mountain road bridge repair project manual
TRANSCRIPT
Copyright 2018, of Alfred Benesch & Company. All rights reserved. This plan and design content is the
property of Alfred Benesch & Company. Use, reuse, reproduction or modification of this plan or design
information, or any part thereof, is strictly prohibited, except by written permission of this firm.
PROJECT MANUAL
LUZERNE COUNTY BRIDGE REPAIRS Mountain Road Bridge (CB57314) over Unnamed Trib. to Little Nescopeck Creek Sugarloaf Township Luzerne County, Pennsylvania
Prepared for
Luzerne County 65 Reichard Street Wilkes‐Barre, PA 18705
APRIL 2019 Project No. 30895.07
Mountain Road Bridge (CB57314) Repairs |Project Manual| i
ADVERTISEMENT
PENNDOT SHORT FORM DOCUMENTS
Proposal and Contract
Attachment 1 Proposal and Contract
Special Provisions to Contract (Attachment 1A)
Proposal and Contract Instructions
Attachment 2 Performance Bond
Attachment 3 Payment Bond
Attachment 4 Affidavit Accepting Provisions of the Workmen’s Comp. Act
Attachment 5 Anti‐Collusion Affidavit
Attachment 6 Notice of Completion
Attachment 7 Insurance Requirements
Attachment 8 Certification of Bidder Regarding Equal Employment Opportunity
EXHIBITS PA Nondiscrimination/Sexual Harassment Clause Certificate of Compliance
PSATS CDL Program – Statement of Compliance
Public Works Employment Verification Form
Statement of Bidders Qualifications Form
Wage Rates (Conditional on Bid Amount)
PA1 Call
Location Map
Plans
Copyright 2018, of Alfred Benesch & Company. All rights reserved. This plan and design content is the
property of Alfred Benesch & Company. Use, reuse, reproduction or modification of this plan or design
information, or any part thereof, is strictly prohibited, except by written permission of this firm. TABLE OF CONTENTS
Mountain Road Bridge (CB57314) Repairs |Project Manual|
ADVERTISEMENT
Luzerne County – Mountain Road Bridge Repairs Project No. 30895.07 ADVERTISEMENT FOR BIDS Section 001000
AD-1
ADVERTISEMENT FOR BID
SEALED BIDS for the LUZERNE COUNTY – MOUNTAIN ROAD BRIDGE (CB57314) REPAIRS will be submitted to The Luzerne County Purchasing Department, c/o Pam Guarneri, 20 North Pennsylvania Avenue, Suite 203, Wilkes-Barre, PA 18711 until April 25, 2019 at 10:30 AM (prevailing time) and will be publically opened the same day immediately thereafter at the Luzerne County Purchasing Department, 20 North Pennsylvania Avenue, Wilkes-Barre, PA 18711. The project will consist of minor repairs to the Luzerne County bridge which carries Mountain Road over an Unnamed Tributary to Little Nescopeck Creek in Sugarloaf Township in Luzerne County. The proposed repairs include removal of the structure’s existing concrete barriers, construction of concrete curbs, concrete deck repairs, guiderail upgrades, signing, installation of a structure foundation drain and repaving the structure and approaches. The items of work are identified more specifically in the Project Specifications. The entire project will be awarded to one (1) Contractor. All Bid Documents are available on the Luzerne County website, www.luzernecounty.org , at no cost. PA Prevailing Wages apply to road/bridge work contracts in excess of one hundred thousand dollars ($100,000). If the contract bid price for this project is less than one hundred thousand dollars ($100,000), then PA Prevailing Wage Rates are not applied to the project. Contractors must be PennDOT Prequalified. A certified check or bank draft, payable to the order of The Treasurer of Luzerne County, negotiable US Government Bonds (at par value), or satisfactory Bid Bond executed by the Bidder and acceptable surety in the amount of 10% of the Total Bid of construction shall be submitted with each bid. The SUCCESSFUL BIDDER will be required to furnish and pay for satisfactory Performance and Payment Bond, each in the amount of 100% of the Contract Price with a corporate surety approved by the Owner. This bid is for a public works contract and bidder is therefore subject to the provisions, duties, obligations and penalties of the Public Works Employment Verification Act, 43 P.S. 167.1-167.11. All submitted bids shall be accompanied with the Public Works Employment Verification Form.
The Owner reserves the right to reject any or all bids or to waive any informalities in the bidding.
Bids may be held by the Owner for a period not to exceed 60 days from the date of opening bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. However, the award of the contracts may be delayed by required approval of another government agency or closing on the project funding loans. Owner shall reject all bids or award to the lowest responsive and responsible bidder within 120 days of the bid opening.
Luzerne County – Mountain Road Bridge Repairs Project No. 30895.07 ADVERTISEMENT FOR BIDS Section 001000
AD-2
Advertisement published by order of: MR. LAWRENCE PLESH, P.E.,
COUNTY ENGINEER ****************************************************************************** TO: CITIZEN’S VOICE
WILKES-BARRE, PA PLEASE PUBLISH ON:
1. SUNDAY, APRIL 7, 2019 2. WEDNESDAY, APRIL 10, 2019
PLEASE SEND CONFIRMATION THAT ADVERTISEMENT WAS RECEIVED, INVOICE AND PROOF OF PUBLICATION TO: LUZERNE COUNTY
65 REICHARD STREET WILKES-BARRE, PA 18705
ATTENTION: MR. LAWRENCE PLESH, P.E.
COUNTY ENGINEER
Mountain Road Bridge (CB57314) Repairs |Project Manual|
PENNDOT SHORT FORM DOCUMENTS
Mountain Road Bridge (CB57314) Repairs |Project Manual|
PROPOSAL AND CONTRACT
MS-944 03-07 DISTRICT 5-0
PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES
(WHEN EXECUTED) INSTRUCTIONS TO BIDDERS)
A. DEPOSIT OF PROPOSALS.
All Bid proposals shall be clearly marked Luzerne County “ Luzerne County – Mountain Road Bridge Municipality Name and Type (CB57314) Repairs for Letting (570) 825-1631
on April 25, 2019.” Telephone No. Lawrence Plesh, P.E. County Engineer
Sealed Proposals will be received on or before 10:30 A.M., on April 25, 2019. 65 Reichard Street Time and Date Address Bids will be announced at approximately Wilkes-Barre, PA 18705 11:00 A.M., on April 25, 2019. Proposals must be submitted to: Time and Date The Luzerne County Purchasing Department c/o Pam Guarneri, 20 North Pennsylvania Avenue Suite 203, Wilkes-Barre, PA 18711
1. The contractor proposes to furnish and deliver all materials (including Form CS-4171, Certificate of Compliance and/or TR-465 Daily Bituminous Mixture Certification) and to do and perform all work on the following project as more specifically set forth in the Schedule of Prices (Attachment), in accordance with drawings and specifications on file at www.luzernecounty.org. This form (MS-944) will serve as the proposal and contract form for the awarded contractor.
