (1) month. The Contractor will be required to maintain the embankments at finished graded roadway section during the waiting period. Additional earth material required to maintain embankment of finished graded roadway section will be paid for at the contract unit price per cubic yard for "Borrow Excavation" or "Unclassified Excavation" as the case may be. A66 STREET SIGNS AND MARKERS AND ROUTE MARKERS: The Contractor shall move any existing street signs and markers and route markers out of the construction limits of the project and install the street signs and markers and route markers so that they will be visible to the traveling public if there is sufficient right of way for these signs and markers outside of the construction limits. Near the completion of the project and when so directed by the Engineer, the Contractor.shall move the signs and markers and install them in their proper location in regard to the finished pavement of the project. Any signs or markers which cannot be relocated due to lack of right of way, or any signs and markers which will no longer be applicable after the construction of the project, shall be stockpiled at locations directed by the Engineer for removal by others. The Contractor will be responsible to the owners for any damage to any street signs and markers or route markers during the above described operations. 7 8.2491402 (U-608) No direct payment will be made for relocating, reinstalling, and/or stockpiling the street signs and markers and route markers as such work will be considered incidental to other work being paid for by the various items in the contract. A71 HAULING OVER PROPOSED STRUCTURES: The Contractor's attention is called to the fact that in the event he needs to haul embankment material over the proposed bridges on this project, he will be required to limit the gross load to the following weights: A72 (HS-20) Maximum axle load Maximum load per axle on tandem axles Maximum total load 36,000 lbs. 30,000 lbs. 90,000 lbs. A73 The Contractor will be further required to place approved temporary guides on the bridge floor, as directed by the Engineer, in order to position the wheel loads as nearly as possible directly over the bridge girders; and to keep the bridge floor clean so as to reduce impact forces. Only one earth moving vehicle will be allowed on the structure at any time. Upon completion of hauling over each of the bridges, the Contractor will be required to clean the bridge floor, curbs, and rails in a manner acceptable to the Engineer. A75 SHOULDER MATERIAL: The required shoulder construction for this project shall be performed in accordance with the applicable requirements of Section 560 of the Standard Specifications except as follows: When shoulder material is obtained from roadway excavation, no direct payment will be made for the work of shoulder construction as such work will be considered incidental to the item of "Unclassified Excavation". When shoulder material is obtained from borrow sources or from stockpiled material, payment for the work of shoulder construction will be made at the contract unit price per cubic yard for "Borrow Excavation" in accordance with the applicable provisions of Section 230 of the Standard Specifications. A90 BITUMINOUS PAVER: The Contractor's attention is directed to Article 610-9 of the Standard Specifications dealing with automatically controlled screeds on the bituminous pavement spreaders. A91 T 8 8.2491402 (U-608) r?? y I ( A mobile string line consisting of a 25 to 40 foot long ski will be required on this project. A92 BITUMEN CONTENT OF BITUMINOUS PLANT MIXES: The approximate bitumen content of the bituminous concrete plant mixtures used on this project will be as follows: Bituminous Concrete Base Course, Type HB 4.0% Bituminous Concrete Binder Course, Type H 5.2% Bituminous Concrete Surface Course, Type I-1 6.0% The actual bitumen content will be established during construction by the Engineer within the limits established in the Standard Specifications. A96 BITUMINOUS PLANT MIXTURES: A97 Bituminous concrete base course material shall be placed in trench sections with bituminous pavement spreaders made for the purpose or with other equipment approved by the Engineer. A98 NON-STRIP ADDITIVE - BITUMINOUS PLANT MIX: When directed by the Engineer, the asphalt. cement which is to be added to the bituminous plant mix for either standard mixture or recycled mixture shall contain an approved non-strip additive in accordance with the requirements of.Section 622 of the Standard Specifications. The quantity of non-strip additive shall be 0.5 percent of the asphalt cement quantity unless otherwise directed by the Engineer. Furnishing non-strip additive will be paid for as provided in Article 622-5 for "Non-Strip Additive" except as noted below. Where the contract does not include the item of "Non-Strip Additive", payment for the quantity of non-strip additive, measured as provided in Article 622-4, will be made at a unit price of $0.65 per pound. Such price and payment will be full compensation for furnishing and incorporating the non-strip additive into the bituminous plant mix. A109 CONCRETE FLUME: At locations shown in the plans, the Contractor will be required to r construct concrete flumes, 6" x 8" concrete curb, and apron in accordance with Standards 100.11 and 862.03. Materials shall meet the requirements of Section 825 of the Standard Specifications except that the concrete shall be Class "B" or of higher compressive strength: The Contractor shall remove and dispose of the existing temporary slope drain prior to beginning installation of the concrete flume. At the Contractor's option, he may elect to substitute 4" of Bituminous Concrete Base Course, Type HB or 4" of Class "B" or higher strength 9 8.2491402 (U-608) concrete for the 6" aggregate base. Should the Contractor elect to use the concrete as a base, the base shall be constructed independently of the flume, curb and apron. Each concrete flume, 6" x 8" concrete curb, and apron completed and accepted will be paid for at the contract unit price per each for "Concrete Flume". Such price and payment will be full compensation for all materials, labor,--equipment, tools, removing and disposing of the temporary slope drains, and any other incidentals necessary to complete the work satisfactorily. The funnel drain pipe, metal funnels, and funnel drain elbows will be measured and paid for in accordance with Section 820 of the Standard Specifications. A136 CONVERT EXISTING JUNCTION BOX TO DROP INLET: At the proper phase of construction, the Contractor shall convert the existing junction boxes at locations indicated in the plans or directed by the Engineer, to drop inlets in accordance with the details in the plans and the applicable requirements of Sections 840 and 859 of the Standard Specifications. The quantity of converting existing junction boxes to drop inlets to be paid for will be the actual number of existing junction boxes converted to drop inlets, completed and accepted. The quantity of converting existing junction boxes to drop inlets, measured as provided above, will be paid for at the contract unit price each for "Convert Existing Junction Box to Drop Inlet". Such price and payment shall be considered full compensation for all equipment, materials, labor, tools, and incidentals necessary to complete each conversion satisfactorily. TEMPORARY DETOURS: The temporary detours required on this project shall be constructed in accordance with the typical sections in the plans or as directed by the Engineer. Payment for the construction of the detours will be made at the contract unit prices for the various items involved. After the detours have served their purpose, the portions deemed unsuitable for use as a permanent part of the project shall be removed as directed by the Engineer. The aggregate base course removed from the detours shall be salvaged and stockpiled at locations within the right of way, as directed by the Engineer, for removal by State Forces. Pipe culverts removed from the detours shall remain the property of the Contractor and shall be removed from the project when they are no longer needed. Pavement and earth material removed from the detour shall be placed in embankments or disposed of in waste areas furnished by the Contractor. Aggregate base course and earth material that is removed will be measured and will be paid for at the contract unit price per cubic yard for "Unclassified 10 8.2491402 (U-608) r? Excavation". Pavement that is removed will be measured and will be paid for at the contract unit price per square yard for "Removal of Existing Pavement". Pipe culverts that are removed will be measured and will be paid for at the contract unit price per linear foot for "Pipe Removal". Such prices and payments will be full compensation for the work of removing, salvaging, and stockpiling aggregate base course; placing and removing any and pipe culverts; and for placing earth material and pavement in embankments or disposing of earth material and pavement in waste areas. A140 GUARDRAIL ANCHOR UNITS, TYPE BCT-I AND CAT-I: The Contractor will be required to use steel tube footings in conjunction with the Guardrail Anchor Units, Type BCT-I and CAT-I on this project. B9 SPLIT RAIL FENCE: The Contractor shall construct split rail fence in accordance with the details in the plans, at the locations shown on the plans, the applicable sections of Section 1082 of the Standard Specifications and as directed by the Engineer. The quantity of split rail fence to be paid for will be the actual number of linear feet of split rail fence measured in place from center of end post to center of end post, which has been completed and accepted. The quantity of split rail fence measured as provided above will be paid for at the contract unit price per linear foot for "Split Rail Fence". Such price and payment will be full compensation for all work covered by this provision including but not limited to furnishing and installing all posts, rails and all other materials, labor, tools, equipment and incidentals necessary to complete the work. DEMOLITION OF BUILDINGS AND APPURTENANCES: The Contractor shall demolish the buildings and appurtenances which are listed below in accordance with Section 210 of the Standard Specifications and the following provisions: Prior to demolishing any building, the Contractor shall comply with the notification requirements of Title 40 Code of Federal Regulations, Part 61.145, which are applicable to asbestos. Notification shall be given to the North Carolina Department of Environment, Health and Natural Resources, Division of Epidemiology, Asbestos Management Branch and/or the appropriate county agency when enforcement of the Federal Regulation is performed by the county. A copy of the notification shall be submitted to the Engineer prior to the building demolition. The Department has performed asbestos assessments for building items identified below as containing asbestos. Copies of this report may be obtained thru the Division Right-of-Way Agent. When the contract does not indicate the presence of asbestos and asbestos is discovered after the 11 8.2491402 (U-608) so opening of bids for the project, the cost of asbestos removal and disposal will be paid for in accordance with Article 104-7 of the Standard Specifications. Removal and disposal of asbestos shall be performed in accordance with the requirements of Title 40 Code of Federal Regulations. The Contractor shall comply with all Federal, State and local regulations when performing building demolition and/or asbestos removal and disposal. Anv fines resulting from violations of any regulation shall be the sole responsibility of the Contractor ana the Contractor a rees io inaemnIT and hod harmless the Department against any assessment of such fines. Prior to removal of any Underground Storage Tank (UST), the Contractor shall comply with the notification requirements of the Title 40 Code of Federal Regulations, Part 280.71(a). Notification shall be given to the appropriate regional office of the North Carolina Department of Environment, Health, and Natural Resources, Division of Environmental Management, Groundwater Section. A copy of the notification shall be submitted to the Engineer prior to the removal of the underground storage tank. UST systems shall be permanently closed by removal and dispose of in compliance with the regulations set forth in Title 40, Code of Federal Regulations, Part 280.71 and North Carolina Administrative Code Title 15A, Chapter 2, Subchapter 2N and any applicable local regulations. Underground Storage Tank sites shall be assessed at closure for the presence of contamination as required in NCAC Title 15A, Chapter 2, Subchapter 2N, Section .0803 and as directed by the appropriate Regional Office of the Division of Environmental Management. UST systems and contents shall be removed and disposed of in a safe manner in conformance with requirements of American Petroleum Institute Bulletin 1604, "Removal and Disposal of Used Underground Petroleum Storage Tanks", Chapters 3 through 6. (Note: As an exception to these requirements, the filling of the tank with water as a means of expelling vapors from the tank as described in section 4.2.6.1 of API Bulletin 1604, will not be allowed. Where underground storage tanks are indicated below, there will be no direct payment for the closure or assessment, as payment at the contract lump sum price for "Demolition of Buildings and Appurtenances" will be full compensation for all costs of such closure or assessment. When the contract does not indicate the presence of storage tanks and storage tanks are discovered after the opening of bids for the project, the cost of closure, assessment and/or removal will be paid for in accordance with Article 104-7 of the Standard Specifications. Disposition of any contaminated material associated with underground storage tanks will be made as provided in Article 107-26 of the Standard Specifications. B29 Demolition of Buildings and Appurtenances (Item No. 1) Parcel 1-C - Right of Survey Station 20+75, Survey Line Y-2 One-Story Frame Barn Demolition of Buildings and Appurtenances (Item No. 2) Parcel 1-C - Left of Survey Station 20+75, Survey Line Y-2 One-Story Frame Shed 12 8.2491402 (U-608) 1 Demolition of Buildings and Appurtenances (Item No. 3) Parcel 1-C - Left of Survey Station 21+30, Survey Line Y-2 One-Story Frame Shed Demolition of Buildings and Appurtenances (Item No. 4) Parcel 1-C - Right of Survey Station 21+70, Survey Line Y-2 One-Story Frame Shed " Demolition of Buildings and Appurtenances (Item No. 5) Parcel 1-C - Right of Survey Station 22+40, Survey Line Y-2 Two-Story Frame Dwelling Demolition of Buildings and Appurtenances (Item No. 6) Parcel 1-C - Right of Survey Station 22+65, Survey Line Y-2 One-Story Frame Shed Demolition of Buildings and Appurtenances (Item No. 7) Parcel 1-C - Left of Survey Station 24+09.57, Survey Line Y-2 One-Story Frame Shed Demolition of Buildings and Appurtenances (Item No. 8) Parcel 1-C - Left of Survey Station 27+30, Survey Line Y-2 One-Story Frame Barn (Ruins) Demolition of Buildings and Appurtenances (Item No. 9) Parcel 1-D - Right of Survey Station 12+10, Survey Line Y-4 One-Story Frame Dwelling Demolition of Buildings and Appurtenances (Item No. 10) Parcel 5 - Right of Survey Station 6+45, Survey Line Ramp "C" Two-Story Tobacco Barn Demolition of Buildings and Appurtenances (Item No. 11) Parcel 8 - Left of Survey Station 58+20, Survey Line L One-Story Brick Dwelling Demolition of Buildings and Appurtenances (Item No. 12) Parcel 8 - Left of Survey Station 56+90, Survey Line L One-Story Frame Shed Demolition of Buildings and Appurtenances (Item No. 13) Parcel 13-A - Left of Survey Station 94+57, Survey Line L One-Story Brick Dwelling Demolition of Buildings and Appurtenances (Item No. 14) Parcel 69 - Left of Survey Station 34+05, Survey Line L Gas Light Demolition of Buildings and Appurtenances (Item No. 15) 4 Parcel 1-C - Right of Survey Station 24+20, Survey Line Y-2 One-Story Frame Barn Demolition of Buildings and Appurtenances (Item No. 16) Parcel 1-C - Left of Survey Station 22+45, Survey Line Y-2 Two Junk Cars 13 8.2491402 (U-608) 82 When the description of the work for an item indicates a building partially within and partially outside the right-of-way and/or construction area but does not require the building to be cut off, the entire building shall be demolished. This paragraph pertains to Item No. 2 and Item No. 3. It is noted that Item No. 5 contain asbestos. Copies of the inspection report-are available-for review in the Division Right of Way Office in Greensboro. ` PAYMENTS FOR MATERIALS - REMOVABLE PAVEMENT MARKING MATERIAL: When so authorized by the Engineer, partial materials payments will be made up to 90 percent of the delivered cost of pavement marking tape, provided that these materials have been delivered on or in the vicinity of the project, stored in an acceptable manner, not to exceed the shelf life recommended by the manufacturer, and further provided the documents listed in Subarticle 109-5(C) of the Standard Specifications have been furnished to the Engineer. The Contractor shall be responsible for the material and the satisfactory performance of the material when used in the work. The provisions of Article 109-6 of the Standard Specifications will not apply to removable pavement marking materials. D13 ,It 14 PAGE 1 L?3 1 OF 9 8.2491402 PROJECT SPECIAL PROVISIONS GUILFORD COUNTY EROSION CONTROL SEEDING AND MULCHING: THE KINDS OF SEED AND FERTILIZER, AND THE RATES OF APPLICATION OF SEED, FERTILIZER, AND LIMESTONE, SHALL BE AS STATED BELOW. DURING PERIODS OF OVERLAPPING DATES, THE KIND OF SEED TO BE USED SHALL BE DETERMINED BY THE ENGINEER. ALL RATES ARE IN POUNDS PER ACRE. P02 AUGUST 1 - JUNE 1 MARCH 1 - SEPTEMBER 1 100# KY 31 TALL FESCUE 100# KY 31 TALL FESCUE 15# KENTUCKY BLUEGRASS 15# KENTUCKY BLUEGRASS 15# HARD FESCUE 15# HARD FESCUE 500# FERTILIZER 25# KOBE OR KOREAN LESPEDEZA 4000# LIMESTONE 500#.FERTILIZER 4000# LIMESTONE P07 APPROVED KENTUCKY BLUEGRASS CULTIVARS: KENBLUE GLADE ADELPHI BARON BRISTOL CHALLENGER COLUMBIA FYLKING MERIT PLUSH RAM I RUGBY SYDSPORT TOUCHDOWN VANTAGE APPROVED HARD FESCUE CULTIVARS: SPARTAN SCALDIS AURORA RELIANT VALDA CRYSTAL WALDINA ON CUT AND FILL SLOPES 2:1 OR STEEPER ADD 30# SERICEA LESPEDEZA JANUARY 1 - DECEMBER 31. P09 FERTILIZER SHALL BE 10-20-20 ANALYSIS. UPON WRITTEN APPROVAL OF THE ENGINEER, A DIFFERENT ANALYSIS OF FERTILIZER MAY BE USED PROVIDED THE 1-2-2 RATIO IS MAINTAINED AND THE RATE OF APPLI- CATION ADJUSTED TO PROVIDE THE SAME AMOUNT OF PLANT FOOD AS A 10-20-20 ANALYSIS. P11 TEMPORARY SEEDING: ' FERTILIZER SHALL BE THE SAME ANALYSIS AS SPECIFIED FOR "SEEDING AND MULCHING" AND APPLIED AT THE RATE OF 400 POUNDS AND SEEDED AT THE RATE OF 50 POUNDS PER ACRE. SWEET SUDAN GRASS, GERMAN MILLET OR BROWNTOP MILLET SHALL BE USED IN SUMMER MONTHS AND RYE GRAIN DURING THE REMAINDER OF THE YEAR. THE ENGINEER WILL DETERMINE THE EXACT DATES FOR USING EACH KIND OF SEED. P12 8.2491402 -._ - L FERTILIZER TOPDRESSING: FERTILIZER USED FOR TOPDRESSING SHALL BE 16-8-8 BE APPLIED AT THE RATE OF 500 POUNDS PER ACRE. APPROVAL OF THE ENGINEER, A DIFFERENT ANALYSIS BE USED PROVIDED THE 2-1-1 RATIO IS MAINTAINED APPLICATION ADJUSTED TO PROVIDE THE SAME AMOUNT AS 16-8-8 ANALYSIS. SUPPLEMENTAL SEEDING: PAGE 2 2 OF 9 GRADE AND SHALL UPON WRITTEN OF FERTILIZER MAY AND THE RATE OF OF PLANT FOOD THE KINDS-OF SEED AND PROPORTIONS SHALL BE THE SAME AS SPECIFIED FOR "SEEDING AND MULCHING", AND THE RATE OF APPLICATION MAY VARY FROM 25# TO 75# PER ACRE. THE ACTUAL RATE PER ACRE WILL BE DETERMINED BY THE ENGINEER PRIOR TO THE TIME OF TOPDRESSING AND THE CONTRACTOR WILL BE NOTIFIED IN WRITING OF THE RATE PER ACRE, TOTAL QUANTITY NEEDED, AND AREAS ON WHICH TO APPLY THE SUPPLEMENTAL SEED. MINIMUM TILLAGE EQUIPMENT, CONSISTING OF A SOD SEEDER SHALL BE USED FOR INCORPORATING SEED INTO THE SOIL AS TO PREVENT DISTURBANCE OF EXISTING VEGETATION. A CLODBUSTER (BALL AND CHAIN) MAY BE USED WHERE DEGREE OF SLOPE PREVENTS THE USE OF A SOD SEEDER. MOWING: P13A THE MINIMUM MOWING HEIGHT ON THIS PROJECT SHALL BE SIX INCHES. P14A FIBERGLASS ROVING: IN ADDITION TO BURYING THE ROVING, WOODEN STAKES SAWN IN A TRIANGULAR SHAPE AT ONE END, SHALL BE USED AT THE UPGRADE END AND IN AN IRREGULAR PATTERN THROUGHTOUT THE DITCH. STAKES SHALL BE PLACED IN SUFFICIENT NUMBER TO SECURELY HOLD THE ROVING IN PLACE BUT IN NO EVE14T SHALL THEY BE MORE THAN 10 FEET APART. AT THE UPGRADE END AND AT INTERVALS OF 50 FEET ALONG THE DITCHES, THE ROVING SHALL ALSO BE BURIED TO A DEPTH OF 5 INCHES TO PREVENT UNDERMINING AND TENSION FAILURE. P16 DIVERSION CHANNEL LINING: THE WORK COVERED BY THIS SECTION CONSISTS OF THE FURNISHING, PLACING, MAINTAINING, AND REMOVING OF A FILTER FABRIC DIVERSION CHANNEL LINING ON PREVIOUSLY SHAPED TEMPORARY DIVERSION CHANNELS AT LOCATIONS SHOWN ON THE PLANS OR AS DIRECTED BY THE ENGINEER. THE FILTER FABRIC SHALL MEET THE REQUIREMENTS OF SECTION 1056 FOR TYPE 2 FABRIC. SURFACES TO RECEIVE FILTER FABRIC SHALL BE GRADED TO THE LINES AND GRADES SHOWN ON THE PLANS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. THE SURFACE OF THE DIVERSION CHANNEL SHALL BE FREE OF OBSTRUCTIONS, DEBRIS, AND POCKETS OF SOFT OR LOW DENSITY MATERIAL. 8.2491402 85 PAGE 3 3 OF 9 THE FILTER FABRIC SHALL BE UNROLLED IN THE DIRECTION OF THE FLOW OF WATER AND SHALL BE APPLIED WITHOUT STRETCHING SO THAT IT WILL LIE SMOOTHLY BUT LOOSELY ON THE SOIL SURFACE. THE UP CHANNEL OR TOP OF SLOPE END OF EACH PIECE OF FILTER FABRIC SHALL BE BURIED IN A NARROW TRENCH AT LEAST 5 INCHES DEEP AND TAMPED FIRMLY. r DOWNSTREAM FABRIC. THE FILTER FABRIC SHALL BE LAID SMOOTH AND FREE FROM TENSION, STRESS, FOLDS, WRINKLES, OR CREASES. HORIZONTAL OVERLAPS SHALL BE A MINIMUM OF 12 INCHES WITH THE UPPER FABRIC OVER- LAPPING THE LOWER FABRIC. VERTICAL OVERLAPS SHALL BE A MINIMUM OF 18 INCHES WITH THE UPSTREAM FABRIC OVERLAPPING THE THE FABRIC SHALL BE HELD IN PLACE BY A SUFFICIENT NUMBER OF #11 GAUGE NEW STEEL WIRE STAPLES FORMED INTO A "U" SHAPE, HAVING A LENGTH OF NOT LESS THAN SIX INCHES AND A THROAT NOT LESS THAN ONE INCH IN WIDTH. STAPLES SHALL BE PLACED ALONG THE OUTER EDGES AND THROUGHOUT THE WIDTH OF EACH STRIP OF FABRIC AND SHALL BE SPACED A MAXIMUM OF 3 FEET APART HORIZONTALLY AND VERTICALLY. THE QUANTITY OF FILTER FABRIC FOR TEMPORARY DIVERSION CHANNEL LINING TO BE PAID FOR WILL BE THE NUMBER OF SQUARE YARDS, MEASURED ALONG THE SURFACE OF THE GROUND OVER WHICH FILTER FABRIC HAS BEEN ACCEPTABLY PLACED IN'THE TEMPORARY DIVERSION CHANNEL. PAYMENT FOR THE FILTER FABRIC AS MEASURED ABOVE WILL BE AT THE CONTRACT UNIT PRICE PER SQUARE YARD FOR "FILTER FABRIC FOR DRAINAGE DITCH". SEDIMENT CONTROL STONE: THE CONTRACTOR SHALL INSTALL THE SEDIMENT CONTROL STONE IN ACCORDANCE WITH THE DETAILS IN THE PLANS AND THESE PROVISIONS AT LOCATIONS SHOWN IN THE PLANS AND AS DIRECTED BY THE ENGINEER. THE SEDIMENT CONTROL STONE SHALL MEET THE REQUIREMENTS OF SECTION 1005 OF THE STANDARD SPECIFICATIONS FOR NO. 5 OR NO. 57 COARSE AGGREGATE. THE QUANTITY OF SEDIMENT CONTROL STONE TO BE PAID FOR WILL BE THE ACTUAL NUMBER OF TONS OF NO. 5 OR NO. 57 STONE WHICH HAS BEEN INCORPORATED INTO THE WORK OR HAS BEEN DELIVERED TO AND STOCKPILED ON THE PROJECT AS DIRECTED BY THE ENGINEER. STONE WHICH HAS BEEN STOCKPILED WILL NOT BE MEASURED A SECOND TIME. THE STONE WILL BE MEASURED IN TRUCKS ON CERTIFIED PLATFORM SCALES OR OTHER CERTIFIED WEIGHING DEVICES. 8.2491402 bf3 PAGE 4 4 OF 9 THE QUANTITY OF STONE, MEASURED AS PROVIDED FOR ABOVE, WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER TON FOR "SEDIMENT CONTROL STONE". SUCH PRICE AND PAYMENT WILL BE FULL COMPENSATION FOR ALL WORK COVERED BY THIS PROVISION, INCLUDING BUT NOT LIMITED TO FURNISHING, WEIGHING, STOCKPILING, REHANDLING, PLACING AND MAINTAINING STONE; DISPOSAL OF ANY STONE NOT INCORPORATED INTO PROJECT IF DIRECTED BY THE ENGINEER AND ANY OTHER INCIDENTALS NECESSARY TO COMPLETE THE WORK. IMPERVIOUS DIKE: THE WORK COVERED BY THIS SECTION CONSISTS OF FURNISHING, INSTALLING, MAINTAINING, AND REMOVING AN IMPERVIOUS DIKE FOR THE PURPOSE OF DIVERTING NORMAL STREAM FLOW AROUND THE CONSTRUCTION SITE. THE CONTRACTOR SHALL CONSTRUCT AN IMPERVIOUS DIKE IN SUCH A MANNER APPROVED BY THE ENGINEER. THE IMPERVIOUS DIKE SHALL NOT PERMIT SEEPAGE OF WATER INTO THE CONTRUCTION SITE OR CONTRIBUTE TO SILTATION OF THE STREAM. THE IMPERVIOUS DIKE SHALL BE CONSTRUCTED OF AN ACCEPTABLE MATERIAL IN THE LOCATIONS NOTED ON THE PLANS OR AS DIRECTED BY THE ENGINEER. ACCEPTABLE MATERIALS SHALL INCLUDE BUT NOT BE LIMITED TO SHEET PILES, SANDBAGS, AND/OR THE PLACEMENT OF AN ACCEPTABLE SIZE STONE LINED WITH POLYPROPYLENE OR OTHER IMPERVIOUS FABRIC. EARTH MATERIAL SHALL NOT BE USED TO CONSTRUCT AN IMPERVIOUS DIKE WHEN IT IS IN DIRECT CONTACT WITH THE STREAM UNLESS VEGETATION CAN BE ESTABLISHED BEFORE CONTACT WITH THE STREAM TAKES PLACE.. THE QUANTITY OF IMPERVIOUS DIKE TO BE PAID FOR WILL BE THE ACTUAL NUMBER OF LINEAR FEET OF IMPERVIOUS DIKE(S) CONSTRUCTED, MEASURED IN PLACE FROM END TO END OF EACH SEPARATE INSTALLATION WHICH HAS BEEN COMPLETED AND ACCEPTED. THE QUANTITY OF IMPERVIOUS DIKES MEASURED AS PROVIDED ABOVE WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER LINEAR FOOT FOR "IMPERVIOUS DIKE". THE ABOVE PRICES AND PAYMENTS WILL BE FULL COMPENSATION FOR ALL WORK COVERED BY THIS SECTION INCLUDING BUT NOT LIMITED TO FURNISHING ALL OF THE MATERIALS IN THE IMPERVIOUS DIKE, CONSTRUCTION, MAINTENANCE, AND REMOVAL OF THE IMPERVIOUS DIKE. 1/4" HARDWARE CLOTH: THE CONTRACTOR SHALL INSTALL THE HARDWARE CLOTH IN ACCORDANCE WITH THE STANDARDS AND THESE PROVISIONS AT THE LOCATIONS SHOWN IN THE PLANS AND AS DIRECTED BY THE ENGINEER. THE QUANTITY OF 1/4" HARDWARE CLOTH MAY BE INCREASED OR DECREASED AT THE DIRECTION OF THE ENGINEER. THE WIRES IN THE HARDWARE CLOTH SHALL BE 19 GAGE MINIMUM AND SHALL BE SPACED ONE QUARTER (1/4) INCH APART. 8.2491402 PAGE 5 5 OF 9 THE QUANTITY OF 1/4" HARDWARE CLOTH TO BE PAID FOR WILL BE THE ACTUAL NUMBER OF LINEAR FEET OF HARDWARE CLOTH, MEASURED IN PLACE FROM END POST TO END POST OF EACH SEPERATE INSTALLATION WHICH HAS BEEN COMPLETED AND ACCEPTED. THE QUANTITY OF HARDWARE CLOTH, MEASURED AS PROVIDED ABOVE, WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER LINEAR FEET FOR "1/4" HARDWARE CLOTH." SUCH PRICE AND PAYMENTS WILL BE FULL COMPENSATION FOR ALL WORK COVERED BY THIS PROVISION, INCLUDING BUT NOT LIMITED TO FURNISHING ALL FENCE POST, HARDWARE CLOTH, HARDWARE, AND OTHER MATERIAL; INSTALLING AND MAINTAINING THE HAREWARE CLOTH; REMOVAL OF THE HARDWARE CLOTH; AND DRESSING, SEEDING, AND MULCHING THE DISTURBED AREA AFTER THE HARDWARE CLOTH HAS BEEN REMOVED. SPECIALIZED HAND MOWING: THE WORK COVERED BY THIS SECTION CONSISTS OF SPECIALIZED HAND MOWING AROUND OR UNDER FIXED OBJECTS,.INCLUDING BUT NOT LIMITED TO GUARDRAILS, SIGNS, BARRIERS AND SLOPES IN A. METHOD ACCEPTABLE TO THE ENGINEER. THE WORK OF SPECIALIZED HAND MOWING SHALL BE COMPLETED WITH MECHANICALLY POWERED TRIMMERS, STRING TRIMMERS, HAND OPERATED ROTARY MOWERS, OR SELF-PROPELLED MOWERS OF SUFFICIENT SIZE AND QUALITY TO PERFORM THE WORK TIMELY AND EFFICIENTLY. THE QUANTITY OF MOWING TO BE PERFORMED WILL BE AFFECTED BY THE ACTUAL CONDITIONS WHICH OCCUR DURING THE CONSTRUCTION OF THE PROJECT. THE QUANTITY OF MOWING MAY BE INCREASED, DECREASED OR ELIMINATED ENTIRELY AT THE DIRECTION OF THE ENGINEER. SUCH VARIATIONS IN QUANTITY WILL NOT BE CONSIDERED AS ALTERATIONS IN THE DETAILS OF CONSTRUCTION OR A CHANGE IN THE CHARACTER OF THE WORK. THE QUANTITY OF SPECIALIZED HAND MOWING TO BE PAID FOR WILL BE THE ACTUAL NUMBER.OF MAN HOURS WORKED WHILE HAND MOWING ALONG THE SURFACE OF THE GROUND, AT THE DIRECTION OF THE ENGINEER. WHERE AN AREA HAS BEEN MOWED MORE THAN ONCE, AT THE DIRECTION OF THE ENGINEER, SEPARATE MEASUREMENT WILL BE MADE EACH TIME THE AREA IS MOWED. PAYMENT WILL BE MADE UNDER: SPECIALIZED HAND MOWING . . . . . . . . . . . . . . . . HR STILLING BASIN(S): THE CONTRACTOR SHALL CONSTRUCT STILLING BASINS AT LOCATIONS ON THE PLANS IN ACCORDANCE WITH STANDARD 245.04 AND AS DIRECTED BY THE ENGINEER. 8.2491402 PAGE 6 6 OF 9 THE CONTRACTOR SHALL CONSTRUCT EARTH EMBANKMENTS AND INSTALL THE PERMEABLE STONE DRAIN AND THE OVERFLOW PIPE AS DIRECTED BY THE ENGINEER. THE STILLING BASINS SHALL BE CLEANED OUT, WHEN SO DIRECTED BY THE ENGINEER, IN ORDER TO MAINTAIN THEIR EFFECTIVENESS. STILLING BASINS SHALL BE REMOVED, SHAPED, AND SEEDED AND MULCHED PRIOR TO THE COMPLETION OF THE PROJECT UNLESS OTHERWISE DIRECTED BY THE ENGINEER. SUITABLE EXCAVATED MATERIALS, AS SPECIFIED IN SECTION 225, 230, 234, AND 240 OF THE STANDARD SPECIFICATIONS, SHALL BE UTILIZED IN THE CONSTRUCTION OF EARTH EMBANKMENTS FOR STILLING BASINS, EXCEPT WHERE OTHERWISE DIRECTED BY THE ENGINEER. FOR CONSTRUCTION OF THE EARTH EMBANKMENTS FOR STILLING BASINS, THE CONTRACTOR SHALL COMPLY WITH THE APPLICABLE REQUIREMENTS OF SECTION 235 OF THE STANDARD SPECIFICATONS, DETERMINED BY THE ENGINEER. THE QUANTITY OF STILLING BASINS TO BE PAID FOR WILL BE THE ACTUAL NUMBER OF CUBIC YARDS OF BASIN CAPACITY, MEASURED IN PLACE AND COMPUTED BY THE AVERAGE-END-METHOD. THE MEASUREMENTS WILL BE IN INTERNAL MEASUREMENTS OF THE BASIN. THE QUANTITY OF MATERIALS USED TO CONSTRUCT THE BASIN THAT ORIGINATES FROM ANOTHER PAYMENT ITEM (I.E. UNCLASSIFIED EXCAVATION, BORROW EXCAVATION) WILL NOT BE DEDUCTED FROM THE VOLUME OF THAT ORIGINAL PAY ITEM. THE QUANTITY OF STILLING BASINS, MEASURED AS PROVIDED ABOVE, WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER CUBIC YARD FOR "STILLING BASINS". SUCH PRICE AND PAYMENT WILL BE FULL COMPENSATION FOR EXCAVATION, CONSTRUCTING THE EARTH EMBANKMENTS, PERMEABLE STONE DRAIN, FURNISHING AND INSTALLING OVERFLOW PIPE, CLEANING OUT AND MAINTAINING, AND REMOVING AND DISPOSING OF THE STILLING BASINS AND ALL COMPONENTS AND RESHAPING THE AREA. TEMPORARY DIVERSION: THE WORK BY THIS SECTION FOR INSTALLATION AND MAINTENANCE OF TEMPORARY DIVERSIONS SHALL BE IN ACCORDANCE WITH SECTION 245. THE QUANTITY OF EXCAVATION, MEASURED AS PROVIDED IN ARTICLE 245-4 EXCEPT FOR EXCAVATION FROM-CLEANING OUT TEMPORARY DIVERSIONS, WILL BE PAID FOR AS PROVIDED IN ARTICLE 240-5 FOR "DRAINAGE DITCH EXCAVATION." THE TEMPORARY DIVERSIONS SHALL BE CLEANED OUT, WHEN SO DIRECTED BY THE ENGINEER, IN ORDER TO MAINTAIN THEIR EFFECTIVENESS. THE QUANTITY OF EXCAVATION FROM CLEANING OUT SILT DETENTION DEVICES MEASURED AS PROVIDED IN ARTICLE 245-4, WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER CUBIC YARD FOR "SILT CLEANOUT." WASTE AREAS AND BORROW SOURCES: PAYMENT FOR TEMPORARY EROSION CONTROL MEASURES', EXCEPT THOSE MADE NECESSARY BY THE CONTRACTOR'S OWN NEGLIGENCE OR FOR HIS OWN CONVENIENCE, WILL BE PAID FOR AT THE APPROPRIATE CONTRACT UNIT PRICE FOR THE DEVICES OR MEASURES UTILIZED IN BORROW SOURCES AND WASTE AREAS. 8.2491402 PAGE 7 7 OF 9 WILDFLOWER SEEDING AND MULCHING: THE WORK COVERED BY THIS SECTION CONSIST OF PREPARING SEED BEDS; FURNISHING, PLACING AND COVERING LIMESTONE, FERTILIZER, AND SEED; COMPACTING SEED BEDS; FURNISHING, PLACING AND SECURING MULCH; AND OTHER OPERATIONS NECESSARY FOR THE PERMANENT ESTABLISHMENT OF WILDFLOWERS. THE WILDFLOWER SEEDING AND MULCHING SHALL BE USED IN LIEU OF THE REGULAR "SEEDING AND MULCHING" AND ONLY THE SOIL AMENDMENTS AND MATERIALS LISTED BELOW SHALL BE USED. THE.WILDFLOWER SEEDING AND MULCHING SHALL BE PERFORMED ON DESIGNATED AREAS UNDER THE DIRECTION OF THE ENGINEER. THE CONTRACTOR'S OPERATIONS SHALL BE IN COORDINATION WITH SECTION 880 OF THE STANDARD SPECIFICATIONS FOR SEEDING AND MULCHING. SEED BED PREPARATION SHALL BE IN ACCORDANCE WITH SECTION 880-4 OF THE STANDARD SPECIFICATIONS. THE WILDFLOWER SEEDING AND MULCHING WILL NOT BE PERMITTED BETWEEN THE DATES OF JUNE 1 AND AUGUST 31 OR IN ADVERSE WEATHER CONDITIONS. MATERIALS ALL MATERIALS SHALL MEET THE REQUIREMENTS OF SECTION 880-2 WITH THE EXCEPTION OF THE SEED USED IN THE WILDFLOWER SEEDING AND MULCHING. ALL WILDFLOWER SEED (NOT INCLUDING RYE GRAIN SEED) SHALL BE FURNISHED BY THE ENGINEER PRIOR TO BEGINNING THE WORK OF WILDFLOWER SEEDING AND MULCHING. THE KIND OF SEED AND RATES OF APPLICATION SHALL BE AS STATED BELOW. WILDFLOWER SEED MIXTURE AND ADMENDMENTS: 5 # RUDBECKIA HIRTA (BLACK-EYED SUSAN) 10 # CHRYSANTHEMUM LEUCANTHEMUM (OX-EYE DAISY) 15 # COREOPSIS LANCEOLATA (LANCE-LEAVED COREOPSIS) 20 # RYE GRAIN 500 # FERTILIZER 4000 # LIMESTONE PLUS ONE OF THE FOLLOWING: 200 # HYDRAULIC MULCH (HYDRO-SEEDING APPLICATION) OR 100 # COARSE CONCRETE SAND (CONVENTIONAL SEEDING) NO OTHER SEED SHALL BE USED IN THE WILDFLOWER SEEDING AND MULCHING AREAS. 8.2491402 SEED APPLICATION PAGE 8 8 OF 9 THE WILDFLOWER SEED SHALL BE COMBINED AND MIXED WITH A CLEAN, DRY, COARSE CONCRETE SAND (2S) OR OTHER APPROVED MEDIAN TO BULK THE SEED FOR EVEN DISTRIBUTION. THE SEED SHALL BE DISTRIBUTED UNIFORMLY OVER THE SEED BED AT THE REQUIRED RATE OF APPLICATION . HAND OPERATED BROADCAST SPREADERS OR OTHER MECHANICALLY DRIVEN SPREADERS, AND HYDRAULIC SEEDERS CAPABLE OF PRODUCING.EVEN DISTRIBUTION SHALL BE USED. SAND SHALL NOT BE USED IF HYDRAULIC SEEDING IS PERFORMED. HYDROMULCH SHALL BE ADDED TO THE SEED SLURRY IN A HYDRAULIC SEEDING OPERATION TO ENCOURAGE WILDFLOWER SEED SUSPENSION AND BULKING. THE ADDITION OF THE HYDROMULCH WILL NOT BE CONSIDERED MULCHING AND GRAIN STRAW SHALL BE USED AS MULCH IN ACCORDANCE WITH SECTION 800-6 "MULCHING" OF THE STANDARD SPECIFICATIONS.' FERTILIZER AND WILDFLOWER SEED SHALL BE MIXED WITH THE SLURRY AND THE TOTAL VOLUME OF SOLUTION PER ACRE SHALL BE SUFFICIENT TO YIELD THE RESPECTIVE RATES OF SEED AND FERTILIZER PER ACRE WITH UNIFORM DISTRIBUTION. ROLLING OR CULTIPACKING MAY BE REQUIRED ON FLATTER SLOPES. HYDRAULIC MULCH: THE HYDRAULIC MULCH SHALL CONSIST OF WOOD OR PAPER FIBERS MANUFACTURED FROM WOOD CHIPS OR RECYCLED PAPER PRODUCTS. THE FIBERS SHALL BE PROCESSED IN SUCH A MANNER AS TO CONTAIN NO GROWTH OR GERMINATION INHIBITING FACTORS. THE FIBERS OF THE MULCH MUST MAINTAIN UNIFORM SUSPENSION IN WATER UNDER AGITATION. THE HYDROMULCH FIBERS SHALL BE PACKAGED IN UNITS FROM 40 TO 60 LBS. THE PACKAGE SHALL CONTAIN CURRENT LABELS,' THE MANUFACTURERS'S NAME, THE NET WEIGHT AND THE SPECIFICATIONS LISTED BELOW. SPECIFICATIONS: MOISTURE CONTENT 10 % MAX. ASH CONTENT 1.6 % MAX. PH 4.0-8.0 ORGANIC MATTER 98.4% MIN. METHOD OF MEASUREMENT THE QUANTITY OF WILDFLOWER SEEDING AND MULCHING TO BE PAID FOR WILL BE THE ACTUAL NUMBER OF ACRES OF WILDFLOWER SEEDING AND MULCHING MEASURED ALONG THE SURFACE OF THE GROUND WHICH HAS BEEN COMPLETED AND ACCEPTED IN ACCORDANCE WITH SECTION 880-8. BASIS OF PAYMENT T THE QUANTITY OF WILDFLOWER SEEDING AND MULCHING MEASURED AS PROVIDED ABOVE WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER ACRE FOR "WILDFLOWER SEEDING AND MULCHING". 8.2491402 PAGE 9 9 OF 9 FERTILIZER TOPDRESSING: FERTILIZER TOPDRESSING SHALL BE PERFORMED ON ALL PREVIOUSLY SEEDED WILDFLOWER AREAS IN ACCORDANCE WITH SECTION 886 OF THE STANDARD SPECIFICATIONS. THE APPLICATION OF FERTILIZER TOPDRESSING SHALL BE APPLIED BETWEEN THE DATES OF OCTOBER 1 AND MARCH 31, UTILIZING A 10-20-20 GRADE AND SHALL BE APPLIED AT THE RATE OF 250 POUNDS PER ACRE. UPON WRITTEN APPROVAL OF THE ENGINEER, A DIFFERENT ANALYSIS OF FERTILIZER MAY BE USED PROVIDED THE 1-2-2 RATIO IS MAINTAINED AND THE RATE OF APPLICATION ADJUSTED TO PROVIDE THE SAME AMOUNT OF PLANT FOOD AS 10-20-20 ANALYSIS. REPAIR SEEDING: REPAIR SEEDING SHALL BE PERFORMED IN 882 AND ALL MATERIALS SHALL MEET THE 10 EXCEPT THE SEED. ADDITIONAL WILD SUPPLIED BY THE ENGINEER. NO DIRECT REPAIR SEEDING. WORK REQUIRED UNDER CONSIDERED INCIDENTAL TO THE COST OF MULCHING". ACCORDANCE WITH SECTION REQUIREMENTS OF DIVISION FLOWER SEED SHALL BE PAYMENT WILL BE MADE FOR THIS PROVISION WILL BE "WILDFLOWER SEEDING AND SUPPLEMENTAL SEEDING: SUPPLEMENTAL SEEDING SHALL BE PERFORMED IN ACCORDANCE WITH SECTION 883 OF THE STANDARD SPECIFICATIONS. THE KINDS OF SEED AND PROPORTIONS SHALL BE THE SAME AS SPECIFIED FOR "WILDFLOWER SEEDING AND MULCHING". THE WILDFLOWER SEED SHALL BE SUPPLIED BY THE ENGINEER FOR THE SUPPLEMENTAL SEEDING. WORK REQUIRED UNDER THIS PROVISION WILL BE CONSIDERED INCIDENTAL TO THE COST OF "WILDFLOWER SEEDING AND MULCHING". R ??.•nEE$$I(?jy? _ . _ Sic: S?R?° ? 3, ig.g3 Project: 8.2491402 (U-608) 14533 County: Guilford J -.0 t??MASSo`'?,, PROJECT SPECIAL PROVISIONS """•''?? Utility Construction 1. DESCRIPTION: The work covered by these provisions consists of constructing various utilities as required by the plans and provisions herein or directed by the Engineer. The Contractor shall furnish any and all materials, labor, equipment, and incidentals necessary to complete the proposed utility work. II. ABBREVIATIONS: The abbreviations used in these provisions and their definitions are as follows: AASHTO American Association of State Highway and Transportation Officials AISI American Iron and Steel Institute ANSI American National Standards Institute, Inc. ASTM American Society of Testing and Materials AWWA American Water-Works Association III. GENERAL CONSTRUCTION REQUIREMENTS: Specifications: The proposed utility construction shall meet the applicable requirements of the NC Department of Transportation's "Standard Specifications for Roads and' Structures" dated January 1, 1990, and the following provisions. Owner and Owner's Requirements: The existing utilities belong to the City of Greensboro. The Contractor shall provide access for the owner's representatives to all phases of construction. The owners shall be notified two weeks prior to commencement of any work and one week prior to service interruption. Utility Locations Shown on the Plans: The location, size, and type material of the existing utilities shown on the plans is from the best available information. The Contractor will be responsible for determining the exact location, size, and type material of the existing facilities necessary for the construction of the proposed utilities and to avoid damage to existing facilities. 8.2491402 (U-608) 3:3 Abandoned Sanitary Facilities: Any existing sewer pipe exposed by grading operations shall be removed to a depth of twelve inches below subgrade elevation of the proposed roadbed or completed grading template and plugged with portland cement grout as directed by the Engineer. . All abandoned sewer pipes shall be plugged with portland cement grout at the entrance to all manholes whether the manhole is to be abandoned or not. All adjusted sewer manhole covers shall be adjusted to an elevation slightly higher than the surrounding terrain so that surface water will not enter the manhole after the adjustment. Manholes located in paved areas shall be flush with the surrounding pavement. Pavement Repairs: Where traffic is to be maintained and it is necessary to cut the existing pavement to remove or place pipe, repairs to the pavement shall be made as required by Section 654 of the Standard Specification. Installation of pipe, where traffic is to be maintained, shall be done in half width sections. Immediately upon completion of the entire pipeline the paving repair shall be made. No direct payment will be made for cutting, removing and replacing the pavement as such work will be considered incidental to other work being paid for by the various items in the contract. Weekend, Night and Holiday Work: During the course of the work, connections between existing and proposed utilities shall be made when and as directed by the Engineer. The connections shall be made at times most convenient to the public and when the service will be the least endangered by the work. The connections shall be made on weekends, at night, and on holidays if required by the Engineer. Except in an emergency, the Contractor shall not operate any of the controls on the existing systems without prior approval of the owner. Trenches and Backfill for Utility Pipeline Construction: The utility excavations shall be made and the pipes shall be laid in accordance with Section 300 of the Standard Specifications and the following provisions: In general, all portions of the excavations for the structures shall be made so that the safe slope of the earth is not exceeded. It shall be the responsibility of the Contractor to properly and adequately protect any part of the excavation from caving or slipping by the use of sheeting, bracing, or shoring as required. All timbering or underpinning shall be put in place or driven by men skilled in such work 2 8.2491402 (U-608) ?4 and shall be so arranged that it may be withdrawn as backfilling progresses without disturbing the pipe or adjacent area. All timbering in trench excavations shall be withdrawn in stages on both sides of the trenches to prevent lateral movement of the pipe as the backfilling progresses, except where the Engineer permits the timbering to be left in place at the Contractor's request. The Contractor shall cut off any sheeting left in place at least twenty-four inches below finished grade wherever directed and shall remove and dispose of the } material cut off. Wherever necessary, in quicksand, soft or wet ground, or for the protection of surrounding structures and property, sheeting shall be driven to such depth below the bottom of the excavation as may be necessary. The Contractor may use well points or other methods in lieu of sheeting to stabilize the banks or for protection, provided those methods give the equivalent of the above in the judgment of the Engineer. The Contractor shall take all measures necessary to keep surface water out of the foundations and trenches by diking, ditching, or otherwise avoiding it. Provisions for surface drainage shall meet the approval of the Engineer. All excavations shall be kept free of water while the work is in progress. Water may be removed by-pumps or the use of underdrains, whichever will produce the above results. All excavated material shall be deposited in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible at all times. Gutters shall be kept clear or other satisfactory provisions made for street drainage, and natural watercourses shall not be obstructed. Should the position of any pole, pipe, conduit, or other structure be such as, in the opinion of the Engineer, to require its removal or adjustment, such change will be done by the owner of the obstructions or a representative of the owner, or as directed by the Engineer. The Contractor shall adjust new manhole tops and valve boxes as required to provide access during all phases of construction. Final adjustment shall*be flush with grade unless specified otherwise. Pipe Installation: During the progress of the work and until the completion and final acceptance, the pipelines and their appurtenances shall be kept clean throughout. Any obstructions or deposits shall be removed. If, at any time before completion of the contract, any broken pipe or any defects are found in the lines or in any of their fittings or appurtenances, they shall be replaced. All pipe, fittings, and 3 8.2491402 (U-608) 35 appurtenances shall be carefully examined for defects before placing, and any found defective shall not be used. Pipe shall not be laid upon a foundation into which frost has penetrated, or at any time, that in the opinion of the Engineer, there is danger of the formation of ice or frost at the bottom of the excavation. The Engineer may at his discretion allow construction of the pipeline to continue under freezing conditions provided the Contractor promptly backfills the trench as directed. Pipe and accessories shall be carefully lowered into the trench with suitable equipment. Under no circumstances shall any of the water main materials be dropped or dumped into the trench. Care shall be taken to avoid abrasion of the pipe coating. Poles used as levers for removing skids across trenches shall be of wood and shall have broad flat faces to prevent damage to the pipe or pipe coating. The full length of each section of pipe shall rest solidly upon the pipe bed with recesses excavated to accomodate bells, couplings, and joints. Pipe that has been disturbed after laying shall be taken up and relaid. When work is not in progress, open ends of pipe, fittings, and valves shall be securely closed so that water, earth, or other foreign substances can not enter. Prior to boring and jacking of encasement pipe, a small diameter (4 inch or less) test bore shall be made on the appropriate grade and alignment to determine the feasibility of the encasement pipe installation. RELATION OF WATER MAINS TO SANITARY SEWERS: Water mains shall be laid at least 10 feet laterally from existing or proposed sanitary sewers, unless local conditions or barriers prevent a 10 foot separation, in which case the water main is laid in a separate trench, with the elevation of the bottom of the water main at least 18 inches above the top of the sanitary sewer pipe or the water main is laid in the same trench as the sanitary sewer with the water main located at one side on a bench of undisturbed earth, and with the elevation of the bottom of the water main at least 18 inches above the top of the sanitary sewer. When a proposed, water main crosses over a proposed or existing sanitary sewer, the water main shall be laid at such an elevation that the bottom of the water main is at least 18 inches above the top of the sanitary sewer, unless local conditions or barriers prevent an 18 inch vertical separation, in which case both the water main and the sanitary sewer shall be constructed of ferrous material with joints that are equivalent to water main standards for a distance of 10 feet on each side of the point of crossing. When a proposed water main crosses under a proposed or existing sanitary sewer, both the water main and the sanitary sewer shall be constructed of ferrous materials with joints that are equivalent to water main 4 8.2491402-(U-608) standards for a distance of 10 feet on each side of the point of crossing. The section of water pipe shall be centered at the point of crossing. Explosives: The use of explosives shall be in accordance with Article 107-11 of the Standard Specifications. Protection of Pedestrian and Vehicular Traffic: During the progress of the work, sidewalks and crossings shall be kept open for the passage of pedestrians. Unless otherwise authorized, streets shall not be obstructed; and unless the Engineer authorizes the complete closing of a street, the Contractor shall take such measures as may be necessary to keep the street open for traffic. The Contractor shall construct and maintain adequate and approved bridges over excavations as may be necessary for the purpose of accommodating pedestrians or vehicles. Utility Concrete Construction: The utility concrete construction, reinforcing steel, metal fittings, etc., shall meet the requirements of Sections 825 and 840 of the Standard Specifications. All concrete shall be Class A unless otherwise indicated. Submittals: Catalog Cuts, Shop Drawings, etc. The contractor shall submit to the Engineer catalog cuts and/or shop drawings for such materials as manholes and frames and covers he proposes to use on the project. These shall be submitted by the Engineer to the Head of Design Services for review and approval. Thirty days shall be allowed for the review of each submittal. Materials which have not been approved shall not be delivered to the project. Eight (8) copies of each catalog cut and/or drawing shall be submitted and each shall show the material description, brand name,. stock number, size, rating, manufacturing specification and the use for which it is intended. IV. SANITARY SEWER CONSTRUCTION: The applicable provisions of Section 300 of the Standard Specifications and the Rules and Regulations of the North Carolina Department of Environment, Health, and Natural Resources, Division of Environmental Management shall apply to the construction of sanitary sewer lines, except as otherwise provided below. All pipe and fittings shall be laid true to lines and grades given and in accordance with the instructions of the Engineer. 