Loading...
HomeMy WebLinkAbout20051764 Ver 1_Meeting Minutes_20051031 i ~~(.~ ~s ~- 1. ~~awr STATE OF NORTH CAROLINA ~~ ///' n ~ ~V ///ANN`' c / 7 \\ D` l ! V~ osq a ~y'~~F ~~ll D sT°R~~4~lr DEPARTMENT OF TRANSPORTATION q~Re MICHAEL F. EASLEY DIVLSION OF HIGHWAYS LYNDO TIPI' GOVERNOR SECRETARY August 17, 2007 WBS Element: 34981.3.3 (LJ-3823A) Contract No. C201568 F. A. Number: STP-1158 (4) County: Wilson Description: SR 1158 (Airport Blvd.) from 0.2 Mile NE of NC 42 to 0.4 Mile SW of US 264 Alternate MEMORANDUM TO: Ellis C. Powell, Jr., PE State Construction Engineer FROM: Wendi O. Johnson, PE Division Construction Engineer SUBJECT: Approved Preconstruction Conference Minutes We are transmitting an approved copy of the minutes covering the Preconstruction Conference for the above project, which was held on July 25, 2007. The minutes were approved by the Contractor, S. W. Wooten Corporation, as recorded. Attachment c: Ron Lucas (FHWA) Gary Jordan (L1S Fish & Wildlife) William Wescott (iJS Army Corps of Engineers) Rob Ridings (NCDENR, Division of Water Quality) Brian Wrenn (NCDENR, Division of Water Quality) John Holley (NCDENR, Land Quality Section) Travis Wilson (NCWRC) David Cox (NCWRC) Ron Sechler (National Marine Fisheries) Joe Caster (City of Wilson -Natural Gas) John Maclaga (City of Wilson -Power) Bert Boswell (Embarc~ Bob Lillis (Time Warner) Post Office Box 3165, Wilson, North Carolina 27895-3165 Telephone (252) 237-6164 Fax (252) 234-6174 ~, Ellis C. Powell, Jr., PE August 17, 2007 Page 2 r ec: Cecil Jones, PE Donald Pearson, EI, CPESC Robert Simpson Andy Brown, PE Bobby Lewis, PE Mike Robinson, PE Warren Walker, PE Andy Pridgen Ron Hancock, PE Lloyd Johnston, Jr. Eddie Bunn, PE Keith Honeycutt, PE, PLS Charles W. Brown, PE, PLS Kevin Lacy, PE Victor Barbour, PE Don G. Lee Chris Kreider, PE Gary McLamb Jamie Guerrero Haywood Daughtry, PE Doug Allison David R. Henderson, PE Queen Crittendon Greg Dixon Bill Bass Lindsey Ethridge Kenny Baines PRECONSTRUCTION CONFERENCE AND PERMIT MEETING WBS Element: 34981.3.3 (U-3823A) Federal AidNo.: STP-1158 (4) Contract No.: C201568 County: Wilson Description: SR 1158 (Airport Blvd.) from 0.2 Mile NE of NC 42 to 0.4 Mile SW of US 264 Alt. The Preconstruction Conference for the above project was held in the Wilson Division Office Conference Room on July 25, 2007 with the following persons in attendance: NAME REPRESENTING Andy Pridgen NCDOT - QA Lab Kenny Baines NCDOT -Materials & Tests Donald Pearson NCDOT -Roadside Environmental Unit Jimmy Long NCDOT -Construction Steve Joyner NCDOT -Construction Eddie Bunn NCDOT -Resident Engineer John Richards NCDOT -Construction Allen Davis City of Wilson (Electric) Frankie Lamm NCDOT -Construction Brian Holland Wilson Energy (Gas) Sonny Ithipathachai Wilson Energy (Gas) Rick Poythress NCDOT -Location & Surveys Brad Batchelor NCDOT -Division Four Right of Way Jamie Guerrero NCDOT -Division Environmental Officer Greg Dixon NCDOT -Office of Civil Rights Jerry Page NCDOT -Division Four Reade Dawson S. T. Wooten Greg Nelson S. T. Wooten Erick Frazier S. T. Wooten Craig Taylor S. T. Wooten David Fountain S. T. Wooten Bob Lillis Time Warner Cable Kent Williams Williams Utilities Billy Williams Williams Utilities Bryant Bunn City of Wilson Barry Parks City of Wilson Rusty Eatman Watson Electrical Construction Co. David Bell Watson Electrical Construction Co. Gary McLamb NCDOT -Utilities Coordinating Unit Marvin Chandler S. T. Wooten Steve McKee NCDOT -Utilities Bill Snyder RK&K Alvin Taylor Carolina Environmental Marty Taylor Carolina Environmental Preconstntction Conference Minutes U-3 823 A Page 2 Wendi Johnson, Division Construction Engineer, presided over the conference. She asked everyone present to introduce themselves and their company affiliation. The Contractor submitted his letter naming persons authorized to sign Supplemental Agreements. Marvin Chandler will act as Project Superintendent for the Contractor. Frankie Lamm will act as Project Inspector and Traffic Control Coordinator for the Division of Highways. The Contractor ad~~ised they plan to begin clearing August b, 2007. The Contractor was advised that the installation of the pipe should be done prior to the opening of school on August 14. The Resident Engineer will work with the Contractor prior to date of availability to insure that signs, erosion control and clearing can be done in advance of the August 6 date for pipe installation. The Contractor submitted his