2. Requirements for bidders include the supplements and special requirements contained herein and/or attached hereto and current PennDOT specifications (Publication 408). Bidders must be prequalified by PennDOT
3. If designated as the successful bidder, the contractor will begin work on the date specified in the notice to proceed. Or as otherwise provided in the special requirements, and will complete all work within 30 calendar days of the notice to proceed. If all work is not completed on time, liquidated damages will be assessed at the rate of $250.00 per additional calendar day.
4. Accompanying this proposal is a certified check or bid Bond in the amount of 10% made payable to the county as a proposal guarantee which, it is understood, will be forfeited in case the contractor fails to comply with the requirement of the proposal.
B. PROPOSAL OF: _____________________________________________________________________________ Name of Contractor
_________________________________________________________________________________________________ Address
CONTRACTOR’S CERTIFICATION It is hereby certified as follows:
1. The only person(s) interested in this proposal as principal(s) is (are): ________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ 2. None of the above persons are employees of the county.
3. This proposal is made without collusion with any other person, firm, or corporation.
4. All plans and specifications referred to above and the site of the work have been examined by the contractor. The contractor understands that the quantities indicated herein are approximate and are subject to change as may be required; and that all work is payable on the basis of the unit prices listed on the Schedule of Prices (Attachment 1).
- 1 -
5. The contractor will comply with all requirements of the laws and implementing regulations of the Commonwealth of Pennsylvania and the United States relating to human relations, equal opportunity and non-discrimination in employment, and will pay to workmen employed in the performance of the contract the wages to which they may be entitled. 6. The contractor will provide the county with a performance bond, conditioned upon the faithful performance of the contractor in accordance with the plans, specifications and conditions thereof, and a payment bond conditioned on the prompt payment of all material furnished and labor supplied or performed in the prosecution of the work, in accordance with the Public Work’s Contractors’ Bond Law of 1967; and an affidavit accepting the provisions of the Workmen’s Compensation Act of 1915, as amended. 7. “The parties agree that the relationship between the Contractor and the County is one of independent contractor and not the employer/employee and that the individual employees of the Contractor who will be performing the work pursuant to this contract are not employees of the County. Contractor hereby certifies, represents and warrants to the County that all persons performing any aspect of the work pursuant to this Contract who are required to have commercial driver’s license are subject to a program for drug and alcohol testing in accordance with the Omnibus Transportation Employee Testing Act of 1991 and the federal regulations adopted pursuant thereto.” _____________________________________ Contractor
WITNESSED OR ATTESTED BY: BY:______________________________________ Title (Seal)
________________________________________________ Title SEAL
TO BE EXECUTED ONLY IN THE EVENT THE ABOVE PROPOSAL IS ACCEPTED
ACCEPTED ON:_______________________________________ Date _______________________________________ County ATTESTED BY: ________________________________________ BY:_______________________________________ Title Title __________________________________________ Title SEAL __________________________________________ Title
- 2 -
Mountain Road Bridge (CB57314) Repairs |Project Manual|
ATTACHMENT 1 FOR PROPOSAL AND CONTRACT
County:
None
CY
CY
SY
SY
SY
SY
SY
LS
EA
LF
EA
LS
LF
SY
SY
LS
SF
LF
LF
LF
CY
LS
SF
LF
Maintenance and Protection of Traffic
1040-0002 35 Concrete Bridge Deck Repair, Type 2
20620-1650
9000-0001 1
0409-0385 385
0680-0121
1091-0331 100 Epoxy Injection Crack Seal
0901-0001 1
0309-0322 350
Durring Construction
3500350-0106
1001-0611 70 6" Structure Foundation Drain
40 Membrane Waterproofing System Installed
1018-0050 1 Removal of Portion of Exising Bridge
9001-0730 17 Selected Borrow Excavation, Structure Backfill (No. 57 Coarse Aggregate)
0962-1005 300 4" Yellow Waterborne Pavement Markings
0962-1000 300 4" White Waterborne Pavement Markings
0931-0001 12 Post Mounted Signs, Type B
on Other Surfaces
9001-0010 24 Class AA Cement Curb
on Bridge Deck
Superpave Asphalt Mixture Design, HMA
Milling of Bituminous Pavement Surface,Variable Depth, Milled Material Retained by
Mobilization
0203-0001
ESALS, 9.5 MM Mix, 1 1/2" Depth, SRL-L
120 Class 1 Excavation
ESALS, 25.0 MM Mix, 4" Depth
9203-0001
- 3 -
Type 31-S Guide Rail
TOTAL AMOUNT OF BID
40
Erosion and Sedimentation Controls
0608-0001
Contractor
350.09620-1600
Total6
TH
IS P
OR
TIO
N T
O B
E C
OM
PLE
TE
DB
Y T
HE
MU
NIC
IPA
LIT
Y
Item 1 No.
Terminal Section Single
Wearing Course, PG 64-22, <0.3 Million
0620-0400
Approximate2 Quantities
Unit3
Description4
LOCATION OF WORK:
Work is being completed on the county bridge carrying Mountain Road over an unnamed tributary to Little Nescopeck Creek in Sugarloaf Township
DESCRIPTION OF WORK:
ESCALATOR CLAUSE:( if adopted by Municipality.)
30895.07
ATTACHMENT 1 TO MS - 944 ( PROPOSAL AND CONTRACT MS - 944 )
Luzerne
350
10
Superpave Asphalt Mixture Design, HMABase Course, PG 64-22, <0.3 Million
Over Excavate & Subbase Backfill
Subbase 6" Depth (No. 2A)
The proposed work includes the removal of the existing concrete barriers, replacement of existing approach guiderail, waterproofing installation on the existing structure, milling and paving the structure and approaches, installation of a temporary detour, installation of a foundation drain behind the existing abutments, crack repair to the abutments and deck and concrete deck repairs.