5 8.2491402 (U-608) F> 27 Installation: The bottom of the trench shall be shaped to give substantially uniform circumferential support to the lower fourth of each pipe. Pipe laying shall proceed upgrade with the spigot ends pointing in the direction of flow. Each pipe shall be laid in such a manner as necessary to form a close concentric joint with the adjoining pipe and to-prevent sudden offsets of the flow line. As the work progresses, the interior of the sewer shall be cleared of all foreign materials. Where cleaning after laying is difficult because of small pipe size, a suitable swab or drag shall be kept in the pipe and pulled forward past each joint immediately after the jointing has been completed. Trenches shall be kept free from water until backfilled and pipe shall not be laid when the condition of the trench or the weather is unsuitable for such work. The Contractor shall do all that is necessary, including temporary pumping, in order to keep all existing sewers active for either the duration of this contract or until the Engineer authorizes connections. VISUAL INSPECTION AND TESTING OF SEWER LINES A. General: All new sewer lines shall be Contractor shall furnish all perform the leakage tests. performed by the Contractor Segments of the line shall be backfilled and compacted. tested for watertightness. The labor and equipment necessary to The leakage test shall be and observed by the Engineer. tested after they are completed, The Contractor shall furnish any reasonable amount of assistance that may be required by the Engineer to perform the visual inspections. Visual inspection of the pipeline and appurtenances shall be performed during all phases of the work and after they are completed, backfilled and compacted. All defects in the pipeline and appurtenances shall be corrected by the Contractor at no additional costs. B. Inspection for Defects: The pipeline shall be visually inspected from each manhole by use of artificial light, reflecting sunlight, closed circuit television cameras, or other devices for visual inspection. All pipelines shall exhibit a fully circular pattern when viewed from one manhole to the following manhole. If the interior of the pipeline shows poor alignment, displaced pipe, or any other defect, the defects as designated by the Engineer shall be corrected by the Contractor at no additional cost. C. Test for Leakage: All segments of the sewer line shall be tested for leakage. The standard method of testing pipelines for leakage shall be 6 8.2491402 (U-608) 38 a low-pressure air test. Only when directed by the Engineer will the infiltration or exfiltration leakage test be used in lieu of the low-pressure air test. The Contractor shall correct all visible leaks in pipes, manholes, and appurtenances. The City of Greensboro leakage test methods for sewer pipelines are as follows: (1) Low-Pressure Air Test The test shall conform to the requirements of ASTM C828, Low-Pressure Air Test of Vitrified Clay Pipe Lines. (2) Infiltration Test Test for leakage may be made by an infiltration test for line segments where the ground water table is above the top of the sewer pipe, if directed by the Engineer. All inlets at the upstream manhole(s) of the line segment to be tested shall be plugged. After flow has stabilized, the infiltration shall be collected by using flow-through plugs, dams, or troughs. Infiltration shall not exceed 100 gallons per inch of nominal pipe diameter per mile of pipe per 24 hours, or an equivalent convenient measure of infiltration as approved by the Engineer. The Engineer shall determine the length and location of line segments to be tested. by infiltration method. (3) Exfiltration Test Test for leakage may be made by an exfiltration test for line segments where the ground water table is below the bottom of the sewer pipe, if designated in the Special Conditions or directed by the Engineer. The line segment to be tested shall be plugged and filled with water in such a manner that the maximum hydrostatic head at any point along the line shall not exceed 10 feet of water. All manholes shall be tested: Exfiltration shall not exceed 100 gallons per inch of nominal pipe diameter per mile of pipe per 24 hours, or an equivalent convenient measure of exfiltration as approved by the Engineer. The Engineer shall determine the length and location of 10 line segments to be tested by exfiltration method. Where a natural water source is not readily available to use for testing, water from the City water system may be 7 8.2491402 (U-608) ;39 used; proper notification procedures for operating valves and hydrants will be required. VACUUM TESTING OF MANHOLES: All sanitary sewer manholes constructed by the Contractor shall be vacuum tested for leakage in the presence of a City Inspector. The vacuum test will not apply to any existing manholes that have been converted to drop manholes by the Contractor. The Contractor shall furnish all labor, equipment, and any appurtenant items necessary to satisfactorily perform the vacuum test. All testing equipment shall be approved for vacuum testing manholes. Each manhole shall be tested after assembly and unless directed otherwise by the Engineer prior to backfilling. All lifting holes shall be plugged with an approved non-shrink grout. All pipes entering the manhole shall be plugged. The Contractor shall securely brace the plugs in order to keep them from being drawn into the manhole. The test head shall be placed at the inside of the top of the cone section of the manhole and the seal inflated in accordance with the manufacturer's recommendations. A vacuum of 10-inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time for the vacuum to drop to 9-inches of mercury shall not be less than that shown in the table below. Manhole Diameter of Manhole Depth 48" Dia. 60" Dia. 72" Dia. 10 Ft. Or Less 60 Sec. 75 Sec. 90 Sec. >10 Ft. But <15 Ft. 75 Sec. 90 Sec. 105 Sec >15 Ft. But <25 Ft. 90 Sec. 105 Sec. 120 Sec. (Times shown are minimum elapsed times for a drop in vacuum of 1-inch of mercury). If the manhole fails the initial test, necessary repairs shall be made with an approved non-shrink grout while the vacuum is still being drawn. Retesting shall proceed and continue until a satisfactory test is accomplished. Connections: Final connections of the proposed sewer work to the existing system shall be made where indicated on the drawings, as required to fit the actual conditions, or as directed by the Engineer. The completed work shall meet the approval of the Engineer. 8 8.2491402 (U-608) IN) V. COMPENSATION: No direct payment will be made for utility construction work required by the preceding provisions, which are general requirements applying to utility construction, and all of the requirements stated will be considered incidental work, paid for at the contract unit prices of the various utility items included in the contract. 1. FOUNDATION CONDITIONING MATERIAL: Where foundation conditioning is required by Section 300 of the Standard Specifications, the foundation conditioning material shall meet the approval of the Engineer. Where the pipe foundation material is found to be of poor supporting value or of rock, the foundation shall be conditioned by removing the existing foundation material by undercutting one (1) foot or to a depth as directed by the Engineer and backfilling with either a suitable local material or foundation conditioning material consisting of crushed stone, gravel, or a combination of sand and crushed stone approved by the Engineer as being suitable for the purpose intended. The selection of the type of backfill to be used for foundation conditioning will be made by the Engineer. The quantity of foundation conditioning material to be paid for will be the actual number of tons of this material, weighed in trucks on approved platform scales, which have been used in accordance with Section 300 of the Standard Specifications. The quantity of foundation conditioning material, installed as required herein and accepted, will be measured as provided above, and paid for at the contract unit price per ton for "Foundation Conditioning Material". Such price and payment will be full compensation for undercutting the pipe grade, furnishing and placing the foundation conditioning material, and any incidentals necessary to complete the work as required. 2. DUCTILE IRON SEWER PIPE: Ductile iron sewer pipe shall be installed in accordance with the applicable utility provisions herein, as shown on the utility plans, and/or as directed by the Engineer. Ductile iron sewer pipe shall be of the thickness class shown on the utility plans and shall conform to ANSI A21.51 (AWWA C151). Such pipe shall be either mechanical joint or push-on-joint in accordance with ANSI A21.11 (AWWA C111) or as designated by the Engineer. All ductile iron sewer pipe shall be installed in a stone bedding of #67 stone as shown on the bedding detail on the plans. All DI sewer pipe installed in fill areas greater than 25 ft. shall be installed in accordance with Method "B" (Std, 300.02) except all pipe shall be bedded in #67 stone as shown on the trench detail. 1i 9 8.2491402 (U-608) mo 9 .w. iJ 1 Ductile iron sewer pipe, installed in accordance with the plans and provisions herein and accepted, will be measured along the pipe from centerline of manhole to centerline of manhole and paid for at the contract unit price per linear foot for DI Sewer Pipe, Class " Such prices and payments will be full compensation for all materials, excavation, labor, leakage tests, backfilling, and incidentals necessary to complete the work as required. 3. DUCTILE IRON SEWER PIPE FITTINGS: Ductile iron sewer pipe fittings and specials shall be installed in accordance with the applicable utility provisions herein and as shown on the utility plans and/or as directed by the Engineer. Ductile iron sewer pipe fittings and specials for cast iron or ductile iron sewer pipe shall conform to ANSI A21.10 (AWWA C-110) and ANSI A21.11 (AWWA C-111) for standard size fittings or ANSI/AWWA C153/A21.53 for compact ductile iron fittings. These fittings shall be cement mortar lined with a seal coat in accordance with ANSI A21.4 (AWWA C104). All fittings shall have a minimum pressure rating of 250 #. The quantity of ductile iron sewer pipe fittings to be paid for will be the delivered weight in pounds of the pipe fittings exclusive of the weight of any accessories. If the Contractor elects to use compact ductile iron fittings, payment shall be based on the weight of standard size fittings as published in ANSI/AWWA C110/A21.10. No measurement of the accessories will be made as the accessories are considered incidental to other work being paid for by the various items in the contract. The quantity of sewer pipe fittings, installed in accordance with the plans and provisions herein and accepted, will be measured and paid for at the contract unit price per pound for "Ductile.Iron Sewer Pipe Fittings, 250 # Min. WP". Such price and payment will be full compensation for all materials, including pipe accessories, labor, installation, anchoring pipe fittings, concrete transition collars, backfilling, and incidentals necessary to complete the work as required. 4. SANITARY SEWER MANHOLES: Sanitary sewer manholes shall be installed in accordance with the utility provisions herein, as shown on the utility plans and/or as directed by the Engineer. Sanitary sewer manholes shall be precast concrete, shall conform to ASTM C478 and shall be as shown on the plans. Sanitary sewer manholes with brick bases as shown in Standard Detail 840.73 shall be used where directed by the Engineer for manholes of extra depth with more than 2 pipes entering or where an extra large pipe is entering. Such manhole bases.shall be constructed of standard size common red brick conforming to ASTM C32 grade MS, and shall be constructed as required in Section 830 of the Standard Specifications 10 8.2491402 (U-608) :.(3;: with approved mortar. The inside and outside of brick bases shall be plastered with mortar a minimum of 112 inch thick. Joints between precast manhole sections shall be 0-ring rubber gaskets conforming to ASTM C-361. Connection of pipe to manholes for cored or precast holes shall be by a resilient connector conforming to ASTM C923 and for "horseshoe" type holes shall be by resilient material of rubber or butyl rubber and cement grout.. Sewer manholes over 3 feet in depth shall have steps, spaced 16 inches on center, of the type shown on the plans. Steps shall be installed in accordance with the plans or standard details and shall be tested as required in ASTM C478. Sanitary sewer manholes shall be constructed with invert channels, as shown on the plans or standard details, to confine and direct the flow through the manhole. The invert channels shall be smooth finished and shaped to provide an easy transition from inlet to outlet. The benches or shelves shall be finished to a non-slip texture and shall be sloped toward the invert channel. Precast invert channels are not acceptable. Manhole frames and covers shall be of cast iron conforming to ASTM A48 Class 30, shall be traffic bearing, and shall have machined contact surfaces. Manhole frames and covers shall be as shown on the plans or an approved equal. Covers shall be vented as indicated on the plans. Sanitary sewer manholes will be measured on the "per each" basis and on the "linear foot" basis for that portion exceeding 6 foot in height. Measurements will be made for the appropriate diameter of manhole on the actual number constructed as required and accepted. The height of the manhole will be measured to the nearest tenth of a foot from the manhole invert to the top of the manhole ring. Manholes, either designated by the plans or having sewer pipes entering with two and one-half (2-1/2) feet or more vertical drop shall have an outside drop assembly as shown on the plans. Sanitary sewer manholes measured as provided above and accepted will be paid for at the contract unit price per each for ' Dia Precast Conc Sewer Manhole, 0-6' Depth", and at the contract un t price, per linear foot for "Precast Conc Manhole Wall, ' Dia, Over 6' Ht.". Such prices and payments will be compensation in full for all materials, labor, equipment, excavation and backfill, and incidentals necessary to IF complete the work as required. f 11 8.2491402 (U-608) i;3 5. BREAK DOWN, PLUG, AND FILL ABANDONED SANITARY SEWER MANHOLE: All sewer manholes in the construction area that will be abandoned shall have all connecting sewer pipe plugged, the top of manhole removed to an elevation of 2 feet below subgrade or below the spring line, and the manhole barrel filled with select earth material properly tamped. Any manhole that will have the connecting sewer pipe filled with cement grout shall also be filled with cement grout to the top of main pipe openings, elevated pipe openings excepted. Sewer manholes with connecting sewer pipe that do not require filling with cement grout shall be plugged.in a manner acceptable to the Engineer before the manhole is filled in with earth material. The quantity of abandoned sewer manholes broken down, filled in and accepted will be measured and paid for at the contract unit price each for "Break Down, Plug, And Fill Abandoned Sanitary Sewer Manhole". Such prices and payments will be full compensation for all materials, plugging pipe openings, breaking down manholes, excavation, backfilling, and incidentals necessary to complete the work as required. 6. WATERTIGHT MANHOLE RING AND COVER: Watertight manhole rings and covers shall be installed in accordance with the applicable utility provisions herein, as shown on the utility plans and/or as directed by the Engineer. . Watertight manhole rings and covers shall be cast iron conforming to ASTM A48 Class 30 and shall be coated in conformance with ASTM A74. Such rings and covers shall be traffic bearing and shall conform to the weights and dimensions as shown on the plans. Manhole rings and covers shall be sealed using a flexible plastic or rubber gasket which is permanently attached to the ring. Manhole rings shall be securely attached to the manhole and shall be sealed with butyl rubber or bituminous sealer. Watertight manhole rings and covers, installed in accordance with the plans and provisions herein and accepted, will be measured and paid for at the contract unit price per each for "Watertight Manhole Ring and Cover". Such prices and payments will be full compensation for all labor, materials, removal and disposal of existing ring and cover, and incidentals necessary to complete the work as required. 7. FILL OR REMOVE ABANDONED SEWER PIPES: 9 All abandoned sewer pipe located in the roadway, which is twelve inches in diameter and larger and has a cover of less than twenty feet below finished pavement grade, shall be filled with portland cement and sand rout or removed at the discretion of the Contractor. 12 8.2491402 (U-608) :104 The cement grout shall have a minimum compressive strength of 500# Such grout shall consist of portland cement, fly ash, sand, and water. The grout shall be of a consistency to flow and be vibrated, if necessary, in order for the mix to flow uniformly into the pipe to be filled. Any abandoned sewer line within the project limits to be removed, shall be excavated, removed and disposed of in accordance with the N.C. Occupational Safety and Health Standards, and other applicable regulatory agency requirements. The resulting trench shall then be backfilled and properly compacted using local excavated material or select backfiTl as required by the Engineer. The quantity of sewer pipe, filled with required and accepted, shall be measured unit price per linear foot for "Fill or Pipe". Such prices and payments shall b material, labor, equipment, pumping or disposal of pipe, excavation, backfill, complete the work as required. cement grout or removed as and paid for at the contract Remove Abandoned 18" Sewer compensation in full for all placing grout, removal and and incidentals necessary to 13 .46 p PROJECT SPECIAL PROVISIONS Utility Project 8.2491402 (U-608) Guilford County UTILITY CONFLICTS: " General: The following utility companies have facilities that will be in conflict with the construction of this project: A. Duke Power Company B. Southern Bell Telephone Company C. Piedmont Natural Gas D. Colonial Pipeline Company E. Plantation Pipe Line Company F. City of Greensboro - Water & Sewer G. Cablevision of Greensboro The conflicting facilities of these concerns will be adjusted prior to the date of availability, unless otherwise noted and are therefore listed in these special provisions for the benefit of the Contractor. All utility work listed herein will be done by the utility owners. All utilities are shown on the plans from the best available information. The Contractor's attention is directed to Article 105.8 of the Standard Specifications. Utilities Requiring Adjustment: G3 A. Duke Power Company NOTE: The adjustments along Lines -Y1- Rev. and -Y1B- will be made after bridge and culvert construction at Station 28+26 and Station 30+46 and rough grading in the vicinity of the bridge and culvert has been completed. 1. Station 19+00 to Station 21+80 Line -Y1- Rev. The existing power pole line, left of existing Old Oak Ridge Road and Line -Y1- Rev. from Station 19+00 to Station 21+80, will be dismantled and removed after a new power pole line, with telephone attached, has been installed further left of existing Old Oak Ridge Road and Line -Y1- Rev. from Station 19+00 to Station 21+80. 2. Station 11+85 Line -Y1B- The existing power pole left of Line -Y1B- (Old Oak Ridge Road) 40 at Station 11+85 will be dismantled and removed after a new power pole, with telephone attached, has been installed left of Line -Y1B- at Station 11+20. 8.2491402 (U-608) 3. Station 26+00 to Station 46+00 Line -Y1- Rev. The existing power pole line, with telephone attached, left of existing Old Oak Ridge Road and Line -Y1- Rev. from Station 26+00 crossing existing Old Oak Ridge Road at Station 32+00 Line -Y1- Rev. and continuing right of existing Old Oak Ridge Road and left of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 42+40 and continuing right of Line -Y1- Rev. to Station 46+00 will be dismantled and removed after a new power pole line, with telephone attached has been installed crossing existing Old Oak Ridge Road at Station 26+25 Line -Y1- Rev. thence continuing left of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 30+35 thence continuing right of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 35+60 thence continuing left of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 42+20 thence continuing right of Line -Y1- Rev. to Station 46+00. 4. Station 41+00 Line -Y1- Rev. The existing buried power line crossing Line -Y1- Rev. at Station 41+00 will be abandoned after a new power pole line has been install.ed crossing Line -Y1- Rev. at Station 41+10. 5. Station 51+29 to Station 60+35 Line -Y1- The existing power pole line, with telephone attached, left of Line 7Y1- from Station 51+29 crossing Line -Y1- at Station 59+55 and continuing right of Line -Y1- to Station 60+35 will be dismantled and removed after a new power pole line, with telephone attached, has been installed further left of Line -Y1- from Station 51+29 crossing Line -Y1- at Station 59+67 and continuing right of Line -Y1- to Station 60+35. 6. Station 10+00 to Station 43+57 Line -Y2- and Station 10+00 to Station 10+35 Line -Y1C- The existing power pole line left of Line -Y2- from Station 10+00 crossing Line -Y2- at Station 18+90 and continuing right of Line -Y2- thence crossing Line -Y2 at Station 21+00 and continuing left of Line -Y2- thence crossing Line -Y2- at Station 31+00 and continuing right of Line -Y2- thence crossing Line -Y2- at Station 36+00 and continuing left of Line -Y2- thence crossing Line -Y2- at Station 40+80 and continuing right of Line -Y2- to Station 43+57 and right of Line -Y1C- from Station 10+00 to Station 10+35 will be dismantled and removed after a new power pole line with telephone attached has been installed further left of Line -Y2- from Station 10+00 crossing Line -Y2- at Station 19+35 and continuing further right of Line -Y2- thence crossing Line -Y2- at Station 21+85 and continuing further left of Line -Y2- thence crossing Line -Y2- at Station 26+23 and continuing right of the -Y2- Det. on temporary power poles to Station 35+75 thence continuing right of Line -Y2- on permanent power poles to Station 43+57 thence continuing right of Line -Y1C- from Station 10+00 to Station 10+35. NOTE: The temporary power pole line, with telephone attached, right of Line -Y2- from Station 26+35 to Station 35+75 will be dismantled and removed after a permanent power pole t 'or 2 8.2491402 (U-608) .J6 line, with telephone attached, has been installed right of Line -Y2- from Station 26+35 to Station 35+75 and after traffic has been shifted to Line -Y2-. 7. Station 92+50 Line -L- The existing power pole line east of Tamokee Drive crossing Line -L- at Station 92+50 will be dismantled and removed after a new power pole line, with telephone attached, has been installed further east of Tamokee Drive crossing Line -L- at Station 92+65 such that the poles are located outside of the control of access. 8. Station 4+25 to Station 34+10 Line -Y3- The existing power pole line attached to telephone poles left of Line -Y3- from Station 4+25 to Station 13+00 and the existing power pole line right of Line -Y3- from Station 5+60 to Station 34+10 will be dismantled and removed after a new power. pole line has been attached to new telephone poles further left of Line -Y3- from Station 4+25 to Station 6+45 thence crossing Line -Y3- to a new power pole further left of Line--Y3- at Station 7+00 and a new power pole line with telephone attached has been installed further right of Line -Y3- from Station 5+65 to Station 15+05 thence continuing temporary power pole line with telephone attached further right of Line -Y3- from Station 15+05 crossing Line -L- at Station 132+30 and continuing right of Line -Y3- to Station 24+10 thence continuing permanent power pole line with telephone attached to Station 34+10. NOTE: The temporary power pole line with telephone attached will be dismantled and removed after a new power pole line with telephone attached has been installed right of Line -Y3- from Station 15+05 crossing Line -L- at Station 133+78 and continuing right of Line -Y3- to Station 24+10 and after bridge and culvert construction in the vicinity is completed. 9. Station 11+00 to Station 19+00 Line -Y3B- The existing buried power cable right (north) of existing Fox Chase Road from Line -Y3- to Station 19+00 Line -Y3B- will be abandoned after a new buried power cable has been installed right (north) of Line -Y3B- from Station 11+00 to Station 19+00. B. Southern Bell Telephone Company 1. Station 8+60 to Station 19+70 Line -L- The existing buried telephone cable left and right of Line -L- from Station 8+60 to Station 19+70 will be abandoned after a new buried cable has been installed further right of Line -L- from Station 8+60 to Station 17+90. 2. Station 10+15 to Station 72+30 Line -Y1- The existing buried telephone cable left and right of existing Old Oak Ridge Road from Station 10+15 to Station 65+30 and right of Line -L- from Station 65+30 to Station 72+30 will be 3 8.2491402 (U-608) ? ,,6i?s abandoned and the existing telephone pole line left of existing Old Oak Ridge Road from Station 29+65 Line -Y1- crossing existing Old Oak Ridge Road at Station 32+00 Line -Y1- and continuing right of existing Old Oak Ridge Road crossing existing Old Oak Ridge Road at Station 48+20 Line -Y1- and continuing left of existing Old Oak Ridge Road to Station 51+30 Line -Y1- will be dismantled and removed after a new telephone pole line has been attached to existing and proposed power poles right of Line -Y1- from Station 10+15 crossing Line -Y1- at Station 12+15 and continuing left of Line -Y1- and existing Old Oak Ridge Road crossing existing Old Oak Ridge Road at Station 26+00 Line -Y1- Rev. and continuing left of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 30+40 and continuing right of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 35+45 and continuing left of Line -Y1- Rev. crossing Line -Y1- Rev. at Station 42+10 and continuing right of Lines -Y1- Rev. and -Y1- crossing Line -Y1- at Station 48+10 and continuing left of Line -Y1- crossing Line -Y1- at Station 59+50 and continuing right of Line -Y1- to Station 72+30. NOTE: See Duke Power and Structure Utility Special Provisions for information about the bridge at Station 28+26 and the culvert at Station 30+46. 3. Station 10+00 to Station 43+57 Line -Y2- and Station 10+00 to Station 10+35 Line -Y1C- The existing buried telephone cable left and right of existing Inman Road from Station 10+00 Line -Y2- to Station 43+57 Line -Y2- will be abandoned after a new telephone pole line has been attached to new power poles left of Line -Y2- from Station 10+00 crossing Line -Y2- at Station 19+35 and continuing right of Line -Y2- thence crossing Line -Y2- at Station 21+85 and continuing left of Line -Y2- thence crossing Line -Y2- at Station 26+23 and continuing right of Line -Y2- Det. on temporary power poles to Station 35+75 thence continuing attached to permanent power poles to Station 43+57 thence continuing right of Line -Y1C- from Station 10+00 to Station 10+35. NOTE: See Duke Power for relocation of temporary power and telephone. 4. Station 92+33 Line -L- The existing buried telephone cable east of Tamokee Drive crossing Line -L- at Station 92+33 will be abandoned after a new telephone pole line has been attached to new power poles further east of Tamokee Drive crossing Line -L- at Station 92+65. 5. Station 3+50 to Station 37+60 Line -Y3- The existing telephone pole line, with power attached, left of Line -Y3- from Station 3+50 to Station 37+60 will be dismantled and removed after a new telephone pole line with power attached has been installed further left of Line -Y3- from Station 3+50 to Station 6+50 thence crossing Line -Y3- at Station 6+60 and x 4 8.2491402 (U-608) lii a continuing right of Line -Y3- attached to new power poles to Station 15+05 thence continuing attached to a temporary power pole line further right of Line -Y3- from Station 15+05 crossing Line -L- at Station 132+30 and continuing right of Line -Y3- to Station 24+10 thence continuing attached to a permanent power pole line right of Line -Y3- to Station 34+10 thence continuing attached to existing power poles right of Line -Y3- to Station 37+90 thence crossing Line -Y3- to an existing telephone pole at Station 37+60 left of Line -Y3-. NOTE: The temporary telephone attached to temporary power will be relocated with power. See Duke Power Company, Item 8 NOTE. 6. Station 6+50 Line -Y3- The existing buried telephone cable crossing Line -Y3- at Station 6+50 will be abandoned. 7. Station 10+00 to Station 19+00 Line -Y3B- The existing buried telephone cable crossing Line -Y3- at Station 24+15 continuing right (west) of Line -Y3- crossing existing Fox Chase Road thence continuing right (north) of existing Fox Chase Road to Station 19+00 will be abandoned after a new buried telephone cable has been installed left (south) of Line -Y3B- from Station 10+00 to Station 19+00 thence crossing Line -Y3B- at Station*19+00. C. Piedmont Natural Gas 1. Station 21+40 to Station 42+37 Line -Y1- Rev. The existing gas line, right of existing Old Oak Ridge Road.from Station 21+50 to Station 42+37 Line -Y1- Rev. will be abandoned after a new gas line has been installed left of Line -Y1- Rev. from Station 21+40 to Station 42+37 and after the bridge at Station 28+25 Line -Y1- Rev. and the culvert at Station 30+27 Line -Y1- Rev. have been constructed. After rough grading has been completed the Contractor shall allow 4 weeks for installation of the new line. 2. Station 15+60 to Station 17+10 Line -Y3- The existing gas line left of Line -Y3- from Station 15+60 to Station 17+10 will be abandoned after a new gas line has been installed further left of Line -Y3- from Station 15+60 to Station 17+10. NOTE: All other Piedmont Natural Gas Facilities located within the limits of this project will remain in place and be adjusted as necessary. D. Colonial Pipeline Company 1. Station 95+05 Line -L- The existing 36" gas line crossing Line -L- at Station 95+05 will be abandoned after a new 36" gas line has been installed crossing Line -L- at Station 94+73. 5 8.2491402 (U-608) 2. Station 95+40 Line -L- The existing 32" gas line crossing Line -L- at Station 95+40 will be abandoned after a new 32" gas line has been installed crossing Line -L- at Station 94+95. E. Plantation Pipe Line Company 1. Station 95+80 Line -L- The existing 8" gas line crossing Line -L- at Station 95+80 will t be abandoned after a new 8" gas line has been installed crossing Line -L- at Station 96+63. 2. Station 95+85 Line -L- The existing 14 gas line crossing Line -L- at Station 95+85 will be abandoned after a new 14" gas line has been installed crossing Line -L- at Station 96+73. F. City of Greensboro - Water 1. Station 30+50 to Station 40+00 Line 41- Rev. The existing water line left of existing Old Oak Ridge Road from Station 30+50 to Station 40+00, Line -Y1- Rev. will be lowered after traffic is shifted to Line -Y1- Rev. 2. Station 27+80 to Station 36+90 Line -Y2- The existing water line right of Line -Y2- from Station 27+80 to Station 36+90 will be abandoned after a new water line has been installed crossing Line -Y2- at Station 28+25 thence continuing left of Line -Y2- thence crossing Line -Y2- at Station 36+43. NOTE: All remaining City of Greensboro Water will remain in place and be adjusted as necessary. G. Cablevision of Greensboro NOTE: Cablevision will be relocated with Duke Power as necessary. 6 8.2491402 :x.l PROJECT SPECIAL PROVISIONS THERMOPLASTIC PAVEMENT MARKINGS J ALKYD MALE I CJ DESCRIPTION: This portion of the project will consist of the furnishing and placement of Alkyd/Maleic Thermoplastic Reflective Pavement Markings in the form of lines and symbols of the type specified herein and shown on the pavement marking plans. These markings shall be installed at the locations shown on the pavement marking plans or where directed by the Engineer. Installation shall be performed in accordance with the lines, symbols, and dimensions shown on the pavement marking plans or as described herein. The Contractor shall furnish all materials, services, labor, and equipment necessary for the required pavement preparation and pavement marking installation. The Contractor shall provide sufficient personnel experienced in the handling and application of the Thermoplastic Pavement Marking Materials to assure that the work is done properly. The material shall be plainly visible to the motorist both day and night. Nighttime visibility shall be enhanced by retro-refledtion induced by standard automobile headlights. The work shall meet the requirements of these Special Provisions and the 1990 standard specifications for roads and structures of the North Carolina Department of Transportation. All approvals from the Engineer for work to be performed shall be obtained prior to any work beginning in accordance with this specification. THERMOPLASTIC PAVEMENT MARKING MATERIALS: GENERAL (1) DESCRIPTION: This special provision covers machine applied hot Alkyd/Maleic Thermoplastic Pavement Marking Material with both incorporated glass beads and drop-on glass beads. (2) THERMOPLASTIC MATERIAL: The Thermoplastic Material for hot Alkyd/Maleic applications shall consist of homogeneously composed pigments, filler, resins, and glass reflectorizing spheres. The Thermoplastic Material shall be available in both white and yellow. PAGE 1 8.2491402 The Thermoplastic Material shall be free of contaminates and shall be dry blended or hot mixed from 100% virgin stock using no reprocessed materials. The Thermoplastic Material, while on the roadway surface and at any natural temperature shall exist in a hard, solid state with cold ductility that permits normal movement with the road surface without chipping and/or cracking. The material manufacturer has the option of formulating the Thermoplastic Material according to his own specifications, however, the manufacturer shall meet the minimum requirements specified herein including but not limited to composition, physical characteristics, etc. The physical and chemical properties contained in this specification shall apply regardless of the type of formulation used. The Thermoplastic Material upon heating shall not exude fumes which are toxic, or injurious to persons or property. The Thermoplastic Material shall not deteriorate or discolor when held at the application temperature for periods of time up to 4 hours or upon repeated reheating (a minimum of 4 times).- The color, viscosity, and chemical properties versus temperature characteristics of the Thermoplastic Material shall remain constant for up to 4 hours at the application temperature and shall be the same from batch to batch. The Thermoplastic Material shall be readily applicable at temperatures between 400 & 4400 F from the approved equipment to produce lines and symbols of the required above the pavement thickness as described elsewhere.in this specification and in the Contract document. COMPOSITION The pigment, beads, and filler shall be uniformly dispersed in the resin. The material shall be free from all skins, dirt, and foreign objects and shall comply with requirements according to Table 1: TABLE 1 COMPOSITION COMPONENT BY WEIGHT Binder 18.0% Min. Glass Beads (Premixed) 30.0% Min. Titanium Dioxide 10.0% Min. Yellow Pigment (For Yellow Marking Only) 4.0% Min-: Calcium Carbonate & Inert Filler SEE NOTE "A" NOTE "A": The amount of calcium carbonate and inert fillers 1 0 PAGE 2 8.2491402 " -1 3 shall be at the option of the manufacturer, providing all other requirements of the specifications are met. The total of silica content used in the formulation of the Thermoplastic Material shall be the glass beads (premixed). it (1) BINDER The binder shall consist of a mixture of synthetic resins (at least one synthetic resin shall be solid at room temperature) and high boiling point plasticizers. At least one-third of the binder composition shall be 100% maleic-modified glycerol ester of resin and shall be no less than 10% by weight of the entire material formulation. The binder shall contain no petroleum Hydrocarbon resins, tall oil resins or rosins, or any combination of tall oil resins with maleic-modified glycerol esters of rosin. (2) GLASS BEADS - PREMIXED AND DROP-ON The glass beads used in formulation or dropped on shall be smooth, clear, free from any air inclusions and scratches that might affect their function as a retro- reflective media, and shall have the characteristics listed below. (a) MOISTURE RESISTANCE: Drop-on beads only - shall be 100% passing (b) ROUNDNESS%,BY WT_: Not more than 20% of the glass spheres shall be irregular or fused spheroids, and at least 80% of the spheres shall be true spheres. (c) INDEX OF REFRACTION: Shall be a minimum of 1.50. (d) GRADATION U.S. STANDARD SIEVE: t U.S. STANDARD SIEVE SIZE MINIMUM MAXIMUM Passing #20 100% -- Passing #20 and retained on #30 50 10% Passing #30 and retained on #50 40% 80% Passing #50 and retained on #80 15% 40% Passing #80 0% 5% (e) CHEMICAL RESISTANCE: Beads shall be 100% passing (3) OTHER INGREDIENTS The other ingredients shall meet the following specifications: Titanium Dioxide ASTM D 476-TYPE 2 PAGE 3 8.2491402 j4 PHYSICAL CHARACTERISTICS (1) COLOR - The Thermoplastic Pavement Marking Material shall meet the following requirements for daylight reflectance and color when tested using a standard color difference meter (0o, 45a) and a magnesium oxide standard or an approved secondary standard. WHITE _ Daylight reflectance at 450 - 00 of 75% minimum and match federal test standard number 595a (Color 17886). YELLOW: Daylight reflectance at 450 - 00 of 45% minimum and match federal test standard number 595a (Color 13538) which shall fall within the limits of the FHWA highway color tolerance chart, PR color #1. (2) REFLECTIVITY - At the time of installation, the in-place marking shall have the minimum reflectance values shown below, as obtained with a Mirolux 12 Retroreflectometer. The Mirolux 12 has an Illumination Angle of 86 1/20 and Observation Angle of 1 1/20. The Illuminated Area is 3 1/2" by 6 1/2". The photometric quantity shall be measured in millicandelas per lux per meter squared (mcd / lux / m2). The reflectance values shown below shall be maintained for a minimum of 30 days from the time of placement of the marking material. WHITE: 375 mcd/lux/m2 YELLOW: 250 mcd/lux/m2 (3) YELLOWNESS INDEX - The white Thermoplastic Material shall not exceed a yellowness index of 0.15. (4) BOND STRENGTH - The bond strength of the Thermoplastic Material to Portland Cement Concrete shall exceed 1.24 MPa (180 psi). (5) CRACKING RESISTANCE AT LOW TEMPERATURE - The Thermoplastic Pavement Marking Material shall be 100% passing. F (6) IMPACT RESISTANCE - The impact resistance of the f Thermoplastic Material shall be a minimum of 10 inch pounds. (7) SPECIFIC _GRAVITY - The specific gravity of the Thermoplastic Pavement Marking Material shall not be less than 1.95 +.05 nor more than 2.15 +.05. (8) SOFTENING POINT - The Thermoplastic Material shall have a softening point of not less than 92.80 C (2000 F) (9) PAGE 4 8.2491402 ?: 5 DRYING TIME - When applied at a temperature of 2110 + 70 C (4120 + 12.50 F) and thickness of 3.2mm (0.125 in.) The Thermoplastic Material shall set to bear traffic in not more than two minutes when the air temperature is 110 C (500 F) and not more than 15 minutes when the air temperature is 320 C (900 F). (10) STORAGE LIFE - The material shall meet the requirements of this specification for a period of one year. The Thermoplastic Pavement Marking Material must also melt uniformly with no evidence of skins or of unmelted particles for this one year time period. Any material not meeting the above requirements shall be replaced by the manufacturer. The Engineer shall note that Thermoplastic Material in the granular form may not have a shelf life of one year. CONSTRUCTION METHODS: THERMOPLASTIC PAVEMENT MARKING OBSERVATION PERIOD The Contractor shall maintain responsibility for the thermoplastic pavement markings for a 180 day observation period beginning upon the satisfactory completion of all work contained in this specification. The contractor shall guarantee the markings under the payment and performance bond. During the 180 day observation period the Thermoplastic Pavement Marking Material furnished and installed under this contract shall show no signs of failure due to blistering, excessive cracking, bleeding, staining, discoloration, oil content of the pavement materials, smearing or spreading under heat, deterioration due to contact with grease deposits, oil, diesel fuel, or gasoline drippings, chipping, spalling, poor adhesion to the pavement materials, loss of reflectivity, vehicular damage, and normal wear. Specifically, at the end of the Observation period the pavement marking material must be within 10 mils of the initial, above the pavement, thicknesses as required elsewhere in this specification. The thickness measurements shall be taken as specified by Materials and Tests Unit Procedure PM -1.0. Also the minimum reflectance values at the end of the Observation period.shall be 325 mcd/lux/m2 for white material s and 200 mcd/lux/m2 for yellow material. These measurements will be taken by NCDOT within 30 days prior to the end of the Observation period. The reflectance values shall be taken using a Mirolux 12 reflectometer discussed elsewhere'in this specification. The Contractor, at no expense to the Department of PAGE 5 8.2491402 W6 Transportation, shall replace any pavement markings that will not perform satisfactorily under traffic during the 180 day observation period due to defective materials and/or workmanship in manufacture and/or application. (Failure to comply with any portion of this specification shall be considered as unsatisfactory performance of the Thermoplastic Pavement Marking Material). Marking replacement shall be performed in accordance with the requirements specified herein for the initial application, including but not limited to surface cleaning, pavement marking removal, seasonal and weather limitations, etc. Traffic shall be operating on the facility during the entire 180 day observation period unless otherwise directed by the plans or the Engineer. METHODS OF APPLICATION The Contractor shall furnish, and install by the specified method of application, Thermoplastic Pavement Markings as directed by and in accordance with the pavement marking plans: 1. Machine applied, hot extruded Thermoplastic with glass spheres in the proper ratio to immediately produce a highly reflective marking as described elsewhere in this specification. Extrusion may be accomplished using either conventional extrusion equipment or "ribbon gun" extrusion devices. 