progress schedule. He was advised that it would be checked, and he would be advised if satisfactory. By copy of these minutes, we are advising the Contractor that his progress schedule has been checked and is approved as corrected. RIGHT OF WAY Brad Batchelor covered this portion of the contract. All of the right of way necessary for the construction of this project has been acquired. Copies of the right of way agreements and deeds secured on this project were given to the Resident Engineer. These agreements and deeds, which were acquired by negotiation, cover all of the necessary right of way for this project. Right of way on the following parcels was acquired by means of condemnation: 002, Patsy W. Gardner 003, Tempie Pierce, et al 005, Ralph A. Ellis 007, U. T. Williamson 008, Patsy T. Perry 009, U. T. Williamson, et al 010, Jennifer Williamson Ol 1, U. T. Williamson, et al Easements required for permit modification near Wilson Christian School have not been acquired. Claim on Parcel 4, Al and Linda Daniel, was eliminated. Contractor was advised to work very carefully around this home. Tree protection fence will be installed along existing DOT right of way, so that there is a visible barrier. A11200 Series Items are still on site and will need to be handled during construction. There is no known asbestos contamination within the right of way of the project nor are there any underground storage tanks or any known soil contamination within the right of way of the project. Preconstruction Conference Minutes U-3823 A Page 3 The Contractor is advised not to exceed the right of way or easement areas during construction without written permission from the property owner. LOCATION AND SURVEYS Rick Poythress stated that a survey was done in 2005. In 2006, everything was verified and checked. UTILITY CONFLICTS City of Wilson (Power) -Allen Davis ad~rised that the City has finished their work where the Contractor plans to begin work, and all existing conflicts should be resolved by August 3, 2007. Embarq -Their work should be finished by August 6 in the area where construction will begin. All cables will be aerial when all of their conflicts are relocated. It is anticipated that all Embarq conflicts will be relocated by September 3, 2007. Time Warner -They have begun installing new strand wire on poles, but they have not installed any new cable at this time. All of their cables will be aerial when relocation is complete. Conflicts will be removed, in the area where construction will begin, by August 3, 2007. It is anticipated that Time Warner will complete all of their relocation work by August 30, 2007. City of Wilson (Gas) -All gas lines have been relocated except at the area where the Bloomery Swamp culvert will be removed. The existing gas line is directly underneath the existing culvert. The City of Wilson has advised that this line will be de-activated next spring prior to removing the old culvert. After removal of the old culvert, and when the new bridge construction is complete, the City will re-install the gas line at a lower elevation. UTILITY CONSTRUCTION Based on the available information, the existing water line at new twin 60" pipes is low enough not to be in conflict. The utility construction subcontractor, Williams Utilities, questioned whether the new 16" sewer line would fit within the existing 4 ft. diameter manholes. The new manholes are 5 ft. in diameter. It appears that the existing manholes will have to be upgraded to 5 ft. diameter. Williams Utilities also questioned the design of the anchoring system for the relocated sewer line crossing at Bloomery Swamp. When this sewer line was installed originally, it was anchored in the ground by concrete. NCDOT design shows the relocated portion of the sewer line anchored with only two straps. A plan revision will be required to show details for the concrete anchoring system. ASPHALT PAVEMENTS Mr. Andy Pridgen, Division QA Supervisor, asked the Contractor if he had any questions of the Special Provisions outlined on pages 37 thru 40. Mr. Pridgen advised that the Special Provisions in this contract are dated 07/18/06 (Rev. 09/19/06). The Contractor will be allowed to design and run mixes with 20% rap rather than 15%. Preconstruction Conference Minutes U-3 823 A Page 4 The Contractor's attention was called to Table 1012-1 and the New Source Rap Gradation and Binder Tolerances shown on page 39 of the contract. Density testing may be required for