Municipality: Sugarloaf Township
Project Number:
0460-0001
9491-0019 42
Unit5 Price
Bituminous Tack Coat
1
9680-0120 Membrane Waterproofing System Installed
2
Type 31-Strong Post End Treatment
Mountain Road Bridge (CB57314) Repairs |Project Manual|
SPECIAL PROVISIONS TO CONTRACT (ATTACHMENT 1A)
County: Luzerne Municipality: Sugarloaf Township Project No.: 30895.07
Attachment 1-A SPECIFICATIONS AND SPECIAL PROVISIONS TO CONTRACT MS-944
CONTAINS IMPORTANT INFORMATION FOR THE CONTRACTOR The Prime Contractor and Subcontractors must comply with all of the following provisions: TRAFFIC CONTROL - Traffic Control and Safety Devices to be provided by the Contractor (Maintenance and Protection of Traffic to comply with current MUTCD, PennDOT Publication 212 and PennDOT Publication 213) in accordance with the project plans. - Traffic Control shall be the sole responsibility of the contractor. - Traffic to be staged during construction. Traffic staging shall be as-needed in order to provide the manufacturer’s recommended overlap for the membrane waterproofing and required connections for structure foundation drains. GENERAL - For further information regarding the project, contact John C. Knecht, P.E., Alfred Benesch & Company by phone at (570) 622-4055 between the hours of 8:00 a.m. to 4:30 p.m. Monday through Friday or by email at [email protected].
- Any paving damaged beyond the limits of work as a result of the contracted work is to be repaired in kind at no cost to the County. - Delivery tickets for all materials are required. - CS-4171 Certificates of Compliance are required for all materials. - No payments will be made until the bidder has supplied all required designs, delivery slips and certifications. - The Contractor shall notify the County 5 calendar days prior to the start of the project. - Work schedule must be coordinated with the County and must be completed within 30 calendar days of the Notice to
Proceed. - After 30 calendar days past the Notice to Proceed, liquidated damages apply at the rate of $250.00 per calendar day. - Excess construction materials are to be removed by the Contractor at no cost to the County. - County will inspect the project. - Bill of Lading required for each shipment of bituminous material per Section 702.1(c) of PENNDOT Specification
Form 408. - Completion of NON-COLLUSION AFFIDAVIT required. - Incidental preparation and clean up required. (Project Construction Materials) - Contractor is responsible for defects that occur within one year of project completion. - Final Completion Certificate, “JMS-NCP Notice of Completion” is required at the completion of the project. - Future award of Contracts will be based on quality of work as determined by the County. - Bidders must be PENNDOT prequalified. - Contractor to supply proof of CDL Drug and Alcohol Compliance upon award of the bid. - The successful bidder must provide a 100% Performance Bond and a 100% Payment Bond within 20 days of the award of the contract. - The County intends to award the contract to one bidder; bidders need to bid on all items. - The County reserves the right to accept or reject any and or all proposals or portions thereof, and to delete projects and/or portions of the project depending on budgetary constraints. - A Fuel surcharge will not apply to this contract. -The item(s) for the over excavation and backfill of the roadway subbase may be eliminated from the contract depending on the condition of the existing subbase determined once the existing roadway has been excavated. The removal of this item will be at no cost to the County. -The quantity of deck repair and Epoxy Injection Crack Seal has been estimated and will be determined once the pavement has been milled from the bridge deck. A reduction in quantity or removal of the item will be at no cost to the County. Additionally, an increase in quantity is possible. The unit price as bid will be applied to this item up to a 50% increase in quantity.
- 4 –
County: Luzerne Municipality: Sugarloaf Township Project No.: 30895.07
Attachment 1-A
SPECIFICATIONS AND SPECIAL PROVISIONS TO CONTRACT MS-944 CONTAINS IMPORTANT INFORMATION FOR THE CONTRACTOR
PENNSYLVANIA PREVAILING WAGES PA Prevailing Wages apply to road work contracts in excess of one hundred thousand dollars ($100,000). If the contract bid price for this project is less than one hundred thousand dollars ($100,000), the attached minimum wage rates are void and will not be part of the contract. INSURANCE REQUIREMENTS The awarded contractor shall purchase and maintain, at its expense, during the term of this contract and any renewals or extensions thereof, insurance issued by companies acceptable to the County. See the INSURANCE REQUIREMENTS attachment. PUBLIC WORK EMPLOYMENT VERIFICATION ACT General. In accordance with Act 127 of 2012, known as the Public Works Employment Verification Act (“the Act”), effective January 1, 2013, 43 P.S. §§167.1-167.11, the Contractor shall use the Federal Government’s E-Verify system to ensure that all employees performing work on the project, including subcontractor’s employees, are authorized to work in the United States. Verification Form. The Contractor shall verify the employment eligibility of each new employee hired after January 1, 2013 and submit the Commonwealth Public Works Employment Verification Form (“Form”) included in the bid package attachments to the County. Contractor. Mail the Form, signed by an authorized representative of the Contractor to the County along with the Performance and Payment Bonds as specified by the contract documents. Failure or refusal to provide the Form will be considered a refusal to comply with bidding requirements, will result in rejection of the bid, and may subject the Contractor to the enforcement activities, sanctions and civil penalties specified in the Act. Subcontractor. The Prime Contractor will obtain a Form signed by an authorized representative of any subcontractor performing work on the project, possessing sufficient knowledge to make the representations and certifications on the Form. The Prime Contractor shall submit the Form to the County prior to requesting subcontractor approval and before the subcontractor performs any work. Failure or refusal to provide the Form will be considered a refusal to comply with subcontractor approval requirements, will result in rejection of the subcontractor request, and may subject the subcontractor to the enforcement activities, sanctions and civil penalties specified in the Act. The Prime Contractor shall include information about the requirements of the Act in all subcontracts. Department of General Services. The Department of General Services is the Commonwealth agency responsible for enforcement and administration of the Act. Please direct questions about the Act to: Department of General Services Public Works Employment Verification Compliance Office Room 105 Tent Building 18th and Herr Streets Harrisburg, PA 17125 Fax: 717-214-3669
– 5 –
County: Luzerne Municipality: Sugarloaf Township Project No.: 30895.07
Attachment 1-A SPECIFICATIONS AND SPECIAL PROVISIONS TO CONTRACT MS-944
CONTAINS IMPORTANT INFORMATION FOR THE CONTRACTOR
DESCRIPTION OF WORK