2. Machine applied, hot sprayed Thermoplastic with glass spheres in the proper ratio to immediately produce a highly reflective marking as described elsewhere in this specification. The Thermoplastic Pavement Markings shall be applied to the road surface in a molten state with a homogeneous surface application of glass spheres. When applied properly and at the designated uniform thickness and width the marking shall, upon cooling, be uniformly reflectorized and have the ability to resist deformation caused by traffic throughout its entire length. The Contractor, at.his option, may use interim pavement marking paint as described in Section 920 of the N. C. Standard Specifications for Roads and Structures. If this option is chosen payment for the interim pavement marking paint shall be incidental to the various thermoplastic pavement marking items in the contract. The'Contractor shall cover any interim pavement marking paint with thermoplastic pavement marking material within 30 calendar days of placement. r 4 PAGE 6 8.2491402 SURFACE PREPARATION To insure maximum possible adhesion, the pavement surface upon which Thermoplastic Pavement Markings are to be placed shall be cleaned free of grease, oil , mud, dust, dirt, grass, loose gravel and other deleterious material, prior to the application of the Thermoplastic Pavement Markings. Cleaning shall be performed on all surfaces which are to receive new Thermoplastic Pavement Markings. The area to be cleaned shall be a minimum of 2 inches wider than the Thermoplastic Pavement Markings to be placed, such that, an additional 1 inch of cleaned area is on each side of the Thermoplastic Pavement Markings after they are applied. The method utilized of cleaning of the pavement surface shall be approved by the Engineer prior to cleaning operations beginning. Where cleaning of objectionable material is obscuring existing pavement markings of a lane occupied by public traffic, the residue including but not limited to dust shall be removed immediately from the surface being treated. Such removal shall be by methods approved by the Engineer. On all pavement surfaces greater than 2 years old and Portland Cement Concrete Pavements, a liquid epoxy resin primer-sealer or equivalent shall be applied to the area where hot Thermoplastic Pavement Markings are to be placed unless otherwise recommended by the manufacturer. The primer-sealer shall be that recommended by the manufacturer of the Thermoplastic Material, and shall be approved by the Engineer prior to use. The material shall form a continuous film which shall dry rapidly, which shall adhere to the pavement surface, and shall be completely dry prior to application of the Thermoplastic Material. The primer-sealer shall not discolor nor cause any noticeable change in the appearance of the Thermoplastic Pavement Markings and/or the pavement outside the edge of the finished pavement markings. A sample of the primer-sealer shall be submitted to the Engineer, and shall be approved by the Engineer prior to application. No direct payment shall be made for this surface preparation (pavement cleaning and application of primer-sealer), as such work shall be considered incidental to the work being paid for by the various Thermoplastic Pavement Marking items in this contract. WEATHER LIMITATIONS s Thermoplastic Pavement Markings shall not be applied on existing pavement surfaces or new concrete pavements unless the ambient air temperature and the temperature of the pavement is 500 F and rising. PAGE 7 8.2491402 11 1 yXS Thermoplastic Pavement Markings shall not be applied on new asphalt surfaces unless the ambient air temperature and the temperature of the pavement is 500 F and rising unless as specified below. Thermoplastic Pavement Markings may be placed on new asphalt surfaces when the ambient temperature is 400 F and rising and the-temperature of the pavement is a minimum of 500 F when marking is being placed immediately behind the paving operation. Thermoplastic Pavement Markings shall not be placed when the pavement surface shows visible evidence of containing moisture. PREMARKING Where no existing markings are in place, the existing markings are not visible, and/or the existing markings are to be removed. The Contractor shall be required to premark each installation of Thermoplastic Pavement Marking Materials prior to application. The premarking shall be of a manner that will be helpful to the Contractor and the Engineer in placing the Thermoplastic Pavement Markings as directed in the plans. The actual placement of the Thermoplastic Pavement Marking Materials shall not be performed until the premarking has been inspected and approved by the Engineer. No direct payment shall be made for this premarking as such work shall be considered incidental to the work being paid for by the various Thermoplastic Pavement Marking items in the contract. APPLICATION EQUIPMENT All the equipment used to install hot Thermoplastic Pavement Marking Materials under this specification shall be constructed to provide all the features as follows: An oil jacketed or air jacketed premelting kettle shall be utilized for uniform melting and heating of the Thermoplastic Pavement Marking Material. The kettle shall be equipped with an automatic thermostat control device to provide positive temperature control. The kettle shall provide continuous mixing and agitation of the Thermoplastic Pavement Marking Material. The applicator shall be equipped with an automatic thermostat control device for the storage kettle to maintain the Thermoplastic Pavement Marking Material at the application temperature. The applicator storage kettle shall provide continuous mixing and agitation of the Thermoplastic Pavement Marking Material during installation.. The equipment shall be constructed so that all mixing and conveying parts, up to and r s PAGE 8 8. 2491402 1 12 including the application apparatus, maintains the Thermoplastic Pavement Marking Material at the specified installation temperature. The applicator shall be capable of containing a minimum of 150 lbs. of molten Thermoplastic Pavement Marking Material. The premelting kettle and applicator shall be constructed and arranged to meet the requirements of the National Board of Fire Underwriters, the National Fire Protection Association,' and State and local authorities. Conveying parts of the applicator, between the main material reservoir and the application apparatus, shall be constructed to prevent clogging and accumulation. The applicator shall apply the "drop-on" glass beads to the placed molten Thermoplastic Pavement Marking Material by means of a pressurized bead dispenser or other mechanical conveying method (not simply dependent on gravity for uniform application or dropped by hand). The bead dispenser shall be equipped with an automatic cutoff control synchronized with the cutoff system for the Thermoplastic marking material so that all Thermoplastic marking material placed shall be covered with a uniform layer of "drop-on" glass beads. Application equipment shall be so constructed as to assure continuous uniformity in the thickness and width of the Thermoplastic Pavement Marking. The applicator shall provide multiple width settings ranging from 4" to 12" and multiple thickness settings to achieve above the pavement thicknesses ranging from 0.090 inches to 0.120 inches. The applicator shall provide a method for cleanly cutting off stripe ends and shall be equipped with a means of applying all "skip lines", symbols, and word messages. The applicator shall be mobile and maneuverable to the extent that straight lines can be followed and all standard curves can be made in true arcs. All parts of the equipment which come in contact with the Thermoplastic Pavement Marking Material shall be constructed for easy accessibility during cleaning and maintenance. APPLICATION OF THERMOPLASTIC MARKING MATERIAL All parts of the application and premelting equipment shall be thoroughly cleaned of foreign material prior to the introduction of the Thermoplastic Pavement Marking Material proposed in this specification. Openings of a maximum 12 inches and a minimum of 6 inches in length shall be provided at intervals of 250 feet in edge lines placed on the inside of curves and in edge lines on the PAGE 9 8.2491402 .1.ti? low side of tangents. The material shall be heated uniformly throughout and shall have a homogeneous dispersement of binder, pigment, and glass x beads when applied to the surface of the pavement. To avoid blistering and poor adhesion, the Thermoplastic Pavement Marking Material shall be applied to dry pavements in a molten state at a minimum temperature of 2050 C (4000 F) for Bituminous Pavements and at a minimum temperature of 2180 C (4250 F) for Portland Cement Concrete Pavements. The temperature shall be checked every 10 minutes for compliance with the specified application temperature range. "Drop-on Beads" shall be uniformly applied to the surface of the molten Thermoplastic Pavement Marking Material so that the beads are partially embedded. The beads shall be applied at a rate to obtain the minimum reflectance values described elsewhere in this specification (ex., 8to 10 lbs. per 100 square feet of marking material may give the required retroreflectivity). The crossectional thickness of the Thermoplastic Pavement Marking Material above the surface of the pavement for center lines, skip lines, transverse bands, mini-skip lines, legends and median islands shall be a minimum of 0.120 inches; edge lines, gore lines, 8 inch crosswalk lines, diagonats, and arrows shall be a minimum of 0.090 inches. These thicknesses shall be measured as specified by Materials and Tests Unit Procedure PM-1.0. The Thermoplastic Pavement Marking Material, when formed into traffic symbols and lines., shall have a uniformly thick and smooth surfaced cross-section throughout its entire length. All pavement marking widths, as a minimum, shall be the dimension as specified in the plans and shall not exceed the dimension by more than 1/2 inch. Pavement marking lines shall be straight or of uniform curvature and shall conform with the tangents, curves, and transitions as specified in the plans and/or directed by the Engineer. Longitudinal lines shall be offset a minimum of 2 inches from longitudinal construction joints of pavements. + Longitudinal lane lines of multilane roadways shall be offset 2 inches towards the median. The finished lines shall have well defined edges and be free of horizontal fluctuations. The lateral deviation of the finished lines shall not exceed 1/2 inches from the proposed location alignment, as specified in the plans and/or directed by the Engineer, at any point. Any greater deviations shall be sufficient cause for requiring the Contractor to remove PAGE 10 8.2491402 :1?? and correct such pavement markings at no additional expense to the Department of Transportation. a All pavement marking lines shall be applied with one pass of the pavement marking equipment, except the "X" of the railroad crossing symbol, 24 inch stop bars and 24 inch transverse bands, where 2 passes of the equipment will be t permitted. The stem portion of straight arrows is to be applied in a single pass and the stem portion of turn arrows is to be applied in a maximum of 2 passes of the application equipment. Arrow heads may be applied by multiple passes of the application equipment, not to exceed three passes. All pavement marking lines and symbols installed by multiple passes of the application equipment shall exhibit no gaps separating the application passes. The various letters and symbols shall conform to the size and shape outlined in the "Manual on Uniform Traffic Control Devices for Streets and Highways", dated 1988 (as updated), and as shown in the pavement marking plans. The Thermoplastic Pavement Marking Material shall be capable of accepting an overlay of compatible material. The Contractor shall protect the pavement markings until they are track free by placing warning devices as directed by the Engineer. Any molten pavement marking which is crossed by a vehicle shall be reapplied, and any subsequent marking made by the vehicle shall be removed by methods acceptable to the Engineer and at no additional expense to the Department of Transportation. The Contractor shall be responsible for removing all pavement marking materials spilled upon the road surface by a method acceptable to the Engineer. COMPLIANCE OF MARKING MATERIAL WITH THE SPECIFICATION Tests in accordance with the composition and physical ' requirements of this special provision shall be conducted on samples as described below and the results shall be approved by the Engineer before any Thermoplastic Pavement Marking Material, including glass beads, are placed. The material manufacturer shall provide to the Engineer, prior to the testing procedure as described herein, verifiable certification stating the acceptability of the Thermoplastic Pavement Marking Material, drop-on glass beads, and incorporated (premixed) glass beads. PAGE 11 8.2491402 :122 In the event of failure of any test specified, two additional random samples from the production run shall be acquired as described below and the identified tests run again. Both random samples shall pass the tests and meet this specification prior to the material being accepted. An original copy of all results of the tests as specified 91 herein shall be shipped directly to the Engineer from the NC DOT approved independent test laboratory for review. No direct payment shall be made for any of the test procedures as described within this specification as such work shall be considered incidental to the work being paid for by the various Thermoplastic Pavement Marking items in the contract. PREQUALIFICATION OF PRODUCTS All Alkyd/Maleic Thermoplastic Pavement Marking products shall be prequalified by the Traffic Control Unit. The process of prequalification shall be handled thru the Traffic Engineering Branch. For more information on the prequalification process, contact the Traffic Control Unit at Century Center Building B, 1020 Birch Ridge Dr., Raleigh, N.C., 27610, (919)-250-4151. INDEPENDENT LABORATORY TESTS OF PRODUCTION RUNS Each production run (production run - any quantity of product manufactured from the same raw materials not exceeding 44,000 lbs.) of Thermoplastic Pavement Marking Material, drop-on type glass beads, and incorporated (premixed) glass beads shall be randomly sampled by the manufacturer in the presence of an approved representative of the North Carolina Division of Highways. The sample(s) shall be of sufficient amount to perform all the tests as described in this specification. The manufacturer shall package and identify the sample(s) with the batch and production run numbers (batch - individual production quantity where complete manufacturing processes have been started and completed with the same components under the same conditions, this quantity shall not exceed 5000 lbs. Thermoplastic Material and 2000 lbs. glass). The NC DOT Representative's Seal shall be affixed to the sample container(s) and the sample(s) shipped to an NC DOT approved 1 independent test laboratory for all tests specified herein. The tests shall be run on each production sample, no composite sample tests shall be allowed. TESTS TO BE PERFORMED The tests to be performed or, the material are shown below. The test procedure information can be obtained from the NCDOT Traffic Control Unit, Century Center Building B, 1020 Birch PAGE 12 8.2491402 j/lrt Ridge Rd, Raleigh, N.C., 27610, (919)-250-4151. Glass Beads (Premixed and Drop-on) Tests: Chemical Resistance, Moisture Resistance, Roundness % by Weight, Index of Refraction, Gradation. Thermoplastic Pavement Marking Material: Color, Yellow Index, Bond Strength (Yellow & White), Cracking.Resistance at Low Temperatures, Impact Resistance, Specific Gravity, Softening Point, Drying Time, Determine if Sample is an Alkyd Based Material, Calculate Percent Binder, Calculate Percent Glass Beads. PACKAGING FOR SHIPMENT All Thermoplastic and glass bead to the project in containers fil Each material container shall be marked to indicate the material, process, batch or lot number and location. material shall be delivered led by the manufacturer. clearly and adequately the date of manufacture, the the manufacturer's name and Dry mixed Thermoplastic Material shall be shipped in leak proof, moisture proof containers. The Thermoplastic Pavement Marking Material shall be in block or granular form packaged in either suitable corrugated containers or thermal degradable plastic bags to which it will not adhere during shipment or storage. The packages shall weigh approximately 23kg (50 lbs). The corrugated containers shall consist of blocks approximately 14" x 28" x 21/4" in size. Each container shall designate the color, manufacturer's name, batch number and date of manufacture. The label shall warn the user that the material shall be heated in the range of 204-2270 C (400-4400 F) during application. METHOD OF MEASUREMENT: The quantity of Thermoplastic Pavement Marking Lines to be paid for shall be the actual number of linear feet of Thermoplastic Pavement Marking Lines which have been satisfactorily placed. The Quantity of solid lines shall be the summation of the linear feet of solid line measured end- to-end of the line. The quantity of skip or intermittent lines shall be the summation of the linear feet derived by multiplying the nominal length of the marking lines by the number of marking lines in place. The quantity of Thermoplastic Pavement Marking Symbols to be paid for shall be the actual number of Thermoplastic Pavement Marking Symbols satisfactorily placed. PAGE 13 8.2491402 1 4 BASIS OF PAYMENT: The quantity of Thermoplastic Pavement Marking Lines measured as provided above, shall be paid for at the contract unit price per linear foot for "Thermoplastic Pavement Marking Lines". The quantity of Thermoplastic Pavement Marking Symbols, measured as provided above, shall be paid for at the contract unit price per each for "Thermoplastic Pavement Marking Symbols". Such prices and payment shall be full compensation for all layout,,materials, testing, tools, equipment, labor, and all other requirements necessary to complete the work. 4 PAGE 14 TRAFFIC CONTROL GENERAL PR JET PE IAL PROVISIONS Project 8.2491402 (U-608) The Contractor shall maintain traffic in 950 of the 1990 Standard Specifications Traffic Control Plan. TCG-1 TRAFFIC CONTROL PHASING: Guilford County accordance with Sections 150 and for Roads and Structures, and the The Contractor shall follow the construction procedure for maintenance of traffic as shown in the Traffic Control Plan. The Contractor shall complete the requirements of each construction Phase in sequence. When a construction Phase is divided into Steps the Contractor shall complete the requirements of each Step in sequence. ( Example: The requirements of Phase I shall be completed before proceeding to Phase II; the requirements of Step 1 of Phase I shall be completed before proceeding to Step 2 of Phase I). When a designation to BEGIN certain work has been made in the phasing, the Contractor will have met the requirements once the work is begun and may continue to other steps or phases as required. When a designation to complete certain work has been made, the Contractor may proceed to other steps or phases as required only once the described work is completed. All work described in the project phasing shall be performed by the Contractor, except where it is specified for certain work to be performed by others. TCG-2 In addition, when a construction Phase is divided into Areas the Contractor will be allowed to work in more than one Area simultaneously, except when otherwise noted. (Example: If Phase I is divided into Area 1 and Area 2 the Contractor may work in both Areas simultaneously, but shall complete the requirements of both Areas before proceeding to Phase II. When an Area is divided into Steps the Contractor shall complete the requirements of each Step in the sequence shown. An Area of a Phase will be considered complete once the requirements of all Steps in the Area are completed in the sequence shown). TCG-3 MATERIAL AND EQUIPMENT STORAGE AND PARKING: When vehicles, equipment, and materials are not being actively used they shall be moved at least 30 feet away from the edge of any travelway open to traffic (or as otherwise directed by the Engineer). All debris shall be immediately moved to a location at least 30 feet from the edge of any travelway open to traffic. If vehicles, equipment, materials, and debris are protected by guardrail or barrier a 5 foot minimum offset from the rail shall be used. TCG-5 EXCAVATIONS WITHIN TRAVELWAYS: During the process of constructing drainage pipes, manholes, junction boxes or other items that require excavating a travelway where traffic is to be maintained, the Contractor shall backfill and repair damaged pavement before allowing traffic to proceed over the affected travel lanes. 8.2491402 (U-608) 126 In low speed areas (35 MPH or less) metal plates may be used to cover excavated areas, in locations approved by the Engineer. There will be no direct payment for the work covered by this provision. Payment at the contract unit prices for the various items in the contract will be full compensation for all work covered by this provision. TCG-7 HOLIDAY LANE CLOSURE RESTRICTIONS: The Contractor shall not close a lane of traffic, detain and/or alter the traffic flow on or during holidays, holiday weekends, special events, or any other time when traffic is unusually heavy, including the following schedules: 1. For New Year's Day, between the hours of 4:00 p.m. December 31st to 8:00 a.m. January 2nd. If New Year's Day is on Saturday or Sunday, then until 8:00 a.m. the following Tuesday. 2. For Good Friday and Easter Monday, between the hours of 4:00 p.m. Thursday to 8:00 a.m. Tuesday. 3. For Memorial Day, between the hours of 4:00 p.m. Friday to 8:00 a.m. Tuesday. 4. For Independence Day, between the hours of 4:00 p.m. the Friday. before the week of Independence Peance and 8:00 a.m. the following Monday after t e eec o IndepenDay. 5. For Labor Day, between the hours of 4:00 p.m. Friday to 8:00 a.m. Tuesday. 6. For Thanksgiving Day, between the hours of 4:00.p.m. Tuesday to 8:00 a.m. Monday. 7. For Christmas, between the hours of 4:00 p.m. the Friday before the week of Christmas Day and 8:00 a.m. the following Monday after 56 wee o Christmas Day. Holidays and holiday weekends shall include New Years, Easter, Memorial Day, Independence Day, Labor Day, Thanksgiving, and Christmas. The Contractor shall schedule his work so that lane closures are not required during these periods, unless otherwise directed by the Engineer. TCG-8 BACKFILLING DROP-OFFS ADJACENT TO TRAVEL LANES: T The Contractor shall backfill drop-offs adjacent to travelways as follows: for roadways with posted speed limits of 45 MPH or greater the Contractor shall backfill drop-offs that exceed 2 inches; for roadways with posted speed limits less than 45 MPH the Contractor shall backfill drop-offs that exceed 3 inches. Backfill material shall be earth material, aggregate base course, bituminous concrete, or incidental stone as approved by the Engineer. 2 8.2491402 (U-608) IZ7 Backfill material shall be placed up to the edge and elevation of travelway pavement using a 6:1 slope, and compacted to the satisfaction of the Engineer. Backfill is not required when dropoff is behind concrete barrier or guardrail. 4 Drop-offs shall be backfilled before traffic is allowed to proceed in a lane adjacent to the work area. There will be no direct payment for the work covered by this provision. Payment at the contract unit prices for the various items in the contract will be full compensation for all work covered by this provision. TCG-9 SIGNS MOUNTED ON BARRICADES DESCRIPTION: The work covered by this Special Provision consists of furnishing, erecting, maintaining, relocating and removing Signs Mounted on Barricades necessary for controlling traffic in accordance with the plans and specifications. MATERIALS: Materials shall meet the requirements of Division 10 of the 1990 Standard Specifications for Roads and Structures shown below: Stationary Construction Signs ..................Article 1089-1 CONSTRUCTION METHODS: The provisions of Section 950 of the 1990 Standard Specifications for Roads and Structures will be applicable to the work covered by this Special Provision. MAINTENANCE: The provisions of Section 950 of the 1990 Standard Specifications for Roads and Structures will be applicable to the work covered by this Special Provision. METHOD OF MEASUREMENT: + The quantity of Signs Mounted on Barricades to be paid for will be the actual number of square feet of sign panels which have been satisfactorily installed on barricades and accepted by the Engineer. Nominal dimensions will be used to compute the sign panel areas. Relocation of signs as required in the plans will be considered as incidental to the measurement of the quantity of signs. 3 8.2491402 (U-608) BASIS OF PAYMENT: X28 The quantity of Signs Mounted on Barricades, measured as provided above, will be paid for at the contract unit price per square foot for "Signs Mounted on Barricades". Such price and payment will be full compensation for all work covered by this provision including but not limited to furnishing and erecting signs and mounting hardware; relocating signs mounted on barricades as required by the contract, maintaining signs, and removing signs when no longer needed. TCS01 Payment will be made under: Signs Mounted on Barricades ......................Square Foot TYPE S-TEMPORARY PRECAST CONCRETE BARRIER: DESCRIPTION: The work covered by this Special Provision consists of furnishing, placing, anchoring, and removing from the project Type S-Temporary Precast Concrete Barrier in accordance with the plans and specifications. The barrier units will remain the property of the Contractor upon completion of the work. MATERIALS: Materials shall meet the requirements of Division 8 of the 1990 Standard Specifications for Roads and Structures shown below: Temporary Precast Concrete Barrier ..............Article 855-2 CONSTRUCTION METHODS: Construction Methods shall meet the requirements of Divisions 8 and 9 of the 1990 Standard Specifications for Roads and Structures shown below: Temporary Precast Concrete Barrier ..............Article 855-3 Construction Zone Traffic Control Devices....... Article 950-3 The Type S-Temporary Precast Concrete Barrier units shall be placed and. anchored to'concrete pavements and bridge decks as shown on the plans or as directed by the Engineer. The barrier shall be anchored by the use of thru bolts or by an adhesive bonding system such as the masonry anchoring products by Kelken-Gold, Inc., the Molly Parabound Capsule Anchor of the Molly Fastener Group, the HVA Anchorage System by Hilti, or an approved equal. The Engineer will determine which anchoring method will be used on bridge decks. Expansion anchors will not be permitted. The bolts used with the adhesive bonding system shall be coated with a debonding agent so the bolt can be easily removed. The Contractor shall be responsible for ensuring that the debonding agent does not reduce the strength of the anchor system. Thru bolts will not be permitted on structures with prestressed concrete deck panels. Holes shall. be prepared and anchors set in sound pavement concrete in accordance with the manufacturer's recommendations. 1 4 8.2491402 (U-608) .29 Holes shall be drilled normal to the surface of installation unless otherwise permitted by the Engineer. Holes shall be drilled with a rotary drill or a rotary impact drill. Impact drills will not be permitted. An acceptable drilling depth indicator shall be used for each hole drilled. Upon removal of the barrier, the anchors shall be removed and the holes shall be completely filled with an approved, nonshrink, nonmetallic grout. MAINTENANCE: Maintenance shall meet the requirements of Division 9 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control Devices....... Article 950-4 METHOD OF MEASUREMENT: The quantity of Type S-Temporary Precast Concrete Barrier to be paid for will be the number of linear feet of barrier which has been furnished, placed, anchored, and removed in accordance with these specifications. Measurement will be made by counting the number of barrier units used and multiplying by the length of the unit. BASIS OF PAYMENT: The quantity of Type S-Temporary Precast Concrete Barrier, measured as provided above, will be paid for at the contract unit price per linear foot for "Type S-Temporary Precast Concrete Barrier". The above price and payment will be full compensation for all work covered by this provision including but not limited to furnishing precast concrete barrier units; furnishing and installing connecting pins, nuts, cotter pins and washers; anchoring hardware and adhesives; loading, hauling, placing and anchoring the units at their required location; repairing anchoring holes, and loading and hauling the units to a location off of the project when they are no longer needed. TCS-02 Payment will be made under: Type S-Temporary Precast Concrete Barrier ......... Linear Foot 6' TYPE II BARRICADES: DESCRIPTION: The work covered by this Special Provision consists of furnishing, erecting, maintaining, relocating, and removing 6' Type II Barricades in accordance with the plans and specifications. 1 MATERIALS: Materials shall meet the requirements of Divisions 9 and 10 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control Devices....... Article 950-2 5 8.2491402 (U-608) ?jo Type III Barricades .................Articles 956-3 and 1089-2 CONSTRUCTION METHODS: Construction Methods shall meet the requirements of Division 9 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control-Devices ....... Article 950-3 All 6' Type II Barricades installed at any one time during the life of the project shall utilize the same type of reflective sheeting, unless otherwise approved by the Engineer. MAINTENANCE: Maintenance shall meet the requirements of Division 9 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control Devices....... Article 950-4 Type III Barricades .............................Article 956-4 METHOD OF MEASUREMENT: The quantity of 6' Type II Barricades to be paid for will be the maximum number of 6' Type II Barricades acceptably placed at any one time during the project as required by the-contract. Relocation of barricades as required in the plans will be considered as incidental to the measurement of the quantity of barricades. BASIS OF PAYMENT: The quantity of 6' Type II Barricades, measured as provided above, will be paid for at the contract unit price each for "6' Type II Barricades" Such price and payment will be full compensation for all work covered by this provision including but not limited to furnishing and erecting barricades, barricade supports and mounting hardware; maintaining barricades; relocating barricades as required by the contract, and removing barricades when no longer needed. TCS-05 Payment will be made under: 6' Type II Barricades ..................................Each FLAGGER: DESCRIPTION: IL A The work covered by this Special Provision consists of furnishing Flaggers equipped with flagger uniforms and Stop/Slow Paddles, utilizing Flaggers to direct traffic, relocating Flaggers, maintaining the Stop/Slow Paddles and other flagger equipment, and removing Flaggers in accordance with the plans, and specifications, or as directed by the Engineer. 6 8.2491402 (U-608) MATERIALS: Materials shall meet the requirements of Divisions 9 and 10 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control Devices....... Article 950-2 Stationary Construction Zone Signs .........:...Article 1089-1 Flaggers shall be properly attired including but not limited to wearing orange clothing such as a vest, shirt, or jacket. For nighttime conditions the orange clothing shall be reflectorized. An orange cap or hard hat shall be worn at all times. Sign paddles shall be at least 18 inches wide with letters at least 6 inches high. A rigid handle shall be provided. This combination sign may be fabricated from sheet metal or other light semi-rigid material. The "STOP" face of the paddle shall have a red background with a white border, the word "STOP" shall be white. The "SLOW" face of the paddle shall have an orange background with black border, the word "SLOW" shall be black. When used at night the "STOP" face shall be reflectorized red with reflectorized white letters and border, and the "SLOW" face shall be reflectorized orange with black letters and border. CONSTRUCTION METHODS: Construction Methods shall meet the requirements of Division 9 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control Devices....... Article 950-3 The flaggers shall direct traffic in accordance with the plans, the Engineer, and the flagger qualifications and flagging procedures described in the Manual on Uniform Traffic Control Devices. Notification shall be given to the Engineer prior to using flaggers. The Stop/Slow paddles shall be held at a height of 7 feet above ground level. Pilot vehicles shall be used in conjunction with Flaggers when directed by the Engineer. MAINTENANCE: Maintenance shall meet the requirements of Division 9 of the 1990 Standard Specifications for Roads and Structures shown below: Construction Zone Traffic Control Devices....... Article 950-4 All flagger attire and Stop/Slow Paddles shall be maintained in good serviceable condition throughout the duration of the project. Any Stop/Slow Paddle whose reflective material becomes dirty, torn or otherwise damaged shall be immediately cleaned, repaired or replaced. 7 8.2491402 (U-608) METHOD OF MEASUREMENT: The quantity of Flaggers to be paid for will be the actual number of mandays that every flagger is provided during the life of the project. A Flagger Manday shall consist of the use of a flagger for any portion of a 24 hour period beginning at midnight. The quantity of Flaggers to be paid for in any 24 hour period beginning at midnight will be the maximum number of Flaggers used at any one time during that period. Relocation of Flaggers during a 24 hour period will be considered as incidental to the measurement of the quantity of Flaggers. Pilot vehicles will be considered as incidental to other items in the contract and will not be paid for separately. The Contractor will not be paid for !sin Flaggers if any of the following occur: - Prior approval for their use is not obtained from the Engineer - Flaggers are not properly attired - Flaggers are not using proper flagging techniques - Traffic control devices required for the flagging operation are not properly installed BASIS OF PAYMENT: The quantity of Flaggers measured as provided above will be paid for at the contract unit price per manday for "Flaggers". Such price and payment will be full compensation for all work covered by this provision including but not limited to furnishing, relocating, and maintaining Flaggers, furnishing and maintaining flagger equipment such as hats, vests, Stop/Slow Paddles or other hand signaling devices; removing Flaggers when no longer needed, and any other incidentals such as pilot vehicles necessary to complete the work. TCS-08 Payment will be made under: Flagger ..........................................Manday 8 juo3 PROJECT # 8.2491402 PROJECT SPECIAL PROVISION - TRAFFIC CONTROL TRAFFIC PATTERN SWITCHES The Contractor shall refer to Articles 105-5, 108-4, and Section 150 of the 1990 Standard Specifications. The Contractor shall give the Engineer 21 calendar days written notice prior to switching traffic patterns. A construction conference will be held prior to any planned traffic switch to discuss in detail, all aspects of the traffic pattern change. The Contractor, Resident Engineer, Division Traffic Services, and the Traffic Control Unit, if needed, will be represented at this meeting. Listed below are the traffic pattern switches for this project and the phases in the traffic control plan in which they occur, shown in chronological order. \ 1) Close existing Airport Blvd. and existing Old Oak Ridge Rd. in Phase I, Step 3 (Connector #1/01d Oak Ridge Rd., -- Y1 Rev.-) 2) Open proposed Airport Blvd. (Connector #1) and proposed old Oak Ridge Rd. (-Y1 Rev-) in Phase I, Step 3 (Connector #1/Old Oak Ridge Rd., -Y1 Rev.-) A 8.2491402 .1 4 TRAFFIC CONTROL DEVICES TO RII4AIN CN PROJE= DESCRIPTION. The work covered by this Special Provision consists of traffic control devices that are furnished and installed by the Contractor that will be required to remain on the project at its completion and became the property of the Department (in anticipation of the cannencement of an adjacent project). MATERIALS: The traffic control devices required to remain on the project at its completion as specified below under Construction Methods shall meet the Material requirements for their respective Special Provisions found elsewhere in this Contract and in the 1990 Standard Specifications for Roads and Structures of the North Carolina Department of Transportation. CONSTRUCTION METHODS: Due to the construction of an adjacent project it is anticipated that certain traffic control devices will be required to remain on the project at its completion. The Contractor shall install and leave on }he project the traffic control devices necessary to accommodate the traffic pattern shown on sheets PM-2 and PM-3 of the Pavement Marking Plan, unless otherwise directed by the Engineer. The devices anticipated to remain on the project at its completion will include TMe III Barricades, Signs Mounted on Barricades, and Non-metallic Drums. The devices remaining on the project shall meet the requirements of their respective Specifications in the 1990 Standard Specifications for Roads and Structures of the North Carolina Department of Transportation or their respective Special Provisions contained elsewhere in this Contract as follows: Nonmetallic Druns - refer to Section 958 of the 1990 Standard Specifications. Type III Barricades - refer to Section 956 of the 1990 Standard Specifications. 41 Signs Mounted on Barricades - refer to Special Provision TCS - 01 found elsewhere in this Contract. All devices that are required to remain on the project at its completion shall be in good condition subject to the approval of the Engineer. page 1 8.2491402 ?uJ The devices required to remain on the project at its canplrtion will become the property of the Department. The Department will turn the devices over to the Contractor of the adjacent project U- 608A (8.2491101) at a later date. METHOD OF MMMSUREMENT: ` The devices required to remain on the project at its campletion will be measured as specified in their respective sections of Method of Measurement in the 1990 Standard Specifications for Roads and Structures of the North Carolina Department of Transportation and Special Provisions contained elsewhere in this Contract. BASIS OF PAYMENT: No additional payment will be made specifically for leaving devices on the project. These devices will be paid for under their respective pay items in the Contract which will include full canpeensatiori for furnishing, installing, maintaining during the life of the project, leaving the devices on the project at its canpletion, and turning over ownership of the devices to the Department. _ R page 2 Project # 8.2491402 (U-608) j LA Guilford County . Project Special Provisions Structures and Culverts Table Of Contents Painting Weathering Steel ........ (2-26-93) Anchor Bolts ........ (10-1-92) Reinforced Concrete Deck Slab ........ (10-12-90) Prestressed Concrete Panels ........ (3-26-93) Optional Fabricated Metal Stay-In-Place Forms ........ (3-26-93) Fabricated Metal Stay-In-Place Forms ........ (3-26-93) Falsework and Forms Over or Adjacent to Traffic ........ (3-26-93) Epoxy Coated Reinforcing Steel ........ (5-15-91) Spiral Column Reinforcing Steel ........ (8-14-92) Charpy V-Notch Tests ........ (7-9-86) Elastomeric Bearings ........ (10-1-92) Thermal Sprayed Coatings (Metallization)........ (3-1-90) Adhesively Anchored Anchor Bolts or Dowels ........ (2-26-93) Shoring Requirements for Foundation Excavation Adjacent to Travelway........ (3-26-93) Expansion Joint Seals ........ (7-13-92) Preformed Compression Joint Seals ........ (2-26-93) Epoxy Protective Coating (3-26-93) Grout for Ends of Prestressed Girders and Tie Rods ........ (11-13-91) Prestressed Concrete Girder Web Splitting ........ (2-26-93) Optional Precast Reinforced Concrete Box Culvert 0 Stations 30+47.00-Y1-REV., 23+00.00-L-, 121+25.00-L-, 16+27.00-Y3-, and 86+15.00-L-........(3-26-93) Removal of Existing Structure 0 Station 16+27.00-Y3-........(Special) Maintenance of Highway Traffic Beneath Structure 0 Station 19+03.66-L......... (Special) Maintenance of Highway Traffic Beneath Structures 0 Station 134+42.98-L- ........ (Special) • 1NR •` R CA O '?. S•ti'y9 may. Z46 SEAL 10966 vc? L? -$-`k3 k * i 1. 37 PROJECT SPECIAL PROVISIONS STRUCTURES AND CULVERTS Project 8.2491402 (U-608) Guilford County PAINTING WEATHERING STEEL: (2-26-93) Scope of Work Weathering steel shall be painted in accordance with Section 442 of the Standard Specifications and these provisions. Surface Preparation The steel surfaces to be painted shall be prepared by "Near White Blast Cleaning" in accordance with Steel Structures Painting Council (SSPC) Surface Preparation Specification SP 10. The anchor profile will be angular between 1 to 2.5 mils. Any contaminates relative to welding operations must be.removed before coatings are applied. Shop Painting The primer .and finish coats shall be applied in the shop to all structural steel surfaces at the ends of beams or girders within 1i times the depth of the beam or girder at the bearing. As an exception, the following surfaces shall not be painted: - Shear connectors and top surface of top flange. - Bearing assemblies, plates, etc. to be galvanized or metallized. - Contact surfaces of bolted connections on curved girder bridges. - Areas where field welding will be performed. - Surfaces of plates to be in contact with elastomeric bearing pads. When galvanized sole plates are specified on the plans, the weld between the sole plate and bottom flange shall be shop painted with primer and finish coats as described herein. Dry Film Component Description Thickness (Mils) Primer 1st Coat * Brown Primer Paint 2.0 - 4.0 2nd Coat White Primer Paint 2.0 - 4.0 Finish 3rd Coat ** White Primer Paint 2.0 - 4.0 4th Coat * Brown Primer Paint 2.0 - 4.0 * Color Matching Federal Color Standard #30045 ** Including lamp black or other tinting pigment 8.2491402 (U-608) X38 No paint shall 'be applied until the paint materials have been approved by the Engineer. Note the temperature restrictions documented in the scope of the paint material specifications. All paint thinning must be approved by the Engineer. When thinning of the material is required, only solvents compatible with the base material and recommended by the manufacturer shall be used, and then only to the extent permitted in the application instructions. In the absence of any specific requirements herein, the manufacturer's application instructions shall govern. Storage of paint and equipment shall be in accordance with Section 442-5 of the Standard Specifications. Field Painting Field painting shall consist of painting any damaged surfaces and areas where field welding has been performed. An appearance coat may be required by the Engineer if there is color contrast between the repairs and original paint system. Paint Materials All paints shall be furnished by the Contractor and shall be produced by the same paint manufacturer. Only thinners approved by the manufacturer shall be used. Printed instructions shall be furnished for all paint products. The instructions shall specifically include: Safety handling data Recommended storage temperatures Mixing and thinning instructions Application instructions Theoretical coverage data Recommended usage including repair procedure Waterborne Primer Paint Specification - Low Level Volatile Organic Compounds (VOC) a. Scope This specification covers waterborne primer paints to be used on blast-cleaned steel surfaces where areas of bare metal along with tightly adhering paint remain after cleaning. Two coats of paint shall be required to form an effective primer. The first coat shall be brown and the second white. Each shall be applied at a wet film thickness of approximately 6 mils. No waterborne paint shall be applied when the temperature of the air or steel is below 60 degrees F unless otherwise recommended by the paint manufacturer and approved by the Engineer or when the steel surface is less than 5 degrees F above the dew point. 4 2 8.2491402 (U-608) :...39 b. Description The low V.O.C. nontoxic waterborne acryl ic primer paint shall be a • one component acrylic waterborne resin coating with sufficient additives and coalescing agents with suitable solvents and pigmentation to produce a high quality paint with a vo latile organic solvent content of less than 2.0 pounds per gallon. a Brown White C. Composition Primer Primer Pigment by wt of paint) 20-25% 35-40% Pigments by wt. of pigment) *** (a) % Red Iron Oxide (86% FE203) 45% Min 10% Min - 5% Min (b) % Zinc Phosphate - 30% Min (c) % Calcium Carbonate - 12% Max (d) % Magnesium Silicate (e) % Titanium Dioxide (ASTM D476 Type I I) - 45% Min (f) % Phthalocyanine Blue 2% Max Vehicle (% by wt of paint) 75-80% 60-65% Vehicle (% by wt of vehicle) 30 Min 30 Min (a) % HG-54 Solids 55 Max 55 Max (b) % Water (c) % Methyl Carbitol 5 Min 5 Min (d) % Texanol 2 Min 2 Min 2 Min 2 Min (e) % Dibutyl Pthalate Paint Characteristics (a) Weight per gallon in lbs. 9.7 Min 11.0 Min (b) % Solids by Volume 35 Min 37 Min (c) Fineness of grind (Hegman Scale) 5H 90-100- 5H 90-100 (d) Viscosity in Krebs Units * (e) Drying time, set to touch (Hrs) 3 Max 3 Max * (f) Drying Time, dry through (Hrs) 24 Max 24 Max Min 9 ** (g) Early Rust (ASTM D610) 199 Min 1 0+ (h) Leneta Sag Test 0-8.5 8 8.0-8.5 (i) pH (j) Adhesion (ASTM D3359) . 3B Min 3B Min (k) Max Lead Content % by wt 0.005 0.005 (1) Color - Federal Color Standard 595a 30045 X * Drying at 50% relative humidity and 77 deg. F. ** In accordance with 6.3 of SSPC Paint System No. 24. *** Non-fading pigments must be utilized. d. Mixed Paint The mixed paint shall not liver, thicken, curdle, gel, or settle rapidly. After mixing, all course particles and skins shall not amount to more than 0.05 percent by weight of the tota l mixture when passed through a 60 mesh screen. 3 8.2491402 (U-608) -Iii.0 e. Storage Life The paint shall not after being stored packaged in tightly between 50 degrees f. Working Properties show thickening, curdling, gelling or gassing for one (1) year from date of manufacture when covered unopened containers at a temperature and 90 degrees F. (10 deg. - 32 deg. Q. The paint shall spray easily and show no streaking, running, sagging, or other objectionable features when tested in accordance with Federal Test Method Standard 141, methods 4331 and 4541. g. Packaging and Marking The material shall be packaged in substantial metal containers, each bearing a label on which shall include complete written instructions and precautions for use. Each container shall contain the date of manufacture, the batch number and the product identification designation. h. Samples and Tests A sample of each batch of paint and the appropriate lot of acrylic resin base shall be submitted for testing. All samples shall be a minimum of one quart identified with the manufacturer's name, batch number, date of manufacture, and location. All samples shall be taken by an approved representative of the North Carolina Department of Transportation. Tests shall be completed and results approved before any paint is used. i. Notes The specimen for the adhesion shall be prepared by applying two dry mils of the coating to a standard "Q" panel. Inspection Dry film thickness shall be determined by the method described in SSPC PA2. The average of the spot measurements shall not be out of the thickness ranges indicated and no individual spot shall be less than 80% of the minimum or greater than 20% of the maximum specified. The maximum dry film thickness shall not exceed the manufacturer's recommendations. The adhesion of the paint system shall meet a minimum 3A rating when tested in accordance with ASTM D-3359. Any application failing to meet the requirements of the above tests shall be cleaned, repainted, and/or repaired as required by the Engineer. O 4 8.2491402 (U-608) 141 Payment The entire cost of painting weathering steel including all materials, equipment, tools, labor and incidentals necessary to complete the work shall be included in the contract lump sum price bid for structural steel. ANCHOR BOLTS: (10-1-92) The 1990 Standard Specifications shall be revised as follows: Page 720, Article 1072-6. Replace the first sentence of this section with the following: Anchor bolts shall meet the requirements of ASTM A193 for Grade B7. REINFORCED CONCRETE DECK SLAB: 1.0 General (10-12-90) This special provision shall govern materials, forming and all other related work in the construction of a reinforced concrete deck slab in accordance with applicable parts of the Standard Specifications, the details shown on the plan, and as outlined in these special provisions. For prestressed girder spans, plans for the concrete deck slab are detailed for the use of cast-in-place slab using either 1) precast prestressed concrete panels or 2) fabricated metal stay-in-place forms; however, the Contractor shall have the option of constructing a cast-in-place slab using either a) removable forms or fabricated metal stay-in-place forms in place of precast prestressed concrete panels or b) removable forms in place of fabricated metal stay-in-place forms. Any option chosen will be at no additional cost to the Department. For structural steel spans, plans for the concrete deck slab are detailed for the use of metal stay-in-place forms; however, the Contractor shall have the option of constructing a cast-in-place slab using removable forms. The precast prestressed concrete panels shall not be used on the structural steel spans. 