wedging (depending on the depth). Contractor advised that nuclear testing would probably be done. Asphalt Plant Mix, Pavement Repair will be done in accordance with Section 654 of the Specifications. DISADVANTAGED BUSINESS ENTERPRISE Greg Dixon covered this portion of the contract. It is the policy of the North Carolina Department of Transportation that Disadvantaged Business Enterprises. {DBEs) as defined in 49CFR Part 26 shall have the opportunity to participate in the performance of contracts financed in whole or in part by federal funds in order to create a level playing field on which DBEs can compete fairly. The Contractor, subcontractor and sub-recipient shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49CFR Part 26 in the award and administration of federally assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the Department deems necessary. The Contractor is also encouraged to give every opportunity to allow DBE participation in Supplemental Agreements. The Contractor's EEO Officer and Minority Liaison Officer is Richard E. Vick. The Contractor shall exercise all necessary and reasonable steps to insure that Disadvantaged Business Enterprises participate in at least 10% of the contract. The contract was awarded with 5.75% participation. The Resident Engineer furnished the Contractor with required posters for his bulletin board. The Contractor's EEO Policy Statement is to be posted on the project's bulletin board, which should be weatherproof, along with the following posters: 1. Davis-Bacon Minimum Prevailing Wage Rate Schedule 2. Wage-Rate Information - F/A Project, Form PR-1495 3. Notice Relating to False Statements, Form PR-1022 4. EEO Poster -Discrimination is Prohibited The Contractor is urged to document, in writing, all actions taken in complying with Equal Opportunity of Employment Provisions, Training Provision, and Minority Business Enterprise Provision. This includes applicant referrals, meetings with employees, on-site inspections, wage evaluations, etc. Preconstruction Conference Minutes U-3$23A Page 5 All subcontractors and suppliers are responsible for meeting the same requirements as the prime contractor, and it is the prime contractor's responsibility to oversee that both are in compliance. All alleged discriminatory violations should be brought to the attention of the Resident Engineer. The State and/or FHWA will conduct a Contract Compliance Review sometime during the life of this contract. Therefore, fair employment practice should be maintained at all times. The Contractor was reminded that all requests for subcontracts involving DBE subcontractors shall be accompanied by a certification executed by both the Prime Contractor and the DBE subcontractor. This information shall be furnished on Form RS-1-D. Reporting Disadvantaged Business Enterprise Participation -When payments are made to Disadvantaged Business Enterprise firms, including material suppliers, contractors at all levels shall provide the Engineer with an accounting of said payments. This accounting shall be furnished to the Engineer for any given month by the end of the following month. The Contractor shall report the accounting of payments through the Department's DBE Payment Tracking System, which is a web-based application. The System can be accessed through the following web link: i~ttps ; `apps dot.st.rtcr~c us%Vcndar;'Pa~ nrentTracfiin;~. The Contractor shall also provide the Engineer an affidavit attesting the accuracy of the information submitted in the Payment Tracking System. This, too, shall be submitted for any given month by the end of the following month. Retainage and Prompt Payment -The Department will not deduct and hold any retainage from the Prime Contractor on this project. Contractor at all levels, prime, subcontractor, or second tier contractor, shall within seven calendar days of receipt of monies resulting from work performed on the project or services rendered, pay subcontractors, second tier subcontractors, or material suppliers, as appropriate. The Contractor may withhold up to 3% retainage if any subcontractor does not obtain a payment and performance bond for their portion of the work. Sr~bmission of Records -Federal Aid Projects - This project is not located on the National Highway System; therefore, federal form FHWA-47 is not required. Certified payrolls are required. The DBE firms that will be monitored on this project are as follows: Puryear Trucking Carolina Environmental