9203-0001 Over Excavate & Subbase Backfill This item is in accordance with PennDOT Publication 408 Sections 203 & 350 and as follows: This item includes all work necessary to provide additional excavation in selected areas of the roadway at variable depths and backfill with Subbase (No. 2A). These areas and depths will be determined in the field during construction. 9491-0019 Milling of Bituminous Pavement Surface, Variable Depth, Milled Material Retained by Contractor: This item is in accordance with PennDOT Publication 408 Section 491 and as follows: This item includes all work necessary to mill all material from the top of the existing bridge deck. Any damage to the bridge deck as a result of the milling process is to be repaired at no additional cost to the County. The depth of material to be milled is unknown and may vary across the structure. 9620-1600 Type 31-S Guide Rail This item is in accordance with PennDOT Publication 408 Section 620 and as follows: This item includes the installation of standard Type 31-S guiderail and nested guiderail (18’-9”) span over the existing structure on each side of the road in accordance with PennDOT Roadway Construction Standard RC-51M, Sheet 9 of 14. 9000-0001 Erosion and Sedimentation Controls This item is in accordance with PennDOT Publication 408 Sections 867, 801, 802, 804, 805 & 806. This item includes installation and removal of compost filter sock and concrete washout areas. Additionally the following elements are incidental to this item if needed on the project: seeding and soil supplements, mulch blanket, top soil placement and mulch. 9001-0010 Class AA Cement Curb This item is in accordance with PennDOT Publication 408 Sections 1001 & 1002 and as follows: This item includes all work necessary to construct the concrete curb as detailed on the project plans. All reinforcement is to be epoxy coated. All concrete is to be Class AA Cement Concrete. Provide adhesive anchor systems and epoxy bonding compounds which are PennDOT Bulletin 15 approved. 9680-0120 Membrane Waterproofing System Installed on Bridge Deck This item is in accordance with PennDOT Publication 408 Section 680 and as follows: This item includes all necessary materials and work required to install waterproofing on the existing deck slab in accordance with the plan details. Incidental to this item are two layers of ½” of Bituminous Wearing Course, FJ-1, Leveling Course, SRL-L. 0901-0001 Maintenance and Protection of Traffic This item is in accordance with PennDOT Publication 408 Section 901, Project plans, PennDOT Publication 213 (PATA Figures 205, 106, 107 and all other applicable figures) and as follows: Maintain at least one lane of traffic at all times except for temporary intermittent interruptions by use of flaggers. Have all vehicles entering and leaving the work area do so in a manner that is not hazardous to or does not interfere with local traffic. Erect all barricades and warning signs prior to commencement of construction operations. Contact the appropriate municipal officials, the County, postal service, schools, fire, ambulance and 911 communications center a minimum of two weeks prior to the start of the project. 9001-0730 Selected Borrow Excavation, Structure Backfill (No. 57 Coarse Aggregate) This item is in accordance with PennDOT Publication 408 Section 1001 and as follows: Revise the 13th bullet of 1001.2(i) to read:
- Selected Borrow Excavation – Structure Backfill – No. 57 Coarse Aggregate meeting the requirements of Section 703.2, with a maximum of 5% material passing the No. 200 sieve (based on laboratory sieve tests, square openings).
– 6 –
1018-0050 Removal of Portion of Existing Bridge This item is in accordance with PennDOT Publication 408 Section 1018 and as follows: The limits of structure removal include the existing concrete bridge barriers. The bridge barriers are to be sawcut and removed to a neat clean edge. The bridge deck is not to be damaged during barrier demolition and any damage to the existing structure beyond the barriers is to be repaired at no cost to the County. Work considered incidental to all bid items include coordination with utilities, clearing and grubbing, preparation and delivery of As-Built plans, preparation and delivery of all material certifications and bills of lading. Note: Proper MPT must be provided when altering vehicular or pedestrian traffic. Note: Dimensions shown on plans are approximate and should be verified prior to construction. Note: All materials are to be from Bulletin 15 approved suppliers. Delivery slips and material certifications (CS-4171) are
required for all materials.
My signature signifies that I have read and understand the above conditions and special provisions to this contract, and by being authorized by this company to act as their authorized representative, and on their behalf hereby agree to adhere to any and all of the provisions pertaining to this contract. ______________________________________________ ______________________________________________ Contractor’s Representative Date County’s Representative Date ______________________________________________ ______________________________________________ Company County
– 7 –
Mountain Road Bridge (CB57314) Repairs |Project Manual|
PROPOSAL AND CONTRACT INSTRUCTIONS
MS-944 PROPOSAL AND CONTRACT INSTRUCTIONS – FORM 944
1. The proposal must be typewritten or printed.
2. If more than one proposal on any project is submitted by any individual, firm or partnership, corporation or association under the same names, only one lowest proposal will be considered.
3. Description of work------
A. If additional space is needed, insert appropriately numbered attachment and note “Continued on Attachment No. __________________________.”
B. Where Wearing Surfaces are a part of this Contract, Average Daily Traffic (ADT) Count or SRL determination must be included in the description.
4. Part A of Page 1 to be completed by municipality. Part B of Page 1 to be completed by contractor. Schedule of
Prices – Column #1 (Item), #2 (Approximate Quantities), #3 (Unit, i.e., ton, square yard, linear feet, etc.) and #4 (Description, i.e., bituminous materials – 9.5 mm S & L, 12.5 mm Wearing, 25.0 mm Base Course, etc.) must be filled in by the municipality to insure equitable bidding. Column #5 (Unit Price), #6 (Total), and total amount of bid must be filled in by the contractor. If more space is needed, add note at bottom of the page: Continued on Attachment No. 1-A,” and add additional sheet designated as Attachment No. 1-A, 1-B, etc. Repeat for each additional sheet required.
5. If liquidated damages are to be assessed, add the following sentence to Part A #2. “If all work is not completed
on time, liquidated damages will be assessed at the rate of $ ______________________________per additional working day.” (OR”…as set forth in the attached schedule.”)
6. Payment and Performance bonds are provided only by the successful bidder. Contracts under $5,000 – bonds
must be in 50% of the contract amount. Contracts in excess of $5,000 – bonds must be in 100% of the contract amount. Bond Form MS-944 Attachments 2 and 3 and Workmen’s Compensation Affidavit Attachment 4 must be submitted by the successful bidder within 20 days of the contract award. Failure to submit the bonds shall constitute grounds to cancel the contract.
7. *Construction projects, where the estimated cost of the total project exceeds $100,000, are subject to the
provisions of the Pennsylvania Prevailing Wage Act 442. It is the responsibility of the municipality to obtain the Prevailing Wage Scale for the area and include it in the proposal. IF the Prevailing Wage Act applies, this fact shall be noted in the advertisement.
On projects utilizing Federal revenue Sharing Funds, if the project cost exceeds $2,000 and is financed with 25% or more Federal Revenue Sharing Funds, the Davis Bacon Act applies. Again it is the responsibility of the municipality to obtain the Davis Bacon Wage Rates, include them in the proposal and note the fact in the advertisement. If both Acts are applicable, the Davis Bacon Act has preference over the Pennsylvania Prevailing Wage Act.
8. An ESCALATOR CLAUSE is optional; however, if used, it must be included in the proposal prepared by the
municipality. An escalator clause may not be inserted by the contractor.