2.0 Materials Materials for metal stay-in-place forms shall be in accordance with the Special Provision, "FABRICATED METAL STAY-IN-PLACE FORMS". Materials for precast prestressed concrete panels shall be in accordance with Section 1078 of the Standard Specifications. Unless otherwise noted on the plans, all cast-in-place concrete shall be Class "AA" conforming to the requirements of Section 1000 of the Standard Specifications. 5 8.2491402 (U-608) 3.0 Construction Methods ? Qta. Unless otherwise shown on the plans, any one of the above forming systems used for a specific type of superstructure shall be used for all of the same type superstructure spans within the same bridge except the slab overhang from the exterior girder to the outside edge of superstructure shall be constructed using removable forms. Design and Construction requirements of the standard details and of the Items, "CONCRETE STRUCTURES", "PRESTRESSED CONCRETE MEMBERS", REINFORCING STEEL" of the Standard Specifications and special provisions for "FABRICATED METAL STAY-IN-PLACE FORMS", and "PRESTRESSED CONCRETE PANELS" shall govern for the particular method (s) of forming used. When pouring continuous bridge decks, pay special attention to the section on "Placing Concrete in Cold Weather" under the "CONCRETE STRUCTURES" item in the Standard Specifications. No profile grade-line adjustment will be allowed for any of the forming types used, unless permitted by the Engineer. Curing methods for the concrete will conform to the Standard Specifications except the Membrane Curing Compound Method will not be allowed. When using prestressed concrete panels, the cast-in-place deck concrete shall be cured by the water method as specified in the Standard Specifications or a curing medium such as burlap under polyethylene sheets or another material approved by the Engineer shall be placed on the deck and kept moist. Water shall be applied to the curing medium through soaker hoses or another method approved by the Engineer. Water shall be applied in amounts to keep the medium moist but will not be allowed to flow or pond on the deck. In the event that the temperature drops below 50°F, then the water method will not be allowed. In the event prestressed concrete panels are not used, the cast-in-place deck concrete shall be cured in accordance with the Standard Specifications except the Membrane Curing Compound Method will not be permitted. 4.0 Measurement Reinforced concrete deck slab(s) constructed under this item will be measured by the square foot of horizontal surface area using the nominal dimensions and configuration shown in the Layout Sketch for computing surface area as shown on the plans, transverse measurement being made out to out of slab including raised median and/or sidewalk sections. Diaphragms will be considered as a portion of the slab. When required by the plans, curtain walls, raised medians, sidewalks, pavement brackets, end posts, sign mounts, luminaire brackets and any other concrete appurtenances, expansion joint material, etc. will be considered a part of this item. Concrete Barrier Rail (including curved end blocks for the concrete barrier rail, when used) will be measured in accordance with the item under which it is furnished 'and will not be a part of this item. 6 8.2491402 (U-608) L43 For structural steel spans, the quantities of concrete and reinforcing steel shown on the plans are based on a metal stay-in-place forming method. These quantities include amounts for 1" additional concrete due to the corrugation of the metal forms, concrete diaphragms and, when required by the plans, curtain walls, pavement brackets, end posts, raised medians, sidewalks and other required attachments based on the profile grade and plan camber of the girders. For prestressed concrete girder spans, the quantities of concrete and reinforcing steel shown on the plans are based on the forming method detailed on the plans. These quantities include concrete diaphragms, and, when required by the plans, curtain walls, pavement brackets, end posts, raised medians, sidewalks, and other required attachments based on the profile grade and plan camber of girders. The quantities. also include either 1) cast-in-place slab concrete when the plans are detailed for the prestressed concrete panel forming method or 2) amounts for 1" additional concrete due to the corrugation of the metal forms when the plans are detailed for the fabricated metal stay-in-place form forming method and based on the profile grade and plan camber of the girders. No measurement will be made for concrete or reinforcing steel due to a variation in camber of the girders from the plan camber or for additional quantities required by optional methods of forming. 5.0 Payment The quantity for which payment is made will be that quantity shown in square feet on the plans. Where the plans have been revised, the quantity to be paid for will be the quantity shown on the revised plans. The unit bid per square foot will be full compensation for all work covered by this special provision and applicable parts of the Standard Specifications, but not limited to furnishing and placing concrete, reinforcing steel, joint filler and sealer, curing, deck drains, and any other material; erecting and removing all falsework and forms; protecting concrete in wind, rain, low humidity, high temperatures or other unfavorable weather; constructing joints, constructing drains, finishing concrete and curing concrete. Payment will be made under: Reinforced Concrete Deck Slab ............ Square foot PRESTRESSED CONCRETE PANELS (3-26-93) 1.0 General When specified on the plans, Precast Prestressed Concrete Panels shall be used to form the concrete deck slabs for prestressed concrete girder spans only. The prestressed concrete panels shall not be used for structural steel spans. The prestressed concrete panels shall be subject to the requirements for prestressed concrete members as 8.2491402 (U-608) .44 specified in Section 1078 of the Standard Specifications with the following exceptions and additions. 2.0 Design Design of prestressed panels shall be the responsibility of the Contractor and subject to approval of the Engineer. Prior to using prestressed panels, the Contractor shall submit two sets of detailed plans of the prestressed concrete panels for review. The checked plans shall be accompanied by one set of checked design calculations for the prestressed precast panels complying to the latest AASHTO design specifications and requirements detailed herein and on the contract plans. The plans and design calculations shall be checked and sealed by a North Carolina Registered Professional Engineer. After the plans have been reviewed and, if necessary, the tracings corrected, the Contractor shall submit one set of reproducible tracings and six sets of prints of the plans to the Engineer. The size of the sheets used shall be 22" x 36". The tracings shall become part of the contract plans. (1) All cover of reinforcing shall be the same as detailed on the . plans. (2) The distance measured from the top of the cast-in-place slab to the top of the prestressed concrete girder at the centerline of the girder bearing shall be maintained minimum as shown.on the plans. (3) The design compressive strength (f'c) for the cast-in-place concrete slab shall be used as 3000 psi and the compressive strength of concrete in prestressed panels shall be 5000 psi minimum at 28 days. Compressive strength of concrete at time of release of strands shall be 4000 psi minimum. (4) The precast prestressed panel shall have a thickness of 3J" with the. prestressed strands located at half the depth of the panel (5) For skewed spans, trapezoidal closure panels shall have a minimum width of 2' on the short side. (6) Design details shall provide a mating surface joint or a draft may be used not exceeding 1/8" resulting in a joint that is closed at the top and a maximum of 1/4' open at bottom of panel. If deemed necessary by the Engineer, the joints shall be filled with grout or other methods approved by the Engineer to prevent leakage of the concrete. A chamfer or fillet shall be placed along the top edges of the panel parallel with the prestressed girder. This chamfer or fillet shall have a 3/4" horizontal width along the top of the panel. (7) Panels shall be designed to support the dead load of the panel, reinforcement, plastic concrete and a 50 pounds per square foot construction load. The panel and slab acting 8 8.2491402 (U-608) IA145 compositely, shall be designed to support design live loads and dead loads acting on the composite section. (8) All prestressing strands shall meet the requirements of ASTM-A-416. All prestressing strands shall be 3/8" round, 7 wire stress relieved grade 250 or 270. Prestressing Force: 14,000 lbs. per strand - grade 250 16,100 lbs. per strand - grade 270 (9) All prestressing strands shall extend two inches beyond the panel edges. (10) Shear reinforcing of 0.60 square inches of reinforcing steel per 10 square feet of panel surface shall be provided in the panel to insure composite action between panel and the cast-in-place concrete. Shear reinforcement shall be made of welded wire having a minimum yield strength of 60 ksi. (11) Shear reinforcement and lifting devices shall be constructed and placed so as to avoid any interference with reinforcing steel in the cast-in-place deck slab and to allow for proper concrete consolidation in the deck panel. (12) The design span of the prestressed concrete panel shall be the clear distance between edges of girders plus two (2) inches measured parallel to the panel edges. (13) Prestressed concrete panels shall not be considered as lateral bracing for flanges of supporting structural members. (14) Construction joint in bent diaphragms at top of prestressed concrete girder will be required. (15) Tension in the precompressed tensile zone shall be limited to 424 psi unless the contract plans require 0 psi tension. 3.0 Raked Finish The top surface of the prestressed concrete panels shall be given a raked finish or other approved finish to provide an adequate bond with the cast-in-place concrete. As soon as the condition of the concrete permits, the top surface of the concrete shall be raked making depressions of approximately 1/4 inch. Care shall be taken when raking not to catch and pull the coarse aggregate. • 4.0 Curing Prestressed Concrete Panel Members Any of the methods of curing specified in Section 1078 of the Standard Specification may be used, except the use of membrane curing compound will not be allowed. 9 8.2491402 (U-608) 146 5.0 Dimensional Tolerances The prestressed concrete panels shall be manufactured within the tolerances listed below: Length (Transverse direction to girders) -1/4" to +1/2" Width (Longitudinal direction to girders) -1/8" to + 1/4" Depth 0 to + 3/8" Position of Strand Vertical Dimension t 1/8" Horizontal Dimension f 1/2" 6.0 Transfer of Stress Because of the critical nature of the bond development length in prestressed concrete panel construction, if the transfer of stress is by burning of the fully tensioned strands at the ends of the member, each strand shall first be burned at the ends of the bed and then at each end of each member before proceeding to the next strand in the burning pattern. 7.0 Placement of Concrete Cast-in-Place Slab The top surface of the prestressed concrete panels shall be kept clean. A thorough inspection shall be made prior to placement of the concrete cast-in-place slab. Any foreign matter, oil, grease or other contaminants shall be cleaned off either with a high pressure water blast or sand blast.. The top surface of the prestressed concrete panels shall be saturated by thoroughly wetting the top surface with water for a minimum of 2 hours before placing the cast-in-place concrete slab. The wetted panel surface shall not be allowed to dry before cast-in-place concrete slab placement. All puddles and ponds of water shall be removed from the surface of the panels and top of girder flanges before placing the cast-in-place concrete slab. 8.0 Removal of Falsework on Bent Diaphragms Falsework supports underneath bent diaphragms shall remain in place until after deck concrete has been cast and has reached a minimum compressive strength of 2400 psi in accordance with Article 420-18 of the Standard Specifications. If the Contractor wishes to remove form supports under bent diaphragms prior to casting deck concrete, he must submit to the Engineer for approval his proposed method of preventing the possibility of bent diaphragms from slipping downward. 9.0 Defects and Breakage Prestressed concrete panels are weak in the direction perpendicular to the prestressing strands, therefore, they are subject to breakage during handling, storing or transporting. Adequate blocking must be provided 10 8.2491402 (U-608) 47 M during all of these construction phases. Members which are improperly handled or otherwise damaged will be subject to rejection. Manufacturing defects covered in the Standard Specifications will also be cause for rejection of the prestressed concrete panels. 10.0 Basis of Payment No separate payment will be made for prestressed concrete panels, but the entire cost of furnishing and installing these panels in accordance with this project special provision, the contract plans, and applicable parts of the Standard Specifications shall be included in the contract unit price bid per square foot for "REINFORCED CONCRETE DECK SLAB". OPTIONAL FABRICATED METAL STAY-IN-PLACE FORMS: (3-26-93) Description: Fabricated metal stay-in-place forms may be used in lieu of prestressed concrete panels to form cast-in-place concrete bridge deck slabs for prestressed concrete girder spans. The metal stay-in-place forms shall have closed tapered ends. Materials: Metal stay-in-place forms for concrete floor slabs shall be of zinc-coated (galvanized) steel sheet conforming to ASTM Specification A-446 (Grades A through E) with coating class of G165 according to ASTM Specification A525 and shall otherwise meet all requirements relevant to steel stay-in-place forms and the placing of concrete as specified herein and as noted on the contract drawings. Desi n: Changes in slab design to accommodate the use of fabricated metal stay-in-place forms shall be the responsibility of the Contractor and subject to approval of the Engineer. Prior to using metal stay-in-place forms the Contractor shall submit (2) two sets of prints of detailed checked plans of the system for approval. The two sets of prints shall be accompanied with checked design calculations for the composite slab complying to the latest AASHTO design specifications and Highway Design Branch Structure Design Manual. After the drawings have been reviewed and, if necessary, the corrections made to the tracings, the Contractor shall submit the reproducible tracings of the deck system to the Engineer to become the revised contract plans. The size of the sheets used for the tracings submitted shall be 22" x 36". The plans and design calculations shall be checked and sealed by a North Carolina Registered Professional Engineer. The following criteria shall govern the design of steel stay-in-place forms: (1) The metal forms shall be designed on the basis of dead load of the form, reinforcement and the plastic concrete, including the additional weight of concrete due to the deflection of the 11 8.2491402 (U-608) 148 metal forms, plus 50 pounds per square foot for construction loads. The unit working stress in the steel sheet shall not be more than 0.725 of the specified minimum yield strength of the material furnished but shall not exceed 36,000 pounds per square inch. Material thickness thinner than 20 gage shall not be used. (2) The outstanding leg of the support angle shall not be greater than 3 inches. The support angle shall be designed as a cantilever. (3) Deflection under the weight of the forms, the plastic concrete and reinforcement shall not exceed 1/180 of the form span or 1/2 inch whichever is less, but in no case shall this loading be less than 120 psf total. The permissible form camber shall be based on the actual dead load condition. Camber shall not be used to compensate for deflection in excess of the foregoing limits. (4) The design span of the form sheets shall. be the clear distance between edges of girder flanges minus 2 inches measured parallel to the form flutes. The length of the form sheets shall not be less than the design span of the forms. (5) Physical design properties shall be computed in accordance with requirements of American Iron and Steel Institute "Specification for the Design of Cold-Formed Steel Structural Members", latest published edition. (6) All bottom mat reinforcement shall have a minimum concrete cover of 1 1/4 inches clear above metal stay-in-place form. (7) The plan dimensions of primary deck reinforcement from the top of the concrete deck shall be maintained. (8) The design compressive strength (V c) for the cast-in-place concrete slab shall be used as 3000 psi. (9) The distance measured from the top of the cast-in-place slab to the top of the prestressed concrete girder at the centerline of the girder bearing shall be maintained minimum as shown on the plans. Unloading and Handling of Materials: All fabricated metal stay-in-place forming materials shall not be unloaded or handled in such a manner as to damage or alter the configuration of the forms. Damaged materials shall be replaced at no additional cost to the Department of Transportation. 12 8.2491402 (U-608) 149 Storage of Materials: All fabricated metal stay-in-place forms which are stored at the project R site shall be stored at least 4 inches above the ground on platforms, skids or other suitable supports and shall be protected against corrosion and damage from any source. Construction: All forms shall be installed in accordance with detailed fabrication plans submitted to the Engineer for approval. The fabrication plans shall clearly indicate locations where the forms are supported. Form sheets shall not be permitted to rest directly on the top of the girder. Sheets shall be securely fastened to form supports and shall have a minimum bearing length of 1 inch at each end. Sheets shall be centered between the form supports. Form supports shall be placed in direct contact with the girder. All attachments shall be made by permissible welds, bolts, clips or other approved means. All welding shall be in accordance with the Standard Specification, Article 1072-20, except 1/8" fillet welds will be permitted. In the areas where the form sheets lap, the form sheets shall be securely fastened to one another by screws at a maximum spacing of 18 inches. The ends of the form sheets shall be securely attached to the . support angles with screws at a maximum spacing of 18 inches. Any exposed form metal where the galvanized coating has been damaged shall be thoroughly cleaned, wire brushed, then painted with two (2) coats of zinc oxide zinc dust primer, Federal Specification TT-P-641d, Type II, no color added, to the satisfaction of the Engineer. Minor heat discoloration in areas of welds need not be touched up. Transverse construction joints shall be located at the bottom of a flute and 1/4 inch weep holes shall be field drilled at not more than 12 inches on center along the line of the joint. All cuts shall be made by a saw. No flame cutting will be permitted. Placing of Concrete: Concrete shall be placed in accordance with the contract specifications. Particular emphasis shall be placed on proper vibrations of the concrete to avoid honeycomb and voids, especially at construction joints, expansion joints, and valleys and ends of form sheets. Pouring sequences, procedures and mixes shall be approved by the Engineer. Concrete shall not be placed on the forms to a depth greater than 12" above the top of the forms. Concrete shall not be dropped more than 3 feet above the top of the forms, beams or girders and the concrete shall be discharged directly over the beams or girders. 13 8.2491402 (U-608) lzio Removal of Falsework on Bent Diaphragms Falsework supports underneath bent diaphragms shall remain in place until after deck concrete has been cast and has reached a minimum compressive strength of 2400 psi in accordance with Article 420-18 of the Standard Specifications. If the Contractor wishes to remove form supports under bent diaphragms prior to casting deck concrete, he must submit to the Engineer for approval his proposed method of preventing the possibility of bent diaphragms from slipping downward. Inspection: The Contractor's method of construction shall be carefully observed by the Engineer during all phases of the construction of the bridge deck slab. These phases include installation of the metal forms; location and fastening of the reinforcement; composition of concrete items; mixing procedures, concrete placement and vibrations; and finishing of the bridge deck. Until such time as the Engineer is satisfied that the Contractor's concrete mix and procedures are obtaining the desired results, the Contractor will be required to remove one form in every other bay of each span, except that no forms shall be removed over traffic. This shall be done at a time selected by the Engineer and as soon after placing the concrete as practicable. When the Engineer is satisfied that the desired results are being consistently obtained, he may at his discretion reduce the amount of form to be removed for inspection. After the deck concrete has been in place for a minimum period of two days, the concrete shall be tested for soundness and bonding of the forms by sounding with a hammer as directed by the Engineer. A minimum of one quarter of the individual form panels, selected at random by. the Engineer, shall be hammer tested over at least one half of their area. If areas of doubtful soundness are disclosed by this procedure, the Contractor will be required to remove the forms from such areas for visual inspection after the pour has attained a minimum compressive strength of 2400 psi. This removal of the stay-in-place forms shall be at no additional cost to the Department of Transportation. At locations where sections of the forms are removed, the Contractor will not be required to replace the forms, but the adjacent metal forms and supports shall be repaired to present a neat appearance and assure their satisfactory retention. As soon as the forms are removed, the concrete surfaces will be examined for cavities, honeycombing and other defects. If irregularities are found, and in the opinion of the Engineer these irregularities do not justify rejection of the work, the concrete shall be repaired as the Engineer may direct. If the concrete where the forms are removed is unsatisfactory, additional forms, as necessary, shall be removed to inspect and repair the slab, and the Contractor's methods of construction shall be modified as required to y obtain satisfactory concrete in the slabs. All unsatisfactory concrete shall be removed or repaired as directed by the Engineer. 14 8.2491402 (U-608) :151 The Contractor shall provide all facilities as are reasonably required for the safe and convenient conduct of the Engineer's inspection procedures. Fabrication and Erection Drawings: The Contractor shall submit eight (8) copies of complete fabrication and y erection drawings to the Engineer for approval. All drawings shall be thoroughly checked in all respects by the Contractor. Approval of the drawings byy the Engineer shall not relieve the Contractor of his responsibility for the correctness of his drawings, or for the fit of all shop and field connections. These plans shall indicate the grade of steel, the physical and section properties for all permanent steel bridge deck form sheets and a clear indication of locations where the forms are supported. The forming material shall not be fabricated until drawings have been approved. Basis of Payment: No separate payment will be made for fabricated metal stay-in-place forms, but the entire cost of furnishing and installing these forms in accordance with this Project Special Provision shall be included in the contract unit price for "Reinforced Concrete Deck Slab". FABRICATED METAL STAY-IN-PLACE FORMS: (3-26-93) Description: The work covered by these special provisions consists of furnishing all materials, labor, equipment and incidentals necessary for the proper installation of fabricated metal stay-in-place forms for concrete deck slabs of bridges. These stay-in-place forms shall be used to form the concrete deck slabs as shown on the contract drawings and they shall have closed tapered ends. Materials: Meta -in-place forms for concrete floor slabs shall be of zinc-coated (galvanized) steel sheet conforming to ASTM Specification A-446 (Grades A through E) with coating class of G165 according to ASTM Specification A525 and shall otherwise meet all requirements relevant to steel stay-in-place forms and the placing of concrete as specified herein and as noted on the contract drawings. Design: The following criteria shall govern the design of steel stay-in-place forms: (1) The metal forms shall be designed on the basis of dead load of the form, reinforcement and the plastic concrete, including the additional weight of concrete due to the deflection of the metal forms, plus 50 pounds per square foot for construction loads. The unit working stress in the steel sheet shall not 15 8.2491402 (U-608) be more than 0.725 of the specified minimum yield strength of the material furnished but shall not exceed 36,000 pounds per square inch. Material thickness thinner than 20 gage shall not be used. (2) The outstanding leg of the support angle shall not be greater than 3 inches. The support angle shall be designed as a cantilever. (3) Deflection under the weight of the forms, the plastic concrete and reinforcement shall not exceed 1/180 of the form span or 1/2 inch whichever is less, but in no case shall this loading be less than 120 psf total. The permissible form camber shall be based, on the actual dead load condition. Camber shall not be used to compensate for deflection in excess of the foregoing limits. (4) The design span of the form sheets shall be the clear distance between edges of beam or girder flanges minus 2 inches measured parallel to the form flutes. The length of the form sheets shall not be less than the design span of the forms. (5) Physical design properties shall be computed in accordance with requirements of American Iron and Steel Institute "Specification for the Design of Cold-Formed Steel Structural Members", latest published edition.. (6) All reinforcement shall have a minimum concrete cover of 1 1/4 inch. (7) The plan dimensions of both layers of primary deck reinforcement from the top of the concrete deck shall be maintained. (8) Welding shall not be permitted to flanges in tension or to structural steel bridge elements fabricated from non-weldable grades of steel. Unloading and Handling of Materials: All fabricated metal stay-in-place forming materials shall not be unloaded or handled in such a manner as to damage or alter the configuration of the forms. Damaged materials shall be replaced at no additional cost to the Department of Transportation. Storage of Materials: All fabricated metal stay-in-place forms which are stored at the project site shall be stored at least 4 inches above the ground on platforms, skids or other suitable supports and shall be protected against corrosion and damage from any source. 16 8.2491402 (U-608) 53 Construction: All forms shall be installed in accordance with detailed fabrication 4 plans submitted to the Engineer for approval. The fabrication plans shall clearly indicate locations where the forms are supported by steel beam flanges subject to tensile stresses. Within these locations, no welding to the flanges will be allowed. Form sheets shall not be permitted to rest directly on the top of the beam or girder. Sheets shall be securely fastened to form supports and shall have a minimum bearing length of 1 inch at each end. Sheets shall be centered between the form supports. Form supports shall be placed in direct contact with the flange of girder or beam. All attachments shall be made by permissible welds, bolts, clips or other approved means. However, welding of form supports to flanges of steels not considered weldable and to those portions of a flange subject to tensile stresses shall not be permitted. All welding shall be in accordance with the Standard Specification, Article 1072-20, except 1/8" fillet welds will be permitted. In the areas where the form sheets lap, the form sheets shall be securely fastened to one another by screws at a maximum spacing of 18 inches. The ends of the form sheets shall be securely attached to the support angles with screws at a maximum spacing of 18 inches. Any exposed form metal where the galvanized coating has been damaged shall be thoroughly cleaned, wire brushed, then painted with two (2) coats of zinc oxide zinc dust primer, Federal Specification TT-P-641d, Type II, no color added, to the satisfaction of the Engineer. Minor heat discoloration in areas of welds need not be touched up. Transverse construction joints shall be located at the bottom of a flute and 1/4 inch weep holes shall be field drilled at not more than 12 inches on center along the line of the joint. All cuts shall be made by a saw. No flame cutting will be permitted. i Placing of Concrete: Concrete shall be placed in accordance with the contract specifications. Particular emphasis shall be placed on proper vibrations of the concrete to avoid honeycomb and voids, especially at construction joints, expansion joints, and valleys and ends of form sheets. Pouring sequences, procedures and mixes shall be approved by the Engineer. Concrete shall not. be placed on the forms to a depth greater than 12" above the top of the forms. Concrete shall not be dropped more than 3 feet above the top of the forms, beams or girders and the concrete shall be discharged directly over the beams or girders. al of Falsework on Bent Di phrams for Prestressed Concrete ans: Falsework supports underneath bent diaphrams shall remain in place until after deck concrete has been cast and has reached a minimum compressive 17 8.2491402 (U-608) *154 strength of 2400 psi in accordance with Article 420-18 of the Standard Specifications. If the Contractor wishes to remove form supports under bent diaphrams prior to casting deck concrete, he must submit to the Engineer for approval his proposed method of preventing the possibility of bent diaphrams from slipping downward. Inspection: The Contractor's method of construction shall be carefully observed by the Engineer during all phases of the construction of the bridge deck slab. These phases include installation of the metal forms; location and fastening of the reinforcement; composition of concrete items; mixing procedures, concrete placement and vibrations; and finishing of the bridge deck. Until such time as the Engineer is satisfied that the Contractor's concrete mix and procedures are obtaining the desired results, the Contractor will be required to remove one form in every other bay of each span, except that no forms shall be removed over traffic. This shall be done at a time selected by the Engineer and as soon after placing the concrete as practicable. When the Engineer is satisfied that the desired results are being consistently obtained, he may at his discretion reduce the amount of form to be removed for inspection. After the deck concrete has been in place for a minimum period of two days, the concrete shall be tested for soundness and bonding of the forms by sounding with a hammer as directed by the Engineer. A minimum of one quarter of the individual form panels, selected at random by the Engineer, shall be hammer tested over at least one half of their area. If areas of doubtful soundness are disclosed by this procedure, the Contractor will be required to remove the forms from such areas for visual inspection after the pour has attained a minimum compressive strength of 2400 psi. This removal of the stay-in-place forms shall be at no additional cost to the Department of Transportation. At locations where sections of the forms are removed, the Contractor will not be required to replace the forms, but the adjacent metal forms and supports shall be repaired to present a neat appearance and assure their satisfactory retention. As soon as the forms are removed, the concrete surfaces will be examined for cavities, honeycombing and other defects. If irregularities are found, and in the opinion of the Engineer these irregularities do not justify rejection of the work, the concrete shall be repaired as the Engineer may direct. If the concrete where the forms are removed is unsatisfactory, additional forms, as necessary, shall be removed to inspect and repair the slab, and the Contractor's methods of construction shall be modified as required to obtain satisfactory concrete in the slabs. All unsatisfactory concrete shall be removed or repaired as directed by the Engineer. The Contractor shall provide all facilities as are reasonably required for the safe and convenient conduct of the Engineer's inspection procedures. 18 8.2491402 (U-608), Fabrication and Erection Drawings: The Contractor shall submit eight (8) copies of complete fabrication and erection drawings to the Engineer for approval. All drawings shall be thoroughly checked in all respects by the Contractor. Approval of the drawings by the Engineer shall not relieve the Contractor of his responsibility for the correctness of his drawings, or for the fit of all shop and field connections. These plans shall indicate the grade of steel, the physical and section properties for all permanent steel bridge deck form sheets and a clear indication of locations where the forms are supported by steel beam flanges subject to tensile stresses. The forming material shall not be fabricated until drawings have been approved. Basis of Pavment: No separate payment will be made for fabricated metal stay-in-place forms, but the entire cost of furnishing and installing these forms in accordance with this Project Special Provision shall be included in the contract unit price for "Reinforced Concrete Deck Slab". FALSEWORK AND FORMS OVER OR ADJACENT TO TRAFFIC: (3-26-93) This special provision applies in addition to Article 420-3 of the Standard Specifications. This special provision covers falsework or forms including metal stay in place forms and precast concrete deck panels erected over vehicular, pedestrian or railroad traffic, or vessel traffic on navigable waterways. It also covers falsework and forms for those parts of a substructure unit constructed within 20 feet of the edge of a travelway or railroad track and more than 25 feet above the ground line at the time of substructure construction. Submittals Detailed drawings as required by the Standard Specifications or other Project Special Provisions and one set of design calculations for falsework and forms shall be submitted to the Department for review and acceptance before construction of the falsework or forms are started. Drawings and design calculations shall be prepared by a North Carolina Registered Professional Engineer and shall bear his signature and seal. These submittal requirements shall apply to all falsework and form systems covered by this provision. Desi n Falsework and forms shall be designed for the combined effects of dead load and live load which may be placed upon it and shall be designed with sufficient redundancy to prevent failure of the system as a result of the failure of any individual element. Dead loads shall include the weight of concrete, reinforcing steel, forms and falsework. Live loads shall be the actual weight of any equipment to be supported by falsework, applied as concentrated loads at the points of contact, and a uniform load of not less than 20 pounds per square foot applied over the 19 8.2491402 (U-608) 1a6 area supported. In addition, a line load of 75 pounds per linear foot shall be applied at the outside edge of deck overhangs. Inspection Before the form or falsework system is loaded, the Contractor shall inspect the erected falsework and forms and shall furnish to the Department a written statement certifying that the erected falsework system complies with the detailed drawings which have been prepared by the Registered Professional Engineer and accepted by the Department. A separate certification shall be furnished for each span, unit, or bridge component. Any condition which does not comply with the accepted drawings, or any other condition deemed unsatisfactory by the Engineer, shall be cause for rejection until corrections are made. Payment No separate payment will be made for this work. The work covered by this special provision shall be included in the contract unit prices for various pay items. EPOXY COATED REINFORCING STEEL: (5-15-91) 1.0 Scope 1.1 This Special Provision covers deformed and plain steel reinforcing bars with protective epoxy resin coating applied by the electrostatic spray method. 1.2 Each epoxy coating applicator shall be approved by the Department prior to coating bars for the Department. Approval shall be based upon: (a) the coating applicator establishing and maintaining an effective quality control program and (b) the coating applicator having equipment for cleaning and coating that will produce coated material that conforms to these specification requirements.. Requests for approval must transmit a well defined quality control program and be directed to the State Materials Engineer, Department of Transportation, Materials and Tests Unit, P. 0. Box 25201, Raleigh, North Carolina 27611. Before Department approval is issued, the condition of equipment proposed for use by a company in blast cleaning and coating material will be evaluated by Department personnel for determining if the equipment is capable of producing a coated product that will conform to these specifications. 1.3 The Contractor shall purchase epoxy coated reinforcing steel from a company that has been approved by the Department. A list of approved epoxy coating companies can be obtained from the State Materials Engineer. 2.0 Applicable Documents 2.1 ASTM Standards: A 615 Specification for Grade 60 Deformed and Plain Billet Steel Bars For Concrete Reinforcement 20 8.2491402 (U-608) 1a7 D1474 Test Methods for Identation Hardness of Organic Coatings If D2200 Pictorial Surface Preparation Standards for Painting Steel Surfaces D3451 Recommended Practices for Testing Polymeric Powders and Powder Coatings D3963 Specification for Epoxy Coated Reinforcing Steel G8 Test Method for Cathodic Disbonding of Pipeline Coatings G12 Method for Nondestructive Measurement of Film Thickness of Pipeline Coatings on Steel G14 Test Method for Impact Resistance of Pipeline Coatings (Falling Weight Test) G20 Test Method for Chemical Resistance of Pipeline Coatings 2.2 Steel Structural Painting Council: SSPC VIS 1 Visual Standards 3.0 Coating Materials 3.1 The epoxy resin powder shall be approved by the Engineer prior to use. A list of prequalified powder sources may be obtained from the State Materials Engineer. 3.2 Prequalified products other than those now approved for use may be submitted to the State Materials Engineer, N. C. Department of Transportation, Materials and Tests Unit, P.O. Box 25201, Raleigh, NC 27611, for approval consideration. The powdered resin may be of any color that provides contrast to corroded or uncorroded surface of the steel. The material shall be of the same quality as that used for prequalification tests and as represented by test reports forwarded to the State Materials Engineer. 3.3 The manufacturer of the epoxy resin shall supply to the coating applier information on the resin that he considers essential to the proper use and performance of the resin as a coating. The manufacturer of the resin shall also furnish the coating applier written certification signed by a responsible officer of the company that the material furnished for coating the reinforced steel is the same formulation as that for which test reports were previously submitted to the State Materials Engineer. 3.4 With each batch of coating material, a written certification shall be furnished by the coating applier to the State Materials Engineer which properly identifies the batch number, material, quantity 21 8.2491402 (U-608) :158 represented, date of manufacture, name and address of manufacturer, and includes a statement that the supplied coating material is the same composition as that prequalified. 4.0 Patching Material 4.1 Patching or repair material that is compatible with the coating and inert in concrete and has been prequalified and approved shall be made available by the epoxy resin manufacturer. The material must be suitable for making repairs with a minimum dry film thickness of 6 mils of damaged areas of the coating. Each coater, fabricator, and contractor shall have a copy of the manufacturer's written instructions for application of the patching material and the instructions are to be closely followed during coating damage repairs. 5.0 Reinforcing Steel 5.1 Steel reinforcing bars to be coated shall meet the requirements of ASTM A615, Grade 60 and shall be free of contaminants such as oil, grease, and paint. It is the intent of these specifications that the bars be free of surface irregularities that will produce holidays in the coating. The coater shall visually inspect the bars to avoid coating bars containing such surface irregularities. If the coater fails to detect surface irregularities that produce holidays in the coating, the holidays shall be patched with six (6) mils of patching material as specified in Section 8.2 of these specifications. 6.0 Surface Preparation of Bars 6.1 Reinforcing steel surfaces to be coated shall receive a very thorough blast (near white) cleaning. The appearance of the surface after cleaning shall correspond to Standard ASTM D2200 and the pictorial standards of Steel Structures Painting Council Specifications VIS 1, degree of cleaning SSPC-SP10. A suitable anchor pattern profile shall be produced by the cleaning media. A target profile depth of approximately one third the coating thick- ness shall be considered a suitable anchor pattern. 6.2 The coating shall be applied to the cleaned surface as soon as possible after cleaning. Any formation of rust blooms on the cleaned bars are to be removed by blast cleaning before application of the coating. However, in no case shall the coating be delayed more than 8 hours after cleaning unless otherwise permitted by the Engineer. At the time of coating, the surface characteristics of the steel shall be as described in 6.1. 6.3 After blast cleaning, and before application of the coating, all traces of grit and dust shall be removed from the bars. 22 8.2491402 (U-608) 35- 9 7.0 Application of Coating 7.1 The coating shall be applied as an electrostatically charged dry powder sprayed onto the grounded steel bar using an electrostatic spray gun. The powder may be applied to either a hot or cold bar. The coated bar shall be given a thermal treatment specified by the manufacturer of the epoxy resin which will provide a fully cured and bonded finish coating. Temperature shall be controlled as recommended by the manufacturer of the coating to ensure a workmanlike finish without blistering or other defects. All bars, including bar ends, shall be completely coated with epoxy resin powder to the minimum thickness specified in Section 8.1. 7.2 The production line shall be run at such a speed as to provide proper cure time prior to quench by air or water. 8.0 Quality Control Requirement of Coater for Coated Bars 8.1 Film Thickness - For acceptance purposes, each recorded film thickness measurement shall be in the range of 7 to 12 mils after cure. No area of a bar shall indicate a coating thickness of less than 7 mils. 8.1.1 A single recorded coated reinforcing bar thickness measurement is the average of three individual readings obtained from three adjacent areas on the body of the bar (that is, three adjacent areas between deformations). A minimum of five recorded measurements shall be obtained approximately evenly spaced along each side of the test bar (that is, a minimum of ten recorded measurements per bar). 8.2 Continuity of Coating- Each coated bar shall be visually inspected by the coating applier after cure for continuity of coatings and the coating shall be free of holes, voids, contamination, cracks, and damaged areas discernible to the unaided eye. In addition, there shall be no more than an average of two holidays per linear foot (or 0.3 m) of bar providing the total quantity of holidays does not exceed five in any linear foot. Bars that contain no more than five holidays in any linear foot of bar will be acceptable providing any holidays in excess of two per linear foot are coated with 6 mils of patching material recommended by the manufacturer of the epoxy powder. The coater shall retest the bars after patching to confirm that no more than two (2) holidays exist in any linear foot of bar. T 8.3 Adhesion- The adhesion of the coating shall be evaluated by the coating applier on a representative number of bars selected by the engineer or his representative from each proposed shipment as specified in Section 13.5. No visible cracks or disbonding of the r coating shall be allowed when tested in accordance with 9.3. 9.0 Test Methods Required of the Coater 9.1 Thickness of Coating- The thickness of the coating shall be measured on the body of the bar between deformation and ribs. 23 8.2491402 (U-608) .9...'r Non-destructive coating thickness measurements using magnetic gages shall be made in accordance with ASTM G12, with the following additions applicable to commercially available pull-off gages, and to fixed probe gages with a magnetic field of vision not exceeding 0.015 in. (0.4 mm) of steel depth (0.015 in. is the minimum thickness of smooth steel to which adding more material will not change the zero reading.). 