Guardrail of Greensboro Clifton Construction St. Clair Trucking Stay Alert St. Clair Trucking may broker trucks. If they do, they should be identified so that the Inspectors know who they are. Preconstruction Conference Minutes U-3823A Page 6 PROJECT SPECIAL PROVISIONS GENERAL Contract Time aru~Ligrridated Damages -The date of availability for this contract is August 6, 2007. The completion date for this contract is December 31, 2008. The liquidated damages for this contract are $200.00 per calendar day. Intermediate Contract Time Number 1 and Liquidated Damages -Except for that work required under the Project Special Provisions entitled Planting and/or Reforestation, the Contractor wil( be required to complete all work included in this contract and shall place and maintain traffic on same. The date of availability for this Intermediate Contract Time is August 6, 2007. The completion date for this Intermediate Contract Time is November 15, 2008. The liquidated damages for this Intermediate Contract Time are $1,000.00 per calendar day. Intermediate Contract Time Number 2 and Liquidated Damages -The Contractor shall complete the required work of installing, maintaining and removing the traffic control devices for lane closures and restoring traffic to a two-lane, two-way traffic pattern. The Contractor shall not close or narrow a lane of traffic on Airport Boulevard (SR 1158) Monday thru Friday from 6:30 a.m. to 8:30 a.m. and Monday thru Friday from 3:00 p.m. to 5:00 p.m. The time of availability for this Intermediate Contract Time will be the time the Contractor begins to install traffic control devices required for the lane closures according to the time restrictions stated herein. The completion time for this Intermediate Contract Time will be the time the Contractor is required to complete the removal of traffic control devices required for the lane closures, according to the time restrictions stated herein, and restore traffic to a two-lane, two-way traffic pattern. The liquidated damages are $500.00 per hour. This ICT restriction will not apply within the road closure limits during the performance of the work of ICT Number 3 and ICT Number 4. Intermediate Contract Time Number 3 and Liquidated Damages (A+B) -The Contractor shall complete Phase 1, Steps 3 and 4, and shall place and maintain traffic on same. The Contractor plans to begin this phase of work April 1, 2008. Contractor bid 165 days to complete the work. Should the Contractor desire to revise this date after the Preconstruction Conference, he shall notify the Engineer, in writing, at least 30 days prior to the revised date. The daily cost for this Intermediate Contract Time is $1,000.00 per calendar day. The liquidated damages for this Intermediate Contract Time are $1,000.00 per calendar day. Preconstruction Conference Minutes U-3 823 A Page 7 Intermediate Contract Time Nrimber ~ arrd Ligr~idated Damages -The Contractor shall complete the work required of Phase 1, Step 2, as shown on Sheet TCP-3 and shall place and maintain traffic on same. The date of availability for this Intermediate Contract Time will be August 6, 2007. The completion date for this Intermediate Contract Time will be the date which is eight consecutive calendar days after and including the date the Contractor begins this work. The liquidated damages are $1,000.00 per calendar day. Friel Price Adjustme~rt -Bidders will have the option to opt out of receiving a fuel price adjustment on this contract. If no designation is shown in the bid, the bidder will be subject to the fuel price adjustment. The base index price for Number Two Diesel Fuel is $1.9825 per gallon. Training Requirements -The number of trainees to be trained on this project shall be one. Contractor Borrow Sor~rce - If the Contractor proposes a borrow source, the environmental assessment shall include wetlands and stream delineation extending 400 feet beyond the proposed borrow source limits. Erosion & Sediment Control Storm Water Certification -Contractor shall provide a Certified Supervisor, Certified Foreman and Certified Installer on this project. Contractor will notify the Engineer of changes in certified personnel over the life of the contract within two days of change. Contractor should advise the DOT Inspector the names of the certified personnel before any ground disturbing work is done. Donald Pearson reminded the Contractor that he and his personnel should be familiar with and adhere to the