*(1961, Aug. 15, P.L. 987; 43 P.S. 165)
- 8 -
Mountain Road Bridge (CB57314) Repairs |Project Manual|
PERFORMANCE BOND
MS-944 (02-01) PERFORMANCE BOND Attachment 2 (REPRODUCE LOCALLY) (With Corporate Surety)
KNOW ALL MEN BY THESE PRESENTS, that we, _______________________________________________ (NAME AND ADDRESS OF CONTRACTOR)
as Principal and ____________________________________________________________________________________ (SURETY COMPANY)
a corporation incorporated under the laws of the State of _____________________________________________as Surety (NAME OF STATE)
are held and firmly bound unto ____________________________________________________ . In the full and just sum of _________________________________________________________ ($ _____________________________) dollars lawful money of the United States of America, to be paid to the above Municipality or its assigns, to which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bouden Principal has entered into a contract with the above Municipality, bearing even date herewith, for the undertaking of certain obligations as therein set forth. NOW, THEREFORE, the condition of this obligations such that if the bounden Principal, as Contractor, shall in all respects comply with and faithfully perform the terms and conditions of said Contract, including the Specifications and conditions referred to and made a part thereof, and such alterations as may be made in said Specifications as therein provided, and shall well and truly, and in a manner satisfactory to the Municipality fulfill all obligations as therein set forth, then this Obligation shall be void, but otherwise the same shall be and remain in full force, virtue and effect. It is further provided that any alteration which may be made in the terms of the contract or its specifications with the express approval of the Municipality or the Principal to the other, shall not in any way release the Principal and Surety or either or any of them, their heirs, executors, administrators, successors or assigns from their liability hereunder, notice to the Surety of any such alteration or forbearance being hereby waived. IN WITNESS WHEREOF, the said Principal and Surety have duly executed this Bond under Seal, pursuant to due and legal action authorizing the same to be done on ____________________________________________________ (DATE OF BOND) ____________________________________________________ SEAL Attest / Witness CONTRACTOR
_____________________________________ BY:___________________________________________________ TITLE TITLE SEAL Attest / Witness ___________________________________________________ SURETY COMPANY
____________________________________ BY:____________________________________________________ TITLE TITLE
- 9 -
Mountain Road Bridge (CB57314) Repairs |Project Manual|
PAYMENT BOND
MS-944 PAYMENT BOND Attachment 3 KNOW ALL MEN BY THESE PRESENTS, that we, _______________________________________________ of _____________________________________, as PRINCIPAL and ________________________________________ corporation incorporated under the laws of the State of _______________________________________as SURETY, are held and firmly bond unto the ___________________________________________________, in the full and just sum of ____________________________________________ ($ _____________________) dollars, lawful money of the United States of America, to be paid to the said __________________ or its assigns, to which payment well and true to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with the above municipality, hereinafter called Obligee, bearing even date herewith, for the improvement of a certain section of highway or bridge in said Municipality consisting of: ___________________________________________________________________________ for approximately the sum of ____________________________________________ ($ _________________) dollars. NOW, THEREFORE, the condition of this obligation is such that if the above bounden PRINCIPAL shall and will promptly pay or cause to be paid in full all sums of money which may be due to contract or otherwise, to any individual, firm, partnership, association or corporation, for all material furnished or labor supplied or performed in the prosecution of the work, whether or not the said material or labor entered into and became component parts of the work and for rental of the equipment used and services rendered by public utilities in, or in connection with the prosecution of such work, then this obligation to be void, otherwise to remain in full force and effect. The PRINCIPAL and SURETY, hereby, jointly and severally, agree with the Obligee herein that any individual firm, partnership, association or corporation, which has performed labor or furnished material in the prosecution of the work as provided, and any public utility which has not been paid in full therefore, may sue in assumpsit’s on this Payment bond in his, them or it, and have execution thereon. Provided, however, that the Obligee shall not be liable for the payment of any costs of expenses of such suit. RECOVERY by any individual, firm, partnership, association or corporation hereunder shall be subject to the provisions of the “Public Works Contractors’ Bond Law of 1967”, Act No. 385, approved December 20, 1967, P.L. 869, which Act shall be incorporated herein and made a part hereof, as fully and completely as though its provisions were fully and at length herein recited. It is further provided that any alterations which may be made in the terms of the contract or in the work to be done or materials to be furnished or labor to be supplied or performed under it or the giving by the Obligee of any extension or forbearance being hereby waived. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have duly executed this Bond under seal this _______________________________________Day of _________________________________, 20 ___________. WITNESS: ________________________________________________ CONTRACTOR
_____________________________________________________ BY:_______________________________________________ TITLE TITLE
WITNESS: ________________________________________________ SURETY COMPANY
______________________________________ BY: ______________________________________________ TITLE TITLE
- 10 -
Mountain Road Bridge (CB57314) Repairs |Project Manual|
AFFIDAVIT ACCEPTING PROVISIONS OF THE WORKMEN’S COMP. ACT
MS-944 Attachment 4 AFFIDAVIT RE
ACCEPTING PROVISIONS OF THE WORKMEN’S COMPENSATION ACT
State of ) ) )SS: ) County of ) he has Being duly sworn according to law deposes and says that they have it accepted the provisions of the Workmen’s Compensation Act of 1915 of the Commonwealth of Pennsylvania, with its supplements and amendments, and have insured their liability hereunder in it accordance with the terms of said Act with _________________________________________________________________________________________ (SURETY COMPANY) ______________________________________ (TYPE OR PRINT) CONTRACTOR
BY: ______________________________________ SIGNATURE
Sworn to and subscribed before me this ________________________________________________________ day of _______________________________________A.D. 20 ____________ My Commission Expires ___________________________ (DATE)
- 11 -
Mountain Road Bridge (CB57314) Repairs |Project Manual|
ANTI‐COLLUSION AFFIDAVIT
– 12 –
MS-NCP
D-7126 ( 6-99 )
ANTI-COLLUSION AFFIDAVIT County Luzerne Municipality Sugarloaf Township Project Number 30895.07 State of Pennsylvania Fed. Project No. ( If Applicable )County of The undersigned deponent deposes and says that he is the of the Company; that he is authorized to make this affidavit on behalf of said company in compliance with section 102.06 (e) of Department Specifications, Publication 408, as amended and that the said company has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. (Contractor) BY Sworn to and subscribed before me the undersigned notary public this
day of , . Notary Public My Commission expires
Mountain Road Bridge (CB57314) Repairs |Project Manual|
NOTICE OF COMPLETION
Owner Luzerne County
NOTICE OF COMPLETION
IN REFERENCE TO PROJECT NO.: 30895.07
Name of Contractor:
Performance of work as specified on the above numbered contract is completed and final inspection has been made by the contractor and county in accordance with the terms of the contract awarded.
