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