roles and responsibilities of the Certified Supervisor, Certified Foreman and Certified Installer shown on pages 22 thru 26 of the contract. Rain gauge data is very important. Procedure for Morritorirrg Borrow Pit Discharge -Water discharge from borrow pit sites shall not cause surface waters to exceed 50 NTUs in streams not designated as trout waters and 10 NTUs in streams, lakes or reservoirs designated as trout waters. For lakes and reservoirs not designated as trout waters, the turbidity shall not exceed 25 NTUs. If the turbidity exceeds these levels due to natural background conditions, the existing turbidity level shall not be increased. During the Environmental Assessment required by Article 230-4 of the Standard Specifications, the Contractor shall define the point at which the discharge enters the State's surface waters and the appropriate sampling locations. The discharge shall be closely monitored when water from the dewatering activities is introduced into jurisdictional wetlands. No activities shall occur in wetlands that adversely affect the functioning of a wetland. Visible sedimentation will be considered an indication of possible adverse impacts on wetland use. The Contractor stated that he would use commercial pits for both borrow and waste. He will furnish copies of the certifications for the mining and waste pits to the Resident Engineer. Preconstniction Conference Minutes U-3 823 A Page 8 Notes to Contractor Lateral Ditches -Excavate lateral ditches to full depth and to designated outlets. Allow drainage to function for 30 days prior to undercutting or any embankment construction. Fabric for Stabilization - Do not allow heavy equipment on areas where fabric for soil stabilization is recommended, in order to minimize rutting of natural ground. Cut trees flush with the ground surface, and place fabric on relatively undisturbed, natural ground, without grubbing. Extra Handling of Unclassified Excavation -Aerate and dry aciy Unclassified Excavation material containing moisture content in excess of what is required to achieve embankment stability and specified density. 2:1 Slopes -The Contractor's attention is directed to the areas of the project requiring 2:1 slopes as indicated on the plans. Provide suitable material to insure the stability of these slopes. PROJECT SPECIAL PROVISIONS ROADWAY Clearing and Grabbing -Perform clearing on this project to the limits established by Method III shown on Standard No. 200.03 of the 2006 Roadway Standard Drawings. Building arul U~ulergror~rul Storage Tank Removal -Prior to removal of any building, Contractor shall comply with the notification requirements of Title 40, Code of Federal Regulations, part 61, Subpart M, which are applicable to asbestos. Give notification to the N. C. Department of Health and Human Services, Division of Public Health Epidemiology Branch and/or the appropriate county agency when the county performs enforcement of the federal regulation. Prior to removal of any underground storage tank (UST), Contractor shall comply with the notification requirements of the Title 40, Code of Federal Regulations, part 280.71(a). Give notification to the appropriate regional office of the N. C. Department of environment and Natural Resources, division of Waste Management, UST Section. Contractor shall submit a copy of the notification to the Engineer prior to the removal of the underground storage tank. Shor~lder and Fill Slope Material -Required shoulder and slope construction for this project shall be performed in accordance with the requirements of Sections 560 and 235 of the 2006 Standard Specifications except as follows: Construct the top 6" of shoulder and fill slopes with soils capable of supporting vegetation. Provide soil with P.I. greater than 6 and less than 25 and with a pH ranging from 5.5 to 6.8. Remove stones and other foreign material 2" or larger in diameter. All soil is subject to testing and acceptance or rejection by the Engineer. Material shall be obtained from within the project limits or an approved borrow source Preconstniction Conference Minutes U-3 $23 A Page 9 EROSION CONTROL Seeding acrd Mulching -The kinds of seed and fertilizer, and the rates of application of seed, fertilizer and limestone, shall be as stated on page 55 of the contract. Crimping Straw Mr~lch -Crimping shall be required on this project adjacent to any section of roadway where traffic is to be maintained or allowed during constnaction. In areas