DATE OF AWARD:
_________________________________________ Signature of County Engineer _________________________________________ Signature of Contractor
Both copies of this form to be filled by the Contractor-County on completion of final rehabilitation.
THIS PORTION TO BE COMPLETED BY THE COUNTY
FINAL COMPLETION CERTIFICATE By the affixing of my signature I hereby certify that final inspection has been made and all work has been performed in accordance with the above contract # and is hereby accepted by the county as completed. _____________________________ Authorized Agent for the County
*DATE: _______________
* The Bidder is responsible for maintenance of permanent pavement repairs for a period of one year from this date.
Mountain Road Bridge (CB57314) Repairs |Project Manual|
INSURANCE REQUIREMENTS
1
Luzerne County Bridge Repairs Mountain Road Bridge (CB57314) over UNT to Little Nescopeck Creek Luzerne County, Pennsylvania Project No. 30895.07
INSURANCE REQUIREMENTS
The awarded Contractor shall purchase and maintain, at its expense, during the term of this contract and any renewals or extensions thereof, the following types of insurance issued by companies acceptable to the County.
1. Workmen’s compensation insurance sufficient to cover all of the employees of the contractor working to perform this contract as required by the laws of the Commonwealth.
2. Comprehensive general liability insurance, property damage insurance, and where appropriate automobile liability insurance. The minimum amount of coverage shall be $250,000.00 per person and $1,000,000.00 per occurrence for bodily injury, including death and $250,000.00 per person and $1,000,000.00 per occurrence for property damage.
These coverages shall be occurrence-based. The policy shall name the County and Alfred Benesch & Company as an additional insured and shall contain a provision that the coverages afforded thereunder shall not be cancelled or changed unless at least thirty (30) days prior written notice has been given to the County.
Prior to the commencement of work, the Contractor shall provide the County with a current certificate(s) of insurance showing the required coverages and provisions.
3. Your attention is directed to the hold harmless and indemnification provision:
“The Contractor shall hold the County harmless and indemnify the County against any and all claims, demands, and actions based upon or arising out of any activities performed by the Contractor and its employees and agents under this Contract and shall, at the request of the County, defend any and all actions brought against the County based upon any such claims or demands.”
Signature
Mountain Road Bridge (CB57314) Repairs |Project Manual|
CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY
Luzerne County – Mountain Road Bridge (CB57314) Repairs– Project No. 30895.07
CERTIFICATION OF CONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY
COMMONWEALTH OF PENNSYLVANIA
DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT BUREAU OF HOUSING AND DEVELOPMENT SMALL COMMUNITIES PROGRAM DIVISION
CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F.R 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted.
CERTIFICATION BY BIDDER
NAME AND ADDRESS OF BIDDER (Include ZIP Code) 1. Bidder has participated in a previous contract or subcontract subject to the Equal
Opportunity Clause.
Yes No
3. Bidder has filed all compliance reports due under applicable instructions, including SF-100.
Yes No None Required
Luzerne County – Mountain Road Bridge (CB57314) Repairs– Project No. 30895.07
4. Have you ever been or are you being considered for sanction due to violation of Executive
Order 11246, as amended?
Yes No
NAME AND TITLE OF SIGNER (Please Type) SIGNATURE DATE
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
EXHIBITS
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
PA NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE
Luzerne County – Mountain Road Bridge (CB57314) Repairs – Project No. 30895.07 NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE
Name: _____________________________________ Title: ______________________________________ Signed: _____________________________________ Date: ________________________________________
NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE
The Contractor and all subcontractors agree as follows:
1. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activity required under a contract or any subcontract, the contractor, subcontractor, or any person acting on behalf of the Borough or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates.
2. Neither the contractor or subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the contract on account of gender, race, creed, or color.
3. The contractor or subcontractor shall establish and maintain a written sexual harassment policy and shall inform their employees of the policy. The policy must contain a notice that sexual harassment will not be tolerated and employees who practice it will be disciplined.
4. The contractor or subcontractor shall not discriminate by reason of gender, race, creed, or color against any contractor or subcontractor or supplier who is qualified to perform the work to which the contracts relates.
5. Each contractor and subcontractor shall furnish all necessary employment documents and records
to and permit access to their books, records, and accounts by the contracting agency and the Bureau of Contract Administration and Business Development, for purposes of investigation, to ascertain compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. If the contractor or subcontractor does not possess documents or records reflecting the necessary information requested, the contractor or subcontractor shall furnish such information on reporting forms supplied by the contracting agency or the Bureau of Contract Administration and Business Development.
6. The contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every contract so that such provisions will be binding upon each contractor.
7. The Owner may cancel or terminate the contract, and all money payable pursuant to the contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition the agency may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File.
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
CERTIFICATE OF COMPLIANCE
INStructIoNS to complete the form
1. couNtY, lr/Sr, Sec/SeG. ecmS#
To be completed by the party that will ship the material to the construction project, otherwise leave blank.
2. NAme of mANufActurer, fABrIcAtor, coAter, precASter or proDucer
Check appropriate box; either manufactured, fabricated, coated, precasted or produced as appropriate.
Also, provide the name and the supplier code of the manufacturer, fabricator, coater or precaster of the material listed in
Bulletin #15 or the name and the supplier code of the Producer of material listed in Bulletin # 14, 41 or 42.; to be completed
by the party that is shipping approved material to the next destination.
3. meetS SpecIfIcAtIoN reQuIremeNtS
To be completed by the party that is shipping approved material to the next destination.
4. ShIppeD to
List the name of the company that material is being shipped to.
5. lot NumBer, QuANtItY, DeScrIptIoN of mAterIAl
To be completed by the party that is shipping approved material to the next destination.
6. checK thIS BlocK If Your proDuct coNtAINS IroN or Steel
To be completed by the party that is shipping approved material to the next destination.
7. VeNDor clASSIfIcAtIoN (checK oNe BlocK oNlY)
If you are a Manufacturer, Fabricator, Coater or Precaster listed in Bulletin #15, or a
Producer listed in Bulletin # 14, 41 or 42, check block # 1.
If you are a *Distributor, *Supplier or *Private Label Company of Bulletin #15 items, check block # 2.
(* - These categories are not eligible for listing in Bulletin #15, however, you may provide material
for PennDOT projects on condition that the material being shipped is listed in Bulletin #15.)
8. certIfIcAtIoN reQuIremeNtS, Name, title, Date, company Name, and Signature
Enter the required information and sign the Certificate of Compliance form.