9.1.1 Gage calibration with shims should be performed on a smooth, clean low-carbon steel plate (with minimum dimensions of 3 by 3 by 1/2 in. (75 by 75 by 13 mm)), rather than on a cleaned, reinforcing bar. 9.1.2 A correction factor defining the effect of the bar preparation process shall be obtained as the difference between (a) the average of ten gage readings on a cleaned, but uncoated reinforcing bar of the size and lot being coated, and (b) the average of five gage readings on a smooth mild steel plate. This correction factor shall then be subtracted from all subsequent gage readings on coated bars. 9.1.3 Fixed probe gages shall be checked to ensure that the force generated by the springloaded probe housing is sufficient to ensure intimate contact between the probe tip and the coatings on the curved bar surface. If intimate contact.does not result, it will be necessary to remove the probe housing and utilize hand pressure to obtain valid indicated thicknesses. 9.1.4 Thumbwheel pulloff gages will provide valid thickness measurements on coated reinforcing bars with a deformation spacing which is less than the maximum outer dimensions of the probe housing. Position the base of the probe housing against the top of two adjacent deformations and extend the probe through the air gap to the body of the bar. Hold the gage very steady and apply continuous light downward pressure to the housing during the measurement. 9.2 Holidays- A 67.5V holiday detector equipped with a holiday marker shall be used in accordance with the detector manufacturer's instructions. The detector shall be maintained in perfect working condition at all times during the bar coating process. Immediately after coating, each bar shall be routed through the detector for holiday detection. Bars containing more than five holidays in a linear foot of bar or averaging more than two holidays per foot of bar shall either be rejected, or cleaned, recoated, and retested for holidays. A coating holiday for the purpose of this specification is defined as a discontinuity in the applied coating r that occurs during the coating process that may be detected either visually or electromechanically. 9.3 Adhesion of Coating- The adhesion of the coating shall be evaluated by bending production coated bars 120° (after rebound) around a mandrel of specified size as prescribed in Table 1. The bend test shall be made at a uniform rate and may take up to 90 seconds to complete. The two longitudinal deformations shall be placed in a plane perpendicular to the mandrel radius, and the test specimen 24 8.2491402 (U-608) :161 shall be at thermal equilibrium between 68 and 85°F (20 and 30°C). If the specimen for the adhesion of coating shows evidence of cracking or disbonding of the coating, two retests shall be conducted on random samples. If the results of both retests meet the specified requirements, the coated bars represented by the samples shall be accepted. TABLE I Bend Test Requirements Bar N Mandrel Diameter, In. (mm) 4 4(101) 5 5(127) 6 6(152) 7 1(178) 8 8(203) 9 9(229) 10 10(254) 11 11(279) 14 17(432) 18 23(584) 4P 9.3.1 The fracture or partial failure of the steel-reinforcing bar in the bend test for adhesion of coating shall not be considered as an adhesion failure of the coating. If failure of the bar occurs, two check samples are to be tested without bar failure. 9.4 Conditioning- Test bars shall be conditioned at a temperature range of 20 to 30° C (68 to 85°F). In cases of dispute, tests shall be conducted at 23° C (73° F) and 50% relative humidity in accordance with Recommended Practices ASTM D-3451. 10.0 Handling and Identification 10.1 All systems for handling coated bars at the coating plant, fabricator, and project shall have padded contact areas. All bundling bands shall be padded or suitable banding shall be used to prevent damage to the coating. All bundles of coated bars shall be lifted with a strong back, spreader bar, multiple supports or a platform bridge to prevent bar-to-bar abrasion from sag in the bundles of coated bars. 11.0 Fabrication of Steel-Reinforcing Bars After Coating 11.1 Drive rolls on shear beds, automatic kick-off levers, and back-up barrels on benders shall be protected with a suitable covering to minimize damage during the fabrication process. The fabricator should note that these specifications permit a maximum of 5 percent of the surface area of a bar to contain patching material. This includes patching due to damage to the coating by the coater, fabricator, and contractor. 25 8.2491402 (U-608) :1ti%?. 11.2 Coated bars shall be stored as required by Section 14.3. 11.3 The fabricator shall maintain the identification of the coated bars, and shall assure that the coated, fabricated bars are identified with proper tags for final shipment to the job site. 11.4 Coating repairs are to be performed as described in Section 12.1 with material specified in Section 4. 11.5 Flame cutting of coated bars to the required dimensions will not be permitted. Any mechanical device used for cutting the coated bars to required length must be maintained in good working order to minimize damaging coating in the vicinity of the cut ends. Coating damage in these areas is to be repaired as described in Section 12.1 with material specified in Section 4. 12.0 Procedures for Repair of Coating 12.1 Repair will be required of all coating damage of the reinforcing bars with material described in Section 4 when coating bond loss and damage exist, including crushed coating and hairline crack if bare metal is evident. When repair is required, all damage shall be cleaned and repaired. The cleaning shall remove crushed coating and loose or deleterious material. In areas where rust is present, it shall be removed by wire brushing with a power tool to the cleanness specified in Section 6 prior to repair. 13.0 Inspection by the Department 13.1 Coated bars may be inspected by Division of Highway personnel or their representative at both the coating and fabrication shops. The coater and/or fabricator is required to furnish mill test reports attached to a completed Department of Transportation reinforcing steel certification Form Number 913 to the Inspector for all reinforcing bars to be coated before cleaning and coating of the material begins. The certification forms can be obtained from the State Materials Engineer. The Contractor shall inform the State Materials Engineer, in writing, at least 10 days prior to performing any of the cleaning and coating operations, and of the location where the work will be performed. 13.2 The Engineer or his representative shall have free entry to the plant and facilities of the coater and fabricator for inspection purposes that concern the cleaning and coating of the bars ordered. 13.3 On a random basis, lengths of coated bars or fabricated bars as indicated in Section 13.5 will be taken by the Engineer from the production run at the point of coating application, for test, evaluation, and check purposes. 13.4 All bar tests will be made at the coating applicator's plant, prior to shipment, unless otherwise approved by the Engineer. To avoid delay in inspection, the coating applier and fabricator should notify the State Materials Engineer or his representative, five 26 8.2491402 (U-608) .1G 3 working days prior to the time the material will be coated or fabricated. Bars shall not be shipped until they have been inspected and tagged by the Department or its representative. 13.5 The Engineer or his representative will randomly select three coated bars of each size from each proposed shipment to test for holidays, damage and coating thickness. If any bar fails to conform to these specification requirements, six (6) samples will be selected and tested. If these tests reveal the coating conforms to specification requirements the shipment will be acceptable. If any of the second set of samples fail to conform to these specifications the coater will be required to test all bars of that size that will be included in the shipment and re-submit the shipment to the Department for inspection. The Engineer or his respresentative will select from each proposed shipment two (2) samples of each size bar for bend tests by the coater for determining that the adhesion and flexibility of the coating conforms to Sections 9.3 and 9.3.1 of these specifications. 14.0 Repairs to Coating Due to Loading, Transporting, and Handling 14.1 The bundled bars shall be transported from the coater or fabricator to the project site with padding, such as carpet padding or used carpet, placed over each bundle of steel upon which another bundle of steel will be placed unless wooden spacers are placed between each bundle to prevent contact. 14.2 All bundles. of bars shall be loaded horizontally for transporting. The bars shall be transported on a flat-bed trailer. The length of bars extending beyond the trailer bed shall not exceed 8 feet. 14.3 The bars shall be stored at the project site a minimum of 1 foot above the ground on wooden or padded supports, placed 10 feet apart, and completely covered with canvas or opaque woven fiber reinforced polythehylene tarp. The material is to be covered such that adequate ventilation will be provided to prevent condensation from forming on the material during storage. 14.4 Repairs to coating due to handling and transporting damage or other causes shall be repaired with material specified in Section 4. All coating damage shall be repaired as specified in Section 12.1. 15.0 Installation of Epoxy Coated Reinforcing Steel Bars at the 15.1 The Contractor shall store the coated bars as close as possible to the area where they will be placed in the structure to prevent coating damage from unnecessary handling. y 15.2 Bars shall not be stored at the project site from one construction season until the following construction season unless stored in a waterproof enclosure. 27 8.2491402 (U-608) ±G4 15.3 The Contractor, immediately before placing the epoxy coated bars in the forms, shall visually inspect each bar for coating damage. The Contractor will be responsible for determining that all coating damaged is satisfactorily repaired, including hairline cracks if , bare metal is evident and that each bar, including bar ends, is completely encapsulated in epoxy coating or patching material at the time of concrete placement. Coating repairs shall be made as described in Section 12.1 of these specifications with material specified in Section 4. The total bar damaged surface area coated with patching material shall not exceed 5 percent. This includes patching material applied by the coater, fabricator, and contractor. The patching limits do not include holiday repairs, overspray and coated ends of bars. 16.0 Rejection 16.1 Coated bars which do not meet the requirements of this specification shall be rejected. At the Contractor's option, coated bars containing defects beyond the limits of these specifications shall be replaced or alternatively, stripped of coating, recleaned, and recoated in accordance with the requirements of this specification. 17.0 Basis for Payment 17.1 The entire cost of the-above work including all materials, equipment, tools, labor and incidentals necessary to furnish and place the coated reinforcing bars shall be included in the various pay items as follows: 1. Bars in bridge superstructure excluding bars in barrier rail shall be included in the unit contract price bid for "Reinforced Concrete Deck Slab." 2. Bars in barrier rail shall be included in the unit contract price bid for "Concrete Barrier Rail." 3. Barrier Rail bars embedded in Cored Slab shall be included in the unit contract price bid for "Prestressed Concrete Cored Slab." 4. Bars in bridge substructure shall be included in the unit contract price bid for "Epoxy Coated Reinforcing Steel." 5. Bars in approach slab shall be included in the contract lump sum price bid for "Bridge Approach Slabs Sta. T SPIRAL COLUMN REINFORCING STEEL: (8-14-92) Material For Columns, spiral reinforcing steel may be fabricated from plain round bars, deformed bars or cold drawn wire and shall furnish the following sizes, areas and weights: 28 8.2491402 (U-608). V;S Size Area Weight (Sq.in.) (Lbs. per ft.) Cold Drawn Wire W 20 .20 .668 Plain or Deformed Bar 1/2" round .20 Min. .668 For Drilled Piers, spiral reinforcing steel may be fabricated from plain ' round bars, deformed bars or cold drawn wire and shall furnish the following sizes, areas and weights: Size Area Weight (Sq.in.) (Lbs. per ft.) Cold Drawn Wire W 31 .31 1.045 Plain or Deformed Bar 5/8" round .31 Min. 1.043 The cold drawn wire shall conform to the requirements of ASTM A82. The plain round or deformed bars shall conform to the requirements of ASTM A615 for Grade 60. Dimensions The diameter of the spiral reinforcing steel is the outside to outside measurement of the bars or wire, with an allowance of one-half inch (1/2") more or one-half inch (1/2") less than the specified diameter as shown on the plans. Finishing Spirals shall be furnished with one and one-half (1-1/2) extra turns at top and at bottom for finishing. Where splicing of the spirals is necessary, the.length of the splice shall be a minimum of 2'-0" measured along the finished fabricated length of the spirals. Welding will not be permitted on the spiral reinforcing. Spiral Spacers The minimum number of spiral spacers shall be used as shown on the plans. The minimum section modulus per spiral spacer shall be 0.030 cubic inch. Method of Measurement For Columns, the quantity of spiral reinforcing steel to be paid for will be the number of pounds of spiral column reinforcing as shown on 1 the plans as being necessary to complete the work. Where the plans have been revised, the quantity to be paid for will be the quantity shown on the revised plans. Where the Engineer directs the Contractor to deviate from the plans in such a manner to change the quantities of spiral column reinforcing necessary to complete the project, the quantity shown 29 8.2491402 (U-608) i ? on the plans will be increased or decreased by the theoretical computed weight of spiral column reinforcing added or subtracted by the change. For Drilled Piers, no separate measurement will be made for the spiral reinforcing steel. The quantity of spiral reinforcing steel shown on the plans is an estimate based on the theoretical computed weight of spiral reinforcing steel necessary to complete the work. Basis of Payment For Columns, the quantity of spiral reinforcing steel determined as provided in Method of Measurement, will be paid for at the contract unit price per pound.for "Spiral Column Reinforcing Steel". The quantity of spiral column reinforcing steel shown on the plans is an estimate based on the theoretical computed weight of the spiral reinforcing steel necessary to complete the work and will be used for pay purposes. No revision in this pay quantity nor any adjustment in the contract unit price for "Spiral Column Reinforcing Steel" will be made except where revisions in the plans affect the quantity of reinforcing necessary to complete the work or where an error has been found in the estimate of spiral column reinforcing steel shown on the plans. In the event that the elevation of the top of a footing is raised by a distance not exceeding 3 feet, and the spiral column reinforcing has been fabricated before the elevation was raised, no decrease in the quantity of spiral column reinforcing to be paid for will be made from the theoretical weight of the spiral column reinforcing shown on the plans for the original substructure unit. Under the above circumstances the provisions of Article 109-6 of the Standard Specifications will not apply as the spiral column reinforcing not used in the work shall remain the property of the Contractor and payment for such reinforcing will be made as provided above. No separate payment will be made for the cost of cutting off the spiral reinforcing as payment at the contract unit price per pound for the item of "Spiral Column Reinforcing Steel" will be full compensation for cutting the-spiral reinforcing. The above prices and payment will be full compension for all work of furnishing and placing the spiral reinforcing steel and all related materials such as tie wire, spacers and any other material for fastening the special reinforcing steel in place. Payment will be made under: Spiral Column Reinforcing Steel .......... Pound For Drilled Piers, no separate payment will be made for the spiral reinforcing steel. The payment for all work of furnishing and placing the spiral reinforcing steel and all related materials such as tie wires or spacers, will be included in the unit price per linear foot of Dia. Drilled Piers." L 30 8.2491402 (U-608) CHARPY V-NOTCH TESTS: (7-9-86) All structural steel furnished for main beam and girder members (for girder members see plans) shall meet the longitudinal Charpy V-Notch Tests specified below. Sampling and testing procedures shall be in accordance with AASHTO T243 (ASTM A673). The (H) frequency of heat testing shall be used. For grade or grades of structural steel required, see structure plans. Material* Thickness - Inches Charpy V-Notch (ASTM A36) Up to 4" incl. 15 ft. lb. @ 70°F ° (ASTM A572) Up to 2" incl. 15 ft. lb. @ F 70 ° (ASTM A588) Up to 2" incl. 15 ft. lb. @ F 70 ° (ASTM A588) Over 2" to 4" incl. 20 ft. lb. @ F 70 *If the yield point of the material exceeds 65 ksi, the temperature for the Charpy V-Notch value for acceptability shall be reduced by 15°F for each increment of 10 ksi above 65 ksi. The producer of material to meet this specification shall submit certified mill test reports to the Head of Materials and Tests Unit to show the results of each test required by these specifications. No material which fails to meet the qualification requirements outlined . above will be acceptable for use on the project. ELASTOMERIC BEARINGS: (10-1-92) Elastomeric bearings may be either "plain" (consisting of elastomer only) or "laminated" (consisting of alternating individual layers of elastomer and non-elastic laminates) as shown on the plans. Bearing pads are not required with elastomeric bearings. The elastomer for bearings shall be formulated from previously unvulcanized 100 per cent virgin chloroprene (neoprene) or 100 per cent virgin natural polyisoprene (natural rubber). All plain bearings shall be either molded individually, cut from previously molded strips or slabs molded to the full thickness of the finished bearings, or extruded and cut to length. The finished bearings shall have no voids or separations. Plain elastomeric bearings shall be well-vulcanized, uniform, integral units of such construction that the bearing is incapable of being separated by any mechanical means into separate, definite, well-defined elastomeric layers. Evidence of such layered construction either at the outer surfaces of the bearing or within the bearing shall be cause for rejection of such bearing shipments. All components of a laminated bearing shall be molded together to form an integral unit free of voids or separations in the elastomer or between the elastomer and the non-elastic laminates. The elastomer between the laminates shall be well-vulcanized, uniform and integral such that it is incapable of being separated by any mechanical means into separate, definite, well-defined elastomeric layers. Evidence of 31 8.2491402 (U-608) j68 such layered construction, either at the outer surfaces or within the bearing, shall be cause for rejection of such laminated bearing shipments. Non-elastic laminates shall be steel conforming to ASTM designation A36, A570, or an approved steel equivalent. The outer metal laminations shall be 3/16 inch and the inner laminations shall be 14-gage or 12-gage as indicated on the plans. The outer laminations of elastomer shall be I inch minimum and the inner laminations shall all be of equal thickness as shown on the plans. -The edges of all metal laminations shall have a minimum cover of 1/8 inch of elastomer. The top and bottom bearing surfaces shall each have an integral sealing rib a minimum of 1/8 inch in depth (in addition to specified total thickness) and 3/16 inch in width around their peripheries. The finish of cut surfaces shall be at least as smooth as ANSI #250 finish. The batch or lot number shall be marked on each bearing in such a manner as to remain legible until the acceptability of the bearing has been determined by the State Materials Engineer. A piece-mark shall be marked on each bearing in such a manner as to remain legible until placement in the structure. Elastomer formulated from neoprene shall meet the requirements shown in Table A. Elastomer, formulated from natural rubber shall meet the requirements shown in Table B. Test specimens shall be in accordance with ASTM D-15, Part B. Elastomer in all bearings shall have a Grade 50 durometer hardness, unless noted otherwise on the plans. TABLE A Grade (durometer) 50 60 PHYSICAL PROPERTIES Hardness ASTM D2240 50+5 60+5 -0 -0 Tensile strength, minimum psi ASTM D412 2500 2500 Elongation at Break, minimum percent 400 350 ACCELERATED TEST TO DETERMINE LONG-TERM AGING CHARACTERISTICS OVEN AGED - 70 HRS, AT 212°F. ASTM D573 Hardness, points change maximum Tensile strength, % change maximum Elongation at break, % change maximum 0 to +15 0 to +15 -15 -15 -40 -40 'R.- 32 8.2491402 (U-608) OZONE: 100 PPHM in air by volume 20% strain at 1000t20F. ASTM D1149* 100 Hours COMPRESSION SET 22 Hrs. at 212°F. i ASTM D395 (Method B) % Maximum 169 ADHESION ASTM D429, B Bond made during vulcanization, Lbs. per inch LOW TEMPERATURE RESISTANCE ASTM D746, Procedure B Brittleness at -20°F. No No Cracks Cracks 35 35 40 40 No No . Failure Failure * Samples to be solvent wiped before test to remove traces of surface impurites. Grade (durometer) PHYSICAL PROPERTIES Hardness ASTM D2240 Tensile strength, minimum psi ASTM D412 Elongation at Break, minimum percent ACCELERATED TEST TO DETERMINE LONG-TERM AGING CHARACTERISTICS OVEN AGED-168 HRS, AT 158°F. ASTM D573 Hardness, points change maximum Tensile strength, change maximum Elongation at break, change maximum OZONE: 25 PPHM in air by volume 20% strain at 100°t2°F. ASTM D1149* 100 Hours TABLE B 50 60 50+5 60+5 -0 -0 2500 2500 450 400 33 0 to +10 0 to +10 -25 -25 -25 -25 No No Cracks Cracks 8.2491402 (U-608) COMPRESSION SET 22 Hrs. at 158°F. ASTM D395 (Method B) % Maximum w? ADHESION ASTM D429, B Bond made during vulcanization Lbs. per inch LOW TEMPERATURE RESISTANCE ASTM D746, Procedure B Brittleness at -40°F. 25 25 40 40 No No Failure Failure * Samples to be solvent wiped before test to remove traces of surface impurities. The following criteria shall be met under laboratory testing conditions of full size bearings: The manufacturer shall proof load each laminated bearing to 150% of the maximum design dead load plus live load shown on the plans. If bulging patterns imply laminate placement which does not satisfy design criteria, or if bulging suggests poor laminate bond, the bearing will be rejected. If there are three separate surface cracks which are greater than .08 inches wide and .08 inches deep, the bearing will be rejected. The shear resistance of the bearing at 25% strain of the total effective rubber thickness, after an extended four-day ambient temperature of -20°F., shall not exceed 50 psi for 50 durometer or 75 psi for 60 durometer Table A compounds, nor 30 psi for 50 durometer or 40 psi for 60 durometer for Table B compounds. Flash tolerance, finish and appearance shall meet the requirements of the latest edition of the "Rubber Handbook, Second Edition" as published by the Rubber Manufacturers Association, Inc.; RMA - F3 - T.063 for molded bearings and RMA 42 for extruded bearings. Permissible variation from the dimensions and configuration required by the plans and these specifications shall be as follows: 1. Overall vertical dimensions - 0, +1/16" 2. Overall horizontal dimensions - 0, +1/4" 3. Thickness of individual layers of elastomer (Laminated bearings only) t 1/16 A i i 34 8.2491402 (U-608) _Nrg 4. Variations from a plane parallel to the theoretical surface Top 1/8" Sides 1/4" 5. Edge cover of embedded laminates - 0, +1/8" 61 6. Size of holes or slots -0, +1/8" 7. Position of holes or slots -0, +1/8" 8. Thickness of non-elastic Laminates - 0, +1/16" All bearings furnished by the Contractor shall be produced by a bearing manufacturer who has previously submitted the required pre-qualification test samples and certifications and whose elastomer formulation has been initially approved for use by the State Materials Engineer. Each elastomer formulation produced by a manufacturer must be approved 'by the State Materials Engineer prior to its first use on Department of Transportation projects. To prequalify and obtain initial approval of a particular formulation, the bearing manufacturer shall submit to the State Materials Engineer, well in advance of anticipated use of his product, certified test results showing actual test values obtained when the physical properties of the elastomer to be furnished were tested for compliance with the pertinent specifications. In addition, the manufacturer shall forward pre-qualification test samples to the State Materials Engineer, for testing and evaluation of compliance with pre-qualification requirements. These pre-qualification samples shall consist of at least two finished bearings typical of the formulation and workmanship intended for use on Department of Transportation projects. The bearing manufacturer shall certify that all of the samples submitted are of the same basic elastomer formulation and of equivalent cure to that used in the finished products to be furnished on Department of Transportation projects. The producer may be required to perform the complete pre-qualification testing procedure again during later production should the State Materials Engineer feel such action appropriate. After pre-qualification approval, the inspection, sampling and testing of actual bearing production will be as outlined below. The manufacturer shall furnish certified laboratory test results on the elastomer properties of each batch or lot of compound used in the manufacture of bearings, both plain and laminated. One sample bearing shall be submitted for each batch or.lot of compound for verification testing. 35 8.2491402 (U-608) x Payment for elastomeric bearings, will be at the contract lump sum price for "Elastomeric Bearings". This price shall be full compensation for all materials, tools, equipment, labor, and for all incidentals necessary to complete the work. THERMAL SPRAYED COATINGS (METALLIZATION): (3-1-90) 1.0 Description A thermal sprayed coating and sealer shall be applied to metal surfaces as specified herein when called for on the plans or by other special provisions, or when otherwise approved by the Engineer. 2.0 Materials Wire material shall be zinc, or 85/15 zinc/aluminum alloy as certified by the manufacturer. The size of wire material shall be in accordance with the manufacturer's recommendations for the Flame, or Arc Sprayed method. Powder material shall not be used. The seal coating shall be a vinyl wash primer meeting the requirements of SSPC paint 27. 3.0 Construction Surfaces to be metallized shall be blast cleaned with a grit or sand abrasive in accordance with Steel Structures Painting Council SSPC-5 to a surface profile of 1-2.5 mils. If flash rusting should occur prior to metallizing, the metal surface shall be reblasted. Flame cut edges shall be ground to remove the carbonized surface prior to blasting. All free edges of plates and shapes to be coated shall be rounded to 1/16 radius or shall have an equivalent flat surface of a suitable angle. Surfaces shall be coated within four hours after blasting. Application of thermal sprayed coating shall not be performed when the air temperature is below 40 degrees F. and the surface temperature of the steel is less than 5 degrees F. above the dew point. Surfaces shall be metallized to a thickness called for on the plans or special provisions for the bridge component to which the coating is applied. r The seal coating shall be applied to metallized surfaces within 8 hours and in accordance with the manufacturer's recommendations. The Contractor shall not weld items to the metallized surface unless specifically permitted by the Engineer. Any repairs shall be cleaned and coated.as described above. The Contractor shall provide the Engineer with a Type IV certification for all materials and documentation which indicates that the applicator has performed successful thermal spray operations within the last 12 months. 36 8.2491402 (U-608) ? I K #R3 is 4.0 Payment The entire cost of thermal sprayed coating shall be included in the price bid for the bridge component to which the coating is applied. ADHESIVELY ANCHORED ANCHOR BOLTS OR DOWELS: (2-26-93) DESCRIPTION The work covered by this special provision shall consist of furnishing all necessary labor, equipment, and materials and of performing all operations necessary for the installation of the anchor bolts/dowels in concrete using an adhesive bonding system in accordance with the details shown on the plans and with the requirements of this specification unless otherwise directed by the Engineer. The Contractor shall submit to the Engineer for his approval a description of the proposed adhesive bonding system. The description shall include type of bolt and its deformations, equipment, manufacturer's recommended hole diameter, embedment depth, material specifications, and any other material, equipment or procedure not covered by the plans or these specifications. Properties of the adhesive shall be listed and shall include density, minimum and maximum temperature application, setting time, shelf life, pot life, shear strength and compressive strength. If bars/dowels containing a corrosion protective coating are required, the adhesive shall not contain any chemical elements that would be detrimental to the coating and a statement to this effect shall be made on the submittal. MATERIALS The adhesive bonding system shall have been tested for a tensile strength of 125% of the specified required design strength of the anchor bolt/dowel and certification shall be furnished that, for the particular bolt grade, diameter and embedment depth required, the anchor system will not fail by adhesive failure and there is no movement of the anchor bolt/dowel. The minimum concrete compressive strength shall be 3000 psi for certification and anchorage selection. Components of the adhesive shall be packaged in containers of such size that one whole container of each component is used in mixing one batch of adhesive. The containers shall be of such design that all of the contents may be readily removed, and shall be well sealed to prevent leakage. Adhesive material which requires hand mixing shall be furnished in two separate containers designated as Component A and Component B. A self contained cartridge or capsule shall consist of two components which will be automatically mixed as they are dispensed, as in the case of a cartridge, or drilled into, as in the case of a capsule. Each container shall be clearly labeled with the manufacturer's name; date of manufacture; batch number; batch expiration date; all directions 37 8.2491402 (U-608) x"14 for use and such warning of precautions concerning the contents as may be required by State or Federal Laws and Regulation. PROCEDURE: DRILLING OF HOLES INTO CONCRETE: When directed by the Engineer, a jig or fixture shall be provided by the Contractor and used to ensure correct position of the holes and proper alignment during the drilling process. Upon approval by the Engineer, hole locations may be adjusted to avoid encountering reinforcing steel. The holes shall be drilled with a pneumatic drill unless other drilling method is approved by the Engineer. The diameter of the drilled hole shall be in strict accordance with the manufacturer's recommendations. Immediately after completion of drilling, all holes shall be blown free of all dust and debris with oil-free compressed air using a wand extending to the bottom of the hole. The holes shall then be brushed with a stiff-bristled brush of a sufficient size to effectively remove dust from the sides of hole and blown free of all dust. This procedure shall be repeated until the hole is completely clean. Each hole shall be checked with a depth gauge to ensure proper embedment depth. Concrete spalled or otherwise damaged by the Contractor's operations shall be repaired in a manner satisfactory to the Engineer. INSPECTION OF HOLES Each hole shall be inspected by the Contractor immediately prior to the placement of adhesive and anchor bolts/dowels. All holes must be dry and free of dust and dirt, oil and grease. Any hole found to deviate from the requirements must be reworked by whatever means to ensure an acceptable hole. MIXING OF ADHESIVE Adhesive shall be mixed in strict conformance with the manufacturer's instructions. EMBEDMENT OF ANCHOR BOLT/DOWEL Each anchor bolt/dowel shall be free of all rust, grease, oil, and other contaminants. Unless otherwise shown on the plans, the minimum embedment depth of the anchor bolt/dowel shall be such that the adhesive develops at least 125% of the required design strength of the anchor bolt/ dowel as determined by the manufacturer. The anchor bolt/dowel shall be inserted the specified depth into the hole and shall be slightly agitated to ensure wetting and complete encapsulation. After insertion of the anchor bolt/dowel, any excessive 38 8.2491402 (U-608) J adhesive shall be struck-off flush with the concrete face. Should the adhesive fail to fill the hole, additional adhesive shall be added to the hole to allow a flush strike-off. Anchor bolts/dowels shall not be disturbed while adhesive is hardening. FIELD TESTING • When specified on the plans, the Contractor shall test the installed anchor bolts/dowels for adequacy of the adhesive as specified below. The Contractor shall give the Engineer at least two days notice of the time the tests will be performed. The tests shall be performed in the presence of the Engineer. The testing equipment shall consist of a calibrated hydraulic centerhole jack system. The jack shall be placed on a plate washer that has a hole at least 1/8 inch larger than the hole drilled into the concrete. The plate washer shall be positioned on center to allow an unobstructed pull. The anchor bolts/dowels and the jack shall be positioned on the same axis. The jack shall have been calibrated by an approved testing agency within 6 months prior to starting the testing. The Contractor shall supply the Engineer with a certificate of calibration documenting this. The Contractor, in the presence of the Engineer, will be required to field test 10% of the first 50 anchor bolts/dowels prior to installing any additional anchors. A load equal to 90% of the specified required design strength of the anchor bolts/dowels shown on the plans shall be applied, and held briefly, to each anchor bolt/dowel to be tested. The anchor bolts/dowels shall exhibit no visible signs of movement. Upon receiving satisfactory results from these tests, the Contractor may proceed with the installation of the remaining anchors. A minimum of 2% of the remaining anchors shall be tested as previously described. The Contractor shall record data for each anchor bolt/dowel tested on the report form entitled "Installation Test Report of Adhesively Anchored Anchor Bolts or Dowels." This form may be obtained from the North Carolina Department of Transportation Materials and Tests Engineer. The Contractor shall submit a copy of the completed report forms to the Engineer. Final acceptance of the adhesively anchored system will be based on the conformance of the pull test to the requirements of this specification. Failure to meet the criteria of this specification will be grounds for Y rejection. PAYMENT No separate measurement or payment will be made for furnishing, installing, and testing anchor bolts/dowels. The entire cost of the above work including all materials, equipment, tools, labor, and incidentals necessary to complete the work shall be included in the unit contract price bid for the several pay items. 39 8.2491402 (U-608) 1176 (3-26-93) SHORING REQUIREMENTS FOR FOUNDATION EXCAVATION ADJACENT TO TRAVELWAY: The 1990 Standard Specifications shall be revised as follows: Article 410-4, page 176. Insert the following as the first sentence in paragraph three: In addition to the above requirements, shoring will be required for excavation adjacent to a travelway when a theoretical 2:1 slope from the bottom of the excavation on the roadway side intersects the existing ground line closer than five feet to the existing edge of pavement. EXPANSION JOINT SEALS: 1.0 General (7-13-92) The work covered by these special provisions shall consist of furnishing and installing the expansion joint seals as shown on the contract drawings. Included shall be all materials, labor, equipment and incidentals necessary for the proper installation of the expansion joint seals. 2.0 Material Each expansion joint seal shall be capable of accommodating a total movement, measured parallel to the centerline of the roadway as shown on plans. The elastomeric component of each expansion joint seal shall be one continuous unit for the entire length of the joint. Field splicing of the elastomeric component will not be permitted. Only vulcanized shop splicing of the elastomeric component will be permitted. Any portion of the elastomeric component before shop splicing shall have a minimum length of 20 feet except one shorter piece may be used. The elastomeric component shall be shop marked to indicate the top side and joint location of the seal in such a way as to be clearly visible upon installation. On skewed bridges, or under unsymmetrical conditions, the left side of the elastomeric component shall also be marked so as to be clearly visible during installation. Left is defined as being on the left when facing in the direction of increasing station. The Contractor shall inspect seals upon receipt to ensure that they are so marked. Convolution of the gland shall not project above the top of the hold-down plates when the joint opening is in the most compressed condition. The gland shall be either elastic polychloroprene (neoprene) or ethyl propylene diene monomer (EPDM) and shall have the following minimum properties: ASTM TEST METHOD REQUIREMENTS Hardness, Durometer - D2240 60±5, Neoprene (upward Shore A corrugated shape- fabric reinforced) 40 8.2491402 (U-608) Tensile Strength D412 s Elongation at Break D412 Thickness of Upturned N/A portion of gland 75t5, EPDM and Neoprene (upward non-corrugated shape) 80±5, EPDM (upward corrugated shape-fabric reinforced) 2000 PSI, Min. 250 % Min. 1/4" (Non-corrugated shape) 1/8" (Corrugated shape) Field splices of hold-down plates shall only be made at crown points or other abrupt changes in the deck slab cross slope and on lane lines, rather than within traveled lanes, except that no splice is required at edge lines. Field splices of hold-down plates may be made between the edge line and gutter upturn and where necessary for proper installation and alignment. All splice locations shall be shown on the working drawings and are subject to the Engineer's approval. For location of lane markings at the expansion joint seal, see structure plans. At splice locations, hold-down bolts shall be located 3" from the end of the hold-down plate. At splice locations where changes in deck slab cross slope occur, the ends of hold-down plates shall be cut parallel to. the bridge centerline for skews less than 80 degrees and greater than 100 degrees. Welded shop splices in hold-down plates will not be permitted. 3.0 Shop Drawings The Contractor shall submit to the Engineer for approval nine (9) sets of working drawings. The working drawings shall show complete details drawn to scale and shall include: 1) Proposed template details including the makeup of the template; 2) The proposed method of holding the base angle assembly in place while concrete is cast around it; 3) The proposed procedure to correct for the effects of beam movement and rotation when setting width of joint opening; 4) The proposed chronology of installation including the sequence and direction of the concrete casting; 5) Details of cross connectors between base angles, such as steel • bars with slots bolted to angles, to maintain evenness of the adjacent base angles while accomodating movement that occurs when concrete is cast. Indicate when bolts are loosened to allow movement. 41 8.2491402 (U-608) ?r 6) The proposed method for removing the hold-down plate; 7) A section detail through the joint showing horizontal offset dimensions of the base angles from the centerline joint. This detail will be required when the vertical face of the joint opening is not perpendicular to the roadway surface (e.g. when the roadway grade is significant). All detailed drawings shall be checked by a person other than the one who prepares the drawing and the signatures of both draftsman and checker shall be on each sheet of the drawings. Drawings that are not checked will be returned to the Contractor. The Contractor shall provide all completed drawings well in advance of the scheduled installation time for the expansion joint seal. 4.0 Installation Supports for the base angle assembly shall be provided at a maximum spacing of 9 feet. Supports shall be placed near field splices of base angles to ensure that field splices are straight and even. The base angle shall be provided with I" diameter weep holes at 1'-0" centers to allow bleeding of trapped air and/or water. Falsework shall not obstruct the weep holes. The bottom of the trough shall be parallel to grade and the sides parallel to the sides of the expansion joint seal. For the repair of any damaged area, depression, spall, crack, or irregularity of curbs or decks adjacent to the expansion joint, the Contractor shall submit to the Engineer for approval his proposed method of repair, as well as specifications for the type of repair material to be used. If, in the judgement of the Engineer, any aspects of the expansion joint seals are unacceptable, the Contractor shall make the corrections as necessary. 5.0 Inspection When concrete is cast, a non-aluminum, 10 foot, true to line straight edge shall be used to check and grade the top of the slab on each side of the joint to ensure smooth transition between spans. Watertight Integrity Test 1. Upon completion of an expansion joint seal, the top surface shall be subjected to a water test to detect any leakage. The roadway section of the joint from curb to curb, or barrier rail to barrier rail, shall be covered with water, either ponded or flowing of not less than 1" above the roadway surface at all points. Sidewalk sections shall be diked and an unnozzled water hose delivering approximately 1 gallon of water per minute shall be secured to the inside face of the bridge railing, trained in a downward position about 6 inches above the sidewalks, such that there will be continuous flow of water across the sidewalk and down the curb face of the joint. a IV 42 s Ir 8.2491402 (U-608) 2. The ponding or flowing of water on the roadway and continuous flow across sidewalks and curbs shall be maintained for a period of 5 hours. At the conclusion of the test, the underside of the joint shall be closely examined for leakage. The expansion joint seal shall be considered watertight if no obvious wetness is visible on the Engineer's finger after touching a number of underdeck areas. Damp concrete which is not enough to impart wetness to the finger will not be considered as a sign of leakage. 3. Should the joint system exhibit evidence of water leakage at any place whatsoever, the Contractor shall locate the place (s) of leakage and he shall take any and all measures necessary to stop the leakage. This work shall be done at the Contractor's expense. 4. Any water integrity test performed subsequent to the Contractor's previously described corrective measures shall carry the same responsibility as the original test. 5. In the event that measures to eliminate leakage have to be taken, a subsequent water integrity test shall be performed subject to the same conditions as the original test. The subsequent water integrity test shall be done at the Contractor's expense. 6.0 Compensation Basis of payment for all expansion joint seals shall be at the lump sum contract price'for Expansion Joint Seals which price and payment shall be full compensation for furnishing all material, including any steel accessory plates for sidewalks, medians and rails, labor, tools, and incidentals necessary for installing the expansion joint seal in place and including all materials, labor, tools and incidentals for performing the original watertight integrity test. PREFORMED COMPRESSION JOINT SEALS: (2-26-93) A. Seals - The seals shall be preformed; shall be manufactured from e astic polychloroprene material; shall be compatible with concrete, and shall be resistant to abrasion, oxidation, oils, gasoline, salt and other materials that may be spilled on or applied to the surface. No splicing will be allowed. The seals shall be of a design and cross-section so as to be substantially solid when fully compressed. Seal cross-section shall have a continuous middle vertical rib from top to bottom. The point at which the seal is fully compressed shall also be defined as closure of the seal and shall occur within a deflection range of 50-70% of the original width of the seal. The seal shall also be designed so that when compressed, the center portion of the top surfaces will not extend upward above the original height of the seal. A watertight seal shall be provided at the end of the compression seal as recommended by the manufacturer. 