within six feet of the edge of pavement, straw is to be applied and then crimped. After the crimping operation is complete, an additional application of straw shall be applied and immediately tacked with a sufficient amount of undiluted, emulsified asphalt. Lawn Type Appearance -All areas adjacent to lawns must be hand finished, as directed, to give a lawn type appearance. Contractor shall remove all trash, debris and stones 3/0" and larger in diameter, or other obstructions that could interfere with providing a smooth, lawn-type appearance. These areas shall be re- seeded to match their original vegetative conditions, unless otherwise directed by the Field Operations Engineer. Enviro~rmentally Sensitive Areas -This project is located in an Environmentally Sensitive Area. This designation requires special procedures to be used for clearing and grubbing, temporary stream crossings and grading operations within the Environmentally Sensitive Areas identified on the plans and as designated by the Engineer. This also requires special procedures to be used for seeding and mulching and stage seeding within the project. The Environmentally Sensitive Area shall be defined as a 50-foot buffer zone on both sides of the stream or depression, measured from top of stream bank or center of depression. Clearing and Grubbing - In areas identified as Environmentally Sensitive Areas, the Contractor may perform clearing operations but not grubbing operations until immediately prior to beginning grading operations as described in Article 200-1 of the Standard Specifications. Only clearing operations (not grubbing) shall be allowed in this buffer zone until immediately prior to beginning grading operations. Erosion control devices shall be installed immediately following the clearing operation. Grading -Once grading operations begin in identified Environmentally Sensitive Areas, work shall progress in a continuous manner until complete. All construction within these areas shall progress in a continuous manner such that each phase is complete and areas are permanently stabilized prior to beginning of next phase. Failure on the part of the Contractor to complete any phase of construction in a continuous manner in Environmentally Sensitive Areas will be just cause for the Engineer to direct the suspension of work in accordance with Article 108-7 of the Standard Specifications. Minimize Removal of L'egetation -The Contractor shall minimize removal of vegetation in the buffer area. Waste arul Borrow Soterces -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. Safety Fence -The Safety Fence shall be installed prior to any land disturbing activities Preconstntction Conference Minutes U-3 823 A Page 10 Skimmer Basifi with Baffles -Contractor shall provide a Skimmer Basin to remove sediment from construction site runoff at locations shown on the plans. Contractor should not change the plans because they are designed to the High Quality Water Standards. Tiered Skimmer Basin with Baffles -The Contractor shall provide a Tiered Skimmer Basin to remove sediment from construction site runoff at locations shown on the plans. Tiered Skimmer Basins shall be installed in areas where topography creates a large elevation difference between the inlet and outlet of a single skimmer basin. Permit Modification -The Department has applied for a permit modification. This only affects the culvert bridge site. The rest of the permit that is shown in the contract is valid. A copy of the re~~sed permit drawin was given to the Contractor. g Donald Pearson advised that all basins on this project have to be baffled. Retrofitting the basins like the ones on the Clayton Bypass project might be a good idea. There is a note in the plans that states that TRSDs and temporary rock silts should be in the drain channels. It should read "and/or" not "and". You do not need both. The Bloomery Swamp stream crossing on SR 1 158 (Airport Boulevard) is within 1. I miles of a critical water supply intake area (classified WS-IV, NSW). Therefore, according to guidelines developed by NCDOT and the Division of Water Quality, hazardous spill retention basins will be installed at the crossing of Bloomery Swamp. Due to the presence of high quality wetlands at Bloomery Swamp, Design Standards in Sensitive Water Sheds .0024 NCAC, Title I SA Provisions, shall be included in the design. Mr. Pearson stated that he would be available to help in any way he can with the basins or any