9. complete lINe # 9 oNlY If You checKeD BlocK # 2 oN lINe # 7, otherWISe leAVe BlANK
List company that sold the material to you. (Company Name)
IN ADDItIoN:
2. & 5. Private Label Companies who complete the Certificate of Compliance form CS-4171 must identify the
true manufacturer (Line 2) and the approved material (Line 5) as it is listed in Bulletin # 15 under
that manufacturers listing.
After completing the Certificate of Compliance form CS-4171, maintain the original at your company’s location. A copy of
the Certificate of Compliance form must accompany your material shipment to its next destination. Also, if you receive
material shipments from other companies related to PennDOT projects, the accompanying Certificate of Compliance
forms must be kept on file at your location. These files must be available for inspection and verification by a Department
Representative for a period of not less than THREE years from the date of the last shipment.
CS-4171 (11-11)
CertifiCate of ComplianCe
CS-4171 (11-11)
CertifiCate of ComplianCe
1. �couNtY:_________________________ �lr/Sr:____________ �Sec/SeG:____________ �ecmS#:____________(� - To be completed by the party that will ship the material to the project, otherwise leave blank.)
2. I / WE hereby certify that the material listed on line 5 was:
� Manufactured � Fabricated � Coated � Precasted � Produced
By_____________________________________________________________ ________________________________
3. and the party listed above certifies that the material(s) on line 5 meets the requirements of
publication 408, Section(s) __________________________________________________________________________
AAShto, AStm, Federal or other designation ____________________________________________________________
4. The material listed below is being shipped to:______________________________________________________________
5. lot No. QuANtItY ApproVeD mAterIAl AS lISteD IN BulletIN # 14 or 15BulletIN # 41 or 42 proDucerS, lISt hmA / pcc Jmf.
________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6. � checK here If Your proDuct coNtAINS IroN or Steel (AND check one of the following boxes, as appropriate.) I / WE certify the material identified above conforms with Section 106.01 of Publication 408 as indicated below.
� ‘Identifiable Steel’ or Fabricated Structural Steel (Section 1105). Either Steel products that contain permanent markings that identify that the material was melted and manufactured in the United States or which have received in-plant inspection by the Department or a Department representative where verification of Mill Test reports was performed to verify conformance with the PA Steel Procurement Act. only form cS-4171 is required.
� ‘Unidentified Steel’ – Attach supporting documentation including invoices, bills of lading and mill test reports that positively identify that the steel was melted and manufactured in the United States.
All manufacturing processes including coatings application (e.g. epoxy, galvanizing, or painting) have occurred in the United States and we are maintaining copy(s), in our files in accordance with Section106.03(b)3. Note: While coating materials themselves are not covered by Buy America, the application of these materials on steel or iron must occur in the United States.
7. VeNDor clASSIfIcAtIoN (checK oNe BlocK oNlY) -
� #1 manufacturer, fabricator, coater, precaster � #2 Distributor, Supplier or *private label companylisted in Bulletin # 15, or producer listed in Not listed in Bulletin # 15.Bulletin # 14, 41 or 42 Also, complete line 9
I certify that the above statements are true and to the I certify that the material being supplied is one and the same asbest of my knowledge, fairly and accurately describe provided to us by the manufacturer listed on this document andthe product(s) listed. quantities listed above are accurate.
8. NAme (print) : ____________________________________________ tItle:__________________________________
compANY NAme : ________________________________________________________________________________
SIGNAture : ______________________________________________________ DAte: ________________________
9. List company that sold you the material(s) documented above: ______________________________________________(Complete if you checked Block # 2 on line # 7, otherwise leave blank.)
(Name of Manufacturer, Fabricator, Coater, Precaster or Producer) (Supplier Code)
(Company Name)
By Responsible Company Official (Qc Staff only if you checked block #1 on line 7)
(Company Name)
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
PSATS CDL PROGRAM – STATEMENT OF COMPLIANCE
Rev. 09/05
PSATS CDL Program Contractor’s Statement of Compliance
Due to the nature of the work that this contractor may perform for this employer, this contractor must use employees who perform safety-sensitive functions for which a Commercial Driver’s License (CDL) is typically required. Section 49 CFR 382.301(c)(2) of the federal CDL regulations requires that, prior to the first time an employer uses a CDL employee employed by another entity (i.e., a contractor to whom the township is awarding a contract), and every six months of the contract, this employer must certify that any CDL employees used by the contractor remain covered by a qualified CDL drug and alcohol testing program.
If the contractor is not participating in a qualified CDL drug and alcohol testing program at the time of the awarding of the contract, or at any six-month re-certification point, then all the contractor’s CDL employees must obtain a negative result on a pre-employment drug test before beginning (or continuing) contracted work for this employer. The PSATS CDL Program remains open to any contractor needing to join a qualified testing program.
Contractor’s CDL Testing Program
Testing Program Phone # ( ) Testing Program Contact Person Testing Program Address City State Zip
Note: An original signed copy of this form must be permanently retained by the employer with this
contract and a new form received every 6 months of the contract’s duration.
PSATS CDL Program Form CONTRACTOR
Contractor
By Signing below, I verify that this contractor is a current participant in the following CDL testing program conforming to 49 CFR Part 40. Contractor’s Authorized Representative Today’s Date / / Signature of Authorized Representative
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
PUBLIC WORKS EMPLOYMENT VERIFICATION FORM
COMMONWEALTH OF PENNSYLVANIA
PUBLIC WORKS EMPLOYMENT VERIFICATION FORM
Date _______________________
Business or Organization Name (Employer)_________________________________________________
Address _____________________________________________________________________________
City _____________________________________ State_____________ Zip Code ________________
Contractor {dzōŎƻƴǘNJŀŎǘƻNJ όŎƘŜŎƪ ƻƴŜύ
Contracting Public Body _______________________________________________________________
Contract/Project No ___________________________________________________________________
Project Description ____________________________________________________________________
Project Location ______________________________________________________________________
As a contractor/subcontractor for the above referenced public works contract, I hereby affirm that as
of the above date, our company is in compliance with the Public Works Employment Verification Act
(‘the Act’) through utilization of the federal E‐Verify Program (EVP) operated by the United States
Department of Homeland Security. To the best of my/our knowledge, all employees hired post
January 1, 2013 are authorized to work in the United States.
It is also agreed to that all public works contractors/subcontractors will utilize the federal EVP to
verify the employment eligibility of each new hire within five (5) business days of the employee start
date throughout the duration of the public works contract. Documentation confirming the use of the
federal EVP upon each new hire shall be maintained in the event of an investigation or audit.