43 8.2491402 (U-608) ISO The seals shall comply with the requirements as given in the table below. TEST SPECIFICATIONS FOR PREFORMED COMPRESSION JOINT SEALS Test Requirements Test Methods Tensile Strength, psi. min. 2000 ASTM D 412 Elongation at Break, %min. 250 ASTM D 412 Hardness, Type A Durometer 55 t 5 ASTM D 2240 Oven Aging, 70 hrs. @ 212°F. ASTM D 573 Tensile strength, % change, max. -20 Elongation, % change max. -20 Hardness, points change, max. 0 to t 10 Ozone Resistance ASTM D 1149 20% strain, 300 pphm in air, No cracks 70 hrs. @ 104°F. (Wipe with solvent to remove surface contamination) High Temperature Recovery ASTM D 2628 67T 70 hrs. @ 212°F., under 50% deflection, % min. 85 ASTM D 2628 67T Low Temperature Recovery ASTM D 2628 67T 22 hrs. @ -20°F., under 50% deflection, % min. 83 ASTM D 2628 67T 72 hrs. @ +14°F., under 50% deflection, % min. 88 ASTM D 2628 67T Compression-Deflection Test P=Force per square inch @ 15% deflection of minimum seal width 3 lbs. per sq. in. min. @ 50% deflection of minimum seal width 15 lbs. per sq. in. max. The compression seal shall be shop marked to indicate the top side of the seal in such a way as to be clearly visible upon installation. The Contractor shall inspect seals upon receipt to ensure that they are so marked. B. Bon-Lastic Adhesive - This adhesive shall be a one part moisture polyurethane an hydrocarbon solvent mixture with the following physical properties: Average weight per gallon 8.00 lbs. = 10% Solid content 72-74% by weight P W 44 8.2491402 (U-608) .1 Adhesive to remain fluid from: 5°F. to 120°F. Film strength (ASTM D-412) 1200 psi Elongation 350% The Contractor shall submit to the Resident Engineer the manufacturer's affidavit that all materials that are furnished by the manufacturer are in conformance with these special provisions. These affidavits shall be submitted for each separate project and state clearly the project number. C. Sawing the Joints - Where the plans call for the sawing of the joints, the joints shall be initially formed to a width as shown on the plans. The concrete slab shall be allowed to cure a minimum of two days prior to sawing the concrete joint to its final width and depth as specified. In sawing the joint to receive the compression seal, the saw shall be controlled in the desired direction at all times by the aid of a rigid guide. The guide shall be a template or a track that is anchored to the bridge deck with positive connections and shall be capable of controlling the saw in the desired direction to produce a straight line as indicated on the plans. Sawing to a line or mark by visual means, such as a chalk line, will not be permitted. Holes that are used for holding the template or track to the deck shall be filled with an approved, flowable non-shrink, non-metallic grout. The desired width and depth of the saw cut shall be made in one or two passes of the saw by placing and spacing two metal blades on the saw shaft to the desired width for the compression seals. The desired depth shall be the depth of the compression seal plus 1/4" above the top of the seal plus approximately 3/4" below the bottom of the seal. The bottom of the sawed joint may be irregular as indicated on the plans. Exposed corners on saw cut edges shall be ground to 1/4" chamfer. Any staining or deposited material on the structure due to sawing with a wet blade shall be removed to the satisfaction of the Engineer. x The Contractor shall use extreme care to saw the joint straight and to the desired width and to prevent any chipping or damage to sawed edges of the joint. D. Preparation of Sawed Joint - The sawed joint opening shall be thoroughly inspected by the Engineer for spalls, popouts, cracks, etc. If repairs are necessary, all repairs shall be made prior to the blast cleaning and installation of the sealer. The installed compression seal shall be watertight. 45 8.2491402 (U-608) 2S y Joints shall be cleaned by sand blasting immediately before sealing. Sand blast cleaning shall be done so as to provide a firm, clean joint surface free of curing compound, loose material and any foreign matter. Sand blasting shall be done so as not to • result in pitting or uneven surfaces. All blast cleaning shall be dry blasting. Abrasive used for blast cleaning shall be clean dry sand. After blasting, the surface shall be brushed with clean brushes made of hair, bristle or fiber; or blown off with compressed air; or cleaned by vacuum so that any traces of blast products from the surface and any abrasive from pockets and corners will have been removed. The compressed air used for the nozzle blasting shall be free of detrimental amounts of water or oil. The blast cleaned surface shall be examined for any traces of oil, grease or smudge deposited in the cleaning operations. The seal shall be bonded to the blast cleaned surface on the same day the blast cleaning is done. E. Payment - Payment for all compression sealing assemblies shall be at the lump sum contract price bid for Preformed Compression Joint Seals which prices and payment shall be full compensation for furnishing all material, labor, tools and equipment necessary for installing these units complete in place and accepted. EPOXY PROTECTIVE COATING: (3-26-93) Description This work shall consist of preparing the concrete surface and furnishing and applying an epoxy protective coating to the surfaces described in this special provision. When epoxy protective coating is required, the top surfaces of the bent or end bent caps shall be cured in accordance with the Standard Specifications except the membrane curing compound method shall not be used. Materials i The epoxy coating shall meet the most recently published NCDOT specification in force on the date of advertisement. The epoxy coating 19 shall meet NCDOT-Type 4A Flexible, epoxy coating, moisture insensitive. A certification will be required for the epoxy proposed for use showing that the epoxy coating meets NCDOT-Type 4A. The following companies have epoxies that have met Type 4A specifications: 1. E-Bond Epoxy, Inc. 46 8.2491402 (U-608). .83 R W Fort Lauderdale, Florida 33307 2. Permagile Industries Plainview, NY 11803 3. Poly-Garb Cleveland, OH 44139 4. Tartans, Inc. Mentor, OH 44060 5. Adhesive Engineering Cleveland, OH 44122-5554 6. Kaufman Products Baltimore, MD 21226-1131 7. Prime Resins Lithonia, GA 30058 8. Sika Corporation Lyndhurst, N. J. 07071 A copy of the specifications for Epoxy Resin Systems is available from the Materials and Tests Unit. Surfaces The epoxy protective coating shall be applied to the top surface area, including chamfer area, of bent caps under expansion joints and of all end bent caps, excluding areas under elastomeric bearings. Epoxy protective coating shall also be applied to the ends of prestressed concrete girders as noted on the plans. At the Contractor s option, he may omit applying the epoxy protective coating on areas under the end curtain wall and under steel bearings. The Contractor shall use extreme care to keep the area under the elastomeric bearings free of the epoxy protective coating. The epoxy protective coating shall not be applied in the notch at the ends of the prestressed concrete girders. The epoxy protective coating shall not be applied to the ends of the prestressed concrete girders until the grout in the recesses at the ends of the girders has cured. The special provision for epoxy grout for the recesses in the ends of prestressed concrete girders is included elsewhere in this proposal. Concrete surfaces shall be free of all laitance and shall be thoroughly cleaned of any dust, dirt, grease, oil or other material the Engineer determines is objectionable. All surfaces shall be air-blast cleaned immediately prior to the application of the protective coating. Cleaning agents shall meet the approval of the Engineer before they are used. Application Materials furnished under this item shall be applied only where the air temperature is at least 40°F. and rising, but less than 95°F. and the surface temperature of the area to be coated is at least 40°F. Surfaces must not have excessive or free standing water before application. The surface shall be given one coat of epoxy protective coating. The 47 8.2491402 (U-608) IVA coating shall be applied at a rate such that coverage obtained shall be between 100 and 200 square feet per gallon. Note: Under certain combinations of circumstances, the cured epoxy protective coating may develop "oily" condition on the surface due to amine blush. This condition is not detrimental to the applied system. Care shall be taken so that the entire designated surface of the concrete is covered and all pores filled. The Contractor shall also use only one manufacturer's material on all surfaces visible from one location in order to provide a uniform appearance. Payment No separate measurement or payment will be made for preparing, furnishing and applying the epoxy protective coating to the concrete surfaces. The entire cost of the above work including all materials, equipment, tools, labor, and incidentals necessary to complete the work shall be included in the unit contract price bid for the several pay items. GROUT FOR ENDS OF PRESTRESSED GIRDERS AND TIE RODS: (11-13-91) All recesses at the ends of prestressed girders shall be filled completely with non-metallic, non-shrink grout. The ends of the tie rods used in the intermediate diaphragms shall also be recessed and filled completely with non-metallic, non-shrink grout when called for on the plans. All recesses shall be filled in a neat and workmanlike manner and the grout shall match the neat lines of the girders. The manufacturer of the prestressed girders shall fill the recesses with the grout at.the ends of these members as soon as possible. The non-metallic, non-shrink grout shall meet the approval of the Engineer. The painting. of the prestressing strands may be omitted with the approval of the engineer. No separate measurement or payment will be made for this work and the entire cost of this work shall be included in the unit contract price bid for prestressed concrete girders. PRESTRESSED CONCRETE GIRDER WEB SPLITTING: (2-26-93) The Prestressed Concrete Girders shall be subject to the provisions for Prestressed Concrete Members as specified in Section 1078 of the Standard Specifications with the following additions: Upon detensioning of certain girders with draped strands, cracks may occur in webs at end of girder. If such cracks occur, the contractor shall employ a method to remedy this condition on all subsequent girders 0- .f -A R 48 8.2491402 (U-608) 165 of the same type and strand pattern. If debonding of strands is used, the following criteria shall be satisfied: 1. Alternate rows of draped strands shall be debonded 2 feet from each end of the girder. 2. The two straight strands in the top of the girder shall not be debonded. One half of the straight strands, as nearly as possible, ? in the bottom flange shall be debonded. As nearly as possible one quarter of the straight strands in bottom of girder shall be debonded 4 feet from each end of the girder and one quarter of the straight strands shall be debonded 2 feet from each end of the girder. 3. The debonding pattern shall be symmetrical about the vertical axis of the girder for both draped and straight strands. 4. Strands shall be debonded so that the centers of gravity of the draped strands and the straight strands in the bottom of the girder will remain within 1 inch of their original location at the end of the girder. 5. Strands shall be debonded by encasing the strand in a conduit. The conduit shall meet the approval of the Engineer. No separate payment will be made for debonding strands. Payment shall be included in the contract unit price bid for prestressed concrete girders. A. General Where the plans indicate, the Contractor has the option of submitting a design for a precast reinforced box culvert in lieu of a cast in place culvert, the precast culvert shall be designed in accordance with AASHTO M259. The precast culvert shall be subject to the requirements of Section 1077 and any other applicable parts of the Standard Specification with the exceptions and additions specified in these special provisions. The design shall provide the same size and number of barrels as used on the cast-in-place design. Design of the precast box culvert shall be the responsibility of the Contractor and subject to approval of the Engineer. The Contractor shall submit two sets of detailed plans for review. The plans shall include all details necessary to build the precast culvert including wings and wing connections. The checked plans shall be accompanied with checked design calculations for the precast box culvert complying to the latest AASHTO design specifications and requirements detailed herein. The plans and design calculations shall be checked and sealed by a North Carolina Registered Professional Engineer. After the plans have been reviewed and if necessary, the corrections made to the tracings, the 49 8.2491402 (U-608) 081 Contractor shall submit one set of reproducible tracings to the Engineer to become the revised contract plans. The size of the sheets used for the tracings shall be 22" x 36". B. Precast Reinforced Concrete Box Sections B.1 Scope B.1.1 This special provision covers precast reinforced concrete ox sections intended to be used for the construction of culverts and for the conveyance of storm water. B.1.2 Box sections with less than 2 feet of cover shall be in accordance with AASHTO M273. B.2 Types Precast reinforced concrete box sections manufactured in accordance with this special provision shall be designated by span, rise, and design earth cover. B.3 Design 6.3.1 Desi n - The box section dimensions and reinforcement details shall be subject to the provisions of Section B.7. B.3.2 Placement of Reinforcement - The cover of concrete over the circumferential reinforcement shall be 1 in., subject to the provisions of Section B.7. The inside circumferential reinforcement shall extend into the male portion of the joint and the outside circumferential reinforcement shall extend into the female portion of the joint. The clear distance of the end circumferential wires shall be not less than J in. nor more than 2 in. from the ends of the box section. Reinforcement shall be assembled utilizing any combination of single or multiple layers of welded-wire fabric. The exposure of the ends of the wires used to position the reinforcement shall not be a cause for rejection. B.3.3 Las and Spacing - Splices in the circumferential reinforcement shall be made by lapping. The circumferential wires center to center spacing shall not be less than 2 inches nor more than 4 inches. The longitudinal wires center to center spacing shall not be more than 8 inches. 6.4 Joints B.4.1 The precast reinforced concrete box section shall be produced with male and female ends. The ends shall be of such design and the ends of the box section so formed that when the sections are laid together they will make a continuous line of box sections with a smooth interior free of appreciable irregularities in the flowline, all compatible with the permissible variations given in Section B.7. The joint formed at the male and female ends of the precast units shall be sealed with material approved by the r 50 8.2491402 (U-608) 1S7 Engineer. The material shall be shown on the shop drawings when they are submitted for approval. B.4.2 The joint between multiple lines of precast reinforced concrete box sections shall be filled with Class M Concrete. The Class M Concrete shall meet the requirements listed in the Standard Specifications except that Field Compressive Strength Specimens will not be required. r B.5 Manufacture B.5.1 Mixture In addition to the requirements of Section 1077 of the Standard Specifications, the proportion of portland cement in the mixture shall not be less than 564 lb/yd3. B.5.2 Strength - All concrete shall develop a minimum compressive strength of 5000 p.s.i. at the age of 28 days. The precast sections shall not be moved until the concrete has attained a compressive strength of 75% of the minimum compressive strength, as determined by cylinder tests. B.5.3 Air Entrainment - The concrete shall be air entrained in accordance with Section 1000-4(B) of the Standard Specifications. Air content shall be determined in accordance with AASHTO T1529 T196, or T121. Measurement of the air content may also be performed by the Chace indicator, AASHTO T199, in which case sufficient tests will be made in accordance with AASHTO T152, T196, or T121 to establish correlation with the Chace indicator. Concrete will not be rejected based on tests made in accordance with AASHTO T199. B.5.4 Handling - Handling devices or holes shall be permitted in each ox section for the purpose of handling and laying. Details of handling devices or holes shall be submitted to the Engineer for approval and no concrete shall be cast until approval is granted by the Engineer. All handling devices must be removed flush with concrete surfaces as directed by the Engineer. Holes shall be filled in a neat and workmanlike manner with a non-metallic non-shrink grout to meet the approval of the Engineer. B.6 Physical Requirements B.6.1 Acceptability of Cylinder Tests When the average compressive strength of the two test cylinders is less than the design concrete strength, the box sections which these cylinders represent may be cored. The size of the cores, the location and the number of cores taken will be as directed by the Engineer. Cores shall be obtained by the contractor in the presence of the Engineer's representative and tested by the Division of Highways for compressive strength in accordance with AASHTO T280. When the average compressive strength of the representative cores is equal to or greater than the design concrete strength, the compressive stength of the concrete in that day of production is acceptable. 51 8.2491402 (U-608) B.7 Permissible Variations B.7.1 Internal Dimensions - The internal dimensions shall not vary more than 1 percent from the plan dimensions. The haunch dimensions shall not vary more than } in. from the plan dimensions. B.7.2 Slab and Wall Thickness - The slab and wall thickness shall not be less than that shown on the plans by more than 5 percent or 3/16 in., whichever is greater. A thickness more than that required on the plans shall not be a cause for rejection. y B.7.3 Length of Opposite Surfaces - Variations in laying lengths o two opposite surfaces of the box section shall not be more than 1/8 in./ft. of span with a maximum of 5/8 in. in any box section, except where beveled ends for laying or curves are specified on the plans. B.7.4 Length of Section - The underrun in length of a section s a not be more than 1/8 in./ft. of length with a maximum of J in. in any box section. B.7.5 Position of Reinforcement - The maximum variation in the position of the reinforcement for 5 in. or less slab and wall thicknesses shall be t3/8 in. and for greater than 5 in., slab and wall thicknesses shall be tJ in.. In no case, however, shall the cover over the reinforcement be less than 5/8 in., as measured to the internal surface or the external surface. The preceding minimum cover limitations does not apply at the mating surfaces of the joint. 6.7.6 Area of Reinforcement - The steel reinforcement shall be the design steel as shown on the plans. Steel areas greater than those required shall not be cause for rejection. The permissible variation in diameter of any wire in finished fabric shall conform to the tolerances prescribed for the wire before fabrication by either AASHTO M32 or M225 as applicable. B.8 Marking B.8.1 In addition to the requirements of Section 1077 of the Standard Specifications, the project number and station number must also be marked. B.8.2 Each section shall be clearly marked by indentation on either the inner or outer surface during the process of manufacture so that the location of the top will be evident immediately after the forms are stripped. In addition, the word "top" shall be lettered with waterproof paint on the inside top surface. C. Compensation Any additional cost of redesigning shall be paid for by the Contractor if precast reinforced concrete culvert is used in lieu of the cast-in-place culvert shown on the plans. Except for foundation conditioning material and culvert excavation, payment, for the precast box culvert will be a lump sum amount equal to the payment that would be allowed for construction of a cast-in-place box culvert. Plan quantities and unit bid prices will be used to compute the lump sum amount. The above price and payment will be full compensation for all 52 8.2491402 (U-608) R work covered by this Special Provision, the plans and applicable parts of the Standard Specifications and shall include, but not be limited to, furnishing all labor, materials, equipment and other incidentals necessary to complete this work. Concrete, reinforcing steel, labor, equipment and all other related materials necessary for the completion of the barrel section, and the construction of the headwalls, end curtain walls, wings and wing footings shall be considered a part of this pay item. REMOVAL OF EXISTING STRUCTURE AT STATION 16+27.00 -Y3-: (SPECIAL) General: The existing structure shall be removed in accordance with the Standard Specifications and as indicated on the plans. Stage I removal shall be accomplished by methods that will not damage those portions of the existing structure to remain in place until Stage II. Use of hoe rams or wrecking balls will not be permitted in Stage I removal. The existing prestressed cored slab sections, posts, rails, and accessories shall be removed carefully without damage. Upon removal the existing prestressed cored slab sections, posts, rails, and accessories shall be salvaged from the structure and remain as the property of the North Carolina Department of Transportation. The salvaged material shall be removed and loaded on a truck to be provided by the Department (Bridge Maintenance Unit) as directed by the Engineer and in accordance with applicable parts of Section 402 of the Standard Specifications. The entire cost of this work shall be included in the lump sum price bid for "Removal of Existing Structure at Station 16+27.00 -Y3-". MAINTENANCE OF TRAFFIC BENEATH PROPOSED STRUCTURE AT STA. 19+03.66 -L-: SPECIAL Traffic is to be maintained on SR 2085 as shown in Traffic Control Plans and as directed by the Engineer. A minimum temporary vertical clearance of 16'-6" is to be maintained at all times during construction. Methods used in constructing the proposed bridge shall be such as to cause minimum restriction in clearance and shall meet the approval of the Engineer. The Contractor will be required to submit, to the Engineer, his plans for protecting traffic at the above station before beginning work at this location. These plans shall include provisions for the protection of traffic from falling debris. The entire cost of the above work required.for protecting traffic shall be included in the contract prices bid for the several pay items. 53 8.2491402 (U-608) MAINTENANCE OF TRAFFIC BENEATH PROPOSED STRUCTURES AT STA. 134+42.98 - (SPECIAL) Traffic is to be maintained on SR 2136 as shown in Traffic Control Plans and as directed by the Engineer. A minimum temporary vertical clearance of 16'-6" is to be maintained at all times during construction. Methods used in constructing the proposed bridges shall be such as to cause minimum restriction in clearance and shall meet the approval of the Engineer. The Contractor will be required to submit, to the Engineer, his plans for protecting traffic at the above station before beginning work at this location. These plans shall include provisions for the protection of traffic from falling debris. The entire cost of the above work required for protecting traffic shall be included in the contract prices bid for the several pay items. f 54 -1 f? .dl.J PROJECT SPECIAL PROVISIONS STRUCTURE/CULVERT UTILITIES Project 8.2491402 (U-608) Guilford County The utilities listed below are owned by Duke Power Company-Distribution, Southern Bell Telephone and Telegraph Company, Piedmont Natural Gas Company, Cablevision Industries, and the City of Greensboro. The conflicting facilities of these concerns will be adjusted prior to the date of availability, unless otherwise noted. The descriptions of these utilities are attached herewith as an aid to the Contractor. This list and these descriptions were obtained from the best available information and records, and are not considered complete. The Contractor's attention is directed to Article 105-8 of the Standard Specifications. The Contractor shall, where necessary, consult and cooperate with the respective utility owner, with the sole purpose of protecting such utilities. The Contractor shall also allow the respective utility owner sufficient time to relocate and make adjustments in its utility lines where necessary. All utility adjustments due to project construction conflicts will be made by the utility owner, unless shown elsewhere in the Project Plans or Special Provisions.. The utility services in these areas cannot be interrupted; therefore, a replacement, either temporary or permanent, must be installed and necessary changeovers made before a line is abandoned or removed. Each utility owner shall, where possible, make adjustments to correct any conflicting lines prior to project construction and shall also keep abreast of the project construction in order to make any other required utility adjustments where staging is necessary. The Contractor shall modify and adapt his procedures to permit construction in the vicinity of a power line so as to be in compliance with the applicable section of OSHA regulations at all times. A. Bridge at Station 19+03.66 Line -L- 1. There are two (2) existing underground fiber optic telephone cables (2 cables -.1 fiber ea.) located approximately 3 feet off either side of the existing edge of pavement of Airport Boulevard. The existing underground fiber optic telephone cables shall be abandoned in place at the proper stage of construction and after a new underground fiber optic telephone cable (2 cables - 1 fiber ea.) has been installed running in a southeasterly direction approximately parallel to and approximately 3 feet off the proposed right (southwest) edge of pavement to a point located approximately 60 feet right (southwest) of approximate Station 19+35 Line -L-. From said point, the proposed fiber 8.2491402 (U-608) 'I a> optic cable will turn and run a proposed pole to be located (southeast) of approximate St said pole left of approximate fiber optic cable will become power distribution (12.4 KV - 300 and 200 pair) and CATV (1 in a southerly direction to approximately 35 feet left ation 29+46 Line -Y- Rev. From Station 29+46 Line -Y- Rev., the aerial in joint use with proposed 4 wires), telephone (2 cables - cable) as described hereafter. The Contractor shall use extreme caution when working around these fiber optic cables. 2. After the construction of the proposed bridge at Station 19+03.66 Line -L- has been completed, a new overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (2 cables - 300 and 200 pair) and CATV (1 cable), with vertical clearances of approximately 22, 19, and 18 feet, respectively, above the proposed bridge deck, shall be installed running in a westerly direction to a pole located approximately 35 feet left (east) of approximate Station 27+15 Line -Y1- Rev. The lines then will turn and run in a southerly direction to a pole located approximately 28 feet left (east) of approximate Station 29+46 Line-Y1- Rev., crossing Line -L- at approximate Station 19+37. From said pole located left of approximate Station 29+46 Line -Y1- Rev., the lines will turn and run in a southwesterly direction, away from the proposed bridge construction.. The Contractor shall use extreme caution when working around these lines. 3. At the proper stage of construction and after rough grading has been completed, a new 8-inch gas main shall be installed approximately 31 feet left (southeast) of Line -Y1- Rev. except' in the vicinity of the proposed bridge where the line shall be located approximately parallel to and 35 feet left (southeast) of Line -Y1- Rev. Piedmont Natural Gas Company shall be required to flag the proposed gas main in the vicinity of the bridge, and shall coordinate the placement of the proposed gas main with the Engineer to allow proper clearance for the proposed guardrail posts. The Contractor shall use extreme caution when working near this gas main. B. Bridge at Station 59+56.53 Line -L- 1. There are two (2) existing underground telephone cables (2 cables - 900 and 200 pair) located approximately 3 feet off either side of the existing edge of pavement of Inman Road. There is also an existing overhead power distribution line (12.4 KV - 4 wires) in joint use with CATV (1 cable) with vertical clearances of approximately 20 and 18 feet, respectively, above the existing roadway grade, located 2 8.2491402 (U-608) 11: 3 approximately parallel to and 25 feet left (southeast) of the existing edge of pavement of Inman Road. The existing underground telephone cables shall be abandoned in place and the overhead power distribution line in joint use with CATV shall be dismantled and removed after a temporary overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (2 cables - 900 and 200 Pair) and CATV (1 cable), with vertical clearances of approximately 22, 18, and 19 feet, respectively, above the proposed bridge deck, has been installed west of the proposed detour. After the proposed bridge construction has been completed and opened to traffic, a permanent overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (2 cables - 900 and 200 pair) and CATV (1 cable), with vertical clearances of approximately 22, 18, and 19 feet, respectively, above the proposed bridge deck, shall be installed running in a southerly direction approximately parallel to and 37 feet right (northwest) of Line -Y2-. The Contractor shall use caution when working in the vicinity of these lines. 2. There is an existing 12-inch D.I. water main located approximately 55 feet right (northwest) of Line -Y2-. After rough grading has been completed, a new 12-inch D.I. water main shall be installed approximately parallel to and 55 feet left (southeast) of Line -Y2- and the existing 12-inch D.I. water main shall be abandoned in place. The Contractor shall use caution when working in the vicinity of the water main. C. Culvert at Station 121+25.00 Line -L- 1. There is an existing 18-inch RCP gravity sewer line and an 8-inch D.I. gravity sewer line both in conflict with the proposed culvert construction. For adjustments to the existing 18-inch RCP gravity sewer line and the 8-inch D.I. gravity sewer line, see the Roadway Utility Construction Plans and Special Provisions. D. Dual Bridges at Station 134+42.98 Line -L- 1. There is an existing overhead power distribution line (12.4 KV - 4 wires) in joint use with CATV (1 cable), with vertical clearances of approximately 22 and 18 feet, respectively, above the existing roadway grade, running approximately due south to a pole located approximately 25 feet right (west) of approximate Station 19+70 Line -Y3-. From said pole located right (west) of approximate Station 19+70 Line 3 8.2491402 (U-608) 1*"4 -Y3-, the lines turn and run in a southwesterly direction, away from the proposed bridge construction site. There is also an existing overhead telephone line (2 cables - 400 and 200 pair) running approximately parallel to and 25 feet left (east) of Line -Y3-. The existing overhead power distribution line in joint use with CATV and the overhead telephone line shall be dismantled and removed after rough grading has been completed and a temporary overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (2 cables - 400 and 200 pair) and CATV (1 cable), with vertical clearances of approximately 22, 19, and 18 feet, respectively, above the proposed bridge deck, has been installed out and around the west side of the proposed bridge construction site. After the construction of the bridge has been completed, a permanent overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (.2 cables - 900 and 200 pair) and CATV (1 cable) shall be installed approximately parallel to and 70 feet right (west) of Line -Y3-. After the permanent overhead lines have been installed, the temporary overhead lines shall be dismantled and removed. The Contractor shall use extreme caution when working around these lines. 2. There is an existing 12-inch D.I. water main located approximately parallel to and 17 feet right (west) of Line -Y3-. The existing 12-inch D.I. water main shall remain in place. The Contractor shall use caution when working around the water main. 3. There is an existing 8-inch gas main located approximately parallel to and 15 feet left (east) of Line -Y3-. The existing 8-inch gas main shall remain in place. The Contractor shall use extreme caution when working around the gas main. 4. There is an existing 8-inch D.I. gravity sewer line located approximately parallel to and 6 feet off the left (east) edge of existing pavement of Fleming Road. f The existing 8-inch D.I. gravity sewer line shall remain in place. The Contractor shall use caution when working around the sewer line. 4 8.2491402 (U-608) ICJ E. Culvert at Station 30+47 Line -Y1- Rev. 1. There is an existing underground fiber optic telephone cable (1 fiber) running in a southeasterly direction approximately 10 feet off the existing southwest edge of pavement of SR 2137 (Old Oak Road) except in the vicinity of existing Bridge No. 343 where the fiber optic telephone cable is aerial with approximately 10 feet of vertical clearance above the existing bridge deck. There is also an existing overhead power distribution line (12.4 KV - 4 wires) in joint use with CATV (1 cable), with vertical clearances of approximately 18 and 14 feet, respectively, above the existing bridge deck, located approximately parallel to and 20 feet southwest of the existing edge of pavement of SR 2137 (Old Oak Road), and running to a pole located approximately 165 feet left (northeast) of approximate Station 31+50 Line -Y1- Rev. where the line turns and runs in a southerly direction, away from the proposed culvert construction. The existing underground fiber optic telephone cable shall be abandoned and that portion of the telephone cable that is aerial and the overhead power distribution line in joint use with CATV shall be dismantled and removed at the proper stage of construction and after a new overhead power distribution line (12.4 KV - 4 wires) in joint use with fiber optic telephone (1 fiber) and CATV (1 cable), with vertical clearances of approximately 22, 19, and 18 feet, respectively, above the proposed roadway grade, has been installed running diagonally in a southerly direction to a pole located approximately 35 feet right (southwest) of approximate Station 31+33 Line -Y1- Rev., crossing Line -Y1- Rev. at approximate Station 30+40. The Contractor shall use extreme caution when working around these lines. 2. There is an existing 16-inch D.I. water main running approximately parallel to and 3 feet off the existing northeast edge of pavement of SR 2137 (Old Oak Road), except in the vicinity of Bridge No. 343 where the water main goes out and around the bridge wingwalls. The existing 16-inch D.I. water main shall remain in place. IV The Contractor shall use extreme caution when working around the water main. 3. There is an existing 8-inch gas main running approximately parallel to and 3 feet off the existing southwest edge of pavement of SR 2137 (Old Oak Road), except in the vicinity of Bridge No. 343 where the gas main goes out and around the bridge wingwalls. 5 8.2491402 (U-608) The existing 8-inch gas main shall be abandoned at the proper stage of construction and after a new 8-inch gas main has been installed approximately parallel to and 31 feet left (northeast) of Line -Y1-. The Contractor shall use extreme caution when working around the gas main. F. Culvert at Station 16+27.00 Line -Y3- 1. There is an existing 18-inch D.I. gravity sewer line that traverses out and around the south side of the proposed culvert, approximately 15 feet south of the existing bridge. Also, there is an existing 8-inch D.I. gravity sewer line that crosses the left (east) end of the proposed culvert. The existing 18-inch D.I. gravity sewer line is clear of the proposed culvert construction. For adjustments of the 8-inch D.I. sewer line, see the Roadway Utility Construction Plans and Special Provisions. 2. There is an existing 8-inch gas main located approximately parallel to and approximately 16 feet left (east) of Line -Y3-, except in the vicinity of the existing bridge, where the gas main goes out and around the existing bridge. Beginning at a point located approximately 16 feet left (east) of approximate Station 15+70 Line -Y3-, a new gas main shall be installed running in an easterly direction to a point located approximately 90 feet left (east) of approximate Station 15+90 Line -Y3 From said point located left (east) of approximate Station 15+90 Line -Y3-, the gas main shall turn and run approximately due south to a point located approximately 100 feet left (east) of approximate Station 17+10 Line -Y3-. From said point located left (east) of approximate Station 17+10 Line -Y3-, the gas main shall turn and run in a westerly direction to a point located approximately 16 feet left (east) of approximate Station 17+18 Line -Y3- where the new gas main will tie back into the existing gas main and run in a southerly direction, clear of the proposed culvert construction. The Contractor shall use extreme caution when working near the gas main. 3. There is an existing overhead telephone line (2 cables - 400 and 200 pair), with a vertical clearance of approximately 18 feet above the existing bridge deck, located approximately parallel to and 30 feet left (east) of Line -Y3-. There is also an existing overhead power distribution line (12.4 KV - 4 wires) in joint use with CATV (1 cable), with vertical clearances of approximately 22 and 18 feet, respectively, above the existing bridge deck, located approximately parallel to and 25 feet right (west) of Line -Y3-. 6 8.2491402 (U-608) =37 The existing overhead telephone line along with the existing overhead power distribution line in joint use with CATV shall be dismantled and removed after a new temporary overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (2 cables - 400 and 200 pair) and CATV (1 cable), with vertical clearances of approximately 22, 18, and 19 feet, respectively, above the proposed roadway grade, has been installed running approximately parallel to and 77 feet right (west) of Line -Y3- to a pole located approximately 77 feet right (west) of approximate Station 15+09 Line -Y3-. From said pole located right (west) of approximate Station 15+09 Line -Y3-, the lines shall turn and run in a southwesterly direction to a pole located approximately 180 feet right (west) of approximate Station 16+12 Line -Y3-. From said pole located right (west) of approximate Station 16+12 Line -Y3-, the lines shall turn and run in a southerly direction, clear of the proposed culvert construction. After the project has been completed, a new permanent overhead power distribution line (12.4 KV - 4 wires) in joint use with telephone (2 cables - 400 and 200 pair) and CATV (1 cable), with vertical clearances of approximately 22, 18, and 19 feet, respectively, above the proposed roadway grade, shall be installed beginning at a pole located approximately 77 feet right (west) of approximate Station 15+09 Line -Y3- and running in a southerly direction approximately parallel to and 77 feet right (west) of Line -Y3-. Once the permanent lines have been installed and placed into service, the temporary lines shall be dismantled and removed. The Contractor shall use caution when working around these lines. 4. There is an existing 12-inch D.I. water main, located approximately parallel to and 17 feet right (west) of Line -Y3-. The existing 12-inch D.I. water main shall be lowered in place and encased in a steel encasement pipe to allow at least one foot of clearance between the encasement and the bottom of the culvert. The encasement shall extend 10 feet from the extremities of the proposed culvert. The Contractor shall use caution when working around the water main. 7 ---- September 10, 1990 STANDARD SPECIAL PROVISION T BIDDING REQUIREMENTS The 1990 Standard Specifications shall be revised as follows: Page 13, Article 102-2. Delete the first paragraph on this page. Page 20, Article 102-15. Delete the fourth paragraph in this article. Page 21, Article 102-16. Delete cause No. 9 under the first paragraph. Page 22, Article 103-1. After the first line of the last paragraph insert the following: request the low bidder to submit an up-to-date financial and operating statement, to April 25, 1990 STANDARD SPECIAL PROVISION CONTRACT UNIT PRICE The 1990 Standard Specifications shall be revised as follows: Page 15, Article 102-8. Add the following paragraph at the end of Requirement No. 3: The unit prices shall be rounded off by the bidder to contain no more than four (4) decimal places. Page 17, Article 102-9. Add the following sentence, after the first sentence, in the second paragraph: Unit prices shall be rounded off by the bidder to four (4) decimal places. T Page.23, Article 103-2(F) add this subarticle as (F) after the last paragraph in subarticle (E): (F) Unit bid prices containing more than four (4) decimal places: In the case of a Bid Item for which the "amount bid" contains more than four (4) decimal places for the "Unit Bid Price", only the whole number and the first four (4) decimal places shall constitute the "Contract Unit Price" for that Bid Item. -- October 12, 1990 STANDARD SPECIAL PROVISION COMPUTER BID PREPARATION r The 1990 Standard Specifications shall be revised as follows: Page 17, Article 102-9. Add the following sentence after the last sentence in the last paragraph on this page: When the Computer Generated Itemized Proposal Sheets are not signed and received with the proposal, this will constitute, no bid received. October 17, 1990 STANDARD SPECIAL PROVISIONS DELIVERY OF BIDS The 1990 Standard Specifications shall be revised as follows: Page 19, Article 102-12. Delete the Fourth Sentence in this paragraph and insert the following: If delivered in person, the sealed envelope shall be delivered to the office of the Contract Officer as indicated in the Invitation to Bid except that if it is delivered to the place indicated, for bid opening, in the Invitation to Bid. January 19, 1993 STANDARD SPECIAL PROVISION AUTHORITY OF ENGINEER The 1990 Standard Specifications shall be revised as follows: r Page 39, Article 105-1 The last phrase of the last sentence in this article shall be revised as follows: r Change "Article 102-15" to read "Article 102-16". June 16, 1992 STANDARD SPECIAL PROVISIONS SUSPENSIONS OF THE WORK AND FORCE ACCOUNT WORK ORDERED BY THE ENGINEER The 1990 Standard Specifications are revised as follows: Page 28, Article 104-4. Delete this article and add the following article. (A) Suspensions of the Work Ordered by the Engineer: When the Engineer suspends in writing the performance of all or any portion of the work for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the Contractor believes that additional compensation for idle equipment and/or labor is justifiably due as a result of such suspension, the Contractor shall notify the Engineer in writing of his intent to file a claim for additional compensation within 7 days after the Engineer suspends the performances of the work and the provisions of Subarticle 104-8 (C) shall be strictly adhered to. Within 14 calendar days of receipt by the Contractor of the notice to resume work, the Contractor shall submit his claim to the Engineer in writing. Such claim shall set forth the reasons and support for such adjustment in compensation, including cost records, and any other supporting justification in accordances with Subarticle 104-8(C). (B) Alleged Suspension: If the Contractor contends he has been prevented from performing all or any portion of the work for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) because of conditions beyond the control of and not the fault of the Contractor, its suppliers, or subcontractors at any tier, and not caused by weather, but the Engineer has not suspended the work in writing, the Contractor shall submit in writing to the Engineer a notice of intent to file a claim for additional compensation by reason of such alleged suspension. No adjustment in compensation will be allowed for idle equipment and/or labor prior to the time of the submission of the written notice of intent to file a claim for additional compensation by reason of such alleged suspension. Upon receipt, the Engineer will evaluate the Contractor's notice of intent to file a claim for additional compensation. If the Engineer agrees with the Contractor's contention, the Engineer will suspend in writing the performance of all or any portion of the work and the provisions of Subarticle 104-8(C) shall be strictly adhered to. If the Engineer does not agree with the Contractor's contention as described above and determines that no portion of the work should be suspended, he will notify the Contractor in writing of his determination. If the Contractor does not agree with the Engineer's determination, the provisions of Subarticle 104-8(C) shall be strictly adhered to. Within 14 calendar days after the last day of the alleged-suspension; the Contractor shall-submit his claim to the Engineer in writing. Such claim shall set forth the reasons and support for such adjustment in ` compensation, including cost records, and any other supporting justification in accordance with Subarticle 104-8(C). (C) Conditions: No adjustment in compensation will be allowed under Subarticles 104-4(A) and 104-4(B) for any reason whatsoever for each occurrence of idle equipment and/or idle labor which has a duration of twenty-four hours or less. No adjustment in compensation will be allowed under Subarticles 104-4(A) and 104-4(B) to the extent that performance would have been suspended by any other cause, or for which an adjustment is provided for or excluded under any other term or condition of this contract. No adjustment in compensation will be allowed under Subarticles 104-4(A) and 104-4(B) for any effects caused on unchanged work. No adjustment in compensation will be allowed under Subarticles 104-4(A) and 104-4(B) except for idle equipment and/or idle labor resulting solely from the suspension of work in writing by the Engineer. No adjustment in compensation will be allowed under Subarticles 104-4(A) and 104-4(B) where temporary suspensions of the work have been ordered by the Engineer in accordance with Article 108-7 and the temporary suspensions are a result of the fault or negligence of the Contractor. -3=. S Page 35, Subarticle 104-8(C). Delete this subarticle and substitute the following. (C) Compensation - Article 104-4: The Contractor's notice of intent to file a claim for additional compensation under the provisions of Subarticle 104-4(A) shall be given to the Engineer in :rriting within 7 days after the Engineer suspends the performance of the work. For an alleged suspension, the Contractor's notice of intent to file a claim for additional compensation under the provisions of Subarticle 104-4(B) shall be given to he Engineer in writing. The Contractor shall keep accurate and detailed records of the alleged idle equipment and alleged idle labor. The Contractor's cost records, supporting data, and supporting information shall be complete in every respect and in such form that they may be checked by the Engineer. The Contractor's cost records, supporting data, and supporting information for equipment idled due to the suspension or alleged suspension shall specifically identify each individual piece of equipment, its involvement in the work, its location on the project, the requested rental rate and justification as to why the equipment cannot be absorbed into unaffected work on the project during the period of suspension or alleged suspension. The Contractor's cost records, supporting data, and supporting information for idle labor shall include the specific employees, classification, dates and hours idled, hourly rate of pay, their involvement in the project, and justification as to why they cannot be absorbed into the unaffected work on the project or other projects during the period of suspension or alleged suspension. The Contractor's cost records, supporting data, and supporting information shall be kept up to date and the Engineer shall be given the opportunity to review the methods by which the records, data, and information are being maintained. The cost records, supporting data, and supporting information shall be prepared on a weekly basis for each occurance for which notice of intent to file a claim has been given and submitted to the Engineer within 7 days after the end of a given weekly period. If the Contractor chooses to pursue the claim after the suspension or alleged suspension period has ended, he shall submit a written claim to the Engineer for an adjustment in compensation based upon his cost records due to idle equipment and/or idle labor within 14 calendar days of receipt of the notice to resume work or within 14 calendar days or expiration of the alleged suspension period. This request shall summarize previously submitted cost records and clearly describe the Contractor's justification for an adjustment in compensation under the terms of the contract. Upon receipt, the Engineer will,evaluate the Contractor's request. If the Engineer agrees that the cost of the work directly associated with the suspension or alleged suspension has increased as a result of such suspension .or alleged suspension and the suspension or alleged suspension was caused by conditions beyond the control of and not the fault of the Contractor, its suppliers, or subcontractors at any approved tier; and not-caused by weather, the Engineer will make an adjustment, excluding profit, and modify the contract in writing accordingly. The Contractor will be paid for the verified actual cost of the idle equipment and idle labor. The compensation allowed shall be limited to the equipment, labor, bond, insurance, and tax costs, excluding profits, computed in accordance with Article 109-3. If the Engineer determines that the suspensions of the work by the Engineer or alleged suspensions do not warrant an adjustment in compensation, he will notify the Contractor in writing of his determination. The Engineer will notify the Contractor of his determination of whether or not an adjustment in compensation is warranted within 120 calendar days after receipt of the complete request, all necessary supporting justification, and cost records. The failure on the part of the Contractor to perform any of the following shall be a bar to recovery under the provisions of Article 104-4s 1. The failure to notify the Engineer in writing within 7 days after the Engineer suspends in writing the performance of all or any portion of the work. 2. The failure to notify the Engineer in writing that he intends to file a claim by reason or alleged suspension. 