Loading...
HomeMy WebLinkAbout20150659 Ver 1_Pre-Con Minutes 031516_20160318March l 8, 2016 Contract No.: DA00287 WBS Element: 17BP.1.R.59 County: Tyrrell Description: Replacement of Bridge #9 over unnamed canal Myron Meadows, PE, PLS Project Manager Trader Construction Company PO Drawer 1578 2500 Hwy 70 East New Bern, NC 28563 Subject: Pre-Construction Conference Minutes R�C sC A pre-construction conference was held Tuesday, March 15, 2016 at ] 0:00 am for the above referenced project. The following persons were in attendance: NAME Jeff Thatcher Matt Mizelle John Abel Paul Williams Carla Pugh Myron Meadows Garcy Ward Greg Daisey General Items: Progress Schedule Letter Authorizing SA's: POSITION Resident Engineer Projectlnspector Bridge Management Eng. Permitting/Environmental Roadside Environmental Project Manager Environmental Specialist Environmental Specialist COMPANY/AGENCY RK&K RK&K NCDOT NCDOT NCDOT Trader Construction Co. NCDWR NCDCM The Contractor elected to delay submission of the progress schedule until a firm start date could be determined. The Contractor provided a letter stating the names of those personnel authorized to sign supplemental agreements. Enqineers � Construction Manaqers � Planners � Scientists Subcontract Requests: Monthly Estimate End Date: R�C �C The Contractor submitted subcontractor approval forms for the Department's approval. 7t�' day of the month The Resident Engineer for this project is Mr. Jeff Thatcher. All correspondence should be directed to the office as follows: Mr. Jeff Thatcher, PE, CCM Resident Engineer RK&K i l I US Highway 13 Bypass Windsor, NC 27983 Representing the Department as Project Engineer will be Ms. Caitlin Melvin, EIT (RK&K). The Project Inspector will be Mr. Matt Mizelle (RK&K). For the Contractor, the Project Manager will be Mr. Myron Meadows. The Project Superintendent will be Mr. Eddie Grant. Project Dates: Date of Availability: Completion Date: Environmental February 29, 2016 October 28, 2016 Paul Williams reviewed the Army Corps of Engineers Nationwide 3 permit emphasizing conditions 12 & 21 and regional conditions 3.4 & 3.5. Garcy Ward reviewed the NCDWR's Water Quality Certification No. 3883 with emphasis on conditions 1, 2, 3, 4, 9, 1 l, 15, 16, 17 & 21. Greg Daisey reviewed the NCDCM's General Permit with emphasis on the 3 special conditions, and (d) & (g)(5) of the specific conditions. It was agreed that a mailbox would be placed onsite to store copies ofthe permits and the NPDES forms. Contract/Plan Review: Liquidated Damages for this contract are $500 per day. Liquidated Damages for Intermediate Contract Time Number 1 is $500 per day with 180 days to complete the project with the exception of vegetative establishment. The contract contains the continuous prosecution of work requirement with a charge of $S00/day if work is abandoned. R�C �C Crutch bents under the existing structure will be retained by NCDOT. The contractor will notify Guy White who will arrange for pickup once the members are removed. There are interior piles on the crutch bents to maintain support during phased construction. This will require the steel crutch bent caps to be cut in half however. Since the existing bridge will be deposed of at a site that will recycle the concrete into course aggregate this should be recorded on the state database at the website located on page 21 of the contract. Domestic steel is required on this project. Myron indicated that even the miscellaneous steel would be domestic. This project does have a 12 month guarantee. E&SC/Stormwater Certifications: Certified Supervisor: Eddie Grant — Superintendent and Level II Certified Installer: Sadler Construction *It was noted that if a reclamation plan became necessary that a Certified Designer would be required. Clearing & Grubbing will be Method II Modified. GRAU 350's are TL-3's due to the 25 mph speed limit through the project. The contract coincides with the plans. Trader has submitted the Dolly Pit adjacent to the project site as a borrow material source. The pit will be tested for both shoulder & slope borrow as well as Select Material Class III. Two additional pits have also been named and will be sampled if the Dolly Pit does not meet specs for either material. Stabilization requirements and timeframes are listed in the plans and on page 54 of the contract. Should crimping is required on this contract. Turbidity curtain is required when performing in water work and land disturbing activity on the adjacent bank. Turbidity curtain is also needed when extracting crutch bent and interior bent piles from the existing structure. Payment will be made for the total linear foot of turbidity curtain delivered and used onsite as long as proper care is taken during handling. Safety vest are required for all personnel onsite including suppliers and subcontractors. R�C �C These minutes are prepared as they are documented. Any discrepancies with the content of these minutes should be submitted in writing to this office. Sincerely, L. _ - Jeff E. Thatcher, PE, CCM Resident Engineer cc: C. Mebane J. Metcalfe Meeting Attendees File