other aspect of this project. The erosion control plans are the responsibility of the Contractor's personnel on the project. They should make sure that the plans are updated in a timely manner. SIGNALS AND INTELLIGENT TRANSPORTATION SYSTEMS Head adjustment may be necessary at Merck Road before traffic can be shifted to the new alignment. The Contractor will work with the existing poles if at all possible. The permanent signals will have metal poles. The Resident Engineer and the Contractor will meet on site to look at the poles. STRUCTURES Drilled Piers -Drilled piers are a straight shaft type and vertical. Contractor shall construct drilled piers in accordance with the details and dimensions shown on the plans and this provision. A meeting will be held prior to the beginning of this work. Preconstntction Conference Minutes U-3 823 A Page 11 Submittal of Working Drawings -Submit working drawings in accordance with Article 105-2 of the Standard Specifications and the requirements of this Special Provision. Make submittals that are not specifically noted in this Special Provision directly to the Resident Engineer. Have the drawings and design calculations prepared, signed and sealed by a NC Registered Professional Engineer. These submittal requirements apply to all false work and form systems covered by this Special Provision. Crane Safety -Prime contractors, sub-contractors and fully-operated rental companies shall comply with the current Occupational Safety and Health Administration regulations (OSHA). Changes in personnel or equipment must be reported to the Engineer prior to continuing with crane operations. PERMITS Mrs. Johnson advised that the US Army Corps of Engineers and NCDENR have issued a permit for this project. The Contractor shall comply with all applicable permit conditions during construction of this project. Agents of the permitting authority wil( periodically inspect the project for adherence to the permits. Should the Contractor propose to utilize construction methods (such as temporary structures or fill in waters and/or wetlands for haul roads, work platforms, cofferdams, etc.) not specifically identified in the permit (individual, general or nationwide) authorizing the project, it shall be the Contractor's responsibility to coordinate with the Engineer to determine what, if any, additional permit action is required. The Contractor shall also be responsible for initiating the request for the authorization of such construction method by the permitting agency. The request shall be submitted through the Engineer. The Contractor shall not utilize the construction method until it is approved by the permitting agency. The request normally takes approximately 60 days to process; however, no extensions of time or additional compensation will be granted for delays resulting from the Contractor's request for approval of construction methods not specifically identified in the permit. Where construction moratoriums are contained in a permit condition which restricts the Contractor's activities to certain times of the year, those moratoriums will apply only to the portions of the work taking place in the waters or wetlands, provided that activities outside those areas are done in such a manner as to not affect the waters or wetlands. Everyone involved with the project should be familiar with all provisions of the permit. The Contractor and the Resident Engineer will meet on site to review the location of the orange safety fence and the boundaries of where work is allowed in the permitted areas. Erosion and sediment control practices must be in full compliance with Best Management Practices. No live or fresh concrete shall come into contact with waters of the state until the concrete has hardened. There shall be no excavation from or waste disposal into jurisdictional wetlands or waters associated with this permit without appropriate modification of this permit. Preconstruction Conference Minutes U-3 823 A Page 12 Upon completion of the project, DOT shall complete the Certification of Completion form. During construction of the project, no staging of equipment of any kind is permitted in waters of the U. S. or protected riparian buffers. All mechanized equipment operated near surface waters must be regularly inspected and maintained to prevent contamination of stream waters from fuels, lubricants, hydraulic fluids or other toxic materials. Discharging hydroseed mixtures and washing out hydroseeders