3. The failure of the Contractor to keep records in accordance with the details of Article 109-3. 4. The failure of the Contractor to give the Engineer the opportunity to monitor the methods by which records are being maintained. 5. The failure of the Contractor to submit additional documentation requested by the Engineer provided documentation requested is available within the Contractor's records. 6. The failure of the Contractor to submit cost records on a weekly basis. -5- 7. The failure of the Contractor to submit the written request for an adjustment in compensation with cost records, supporting data, and supporting information within 14 calendar days or receipt of the notice to resume work. 8. The failure of the Contractor to submit the written request for an adjustment in compensation with cost records,--supporting data, and supporting information within 14 calendar days after the last ` day of the period during which the Contractor contends he has been prevented from performing all or any portion of the work for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) because of conditions beyond the control of and not the fault of the Contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather. Page 86, Article 109-3. Add the following paragraph after the first two complete paragraphs. Hourly rental rates for idle equipment held in ready in accordance with Article 104-4 will be 50 percent of the rate paid for equipment in use. Hourly rental rates for idle equipment held in ready in accordance with Article 104-4 which is rented from a commercial rental agency will be paid for in accordance with the invoice rate for the equipment. An additive payment will not be made for idle equipment. When equipment is in use less than 40 hours for any given week and is held in ready as idle equipment in accordance with Article 104-4, payment for idle equipment time will be allowed for up to 40 hours, less hours in use. When payment is made for idle equipment held in ready in accordance with Article 104-4, the payment for idle equipment time held in ready will be allowed for up to 8 hours in a day less hours in use. Page 86, Article 109-3. Delete the first sentence of the third complete paragraph and substitute the following: In the event the Contractor does not possess or have readily available such equipment necessary for the r performance of the work and such equipment is rented from a commercial rental agency, the Contractor will receive payment based on the approved invoice rate for the equipment. Page 87, Article 109-3. Add the following sentence after the second sentence in the first paragraph. The list shall also include the invoice rate for equipment rented from a commercial rental agency. 8 STANDARD SPECIAL PROVISION VALUE ENGINEERING PROPOSAL June 16, 1992 The 1990 Standard Specifications shall be revised as follows: Page 39, Article 104-12 - Value Engineering Proposal. Add this new specification after the last paragraph of Article 104-11. This value engineering specification is to provide an incentive to the Contractor to initiate, develop, and present to the Department of Transportation for consideration, any cost reduction proposals conceived by him involving changes in the drawings, designs, specifications, or other requirements of the contract. This specification does not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a Value Engineering Proposal. Value Engineering Proposals contemplated are those that would result in a net savings to the Department by providing a decrease in the total cost of construction or reduce the construction time without increasing the cost to construct the project. The effects the Proposal may have on the following items, but not limited to these items, will be considered by the Department when evaluating the proposal: 1) Service Life 5) Ease of Maintenance 2) Safety 6) Desired Aesthetics 3) Reliability 7) Design 4) Economy of Operation 8) Standardized Features The Department reserves the right to reject the Proposal or deduct from the savings identified in the Proposal to compensate for any adverse effects to these items which may result from implementation of the Proposal. The Department reserves the right to reject at its discretion any Value Engineering Proposal submitted which which would require additional right of way. Substitution of another design alternate, which is detailed in the contract plans, for the one on which the Contractor bid, will not be allowed. Plan errors which are identified by the Contractor and which result in a cost reduction will not qualify for submittal as a Value Engineering Proposal. Pending execution of a formal supplemental agreement, implementing an approved Value Engineering Proposal, the Contractor shall remain obligated to perform in accordance with the terms of the existing contract. No time extension will be granted due to the time required to review .a Value Engineering Proposal. The Contractor is encouraged to include this specification in contracts with subcontractors. The Contractor shall encourage submissions of Value Engineering Proposals from subcontractors, however, it is not mandatory that the Contractor accept or transmit to the Department Value Engineering Proposals proposed by his subcontractors. The Contractor may choose any arrangement for the subcontractor value engineering payments, provided that these payments shall not reduce the Department's share of the savings resulting from the Value Engineering Proposal. T Should the Contractor desire a preliminary review of a possible Value Engineering Proposal, prior to expending considerable time and expense in full development, a copy of the preliminary proposal shall be submitted to the Resident Engineer and the Value Engineering Office. The submittal shall state, Preliminary Value Engineering Proposal Review Request and must contain sufficient drawings, cost estimates and written information that can be clearly understood and interpreted. Also include the identity of any Private Engineering Firms proposed by the contractor to prepare designs or revisions to designs. The Department will review the preliminary submittal only to the extent necessary to determine if it has possible merit as a Value Engineering Proposal. This review does not obligate the Department to approve the final proposal should a preliminary review indicate the proposal has possible merit. The Department is under no obligation to consider any Value Engineering Proposal (Preliminary or Final) that is submitted. A copy of the Final Value Engineering Proposal shall be submitted by the Contractor to the Resident Engineer and the Value Engineering Office. The proposal shall contain, as a minimum, the following: (1) A statement that the request for the modification is being made as a Value Engineering Proposal. (2) A description of the difference between the existing contract requirements and the proposed modifications, with the comparative advantages and disadvantages of each. (3) If applicable, a complete drawing of the details covering the proposed modifications and supporting design computations shall be included in the final submittal. The preparation of new designs or revisions or modifications to the designs shown in the contract . drawings shall be accomplished and sealed by a Professional Engineer registered in the State of North Carolina. Further, the Department may require a review, and possibly the redesign, be accomplished by the project's original designer, or an approved equal. The Department may contract with private engineering firms, when needed, for reviews requested by the Department. The contractor shall contract with the original project designer, or an approved equal, when required by the Department, for any design work needed to completely and accurately prepare contract drawings. The Department may waive the requirements to have the preparation of contract drawings accomplished by a Professional Engineer or the project's original designer based on the extent, detail, and complexity of the design needed to implement the value engineering proposal. (4) An itemized list of the contract requirements that would be modified and a recommendation of how to make each modification. (5) A detailed estimate of the cost of performing the work under the proposed modification. 3 .0 6) A statement of the time by which approval of the Value Engineering Proposal must be issued by the Department to obtain the total estimated cost reduction during the remainder of the contract, noting any effect on the contract completion or delivery schedule. To facilitate the preparation of revisions to contract drawings, the contractor may purchase reproducible copies of drawings for his use through the Department's Value Engineering Office. The preparation of new design drawings by or for the Contractor shall be coordinated with the appropriate Department Branch through the Value Engineering Office. The R contractor shall provide, at no charge to the Department, one set of reproducible drawings of the approved design needed to implement the value engineering proposal. The Engineer, as defined in Article 101-34 of the Standard Specifications, will be the sole judge of the acceptability of a Value Engineering Proposal requested in accordance with these provisions and of the estimated net savings resulting from the approval of all or any part of the Proposal. The Contractor has the right to withdraw, in whole or in part, any Value Engineering Proposal not accepted by the Department within the period to be specified in the Proposal per Item (6) of the preceding paragraph. If a Value Engineering Proposal is approved, the necessary changes will be effected by Supplemental Agreement. Included as a part of the Supplemental Agreement will be provisions for price adjustment giving the Contractor 60 percent of the net savings to the project resulting from the modifications. The Department reserves the right to include in the Supplemental Agreement any conditions it deems appropriate for consideration, approval, and implementation of the proposal. Acceptance of the Supplemental Agreement by the Contractor shall constitute acceptance of such conditions. The final net savings to be distributed will be the difference in cost between the existing contract cost for the involved unit bid items and the actual final cost occurring as a result of the modification. Only those unit bid items directly affected by the Supplemental Agreement will be considered in making the final determination of net savings. In determining the estimated net savings, the Department reserves the right to disregard the contract prices if, in the judgement of the Department, such prices do not represent a fair measure of the value of the work to be performed or to be deleted. Subsequent change documents affecting the modified unit bid items but not related to the Value Engineering Proposal will be excluded from such determination. The Department's review and administrative costs for value engineering proposals will be borne by the Department. The Contractor's costs for designs and/or revisions to designs and the preparation of design drawings will be borne by the Contractor. The costs to either party will not be considered in , determining the net saving obtained by implementing the value engineering proposal. The Contractor's portion of the net savings shall constitute full compensation to him for effecting all changes pursuant to the agreement. The net savings will be prorated, 60 percent for the 4 a. Contractor and 40 percent for the Department, for all accepted Value Engineering Proposals. Upon execution of the Supplemental Agreement, the Department will thereafter have the right to use, duplicate or disclose in whole or in part any data necessary for utilization of the modification on other projects without obligation or compensation of any kind to the Contractor. Restrictions or conditions imposed by the Contractor for use of the proposal on other projects shall not be valid. Except as may be otherwise precluded by this specification, the Contractor may submit a previously approved value engineering proposal on another project. Unless and until a Supplemental Agreement is executed and issued by the Department, the Contractor shall remain obligated to perform the work in accordance with the terms of the existing contract. Acceptance of the modification and its implementation will not modify the completion date of the contract unless specifically provided for in the Supplemental Agreement. The Contractor shall not be entitled to additional compensation under Section 104 of the Standard Specifications for alterations in the plans or in the details of construction pursuant to the Value Engineering Proposal. The Department will not be liable to the Contractor for failure to accept or act upon any Value Engineering Proposal submitted pursuant to this provision nor for any delays to the work attributable to any such proposal. The Department reserves the right to negotiate desired changes with the Contractor under the provisions of the contract even though the changes are the result of a Value Engineering Proposal submitted on another contract. In this instance the savings will be prorated in accordance with the terms of the negotiated agreement. r • June 16, 1992 STANDARD SPECIAL PROVISIONS BITUMINOUS BASES AND PAVEMENTS The 1990 Standard Specifications shall be revised as follows: Page 53, Subarticle 106-10(B)(1). Add the following paragraph to this subarticle. When bituminous mixtures are being compacted, additional control strips shall be constructed for each type of mixture and for each layer at least once per week unless waived by the Engineer. Page 54, Subarticle 106-10(B)(3). Add the following sentence to the last paragraph in this subarticle. The compaction rolling shall be completed prior to the mixture cooling below a temperature of 185°F. Page 56, Subarticle 106-10(C)(1). Delete TABLE 106-1 and substitute TABLE 106-1 as shown below. Page 340, Article 610-9. Delete the fifth sentence of the second paragraph of this article and substitute the following sentence. The'-paver shall be equipped with a receiving hopper and an automatically controlled distribution system which is capable of uniformly maintaining a proper head of material in front of the full length of the screed, including screed extensions. Page 342, Article 610-10. Add the following paragraph after the sixth paragraph of this article. Compaction rolling (including both breakdown and intermediate rolling) shall be completed prior to the mixture cooling below a temperature of 185°F. Finish rolling shall be performed to remove all roller marks resulting from the compaction rolling operations. Page 343, Subarticle 610-11(B). Delete the third paragraph of this subarticle and substitute the following: Where pavement samples have been taken, the inside surfaces of the sample hole shall be lightly coated with tack coat and new material shall be immediately placed and compacted to conform with the surrounding area. 41 I Page 360, Subarticle 630-3(B). Delete this subarticle in entirety and substitute the following: ,. (B) Job Mix Formula: A job mix formula will be established by the Engineer for the particular materials the Contractor proposes to use in accordance with Article 610-3 or Article 611-3. The job mix formula target values will be established such that when the tolerances (where applicable) are applied, the mixture values will be within the design criteria listed in TABLE 630. .13 TABLE 106-1 NUCLEAR DENSITY ACCEPTANCE REQUIREMENTS *CORED SAMPLE DENSITY I I REQUIRED DENSITY, r I BITUM:NCUS MIX ' TYPE I % OF NUCLEAR I r I HB, F-1 ( H, I-1, I-2 I TARGET DENSITY i J 92.0% I 95.0% I 100.0% J J 92.1 ( 95.1 i 99.9 J I 92.2 J 95.2 J 99.8 J 92.3 J 95.3 J 99.7 i 92.4 i 95.4 ( 99.6 J J 92.5 J 95.5 I 99.5 J J 92.6 I 95.6 ( 99.4 J i 92.7 I 95.7 J 99.3 J J 92.6 I 95.6 J 99.2 i I 92.9 J 95.9 I 99.1 J I 93.0 J 96.0 J 99.0 J I 93.1 I 96.1 I 98.9 I J 93.2 I 96.2 I 98.8 J I 93.3 ( 96.3 J 98.7 I 93.4 I 96.4 ( 98.6 J I 93.5 J 96.5 ( 98.5 J I 93.6 J 96.6 98.4 I 93.7 J 96.7 J 98.3 J 93.8 I 96.8 96.2 J 93.9 96.9 ( 98.1 I 94.0 97.0 98.0 J I Above 94.0 I Above 97.0 98.0 J r *Average of 3 cored sa,ples taken from control strip. Stated as a percentage of the laborato ry density or maximum theoretical density, as applicable to the type of mix. TABLE 630 BITUMINOUS CONCR:TE BASE COURSE DESIGN CRITERIA Gradation Limits (Percent Passing By Weight) Sieve Size Type HB JMF Tolerance 2@0 100 0 11-- 90 - 100 ! 5 3/491 60 - 85 ± 6 No. 4 25 - 50 _ 7 No. 8 21 - 44 ! 5 No. 16 15 - 34 s 5 No. 40 9 - 25 ! 5 No. 200 (Dust) 1.0 - 6.0 1 2.0 Asphalt Cement Content, : 3.0 - 6.0 2 0.5% Mix Temperature 250 - 325°F. ! 15°F. The completed plant mix shall conform to the job mix formula within the tolerances shown in TABLE 630. When a mix has been tested and has been found to be outside of the design criteria, the Engineer may require the removal from the road of any of this mix which has been placed and which is represented by the test results. All such mix which has been removed shall be replaced with plant mix which is within the job mix formula and allowable tolerances at no cost to the Department. Page 361, Article 630-4. Delete the second paragraph of this article and substitute the following: The bituminous plant mix shall be ccmpacted to a density equivalent to at least 92.0% of the maximum specific gravity determined using AASHTO T 209 as modified by the Department. Where the bitum4 nous plant mix is utilized to widen an existing pavement by less than 4.0 feet, the Engineer will waive the density requirements provided reasonable efforts are made to achieve density acceptable to the Engineer. Page 366, Subarticle 640-3(B). Delete this su5article in entirety and substitute the following: (B) Job Mix Formula: A job mix formula will be established by the Engineer for the particular materials the Contractor proposes to use in accordance with Article 6:3-3 or Article 611-3. The job mix formula target values will be established such that when the tolerances (where applicable) are applied, the mixture values will be within the design criteria listed in TABLE 640. t "i? TABLE 640 BITUMINOUS CONCRETE BINDER COURSE DESIGN CRI'T'ERIA Gradation Limits (Percent Passing By Weight) Sieve Size Type H JMF Tolerance 1., 100 0 3/411 90 - 100 '- 5 1/2" 67 - 88 = 6 No. 8 25 - 45 '- 5 No. 16 16 - 36 = 5 5 No. 40 No. 200 (Dust) 8 - 26 1.0 - 7.0 i 2.0 Asphalt Cement Content, % 3.5 - 6.5 ° ! ! 0.5% 15°F Mix Temperature F. 250 - 325 . Marshall Method Desian Requirements Requirement Number of Blows, each end Stability, Minimum (lbs.) Flow (0.01 in.) Voids in Total Mix, VTM, (_) Voids in-Mineral Aggregate, VMA, (% Minimum) **Retained Tensile Strength, TSR (% Minimum) Type H 50 1300 7 - 18 4 - 6 14 75 **ASTM D 4e67 "Effect of Moisture on Asphalt Concrete Paving mixtures" as modified by the Department. In addition to the requirements of TABLE 640, the amount of material between any adjacent sieves, except between the 1 inch and 3/4 inch sieves shall not be less than 4 percent. Additives may be utilized to achieve the required tensile strength ratio, subject to approval by the Engineer. Page 367, Subarticle 640-3(C). Delete this subarticle in entirety and substitute the following: (C) Requirements for Completed Plant Mix: The completed plant mix shall conform to the job mix formula within the tolerances shown in TABLE 640. When a mix has been tested and has been found to be outside of the design criteria, the Engineer may require the removal from the road of any of this mix which has been placed and which is represented by the test results. All such mix which has been removed shall be replaced with plant nix which is within the job mix formula and allowable tolerances at no cost to the Department. Page 367, Article 640-4. Delete the second paragraph of this article and substitute the following: The bituminous plant mix shall be compacted to a density of at least 95.0% of the laboratory density as determined by the Marshall method of test. Page 369, Subarticle 645-3(B). Delete this subarticle in entirety and substitute the following: (B) Job Mix Formula: A job mix formula will be established by the Engineer for the particular materials the Contractor proposes to use in accordance with Article 610-3 or Article 611-3. The job mix formula target values will.be established such that when the tolerances (where applicable) are applied, the mixture values will be within the design criteria listed in :ABLE 645. TABLE 645 BITUMINOUS CONCRETE SURFACE COURSE DESIGN CRITERIA Gradation Design Limits (Percent Passing by Wei ght) Sieve Size Type I-1 Type I-2 JMF Tolerance 3/4" 100 100 0 1/2" 96 - 100 96 - 100 2 2 3/8" 90 - 100 90 - 100 1 5 No. 4 55 - 80 67 - 92 i 7 No. 8 38 - 62 55 - 75 ! 5 No. 16 25 - 50 35 - 60 2 5 No. 40 11 - 38 15 - 45 ! 5 No. 80 4 - 20 7 - 22 ! 5 No. 200 (Dust) 2.0 - 8.0 3.0 - 9.0 2 2.0 AC Content 4.0 - 7.5% 4.5 - 6.5% ! 0.5% Mix Temperature 250 - 325°F. 250 - 325°F. ! 15°F. Marshall Method Desiqn Requirements Requirement Type I-1 Type I-2 Number of Blows, each end 50 50 Stability, Minimum (lbs.) 1300 750 Flow (0.01 in.) 7 - 18 7 - 18 Voids in Total Mix, VTM, ($) 4 - 6 4 - 7 Voids in Mineral Aggregate, VMA (i M-r.imum) 15 16 -Retained Tensile Strength, TSR (% Minimum) 75 75 ++ASTM D 4867 "Effect of Moisture on Asphalt Concrete Paving Mixtures" as modified by the Department. t 16 In addition to the requirements of TABLE 645, the amount of material between any adjacent sieves, except between the 1/2 inch and the 3/8 inch sieves shall not be less than 4 percent. Additives may be utilized to achieve the required tensile strength ratio, subject to approval of the Engineer. Page 370, Subarticle 645-3(C). Delete this subarticle in entirety and substitute the following: (C) Requirements for Completed Plant Mix: The completed plant mix shall conform to the job mix formula within the tolerances shown in TABLE 645. When a mix has been tested and has been found to be outside of the design criteria, the Engineer may require the removal from the road of any of this mix which has been placed and which is represented by the test results. All such mix which has been removed shall be replaced with plant mix which is within the job mix formula and allowable tolerances at no cost to the Department. 10 January 16, 1990 STANDARD SPECIAL PROVISIONS RESPONSIBILITY FOR DAMAGE CLAIMS The 1990 Standard Specifications shall be revised as follows: Page 65, Article 107-15. Delete the last 4 lines of the first paragraph of this Article and substitute the following: negligence; and (8) damages caused by the failure of the Contractor to control erosion in accordance with the plans and specifications. 0. I A January 10, 1990 w STANDARD SPECIAL PROVISIONS HAZARDOUS, CONTAMINATED AND/OR TOXIC MATERIAL The 1990 Standard Specifications shall be revised as follows: Pages 68 and 69, Article 107-26. Delete the third sentence of this article and substitute the following: The presence of barrels: old or abandoned. underground storage tanks; discolored earth, metal, wood, etc.; visible fumes; abnormal odors; excessively hot earth; smoke; or anything else which appears abnormal may be indicators of hazardous. contaminated, and/or toxic materials and shall be treated with extraordinary caution as they are evidence of abnormal conditions. fro December 19, 1989 STANDARD SPECIAL PROVISION AVAILABILITY OF FUNDS - TERMINATION OF CONTRACTS In accordance with G.S. 143.18.1(6), Subsection (5) of G.S. 143-28.1 is here- by incorporated verbatim in this contract. G.S. 143-28.1(5) is as follows: "(5). Amounts Obligated - Payments subject to the Availability of Funds - Termination of Contracts. Highway maintenance'and construction appropriations may be obligated in the amount of allotments made to the Department of Transportation by the Office of State Budget and Management for the estimated payments for maintenance and construction contract work to be performed in the appropriation fiscal year. The allotments shall be multi-year allotments and shall be based on estimated revenues and shall be subject to the maximum contract authority contained in subdivision (2) above. Payment for highway maintenance and construction work performed pursuant to contract in any fiscal year other than the current fiscal year will be subject to appropriations by the General Assembly. Highway maintenance and construction contracts shall contain a schedule of estimated completion progress and any acceleration of this progress shall be subject to the approval of the Department of Transportation provided funds are available. The State reserves the right to terminate or suspend any highway maintenance or construction contract and any highway maintenance or construction contract shall be so terminated or suspended if funds will not be available for payment of the work to be performed during that fiscal year pursuant to the contract. In the event of termination of any contract, the contractor shall be given a written notice of termination at least 60 days before completion of scheduled work For which funds are available. In the event of termination, the contractor shall be paid for the work already performed in accordance with the contract specifications". Payment will be made on any contract terminated pursuant to the special provision in accordance with Article 108-13, Item 5, of the North Carolina Department of Transportation Standard Specifications for Roads and Structures, dated January 1, 1990. June 16, 1992 STANDARD SPECIAL PROVISION BEDDING MATERIAL ? The 1990 Standard Specifications shall be revised as follows: Page 145, Article 300-2 Materials Delete the last sentence in this article and insert the following: Bedding material shall meet the requirements of Article 1016-3 for Class II, III, IV, V, or VI select material as shown in the plan and specifications or as approved by the Engineer. January 19, 1993 STANDARD SPECIAL PROVISION FOUNDATION EXCAVATION The 1990 Standard Specifications shall be revised as follows: Page 182, Article 410-12(B) Lump Sum Basis. This Article shall be revised as follows: In the second line of the second paragraph, after the word than, change the number 116" to the number 113". In the second line of the third paragraph, after the word than, change the number 116" to the number 113". R STANDARD SPECIAL PROVISIONS STRUCTURE STEEL January 19, 1993 The 1990 Standard Specifications shall be revised as follows: Page 229, Article 440-10(A). Add the following statement after the last paragraph of this article: Bolt, nut and washer (when required) combinations as installed shall be from the same rotational-capacity lot. The rotational capacity test described in Section 1072-7(D4) below shall be performed on each rotational-capacity lot prior to the start of bolt installation. Hardened steel washers are required as part of the test although they may not be required in the actual installation procedures. Pages 718, Article 1072-1. Delete this article in its entirety and substitute the following: 1072-1 GENERAL. All structural steel and related incidental materials including sign supports and high mount lighting standards shall be furnished and fabricated at the mill or the shop in accordance with this section. Materials used in the fabrication of these items shall meet the requirements of this section. (A) Fabricator Qualification: Steel fabricators will be required to establish proof of their competency and responsibility in accordance with the American Institute of Steel Construction's Quality Certification Program in order to perform work for the project. Registration and certification of the plant or shop under the AISC program and submission of a valid. certificate to the State Materials Engineer will be required prior to beginning fabrication. An annual endorsed copy will then be required for continued qualification. The same requirements will apply to fabricators subcontracting work from the fabricator directly employed by the Contractor. Fabricators of high mount lighting standards in excess of 80 feet in length, structural steel components of fender systems, sign supports, sign structures, pot bearings, simple span rolled beams, including those requiring cover plates, shall be AISC certified in Category I. Fabricators of heat curved rolled beams, rolled beams for continuous spans and plate girders shall be AISC certified in Category III. Pages 720 through 723, Article 1072-7(A)-(E). Delete this article except for Tables 1072-1 and 1072-2 and substitute the following: 1072-7 HIGH STRENGTH BOLTS, NUTS, AND WASHERS. (A) Scope All AASHTO M164 (ASTM A325) high-strength bolts, nuts and washers shall be furnished in accordance with the appropriate AASHTO Materials Specifications as amended and revised herein. The Contractor shall furnish the Engineer a copy of the manufacturer's test report for each component. The report shall indicate the city and state where the components were manufactured, the lot number of the material represented, the rotational capacity tests lot number and the source identification marking used by the manufacturer of each component. Each permanent fastener component installed in a structure shall be produced from domestically processed material, and shall contain the grade identification markings required by the applicable reference specification and the manufacturer's source identification marking. A copy of the source identification marking used by each manufacturer shall be on file with the Department's Materials and Tests Unit. The permanent bolts, nuts, and washers in any one structure may be furnished by different manufacturers provided all of the following conditions are met: 1. All bolts shall be produced by only one manufacturer. 2. All nuts shall be produced by only one manufacturer. 3. All washers shall be produced by only one manufacturer. All fasteners used in a structure shall be furnished by the fabricator of the steel. The fabricator shall submit the fasteners to the Engineer for sampling and testing a minimum of 3 weeks before delivery to the project site. Only fasteners that have been sampled, tested, and approved by the Engineer shall be shipped to the project. The material shall be protected from moisture during storage and shall not contain any indication of rust at the time of installation. Each component shall contain a thin coat of lubricant at the time of installation. When galvanized high strength bolts are required, the bolts, nuts, and washers shall also.meet the requirements of Subarticle 1072-7(F). When corrosion resistant structural steel is required by the plans, the fasteners shall have atmospheric corrosion resistance and weathering characteristics comparable to that of the structural steel. 2 - - • ' 24 (B) Specifications B1. All bolts shall meet the requirements of AASHTO M164 (ASTM A325) and these revisions. B2. All nuts shall meet the requirements of AASHTO M292 (ASTM A194) as applicable or AASHTO M291 (ASTM A563) and these revisions. B3. All washers shall meet the requirements of AASHTO M293 (ASTM F436) and these revisions. (C) Manufacturing C1. Bolts 1. Hardness for bolt diameters 1/2 inch to 1 inch inclusive shall be as noted below: Hardness Number Bolt Size, In. Brinell Rockwell C Min. Max. Min. Max. 1/2 to 1 inch 248 311 24 33 C2. Nuts 1. Nuts to be galvanized (hot dip or mechanically galvanized) shall be heat treated grade 2H. DH, or DH3. 2. Plain (ungalvanized) nuts shall be grades 2, C, D or C3 with a minimum Rockwell hardness of 89 HRB (or Brinell hardness 180 HB), or heat treated grades 2H, DH, or DH3. (The hardness requirements for grades 2, C, D and C3 exceed the current AASHTO/ASTM requirements). 3. Nuts that are to be galvanized shall be tapped oversize the minimum amount required for proper assembly. The amount of overtap in the nut shall be such that the nut will assemble freely on the bolt in the coated condition and shall meet the mechanical requirements of AASHTO M291 (ASTM A563) and the rotational-capacity test herein (the overtapping requirements of AASHTO M291 [ASTM A563] paragraph 7.4 shall be considered maximum values instead of minimum, as currently shown). C3. Marking - All bolts, nuts and washers shall be marked in accordance with the appropriate AASHTO/ASTM Specifications. 11, i F 3 rre? (D) Testing D1. Bolts 1. Proof load tests (ASTM F606 Method 1) are required. Minimum frequency of tests shall be as specified in AASHTO M164 (ASTM A325) paragraph 9.2.4. • 2. Wedge tests on full size bolts (ASTM F606 paragraph 3.5) are required. If bolts are to be galvanized, tests shall be performed after galvanizing. Minimum frequency of tests shall be as specified in AASHTO M164 (ASTM A325) paragraph 9.2.4. 3. If galvanized bolts are supplied, the thickness of the zinc coating shall be measured. Measurements shall be taken on the wrench flats or top of bolt head. D2. Nuts 1. Proof load tests (ASTM F606 paragraph 4.2) are required. Minimum frequency of tests shall be as specified in AASHTO M291 (ASTM A563) paragraph 9.3 or AASHTO M292 (ASTM A194) paragraph 7.1.2.1. If nuts are to be galvanized, tests shall be performed after galvanizing, overtapping and lubricating. 2. If galvanized nuts are supplied, the thickness of the zinc coating shall be measured. Measurements shall be taken on the wrench flats. D3. Washers 1. If galvanized washers are supplied, hardness testing shall be performed after galvanizing. (Coating shall be removed prior to taking hardness measurements). 2. If galvanized washers are supplied, the thickness of the zinc coating shall be measured. D4. Assemblies 1. Rotational-capacity tests are required and shall be performed on all black or galvanized (after galvanizing) bolt, nut and washer assemblies by the manufacturer or distributor prior.to shipping. Washers are required as part of the test even though they may not be required as part of the installation procedure. The following shall apply: a. Except as modified herein, the rotational-capacity test shall be performed in accordance with the requirements of AASHTO M164 (ASTM A325). 4 b. Each combination of bolt production lot, nut lot and washer lot shall be tested as an assembly. Where washers are not required by the installation procedures, they need not be included in the lot identification. C. A rotational-capacity lot number shall be assigned to each combination of lots tested. d. The minimum frequency of testing shall be two assemblies per rotational-capacity lot. e. The bolt, nut and washer assembly shall be assembled in a Skidmore-Wilhelm Calibrator or an acceptable equivalent device (note - this requirement supersedes the current AASHTO M164 (ASTM A325) requirement that the test be performed in a steel joint). For short bolts which are too short to be assembled in the Skidmore-Wilhelm Calibrator, See Section D4.1i. f. The minimum rotation, from a snug tight condition (10% of the specified proof load), shall be: 240° (2/3 turn) for bolt lengths less than 4 diameters 360° (1 turn) for bolt lengths greater than 4 diameters and less than 8 diameters 480° (1 1/3 turn) for bolt lengths greater than 8 diameters (Note: that these values differ from the AASHTO M164 Table 8/ASTM A325 Table 6 Specifications). g. The tension reached at the above rotation shall be equal to or greater than 1.15 times the required installation tension. The installation tension and the tension for the turn test are shown below: Diameter (In. 1/2 5/8 3/4 7/8 1 1 1/8 1 1/4 1 3/8 1 1/2 Req. Installation Tension (kips) 12 19 28 39 51 56 11 85 103 Turn Test Tension (kips) 14 22 32 45 59 64 82 98 118 h. After the required installation tension listed above has been exceeded, one reading of tension apd torque shall be 5 27 taken and recorded. The torque value shall conform to the following: Torque - less than or equal to 0.25 PD Where Torque = measured torque (foot-pounds) P = measured bolt tension (pounds) D = bolt diameter (feet). i. Bolts that are too short to test in a Skidmore-Wilhelm Calibrator may be tested in a steel joint. The tension requirement of Section D4.1g need not apply. The maximum torque requirement of Section D4.1h shall be computed using a value of P equal to the turn test tension shown in the table in Section D4.1g. D5. Reporting 1. The results of all tests (including zinc coating thickness) required herein and in the appropriate AASHTO specifications shall be recorded on the appropriate document. 2. Location where tests are performed and date of tests shall be reported on the appropriate document. D6. Witnessing 1. The tests need not be witnessed by an inspection agency; however, the manufacturer or distributor that performs the tests shall certify that the results recorded are accurate. D7. Documentation 1. Mill Test Report(s) (MTR) a. MTR shall be furnished for all mill steel used in the manufacturer of the bolts, nuts, or washers. b. MTR shall indicate the place where the material was melted and manufactured. 2. Manufacturer Certified Test Report(s) (MCTR) a. The manufacturer of the bolts, nuts and washers shall furnish test reports (MCTR) for the item furnished. b. Each MCTR shall show the relevant information required in accordance with Section D5. 6 ' /V8 C. The manufacturer performing the rotational-capacity test shall include on the MCTR: i. The lot number of each of the items tested. ii. The rotational-capacity lot number as required in Section D4.1.c. iii. The results of the tests required in Section D4. iv. The pertinent information required in Section D5.2. V. A statement that MCTR for the items are in conformance to this specification and the appropriate AASHTO specifications. vi. The location where the bolt assembly components were manufactured. 3. Distributor Certified Test Report(s) (DCTR) a. The DCTR shall include MCTR above for the various bolt assembly components. b. The rotational-capacity test may be performed by a distributor (in lieu of a manufacturer) and reported on the DCTR. C. The DCTR shall show the results of the tests required in Section D4. d. The DCTR shall also show the pertinent information required in Section D5.2. e. The DCTR shall show the rotational-capacity lot number as required in Section D4.1.c. f. The DCTR shall certify that the MCTR are in conformance to this specification and the appropriate AASHTO specifications. (E) Shipping E1. Bolts, nuts and washers (where required) from each rotational-capacity lot shall be shipped in the same container. If there is only one production lot number for each size of nut and washer, the nuts and washers may be shipped in separate containers. Each container shall be permanently marked with the rotational-capacity lot number such that identification will be possible at any stage prior to installation. E2. The appropriate MTR, MCTR or DCTR shall be supplied to the contractor or owner as required by the Contract Documents. 7 May 19, 1992 - - "... it STANDARD SPECIAL PROVISION WELDING REINFORCING STEEL The 1990 Standard Specifications shall be revised as follows: Page 221, Article 425.4 in the fifth paragraph at the end of the first sentence change "D12.1" to 11D1.411. The revised sentence should read: "Welding reinforcing steel shall be performed in accordance with the American Welding Society's 'Reinforcing Steel Welding Code AWS D1.4'." June 16, 1992 STANDARD SPECIAL PROVISION QUALIFICATION OF WELDING PERSONNEL The 1990 Standard Specifications shall be revised as follows: Page 738, Sub-Article 1072-20(C). In the third line of the first paragraph replace "each year" with "every three years". The revised sentence should read: "Welders employed by the contractor at the project site shall be requalified every three years at no cost to the Department by a commercial testing agency which has been approved by the Engineer." June 16, 1992 STANDARD SPECIAL PROVISION SELECT MATERIAL The 1990 Standard Specifications Shall Be Revised As Follows: Page 669 Section 1016 - Select Backfill Material. Delete The Entire Section And Replace With The Following: SECTION 1016 SELECT MATERIAL 1016-1 DESCRIPTION Select material shall be any suitable material which is classified by gradation and performance characteristics as shown in this section. Select material shall be used when called for on the plans or as stated in the specifications. 1016-2 USES, 'Select material may be specified for use in: Sub-grade Slope and shoulder embankment Backfill in undercut Rock embankment in open water Core material Material placement over fabric Foundation conditioning Bedding material Pipe backfill The contractor may, with written approval of the Engineer, substitute a higher class of material than stated in the plans or specifications. No additional compensation will be made to the contractor as a result of such substitution. 1016-3 CLASSIFICATIONS CLASS I Select Material shall be a silty or clayey soil material which meets the requirements of AASHTO M145 for soil classification A-4. Soil materials which meet the requirements of AASHTO M145 for soil classification A-2, A-5, A-6 and A-7 will also be acceptable provided such materials do not have a liquid limit (LL) greater than 50, nor a plasticity index (PI) of less than 7 or greater than 20. R -1- CLASS II Type 1 - Select Material shall be a fine aggregate material consisting of crushed stone screenings (washed or unwashed) meeting the following gradation: Sieve X Passing 3/8 in. 100 #4 85 - 100 #10 70 - 95 #40 35 - 55 #200 0 - 20 Type 2 - Select Material shall be a granular soil material meeting the requirements of AASHTO M145 for soil classifications A-2-4 with a maximum PI of 6 and A-4 soil containing 45% maximum passing a No. 200 sieve and a maximum PI of 6. When a type is not specified, either type may be used, but no additional compensation will be made. CLASS III Type 1 - Select Material shall be a natural or manufactured fine aggregate material meeting the gradation requirements of standard size No. 2S or 2MS in Table 1005-2. Type 2 - Select Material shall be a granular soil material meeting the requirements of AASHTO M145 for soil classification A-1 or A-3. When a type is not specified, either type may be used, but no additional compensation will be made. CLASS IV Select Material. shall be a coarse aggregate material meeting the gradation requirements of standard size No. ABC in Table 1005-1. CLASS V Select Material shall be a coarse aggregate material meeting the gradation requirements of standard size No. 78M in Table 1005-1. CLASS VI Select Material shall be a coarse aggregate material meeting the gradation requirements of standard size No. 57 in Table 1005-1. -2- CLASS VII Select Material shall be a clean, unweathering, durable, blasted rock material. (No rippable rock will be permitted). The rock material shall have the following gradation: A. At least 50% of the rock shall have a diameter of from 1 112 feet.to 3 feet. B. 40% of the rock shall range in size from 2 inches to 1 112 feet in r diameter. C. Not more than 10% of the rock shall be less than 2 inches in diameter. s -3- -- "`3 December 15, 1989 STANDARD SPECIAL PROVISIONS SHOP DRAWINGS The 1990 Standard Specifications shall be revised as follows: Page 226, Article 440-3. Delete the last sentence of the next to the last paragraph of this article and substitute the following: Upon completion of the project, the Contractor shall furnish to the Engineer one complete set of reproducible shop drawings that represent the as built condition of the structural steel including all approved changes if any. The size of these drawings shall be 22" X 36" and they shall become property of the Department. Page 726, Article 1072-10. Delete the last sentence of this page and substitute the following: Upon completion of the project, the Contractor shall furnish to the Engineer one complete set of reproducible shop drawings that represent the as built condition of the structural steel including all approved changes if any. The size of these drawings shall be 22" x 36" and they shall become property of the Department. January 19, 1993 STANDARD SPECIAL PROVISION SURFACE PREPARATION AND PROTECTION OF UNPAINTED STRUCTURAL STEEL The 1990 Standard Specifications shall be revised as follows: Page 233 Article 440-12. Delete the substitute the following: In addition to the above cleaning rep bridges except stream crossings, the exterior girders (web, bottom of top .of bottom flange and outside edge of be given a near white blast cleaning fabrication shop. second paragraph and 3uirements, on all outside surfaces of flange, top and bottom bottom flange) shall (SSPC-SP10) in the Y 34 December 1, 1990 STANDARD SPECIAL PROVISIONS BLOTTING SAND The 1990 Standard Specifications shall be revised as follows: Page 662, Article 1012-3. Delete this article in its entirety and substitute the following: Blotting sand shall consist of natural sand, commercial sand, manufactured sand or coarse screenings graded so that 100% passes a 3/8 in. sieve and a maximum of 10% passes a No. 200 sieve. The aggregate shall be free from sticks, roots, clay lumps or other unsatisfactory material. June 16, 1992 STANDARD SPECIAL PROVISION SUBSURFACE DRAINAGE CORRUGATED STEEL PIPE The 1990 Standard Specifications shall be revised as follows: Page 693, Article 1044-4. In the first line of the third paragraph, of this Article, after "a" add the word "minimum". The revised sentence should read: "The corrugated steel pipe shall be fabricated from steel sheets having a minimum thickness of 0.052 inch." October 10, 1990 STANDARD SPECIAL PROVISIONS MATERIAL CERTIFICATION The 1990 Standard Specifications shall be revised as follows: Page 789, Subarticle 1087-2(C). of the sentence: M, Add the following clause to the end 1e and epoxy adhesives. Page 792, Subarticle 1087-3(F). of the sentence: Add the following clause to the end and epoxy adhesives. ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 3 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. NO. DOLLARS CENTS DOLLARS CEN 34 242 320 24" CS PIPE CULVERTS, 84 20. 50 1,722 0.064" THICK -- LF --------- -------- --- ---------- -- --- ---- --- ----------------------- *** END SCHEDULE 1 *** --- ---------- -- --- 35 ---- 88 --- 310 ------------------------- 12" RC PIPE CULVERTS, --------- 448 -------- 13. 00 5,824 00 CLASS III LF --- 36 ---- 89 --- 310 ------------------------ 15" RC PIPE CULVERTS, -------- 3,188 16 .50 52,602 00 CLASS III LF --- --- ---------- -- --- 37 ---- 90 --- 310 ------------------------- 18" RC PIPE CULVERTS, --------- 2,352 ----- 18 .50 43,512 .00 CLASS III LF --- ---------- -- --- 38 ---- 91 --- 310 ------------------------- 24" RC PIPE CULVERTS, --------- 832 -------- 22 .00 18,304 .00 CLASS III LF ---------- -- --- 39 ---- 92 --- 310 ------------------------- 30" RC PIPE CULVERTS, --------- 1,500 -------- 31 --- .50 47,250 .00 CLASS III LF --- ---------- -- --- 40 ---- 93 --- 310 ------------------------- 36" RC PIPE CULVERTS, --------- 1,792 -------- 39 .00 69,888 .00 CLASS III LF ------- -- --- 41 ---- 94 --- 310 ------------------------- 42" RC PIPE CULVERTS, --------- 1,060 -------- 45 --- .00 --- 47,700 .00 CLASS III LF - ---------- -- --- 42 ---- 95 --- 310 ------------------------- 48" RC PIPE CULVERTS, --------- 400 -------- 59 -- .50 23,800 .00 CLASS III LF ---------- -- --- 43 ---- 96 --- 310 ------------------------- 54" RC PIPE CULVERTS, --------- 768 -------- 75 --- .00 57,600 .00 CLASS III LF ---------- -- --- 44 ----- 98 ----- 310 ------------------------- 66" RC PIPE CULVERTS' --------- 40 105 .00 4,200 .00 CLASS III LF --- 45 ---- 116 --- 310 ----------------------- 30" RC PIPE CULVERTS, 752 34 .00 25,568 00 CLASS IV LF --- 46 ---- 118 --- 310 ------------------------ 42" RC PIPE CULVERTS, 336 55 .50 18,648 00 CLASS IV ----------- --------- -------- --- ---------- ?-- -- 47 --- 122 --- 310 ------------- 66" RC PIPE CULVERTS, 316 118 00 37,288 .00 CLASS IV LE --- 48 ----- 196 ---- -- 310 ------------------------- ------------------------- 15"X15"X12" RC PIPE ----------- ------- 1 -------- -------- 660 ---- 00 ---------- 660 00 TEES, CLASS III --- --- ----------- --------A -------- -------- ---- ---------- --- -- 49 ----- ---- 198 ----- --- 310 ---------------------- ---------------------- 18"X18"X12" RC PIPE 1 700 00 700 1100 ----- ---- TEES, CLASS III ------------------------- -------EA -------- --- j---------- -- --- 50 202 310 30"X30"X15" RC PIPE 1 800 00 800 1100 TEES, CLASS III EA --- ---- --- ------------------------- --------- -------- - 1--- ---------- --- NOTE - BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 4 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. No. DOLLARS CENTS DOLLARS l CEN 51 204 310 36"X36"X.15" RC PIPE 1 950 .00 950 00 TEES, CLASS III EA --- 52 ---- 297 --- 324 - ----- ------------- 12" BIT COAT CS PIPE ------ - 68 - ------- 13 --- .50 ----------} 918 -- 00 CULVERTS, TYPE B 0.064" LF THICK --- 53 ----- 303 ----- 324 ------------------------- 15" BIT COAT CS PIPE ----------- 1,064 -------- 16 ----- .00 ---------- 17,024 -- 00 CULVERTS, TYPE B 0.064" LF THICK --- 54 ---- 307 --- 324 ------------------------- 18" BIT COAT CS PIPE --------- 416 -------- 18 --- 00 ---------- 7;488 -- 00 CULVERTS, TYPE B 0.064" LF THICK --- 55 ---- 311 --- 324 ------------------------- 24" BIT COAT CS PIPE --------- 88 -------- 22 --- .50 ---------- 1,980 -- 00 CULVERTS, TYPE B 0.064" LF THICK --- 56 ----- 334 ----- 324 ------------------------- 42" BIT COAT CS PIPE ----------- 36 -------- 40 ----- .00 ---------- 1,440 --- 00 CULVERTS, TYPE B 0.109" LF THICK --- 57 ----- 347 ----- 324 ------------------------- 48" BIT COAT CS PIPE ----------- 40 -------- 42 ----- .50 ---------- 1,700 --- 00 CULVERTS, TYPE B 0.109" LF THICK --- 58 ----- 358 ----- 324 ------------------------- 54" BIT COAT CS PIPE ----------- 48 -------- 44 ---- .50 ---------- 2,136 --- 00 CULVERTS, TYPE B 0.109" LF THICK --- 59 ---- 440 --- 324 ------------------------- 12" BIT COAT CS PIPE --------- 1 -------- 400 --- 00 ---------- 400 -- .00 ELBOWS, TYPE B 0.064" EA THICK --- 60 ---- 441 --- 324 ------------------------- 15" BIT COAT CS PIPE --------- 16 -------- 400 --- .00 ---------- 6,400 -- 00 ELBOWS, TYPE B 0.064" EA THICK - - --- 61 ---- 442 --- 324 ------------------------- 18" BIT COAT CS PIPE --------- 3 -------- 400 --- .00 ----- -- - 1,200 -- 00 ELBOWS, TYPE B 0.064" EA THICK ' -- 62 --- 443 --- 324 ------------------------ 24" BIT COAT CS PIPE --------- 1 -------- 450 --- 00 --------- 450 -- 00 ELBOWS, TYPE B 0.064" EA THICK --- ----- ----- ------------------------- ----------- --------- ---- ---------- --- 7 63 552 500 FINE GRADING LUMP SUM L S 10,000 00 --- - - - - -- ------------------------ --------- -------- ---- I 1---------- -- 664 546 501 LIME TREATED SOIL 5,000 3 .00 I 15,000 ;00 -- --- -- (QUICKLIME) ------------------------- SY ----------- -------- I i ----------- Y-- NnTF - RInDFRS Mt)ST C ARRY (lUT THE FXTGNSInNS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 5 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. No. DOLLARS CENTS DOLLARS CEN- 65 548 501 LIME FOR LIME TREATED 40 110 .00 4,400 00 SOIL TON --- --- ---------- -- --- 66 ---- 554 --- 510 ------------------------- STABILIZER AGGREGATE --------- 595 ----- 12 .00 7,140 00 1? N ?% - --- ----- ----- ------------------------- - -- - ---------- - 67 556 520 AGGREGATE BASE COURSE 3,945 11 .50 45,367 .50 --- ----- ----- ------------------------- r u / TON 1!`=-- -1?L? - a --- .......... ... 68 580 545 INCIDENTAL STONE BASE 100 0 12 .0 / 1,200 .00 --- ----- ----- ------------------------- -- ?- _ -/ -- r ------ =-- ------- -- 69 592 615 FIELD LABORATORY RENTAL, LUMP SUM L.S- ? 525 .00 BITUMINOUS PLANT MIX ---------- --- --- 70 ----- 593 ----- 620 ------------------------- ASPHALT CEMENT FOR PLANT ----------- 1,420 -------- 160 ---- .00 227,200 00 MIX TON -------- --- --- 71 ---- 597 --- 630 ---------------------- BITUMINOUS CONCRETE BASE ----------- 11,625 -------- 21 ----- .50 -- 249,937 50 COURSE, TYPE HB TON --------- --- --- 72 ----- 602 ----- 640 ------------------------- BITUMINOUS CONCRETE ----------- 8,350 -------- 22 ---- .50 - 187,875 00 BINDER COURSE, TYPE H TON -- ----- ---------- --- --- 73 ----- 604 ----- 645 ------------------------- BITUMINOUS CONCRETE ----------- 8,650 ------ 23 .75 205,437 50 SURFACE COURSE, TYPE I-1 - TON --------- -------- --- ---------- -- --- 74 ---- 611 --- 654 ------------------------ BITUMINOUS PLANT MIX 50 30 .00 1,500 00 PAVEMENT REPAIR TON -------- - --- 75 ---- 687 --- 810 ------------------------- PIPE REMOVAL --------- 3,185 -------- 7 --- .00 -- 22,295 - 00 LF --- 76 ---- 690 --- 815 ------------------------- SUBDRAIN EXCAVATION --------- 340 -------- 3 --- .50 ---------- 1,190 -- 00 CY ------ - --- 77 ---- 691 --- 815 ------------------------- SUBDRAIN FINE AGGREGATE --------- 170 -------- 20 --- .00 ---- 3,400 - 00 CY --- 78 ----- 694 ----- 815 ------------------------- 6" PERFORATED SUBDRAIN ----------- 1,000 -------- 3 ----- .00 ---------- 3,000 --- ,.00 PIPE LF -- 79 --- 695 --- 815 - ------------------- 6" SUBDRAIN PIPE WYES, ------- 30 -------- 10 --- .00 ---------- 300 -- 00 TEES, & ELBOWS EA 80 698 815 ----- - ------ CONCRETE PAD FOR SUB- 2 125 00 250 :00 DRAIN PIPE OUTLET EA - -- -- --- ---------- ?-- --- 81 ----- 708 ----- 820 ------------------------- METAL FUNNELS ----------- 7 - - - 425 00 2,975 :00 -- - --- ----------------------- EA --------- -------- --- ---------- ?-- 82 . 710 820 12" FUNNEL DRAIN PIPE 376 11 ~00 j 4,136 00 LF --- ---- ---------- --- NOTE - BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 6 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UN IT NO. NO. NO. DOLLARS CENTS DOLLARS TCEN 83 713 820 12" FUNNEL DRAIN PIPE 11 95. 00 1,045 00 ELBOWS EA - - ------ --- ---------- -- --- ---- --- ------------------------- *** BEGIN SCHEDULE 2 *** ------- - - *** ( 2 ALTERNATES ) *** --- 84 ----- 716 ----- 838 ------------------------- CONCRETE ENDWALLS, CLASS ----------- 13 -------- 525 ----- .00 ---- 6,825 00 --- ---- --- A CONIC ------------------------- 7 CY ---/------ -------- --- ---------- -- 85 722 838 REINFORCING STEEL, 920 0 .85 782 .00 ENDWALLS Gj LB / -- -- --- ---- --- ------------------------- *** OR *** ------ --- -------- --- - -------- ---------- -- --- 86 ---- 721 --- 838 ------------------------- REINFORCED BRICK MASONRY --------- 13 -------- -- ENDWALLS CY ---- - - --- ---------- -- --- 87 ---- 722 --- 838 ------------------------- REINFORCING STEEL, --------- 875 - - ENDWALLS LB ---------- -- --- ---- --- ------------------------- *** END SCHEDULE 2 *** --------- -------- - --- --- ---------- -- --- ---- --- ------------------------- *** BEGIN SCHEDULE 3 *** --------- ------- *** ( 2 ALTERNATES ) *** --- 88 ---- 717 --- 838 ------------------------- CONCRETE ENDWALLS, CLASS --------- 22 -------- 475 --- .00 ---------- 10,450 -- 00 B CONIC - CY --- -------- --- ---------- -- --- ---- --- - ----------------------- *** OR *** ------ - --- ----------- --- --- 89 ----- 719 ----- 838 ------------------------- BRICK MASONRY ENDWALLS ---------- 19 -------- -- CY - --- ---------- -- --- ---- --- ------------------------- *** END SCHEDULE 3 *** --------- ------- --- 90 ---- 724 --- 840 ------------------------- PIPE COLLARS --------- 1 -------- 370 --- .00 ---------- 370 -- .00 c? CY --- 91 ---- 726 --- 840 ------------------------- PIPE PLUGS --------- 2 -------- 370 --- .00 ---------- 740 -- .00 CY --- 92 ----- 732 ----- 840 ------------------------- MASONRY DRAINAGE STRJC- ------- 107 A --------- 900 ----- .00 ---------- 96,300 00 TURES E - - - - - - - - - - - - - - - - - - - - - - - - 93 - - - - 734 - - - 840 - - - - - - - - - - - - - - - - - - - - - T - - - MASONRY DRAINAGE STRJC- - - - ; - - - - - C 9 160 .00 1,440 .00 TURES / LF --- 94 ---- 748 --- 840 ------------------------? FRAME WITH GRATE & HOOD, --------- 2 -------- 340 --- .00 ---------- 680 -- 100 03C, TYPE E 840 STD --- 95 ---- 748 --- 840 - _ - -------------- FRAME WITH GRATE & HOOD, --------- 7 l -------- 340 --- 00 --------- 2,380 -- 00 STD 840.03C, TYPE F EA i --- ---- --- ------------------------- ---- ------ -------- T--- ---------- r-- NOTF - RInDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 7 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. NO. DOLLARS CENTS DOLLARS CEN' 96 748 840 FRAME WITH GRATE & HOOD, 16 340 .00 5,440 00 STD 840.03C, TYPE G EA - --- ---------- -- --- 97 ---- 756 --- 840 ------------------------- FRAME WITH GRATE, STD --------- 1 ------- 265 .00 265 .00 840.21 61 EA ---------- -- --- 98 ---- 754 --- 840 ------------------------- FRAME WITH TWO GRATES, --------- 21 -------- 315 --- .00 6,615 00 STD 840.16 4 EA -- --- ---------- -- --- 99 ---- 758 --- 840 ------------------------- FRAME WITH TWO GRATES, --------- 62 ------ 315 .00 19,530 00 STD 840.22 ?? EA --- ---------- -- --- 100 ---- 789 --- 846 ------------------------- 2'-6" CONCRETE CURB & --------- Cp 6,650 -------- 7 .40 49,210 00 GUTTER LF --- ---------- --- --- 101 ----- 795 ----- SP ---------------------- 7 -- CONCRETE FLUME --------- 6; 6 -------- 1,700 - 00 10,200 00 EA --- 102 ---- 800 --- 848 ------------------------- 4" CONCRETE SIDEWALK --------- < 870 / -------- 14 --- .75 ---------- 12,832 -- .50 SY --- 103 ---- 802 --- 848 ------------------------- CONCRETE WHEELCHAIR --------- 230 -------- 19 --- .00 ---------- 4,370 -- .00 RAMPS Cj SY -- --- 104 ---- 804 --- 848 ------------------------- 6" CONCRETE DRIVEWAY --------- 625 -------- 21 --- .00 ---------- 13,125 .00 C SY --- 105 ---- 863 --- SP ------------------------- CONVERT EXISTING JUNCT- --------- C' 1 -------- 425 --- 00 ---------- 425 -- 00 ION BOX TO DROP INLET EA - -- --- 106 ---- 890 --- 862 ------------------------- STEEL BM GUARDRAIL TERM- --------- 2 -------- 37 --- .00 -------- - 74 .00 INAL SECTIONS EA ---- ---------- --- --- 107 ----- 820 ----- 852 ------------------------- 6" MONOLITHIC CONCRETE ----------- 1,350 -------- 21 .00 28,350 00 ISLANDS SY --- 108 ----- 899 ----- 862 ---------------------- --- STEEL BM GUARDRAIL ------ 4,400 --------- 10 ----- 50 ---------- 46,200 --- 00 LF --- 109 ----- 902 ----- 862 ------------------------- STEEL BM GUARDRAIL, SHOP ----------- 225 -------- 12 ----- .75 ---------- 2,868 --- 75 CURVED LF --- 110 --- - 933 --- 862 ---------------------- - GUARDRAIL - ANCHOR - UNITS --------- A 4 ----- --- 900 -- .00 -- -0-0 ------ 3?6- 00 -- --- --- TYPE X ---------------------- --------- -------- --- ---------- 1 ?--- 111 934 862 GUARDRAIL ANCHOR UNITS, 4 850 .00 3,400 '00 TYPE XI EA 112 935 862 GUARDRAIL ANCHOR UNITS, 1 342 .00 , 342 00 TYPE AT-1 EA --- ----- ------ ---------------- - - ---- ----- -------- ---- r ---------- --- 113 938 862 UNITS_ GUARDRAIL ANCHOR 16 630 F00 10,080 ,00 TYPE BCT-1 EA ---------- -------- ---- ---------- --- NOTE -BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 8 ITEM NO. QUANTITY UNIT BID ITEM DESCRIPTION AND PRICE AMOUNT BID LINE NO DESC. NO SECTION NO UNIT . . . DOLLARS CENTS DOLLARS CEN'i 114 947 862 GUARDRAIL ANCHOR UNITS, 1 580 .00 580 .00 TYPE CAT-1 EA --- 115 ---- 959 --- 862 ------------------------- ADDITIONAL GUARDRAIL --------- 10 -------- 31 ---- 50 ---------- 315 -- .00 --- POSTS - EA 116 ---- 1002 --- 866 ------- ----------------- CHAIN LINK FENCE, 48" --------- 29,750 -------- 3 --- .00 ---------- 89,250 -- 00 FABRIC (WITH TOP TENSION LF --- - WIRE) 117 ---- 1008 ----- 866 ------------------------- METAL LINE POSTS FOR 48" ----------- 2,500 -------- 23 ---- .00 ---------- 57,500 --- 00 - CHAIN LINK FENCE EA --- 118 - -- 1014 --- 866 ------------------------- METAL TERMINAL POSTS FOR --------- 105 -------- 95 --- .00 ---------- 9,975 -- 00 48" CHAIN LINK FENCE EA --- 119 ----- 1021 ----- 866 ------------------------- ADDITIONAL BARBED WIRE ---------- 1,000 -------- 0 ----- .53 ---------- 530 --- .00 LF - --- 120 ---- R --- SP ------------------------- SPLIT RAIL FENCE -------- 225 -------- 10 --- .50 ---------- -2,362 -- 50 LF --- 121 ----- 1045 ----- 868 ------------------------- PLAIN RIP RAP, CLASS I --------- 1,420 -------- 17 --- .25 ---------- 24,495 -- 00 --- ----- ----- -------------------------- / N -- .1.?_ - - -- -?-? ---------- -- 122 1046 868 PLAIN RIP RAP, CLASS II 200 F23 .00 4,600 00 --- ----- ----- ------------------------- N - c =? ---------- -- 123 1060 851 STONE LINER FOR DRAINAGE 80 20 .25 1,620 00 --- ----- ----- DITCH., CLASS A ------------------------- T N - ------ ---- ® , --- ---- ?![ =°-`-' 1061 851 STONE LINER FOR DRAINAGE v 2,050 20 00 41,000 .00 --- ----- ----- DITCH,CLASSB -------------------------- 9 - T-N -- ---- -- /? - ---------- 125 1059 851 FIBERGLASS ROVING LINER 8,000 0 95 7,600 00 FOR DRAINAGE DITCH SY --- 126 ---- 1064 --- 880 ------------------------- SEEDING & MULCHING --------- 136 -------- 885 --- .00 ---------- 120,360 -- 00 ACR --- 127 ---- 1067 --- 880 ------ MOWING ---- 72.5 26 50 1,921 .25 ACR --- 128 ----- 1068 ----- 381 ------------------------- SEED FOR TEMPORARY ----------- 3,400 ------ 3- .15 -- ---- ----- 10,710 -- 00 SEEDING LB --- 129 ---- 1069 --- 881 ------------------------- FERTILIZER FOR TEMPORARY --------- 13.5 -------- 525 --- .00 ---------- 7,087 -- 50 SEEDING TON ! --- ----- ----- ------------------------- --------- -------- ---? --------- - 130 1070 882 SEED FOR REPAIR SEEDING 900 6 10 I 5,4901 -- ,00 LB --- ------ ----- ------------------------- r--------- -------- --- ---------- -- NnTF - RInnFRS MI IST rARRV ni IT TNF FXTFNStnNS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE 9 4 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. NO. DOLLARS CENTS DOLLARS ICEN 131 1071 882 FERTILIZER FOR REPAIR 1.5 815 .00 1,222 .50 SEEDING TON ---------- -- --- 132 ---- 1072 --- 883 ------------------------- SEED FOR SUPPLEMENTAL --------- 3,350 -------- 1 --- .05 3,517 50 SEEDING LB ------ -- --- 133 ----- 1076 ----- 885 ------------------------- MATTING FOR EROSION ----------- 5,000 -------- 1 ----- .35 ---- 6,750 00 CONTROL SY ---------- --- --- 134 ----- 1077 ----- 886 ------------------------- FERTILIZER TOPDRESSING ----------- 101.25 -------- 255 ---- .00 25,818 75 TON - --- 135 ---- 1084 --- 889 ------------------------- TEMPORARY MULCHING --------- 7 -------- 630 --- .00 ---------- 4,410 - .00 ACR --- 136 ----- 1085 ---- 890 ------------------------- TEMPORARY SLOPE DRAINS ----------- 3,390 -------- 5 ---- .50 ---------- 18,645 --- .00 LF --- 137 ---- 1090 --- 893 ------------------------- TEMPORARY SILT FENCE --------- 7,650 -------- 2 --- .50 ---------- 19,125 -- .00 LF -- --- 138 ----- 1096 ---- SP ------------------------- STILLING BASINS ----------- .575 -------- 12 ---- .00 ---------- 6,900 - .00 --- ---- --- ------------------------- ------- ----- ---------- --- 139 1097 890 PAVED BERM AT TEMPORARY 49 120 .00 5,880 .00 SLOPE DRAIN EA --- 140 ----- 1099 ---- SP ------------------------- SEDIMENT CONTROL STONE ----------- 1,175 -------- 15 ----- .75 ----------- 18,506 --- .25 _ TON /-: 0- _ , .:T-7. spa z? 141 1101 895 STONE FOR EROSION CON- 2,965 15 .75 46,698 .75 --- ---- --- -TROL,-CLASS-B----------- -'G TON . ,--=- l? - - p:j-? a=?? -- 142 1102 SP 1/4" HARDWARE CLOTH 620 3 .25 2,015 .00 LF --- 143 ----- 1103 ----- SP ------------------------- IMPERVIOUS DIKE ----------- 500 --------- 15 ---- .00 ---------- 7,500 --- .00 --- ---- --- ------------------------- L -'--?V -------- ---- ----------- 144 1104 SP SPECIALIZED HAND MOWING 32 32 .50 1,040 .00 HR = --- 145 ----- L ----- SP ------------------------- WILDFLOWER SEEDING & ----------- 2 --------- 1,735 ---- 00 ---------- 3,470 -- i MULCHING ACR --- 146 ---- 1106 --- 210 ------------------------ DEMOLITION OF BLDG'S & --------- LUMP SUM -------? L.S --- --------- 2 500 -- 00 APPURTENANCES (ITEM 1) - --- 147 ----- 1106 ----- 210 ------------------------- DEMOLITION OF BLDG'S & --------- - LUMP SUM -------- L S --- ---------- 2,500 -- :!00 APPURTENANCES (ITEM 2) --- ---- --- ------------------------ ------- - - --- -- - L--- ---------- =-- 148 1106 210 DEMOLITION OF BLDG'S & LUMP SUM L=S. I 2,500 ,00 APPURTENANCES (ITEM 3) -- ------ -------- ---- ---------- --- NOTE - BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE10 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. NO. DOLLARS CENTS T DOLLARS i CEN 149 1106 210 DEMOLITION OF BLDG'S & LUMP SUM L.S. 2,500. 00 APPURTENANCES (ITEM 4) -- --- ---------- -- --- 150 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & --------- LUMP SUM ------ L.S. 2,500 00 APPURTENANCES (ITEM 5) -- -- --- 151 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & --------- LUMP SUM -------- L.S. --- -------- 2,500 00 APPURTENANCES (ITEM 6) --- 152 ----- 1106 ----- 210 ------------------------- DEMOLITION OF BLDG'S & ----------- LUMP SUM -------- L.S. ---- ---------- 2,500 --- 00 APPURTENANCES (ITEM 7) --- 153 ----- 1106 ----- 210 ------------------------- DEMOLITION OF BLDG'S & ----------- LUMP SUM -------- L.S. --- 2,500 00 APPURTENANCES (ITEM 8) ------ --- --- 154 ----- 1106 ----- 210 ------------------------- DEMOLITION OF BLDG'S & ----------- LUMP SUM -------- L.S. ---- ---- 2,500 00 APPURTENANCES (ITEM 9) --- 155 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & --------- LUMP SUM -------- L.S. --- ---------- 2,500 -- 00 APPURTENANCES (ITEM 10) ------ -- --- 156 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & --------- LUMP SUM -------- L.S. --- ---- 2,500 00 APPURTENANCES (ITEM 11) - --- 157 ----- 1106 ----- 210 ------------------------- DEMOLITION OF BLDG'S & ----------- LUMP SUM -------- L.S. ----- ---------- 2,500 - 00 APPURTENANCES (ITEM 12) -- --- ---------- -- --- 158 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & --------- LUMP SUM ------ L.S. 2,500 00 APPURTENANCES (ITEM 13) - --- --- --------- - -- --- 159 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & ------- - LUMP SUM ----- L.S. • 2,500 00 APPURTENANCES (ITEM 14) ---------- --- --- 160 ----- 1106 ----- 210 ------------------------- DEMOLITION OF BLDG'S & ----------- LUMP SUM -------- L.S. ---- 2,500 00 APPURTENANCES (ITEM 15) ----- - --- ---------- -- --- 161 ---- 1106 --- 210 ------------------------- DEMOLITION OF BLDG'S & --------- LUMP SUM - - L.S. 2,500 00 APPURTENANCES (ITEM 16) - ----- ---------- --- --- 162 ----- 1484 ----- SP ---------------- -------- FOUNDATION CONDITIONING ----------- 10 ------- - 13 .00 130 .00 MATERIAL TON --- - - -- -- - -- ---- --- 163 ----- 1536 ----- SP ------------------------- 8" DI SEWER PIPE, CLASS ----------- 1,219 -- - - 27 .00 32,913 00 50 LF 164 1537 SP 10" DI. SEWER PIPE, CLASS 829 26 ,50 21,968 150 --- ---- --- -50---------------------- --------- -------- --- ---------- -- 165 1538 SP 12" DI SEWER PIPE, CLASS 340 31 ,50 10,710 00 50 --- ----- ------ ------------------------- ----------- -------- ---- ---------- - 166 U SP 20" DI SEWER PIPE, CLASS 550 53 }25 29,287 7!50 52 LF NnTF . RinnFRS MI1ST f`ARRY 01 IT THE EXTFNSInNS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE11 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. NO. DOLLARS CENTS DOLLARS EN 167 1574 SP DUCTILE IRON SEWER PIPE 560 1 .60 896 .00 FITTINGS, 250# MIN WP LB - ---------- -- --- 168 ---- U --- SP ------------------------- 4' DIA PRECAST CONC --------- 5 -------- 1,055 - - 00 5,275 .00 SEWER MANHOLE 0-6' EA MANHOLE - -- --- 169 ---- U --- SP ------------------------- 6' DIA PRECAST CONC --------- 2 -------- 1,580 --- .00 -------- - 3,160 00 SEWER MANHOLE 0-6' DEPTH EA - --- 170 ----- U --- SP ------------------------- PRECAST CONIC MANHOLE --------- 30 -------- 105 --- .00 ---------- 3,150 - .00 WALL, 4' DIA, OVER 6' HT LF -- -------- --- ---------- -- --- 171 ---- U --- SP ------------------------- PRECAST CONC MANHOLE ------- 11 245 .00 2,695 .00 WALL, 6' DIA, OVER 6' HT LF -- --- 172 ----- 1604 --- SP ------------------------- BREAK DOWN, PLUG, & FILL --------- 5 -------- 475 --- .00 ---------- 2,375 00 ABANDONED SANITARY SEWER EA MANHOLE --- 173 ---- 1607 --- SP ------------------------- WATERTIGHT MANHOLE RING --------- 7 -------- 290 --- .00 ---------- 2,030 -- 00 & COVER EA --- 174 ----- U --- SP ------------------------- FILL OR REMOVE ABANDONED --------- 448 -------- 16 --- .00 ---------- 7,168 -- 00 18" SEWER PIPE LF --- 175 ---- 1771 --- SP ------------------------- THERMOPLASTIC PAVEMENT --------- 1,255 -------- 0 ----- .50 ---------- 627 --- .50 MARKING LINES (4" WHITE, LF 120 MILS) --- 176 ----- 1772 --- SP ------------------------- THERMOPLASTIC PAVEMENT --------- 390 -------- 0 --- .80 ---------- 312 -- .00 MARKING LINES (8" WHITE, LF 90 MILS) --- 177 ----- 1778 ----- SP ------------------------- THERMOPLASTIC PAVEMENT ----------- 4,815 -------- 0 ----- .50 ---------- 2,407 --- 50 MARKING LINES (4" YEL- LF LOW, 120 MILS) ---- -------- --- ---------- -- --- 178 ---- 1780 --- SP ------------------------- THERMOPLASTIC PAVEMENT ----- 260 0 .80 208 .00 MARKING LINES (8" YEL- LF LOW, 90 MILS) -------- -------- ----- ---------- --- --- 179 ----- 1836 ----- SP ------------------------- THERMOPLASTIC PAVEMENT --- 13 75 .00 975 .00 MARKING SYMBOLS (LEFT EA TURN ARROW, 90 MILS) -- --- --- ------------------------ --------- ------- --- --------- +--- 180 1839 SP THERMOPLASTIC PAVEMENT 1 75 .00 75 .00 MARKING SYMBOLS RIGHT EA TURN ARROW, 90 MILS) i --- ----- ----- ------------------------- ---------- -------- --- ---------- -- I NOTE -BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE12 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT - NO. NO. NO. DOLLARS CENTS DOLLARS CEN 181 1842 SP THERMOPLASTIC PAVEMENT 3 75. 00 225. 00 MARKING SYMBOLS EA (STRAIGHT ARROW, 90 MILS) ----- -- --- 182 ---- 2073 --- 920 -------- ------- ----- PAVEMENT MARKING LIMES ------ 56,900 0. 15 8,535 00 (4" PAINT, WHITE) - LF -------- --- ---------- -- --- 183 ---- 2076 --- 920 --- --------------------- PAVEMENT MARKING LINES --------- 56,456 0. 15 8,468 40 (4" PAINT, YELLOW) LF ---------- --- --- 184 ----- 2082 ----- 920 ------------------------- PAVEMENT MARKING LINES ----------- 670 -------- 0 ---- .25 167 50 (8" RkINT, YELLOW) LF -------- -------- --- ---------- -- --- 185 ---- 2085 --- 920 ------------------------- PAVEMENT MARKING LINES - 55 1 .05 57 .75 (24" PAINT, WHITE) LF ---- ---------- --- --- 186 ----- 2088 ----- 920 ------------------------- PAVEMENT MARKING LINES ----------- 500 -------- 1 .55 775 .00 (4" REMOVABLE TAPE, LF `•rJHITE) - -------- ----- ---------- --- --- 187 ----- 2091 ----- 920 ------------------------- PAVEMENT MARKING LINES ---------- 500 1 .55 775 .00 (4" REMOVABLE TAPE, LF YELLOW) ---------- -- --- 188 ---- 2113 --- 920 ------------------------- PAVEMENT MARKING SYMBOLS --------- 15 -------- 31 --- 50 472 .50 (LEFT TURN ARROW, PAINT, EA WHITE) - --- ---------- -- --- 189 ---- '2116 --- 920 ------------------------- PAVEMENT MARKING SYMBOLS --------- 2 ------- 31 50 63 .00 (RIGHT TURN ARROW, EA PAINT, WHITE) - -- -------- ----- ---------- --- --- 190 ----- 2021 ----- 930 ------------------------- RAISED REFLECTIVE PAVE- ------- - 45 4 .10 184 .50 MENT MARKERS (YELLOW & EA YELLOW) - -------- --- ---------- -- --- 191 ---- 2007 --- 935 ------------------------- TYPE 1 SNOWPLOWABLE ------- - 56 31 .50 1,764 00 RAISED PAVEMENT MARKERS EA (CRYSTAL) --- 192 ---- 2009 --- 935 ------------------------- TYPE 2 SNOWPLOWABLE --------- 115 -------- 31 --- .50 ------?--- 3,622 50 RAISED PAVEMENT MARKERS EA I (YELLOW & YELLOW) ------- -- --- 193 ---- 2008 --- 935 -------- ----------------- TYPE 3 SNOWPLOWABLE --------- 14 -------- 31 --- 50 --- 441 00 RAISED PAVEMENT MARKERS EA (CRYSTAL & RED) --- ----- ----- ------------------------- --------- -------- - +---------- ---- 194 2057 940 GUARDRAIL DELINEATORS 140 EA 1 5 150 910 ! :00 (CRYSTAL) --- ---- ---- ---------------------- --- --------- -------- ---- ---------- -- N(1TF . Pir)nFRC MI ICT rARRV ni IT TWr: FXTFf\VZlnNS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE13 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. No. DOLLARS CENTS DOLLARS CEN 195 1710 941 CONSTRUCTION ZONE GUARD- 34 6 .50 221 .00 RAIL DELINEATORS EA (CRYSTAL) -- ---- ---------- --- --- 196 ----- 2050 ----- 942 ------------------------- GUARDRAIL END ----------- 20 ------- 31 .50 630 .00 DELINEATION EA -- - --- 197 ---- 1699 --- 943 ------------------------- BARRIER DELINEATORS, --------- 40 -------- 8 --- .50 ---- ---- 340 - .00 SIDE MOUNTED (CRYSTAL) EA --- 198 ----- 1693 ----- 944 ------------------------- CONSTRUCTION ZONE BAR- ---------- 40 -------- 10 ---- .50 ---------- 420 --- .00 RIER DELINEATORS, TOP EA MOUNTED (CRYSTAL) --- 199 ----- 2058 ----- 855 ------------------------- TEMPORARY PRECAST CON- ----------- 760 -------- 24 ----- .00 ---------- 18,240 --- .00 CRETE BARRIER LF --- 200 ---- 2069 --- SP ------------------------- TYPE S - TEMPORARY PRE- --------- 120 -------- 26 --- .50 ---------- 3,180 -- .00 CAST CONCRETE BARRIER - LF --- 201 ---- 2037 --- 953 --------------- --------- STATIONARY CONSTRUCTION --------- 675 -------- 6 --- .50 ---------- 4,387 -- .50 SIGNS ? -----SF - 202 2160 SP 6' TYPE II BARRICADES 200 55 .00 11,000 .00 EA - --- 203 ---- 2040 --- 956 ------------------------- TYPE III BARRICADES --------- 1,000 -------- 5 --- .50 --------- 5,500 -- .00 LF --- 204 ---- 2159 --- 957 ------------------------- CONES ----------- 150 --------- 13 ----- .00 ---------- 1,950 --- 00 EA --- 205 ----- 2047 ----- SP ------------------------- SIGNS MOUNTED ON ------- --- 300 2 -------- .50 ----- 750 ---------- .00 --- BARRICADES SF --- 206 ----- 2152 ----- 958 ------------------------- NON-METALLIC DRUMS ----------- 380 -------- 30 ----- .50 ---------- 11,590 --- .00 EA --- 207 ---- 2155 --- 960 ------------------------- FLASHING ARROW PANELS, --------- 1 -------- 2,500 --- 00 ---------- 2,500 -- 00 TYPE C EA --- 208 ---- 2046 --- 862 --------- ----- -- - TEMPORARY - STEEL - BM ------ ------ 750 - ------- 8 -- .00 - -?--- ----- 6 OOO r' L00 GUARDRAIL ---- LF --------- -------- --- ---------- -- 209 2056 862 GUARDRAIL ANCHOR UNITS, 2 429 00 858 1,.00 TYPE BCT-1 (TEMPORARY) EA --- 210 ----- 2133 ----- 964 ------- ------------------ STATIONARY CONSTRUCTION --------- 2 -------- 2,500 --- 00 ---------- 5,000 -- h 00 --- ----- ----- ZONE CRASH CUSHION ------------------------- EA ---------- -------- ---- ---------- NOTE - BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE14 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE LINE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. NO. NO. DOLLARS CENTS DOLLARS i CEN- 211 2134 964 STATIONARY CONSTRUCTION 1 2,500 00 2,500 00 ZONE CRASH CUSHION, EA REPAIR PACKAGES --- 212 ---- 2153 --- 968 ------------------------- PORTABLE CONSTRUCTION --------- 1,050 -------- 9 --- .00 ---------- 9,450 -- 00 ZONE SIGNS 5F - - --- 213 ---- 2164 --- SP ------------------------- FLAGGER --------- 630 -------- 145 --- .00 ------ --- 91,350 - 00 MD --- -------- --- ---------- -- --- ---- --- ------------------------- CULVERTS ITEMS ------ ------ -- --- 214 ---- 2188 --- SP ------------------------- REMOVAL OF EXISTING --------- LUMP SUM -------- L.S. --- ---- 10,500 00 STRUCTURE AT STATION --- ----- ----- 16+27.00-Y3- ------------------------- IG ----------- -------- ---- ---------- --- 215 2191 402 REMOVAL OF EXISTING LUMP SUM L.S. 21,000 00 STRUCTURE AT STATION 30+47.00-Y1- jU --------- -- --- 216 ---- 2208 --- 414 ------------------------- CULVERT EXCAVATION, --------- LUMP SUM -------- L.S. --- - 6,325 00 STATION 30+47.00-Y1- ,0 --- ---- --- ------------------------- --------- -------- --- ---------- -- 217 2208 414 CULVERT EXCAVATION, LUMP SUM L.S. 8,425 00 --- ----- ----- STATION 23+00.00 -L- ------------------------- 0 ----------- - ------- --- ---------- -- 218 2208 414 CULVERT EXCAVATION, LUMP SUM L.S. 15,800 00 STATION 121+25.00-L- -- --- --- ------------------------ -- ------ -------- ---- ---------- --- 219 2208 414 CULVERT EXCAVATION, LUMP SUM L.S. 10,500 00 - ----- ----- STATION 16+27.00-Y3- ------------------------- u ------- -- -------- --- ---------- -- -- 220 2208 414 CULVERT EXCAVATION, LUMP SUM L.S. 6,325 00 STATION 86+15.00 -L- --- ----- ----- ------------------------- -- ------- -------- --- ---------- -- 221 2211 414 FOUNDATION CONDITIONING 1j431 26 .50 37,921 50 MATERIAL, BOX CULVERT TON --------- -------- --- ---------= -- --- 222 ---- 2228 --- 420 ------------------------- CLASS A CONCRETE 5,560.7 176 .00 978,683 20 --- ----- ----- (CULVERT) ------------------------- /U CY --- --------- ---- ----------- --- 223 2246 425 REINFORCING STEEL 901,505 0 ,42 378,632 10 --- ----- ----- (CULVERT) --------------------- U LB ------- --------- ----- ----------- --- STRUCTURE ITEMS - ---------- ---- --- 224 ----- 2194 ----- 410 ------------------------- FOUNDATION EXCAVATION ------- 632 42 - 00 26,544 00 --- ----- ----- ------------------------- - ??----C-- --------- --- - ---------- ---- 225 2217 SP REINFORCED CONCRETE DECK 33,519 14 20 475,969 F80. SLAB i0 SF --- ----- ---- ------------------------- ---------- -------- --- ---------- --- NOTE - RInDFRS MI IST CARRY Ol)T THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8.2491402 PAGE15 ITEM NO. QUANTITY UNIT BID AMOUNT BID PRICE DESC. SECTION ITEM DESCRIPTION AND UNIT NO. No. DOLLARS CENTS DOLLARS T CEN F226 2219 420 GROOVING BRIDGE FLOORS 32,010 0 .42 13,4441 .20 ? -- --- -- ----- - -------- -------- - - 1 o----SF --- ----- -- - -------- -- -- 227 2222 420 CONCRETE CLASS A 692.3 330 .00 228,459 00 (BRIDGE) ?U 228 2365 422 BRIDGE APPROACH SLABS, LUMP SUM L.S. 12,1001 .00 --- ----- ----- STATION 19+03.66 -L- ------------------------- le --- -------- ----- ---------- -- 229 2365 422 BRIDGE APPROACH SLABS, LUMP SUM L.S. 17,900 .00 --- ---- --- STATION 59+56.53 -L- ------------------------- lb --------- -------- --- ---------- -- 230 2365 422 BRIDGE APPROACH SLABS, LUMP SUM L.S. 15,800 .00 --- ----- ----- STATION 134+42.98-L- ------------------------- IL, --------- -------- --- ---------- -- 231 2365 422 BRIDGE APPROACH SLABS, LUMP SUM L.S. 15,800 .00 --- ---- --- STATION 134+42.98-L- ------------------------- jU --------- -------- --- ---------- -- 232 2234 425 REINFORCING STEEL 110,878 0 .45 49,895 .10 (BRIDGE) LB --- ----- ---- ------------------------- --- .?=----- -------- ---- ---------- --- 233 2243 SP SPIRAL COLUMN REINFORC- 12,881 1 .05 13,525 .05 --- ----- ----- ING STEEL (BRIDGE) ------- --------------- LB -lC ------- -------- ----- ---------- 234 2252 430 36" PRESTRESSED CONCRETE 532.73 65 .00 34,627 .45 GIRDERS LF --- ----- --- ------------------------- -1--------- -------- ----- ---------- --- 235 2253 430 45" PRESTRESSED CONCRETE 738.54 82 .00 60,560 .28 GIRDERS ----------------------- LF --------- -------- --- ---------- -- --- 236 ---- 2254 --- 430 -- 54" PRESTRESSED CONCRETE 1,023.17 85 .25 87,225 .24 GIRDERS LF -- --- --- ------------------------ -%------- -------- ----- ---------- --- 237 2255 440 APPROX 373,600 LBS LUMP SUM L.S. 340,000 .00 --- ---- --- STRUCTURAL STEEL ------------------------- /10 --------- -------- --- ---------- -- 238 2290 450 HP12X53 STEEL PILES 8,770 19 .00 166,630 00 --- ----- ----- ------------------------- r? ------ -------- ----- ---------- --- 239 2353 460 CONCRETE BARRIER RAIL 1,517.03 33 .00 50,061 99 LF --- ----- ----- ------------------------- - -------- -------- ----- ---------- --- 240 2389 462 4" SLOPE PROTECTION 2,583 32 .50 83,947 650 S Y --- 241 ----- 2374 ----- SP ------------------------- ELASTOMERIC BEARINGS - --------- LUMP SUM -----?-? L S --- ---------- 12,650 1-- 100 --- ---- --- ------------------------- - ------- -------- --- ---------- 1-- 242 2392 SP EXPANSION JOINT SEALS LUMP SUM L.S. 23,200 !00 --- ----- --- ------------------------- -'°-------- -------- ---- 4 ---------- -- 243 2395 SP PREFORMED COMPRESSION LUMP SUM L.S. 1 17,000 ;00 JOINT SEALS ----- i ---------- --- NOTE - BIDDERS MUST CARRY OUT THE EXTENSIONS ITEMIZED PROPOSAL FOR PROJECT NO. 8 , 2491402 PAGE16 ITEM NO. QUANTITY UNIT BID AMOUNT BID ITEM DESCRIPTION AND PRICE LINE DESC. SECTION UNIT NO. NO. NO. DOLLARS CENTS DOLLARS ICEN -- ---- -- ---------------------- -------- ------ --- --------- i i I +-- 244 TOTAL AMOUNT OF BID FOR ENTIRE PROJ ECT $ ? 10,071,413 ;81 i SEP22/Q802366/009902 NOTE - RInnERS MUST CARRY OUT THE EXTENSIONS CONTRACT PAYMENT BOND it V Date of Execution: October 21, 1993 Name of Principal: VECELLIO & GROGAN INC. (Contractor) PO BOX v, BECKLEY, wv 25802-2819 Name of Surety: 100 Light Street, Baltimore, Maryland 21202 Name of Contracting Body: The Department of Transportation of the State of North Carolina Ten Million, Seventy One Thousand, Four Hundred Amount of Bond: Thirteen and 81/100 ($10,071,413.81 Contract Number: Protect 8,2491402 (U-608) MASTPNHF-5719(6) (Protect Number) Guilford County KNOW ALL MEN BY THESE PRESENTS, that we, the PRINCIPAL and SURETY above named, are held and firmly bound unto the above named Contracting Body, hereinafter called the Contracting Body, in the penal sum of the amount stated above for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principal entered into a certain contract with the Contracting Body, numbered as shown above and hereto attached: NOW THEREFORE, if the principal shall promptly make payment to all per- sons supplying labor and material in the-prosecution of the work provid- ed for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifica- tions to the surety being hereby waived, then this obligation to be void; otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above-bounden parties have executed this instru- ment under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its.governing body. -1 CONTRACT PAYMENT BOND 14 (Seal of Surety Company) UNITED STATES FIDELITY AND GUARANTY COMPANY Surety Company gy A. L. STANCHINA Attorney-in-Fact k -Print or tamp 1 ? Witness S gnature of ttorney- in- act Friedlander Company PO Box 2466, Charleston, WV 25329 ooress o ttorney-in- act CONTRACT PAYMENT BOND SIGNATURE Or CONTRACTOR (PRINCIPAL) (If a Corporation, use this sheet.) 4 r VECELLIO & GROGAN, INC. Print full name of Corporation) g (Seal) ..:. Vice President Aee4t4 C?TTC C Psa@04e t (Delete inappropriate title) t - "iJ . Attest ' A/A ecretary _or (Delete inappropriate title) Affix Corporate Seal 14 CONTRACT PERFORMANCE BOND W a Date of Execution: October 21, 1993 Name of Principal: VECELLIO & GROGAN, INC. (Contractor) PO BOX V, BECKLEY, wv 25802-2819 Name of Surety: UNITED STATES FIDELITY AND GUARANTY COMPANY 100 Light Street, Baltimore, Maryland 21202 Name of Contracting Body: The Department of Transportation of the State of North Carolina Ten Million, Seventy One Thousand, Four Hundred Amount of Bond: Thirteen and 81/100 ($10,071,413,81) Contract Number: Project 8.2491402 (U-608) MASTPNHF-5719(6) (Project Number) Guilford County KNOW ALL MEN BY THESE PRESENTS, That we, the PRINCIPAL and SURETY above named, are held and firmly bound unto the above named Contracting Body, hereinafter called the Contracting Body, in the penal sum of the amount stated above for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors,. jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principal entered into a certain contract with the Contracting Body, numbered as shown above and hereto attached: a NOW THEREFORE, if the principal shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by the Contracting Body, with or without notice to the Surety, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to the surety being hereby waived, then, this obligation to be void; otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. CONTIRACT PERFORMANCE BOND v 4 (Seal of Surety Company) UNITED STATES FIDELITY AND GUARANTY COMPANY (Surety Company By A. L. Stanchina Attorney-in-Fact (Print or Stamp Witness 'Signature o Attorney-in-Fact Friedlander Company PC Box 2466, Charleston, WV 25329 Address o Attorney-in-Fact CONTRACT PERFORMANCE BOND SIGNATURE Or CONTRACTOR (PRINCIPAL) (If a Corporation, use this-s-heet.) V=LLIO & GROGAN, INC. Print full name o Corporation (Seal) -RFC-i ie"t Vice President M94-st&" (Delete inappropriate title) Attest Secretary or (Delete inappropriate title) Affix Corporate Seal N° 1'70079 UNTIED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY a NO. 106588 +? . r KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint George H. Ftied ar+ler, A. L. Stanchina, Richard L. Higginbotham, Janet Canterbury, C. David Thetas and Roseamt B. Dye Jof the City of Charleston , State of West Virg mi a its true and lawful Attorneys)-in-Fact, each in their separate capacity if mote than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instnuents in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instntment to be sealed with its corporate seal, duly attested by the signatures of its Senior Via President and Assistant Secretary, this 15th day of January A.D. 19 93 `?? UNITED STATES FIDELITY AND GUARANTY COMPANY t . smsaan 1MB (Signed) By...?...... Senior Vice President ?1'?II A1N? ? -. (Signed) By ........ .............. :.......... ..... ............... Assistant Secretary STATE OF MARYLAND) BALTIMORE CITY SS: On this 15th day of January . A.D. 19 93, before me personally came Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said Robert J. Lamendola and Paul D : -Sims were respectivelytbe Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in aid which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Senior Vice President and Assistant Secretary, respectively, of the Company. My Commission expires the llth dayvn March -A.D. 19 95 . *a (Signed) Zt . .... ......(i'L1C ?^. NOTARY PUBLIC This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24,1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Anomey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to then, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fad shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect. I, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is?ipn full force and effect and has not been revoked. Of October Tpstimony Whereof, 19av£ emunto at my hand and the seal V5TATES FIDELITY AND GUARANTY COMPANY on this 2lst day ......................................... v tow Assistant Secretary 300-92) SUBCONTRACTORS Project; Sag ??Co? NO SUBCONTRACTOR LINE CODES SPEC. AMOUNT TOTAL SUB-AMOUNT . ,yJ,,.,,p-bs,r, c,. .,,t 7 /-r '73 ??.o?o•d? ofoolt.g) aX44J do. f4- OF v, J 517, 6S7. 56 • SUBCONTRACTORS Project: ?a yo, -2--, NO SUBCONTRACTOR LINE CODES 7 el ct4?v 3-Z 17.1 l9 3 7 fi?'?tJ ? 3s, ?3C.• . w ? 4-r a a3q 40 SPEC. TOTAL AMOUNT SUB.AMOUNT , i 4//9,o3or? i SC?? .J0 t993y7.J? 19?r3?7, s? 3.a 2.27,0 0 o3 ((JJ ?/ _ S I 1 t i.. g1,7Q1.31) S ii,ao.?.so) V7, r i L = 608 (Bryan Boulevard) AUG-10-1998 14:01 FROM TO 89197339794 P.02 " . S 'A'TE o3F'N0 i.( :Il?iA . S't7?T A'?t? IPtT'14iIET•0F''F'i` JAWS B. HUT? 3R 1 ? o sox 25201.:RAN t; N-C. z7d'it-s2bt E. NQ12= TOLSOI` • • .:.,; .?rieet?slirro; :1!i? 2741 x-•49, 9f' ; . • ' • • • ' SM.to prOjaci N nbex g.19g99 4' D$ ?VNf): Descripti0r?: B ryas Soul -irka igatlian $i ivlElvidl D E,3i?[ i „ Td: Wetlaikcl 'vn coon nkor • ?Rdlui: •l1?ir_ l?•:?'tisort, Etes?d?t•E?aeea' /?: . SUBJECT: Brysia $ottr8rd IV1xEiioa eta -d Construction o t B ci yard we.: In. a.site was monitored and ins by mt .? o i coiifox W with:06nstjjfto? plans pr?aicd:by NCDOT. ?1'+Cb 4l b0d•acCO1Idih tO plan shears, exeegt uitiie'ca o oP main: ietci revisioffi t t cc-noted 6h OMW #10- sheers and.any' narzntivzits fPthis kr Every'effolt xb c ist?ucE'this sits iit'ac dz c with the best. ot?ciatiou and Oil= that wsaelfe•time.e advise i? u hoed any,adciirioraat infoniibn ?egcin is fir' :; cc: NTs. Ke1Kisoan, W-etland:ig,on ltgir?eiSti?tElt TOTAL P.02 U m 608 (Bryan Boulevard) 677 NORTH CAROLINA DEPARTYf'blTCF TRANSPORTATION R SUPPLEMENTAL AGREEMENT AND/OR CONSTRUCTION CHANGE TM LEMENTAL AGREEMENT NO.: - 3 : -,PROJtCT Nb:: 8.2491402 +EOUEST FOR CONSTRUCTION CHANGE NO.: 3 FEDERAL AID NO.: MASTPNHF-5719 (6 ) CONTRACTOR: Vecellio & Grogan, Inc. COUNTY: Guilford 1. Description, location, and justification for change: '. This change involves the mitigation of wetlands which is necessary to satisfy the permit requirements of this project. The mitigation sites are left of Y1 rev. and left of -L- Station 146+00 to 150+00. This work was not included in the original contract items. 2. Estimate of quantities of work resulting from change and the basis of payment: Une Code Negotiated or Paid Chan Oun#tV D nal Plan Quantity No. Descri lion Unit Contract Price oundly Amount Qua Amount SA9 3 Wetland Reforestation ACR 750.00 8.6 6,450.00 S X33 Unclassified Excavatio CY 2.62 25,000 65,500.00 S140 2- Drainage Ditch Excavat CY 2.25 d3 s'?' p S S? S, 2 Plain Rip Rap, Class I TON 17.25 *14 / -IAI/# Berm Ditch Constructio LF 1.00 _719F49 f'DD / O.O< Filter Fabric for SY 1.15 Drainage $ / D /G. 00 ' ?•?''• Total ................... Total $ S . ................... Net Underrun ........... $ Net Overrun ............. $ 76.36 1 .25 .? 7 f.Xl• r_- 3. Extension of contract time (if applicable): No extension of contract time beyond that allowed for overruns in accordance with Article 108-10(B-1) of the Standard Specifications will be allowed for performing the affected work. Continued on back ,v. 1,1083 NORTH CAROLINA DEPAF'r,TMEJNT; CAF TRANSPORTATION SUPPLEMENTAL AGREEMENT ANWOR CONSTRUCTION CHANGE SUPPLEMENTAL AGREEMENT NO.: 12 PR(1,;ECT NO.: 8.2491402 REQUEST FOR CONSTRUCTION CHANGE NO.: - 12 FEDERAL AID NO.: MASTPNHF-5719(6 ) CONTRACTOR: Vecellio & Grogan, Inc. !Z COUNTY: 1. Description, location, and justification for chan4d. Guilford This change involves the refilling of the wetland mitigation area left of -L- Station 146+00 to 150+00. This work involves the hauling of material to this area, construction of haul roads and placement of fill in wetland area to the desired grade. This is necessary to satisfy the permit requirements for this project:-. This work will also include reshaping of fill section between -L- Station 146+00 to 150+00 and shaping of the area where fill material is obtained. 2. Estimate of quantities of work resulting from change and the basis of payment: Line Code Negotiated or Field Chan a Quantity Ori inal Plan Quantity No. Description Unit Contract Price Quantity Amount Quantity Amount SA# 9 Modification of Wetlan CY 6.75 12,500 84,375.00 Q? Mitigation Area Total ................... $ Net Underrun ........... $ O't,J/J.VV It 3. Extension of contract time (if applicable): Total ........ .........$ - Net Overrun ............. $ 84, 375.00 Consideration for any additional contract time will be made upon receipt of the Contractor's written request after completion of the affected work. 0 Continued on back