and other equipment in or adjacent to surface waters if prohibited. The outside buffer, wetlands or water boundary located within the construction corridor approved by this authorization shall be clearly marked by highly visible fencing prior to any land disturbing activities. A copy of this Water Quality Certification shall be posted on the construction site at all times. In addition, the Water Quality Certification and all subsequent modifications, if any, shall be maintained with the Division Engineer and the on-site project manager. There shall be no excavation from or waste disposal into jurisdictional wetlands or waters associated with this permit without appropriate modification of this permit. Sediment and erosion control devices shall not be placed in Zone 1 of any Neuse Buffer without prior approval by the NCDWQ. Approval of the permit modification has not been received but should be received prior to April 1, 2008. The buffer drawing for Site 1 is missing from the contract, but is in the plans that were given to the Contractor The Corps denied our request to leave a portion of the culvert in. Page 28A talks about the permit modification that has been applied for. Verbal approval has been given but nothing in writing has yet been received. The Culvert Diversion Channel is explained on page 28A of the contract. It is approximately 20 feet wide and 4 feet deep. Contractor should work within the approved area in the permit. Taft Construction will do clearing on this project. The Contractor was advised that a pump around is not an option. Contractor was advised to stay within the permitted boundaries at all times and consult with Eddie Bunn before beginning work in the buffer areas. The Resident Engineer and the Contractor will hold monthly construction meetings. The Specifications state that no stone is needed under 60" pipe, but the Resident Engineer advised the Contractor that stone should be used under the pipe. Preconstruction Conference Minutes U-3 &23 A Page 13 There were no further questions and/or comments and the meeting was adjourned. S. T. WOOTEN CORPORATION DATE ~1PPI~OVED NAME AND TITLE ~ S p ~-{~~ ~; (stn United States Department of the Interior FISH AND WILDLIFE SERVICE Raleigh Field Office Post Office Box 33726 Raleigh, North Carolina 27636-3726 November 5, 2005 Eric Alsmeyer U.S. Army Corps of Engineers 6508 Falls of Neuse Road, Suite 120 Raleigh, NC 27615-6814 Dear Mr. Alsmeyer: This letter is in response to your request for comments on Public Notice (PN) ID No. 200020569, dated October 31, 2005. The North Carolina Department of Transportation (NCDOT) has applied for a Department of the Army permit to work within jurisdictional waters of the United States for the widening of a 2-mile long section of SR 1158 (Airport Road) from two lanes to four and five lanes (TIP No. U-3823) in Wilson County, North Carolina. In addition, a 5-barrel culvert crossing of Bloomery Swamp will be replaced with a 205 feet long bridge. Permanent impacts include 0.9 acre of wetlands and 89 linear feet of channel. These comments are provided in accordance with provisions of the Fish and Wildlife Coordination Act (16 U.S.C. 661-667d) and section 7 of the Endangered Species Act (ESA) of 1973, as amended (16 U.S.C. 1531-1543). The U.S. Fish and Wildlife Service (Service) has actively participated in the combined NEPA/404 Merger Process. The Service is pleased with the avoidance and minimization efforts for this project. The Service has previously concurred with NCDOT's biological determination that the project may affect, but is not likely to adversely affect the federally endangered Michaux's sumac (Rhus michauxii), and that the project will have no effect on the federally endangered red-cockaded woodpecker (Picoides borealis) and dwarf wedgemussel (Alasmidonta heterodon). Please note that your PN states that we also concurred with a determination for smooth coneflower (Echinacea laevigata). This is in error since the smooth coneflower is not listed for Wilson County and thus was not a consideration. Based on the available information, the Service has no objection to the issuance of the permit for this project. The Service appreciates the opportunity to review this project. If you have any questions regarding our response, please contact Mr. Gary Jordan at (919) 856-4520, ext. 32. .es Supervisor cc: Chris Militscher, USEPA, Raleigh, NC Travis Wilson, NCWRC, Creedmoor, NC Nicole Thomson, NCDWQ, Raleigh, NC