I, _________________________, authorized representative of the company above, attest that the
information contained in this verification form is true and correct and understand that the submission
of false or misleading information in connection with the above verification shall be subject to
sanctions provided by law.
________________________________
Authorized Representative Signature
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
STATEMENT OF BIDDERS QUALIFICATIONS FORM
Luzerne County – Mountain Road Bridge (CB57314) Repairs – Project No. 30895.07
BQ-1
STATEMENT OF BIDDER’S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may
be answered on separate attached sheets. The bidder may submit any additional information he desires.
1. Name of Bidder.
2. Permanent main office address.
3. When organized.
4. If a corporation, where incorporated.
5. How many years have you been engaged in the contracting business under your present firm or
trade name?
6. Contracts on hand: (schedule, showing amount of each contract and the appropriate anticipated
dates of completion.)
7. General character of work performed by your company.
8. Have you ever failed to complete any work awarded to you? If so, for whom and why?
9. Have you ever defaulted on a contract? If so, for whom and why.
10. List the more important projects recently completed by your company, stating the approximate cost
for each, and the month and year completed.
11. List your major equipment available for this contract?
12. Experience in construction work similar in importance to this project.
13. Background and experience of the principal members of your organization, including the officers.
14. Credit available: ($_____________________)
15. Give Bank references.
16. Will you, upon request, complete a detailed financial statement and furnish any other information
that may be required by the Owner?
17. The undersigned hereby authorizes and requests any persons, firm, or corporation to furnish any
information requested by the , County, Pennsylvania,
in verification of the information provided in this STATEMENT OF BIDDER’S QUALIFICTIONS.
Dated this ______ day of ___________________, 20_____.
__________________________________________
(Name of Bidder)
By: ______________________________________
Title: _____________________________________
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
WAGE RATES
Project Name: Mountain Road Bridge Repairs
Awarding Agency: Luzerne County
Contract Award Date: 3/3/2019
Serial Number: 18-07917
Project Classification: Highway
Determination Date: 12/12/2018
Assigned Field Office: Scranton
Field Office Phone Number: (570)963-4577
Toll Free Phone Number: (877)214-3962
Project County: Luzerne County
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 1 of 9
Project: 18-07917 - Building EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Asbestos & Insulation Workers 7/1/2016 $32.48 $18.52 $51.00
Asbestos & Insulation Workers 7/1/2018 $32.83 $19.17 $52.00
Asbestos & Insulation Workers 7/1/2019 $32.48 $20.52 $53.00
Boilermaker (Commercial, Institutional, and MinorRepair Work)
3/1/2017 $28.52 $18.22 $46.74
Boilermaker (Commercial, Institutional, and MinorRepair Work)
3/1/2018 $29.52 $18.22 $47.74
Boilermakers 1/1/2018 $46.26 $33.36 $79.62
Boilermakers 3/1/2018 $45.89 $33.73 $79.62
Bricklayers, Stone Masons, Pointers, Caulkers,Cleaners
5/1/2017 $33.82 $16.56 $50.38
Bricklayers, Stone Masons, Pointers, Caulkers,Cleaners
5/1/2018 $34.44 $16.74 $51.18
Bricklayers, Stone Masons, Pointers, Caulkers,Cleaners
5/1/2019 $35.15 $16.93 $52.08
Bricklayers, Stone Masons, Pointers, Caulkers,Cleaners
5/1/2020 $35.94 $17.14 $53.08
Bricklayers, Stone Masons, Pointers, Caulkers,Cleaners
5/1/2021 $36.82 $17.36 $54.18
Carpenters, Drywall Hangers, Framers, InstrumentMen, Lathers, Soft Floor Layers
5/1/2017 $28.88 $16.78 $45.66
Carpenters, Drywall Hangers, Framers, InstrumentMen, Lathers, Soft Floor Layers
6/1/2018 $29.53 $17.43 $46.96
Cement Finishers 6/1/2016 $32.43 $11.35 $43.78
Drywall Finisher 5/1/2017 $27.81 $18.17 $45.98
Electricians 6/1/2017 $34.36 $19.85 $54.21
Electricians 6/1/2020 $37.36 $21.89 $59.25
Electricians 6/1/2019 5/31/2020 $36.36 $21.16 $57.52
Electricians 6/1/2018 5/31/2019 $35.36 $20.48 $55.84
Elevator Constructor 1/1/2016 $45.04 $30.28 $75.32
Elevator Constructor 1/1/2018 $47.48 $33.00 $80.48
Glazier 5/1/2016 $29.02 $15.51 $44.53
Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)
7/1/2017 $32.32 $28.42 $60.74
Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)
7/1/2018 $33.07 $28.42 $61.49
Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)
7/1/2019 $33.76 $28.42 $62.18
Laborers (Class 01 - See notes) 5/1/2017 $21.02 $16.88 $37.90
Laborers (Class 01 - See notes) 5/1/2018 $21.32 $17.63 $38.95
Laborers (Class 01 - See notes) 5/1/2019 $21.67 $18.33 $40.00
Laborers (Class 01 - See notes) 5/1/2020 $22.02 $19.03 $41.05
Laborers (Class 02 - See notes) 5/1/2020 $24.02 $19.03 $43.05
Laborers (Class 02 - See notes) 5/1/2019 $23.67 $18.33 $42.00
Laborers (Class 02 - See notes) 5/1/2018 $23.32 $17.63 $40.95
Laborers (Class 02 - See notes) 5/1/2017 $23.02 $16.88 $39.90
Laborers (Class 03 - See notes) 5/1/2018 $23.67 $17.92 $41.59
Laborers (Class 03 - See notes) 5/1/2019 $24.12 $18.62 $42.74
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 2 of 9
Project: 18-07917 - Building EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Laborers (Class 03 - See notes) 5/1/2017 $23.32 $17.17 $40.49
Laborers (Class 03 - See notes) 5/1/2020 $24.02 $19.32 $43.34
Laborers (Class 04 - See notes) 5/1/2018 $25.17 $17.92 $43.09
Laborers (Class 04 - See notes) 5/1/2017 $24.82 $17.17 $41.99
Laborers (Class 04 - See notes) 5/1/2019 $25.62 $18.62 $44.24
Laborers (Class 04 - See notes) 5/1/2020 $25.72 $19.32 $45.04
Laborers (Class 05 - See notes) 5/1/2017 $25.32 $17.17 $42.49
Laborers (Class 05 - See notes) 5/1/2018 $25.67 $17.92 $43.59
Laborers (Class 05 - See notes) 5/1/2020 $25.72 $19.32 $45.04
Laborers (Class 05 - See notes) 5/1/2019 $26.12 $18.62 $44.74
Laborers (Class 06 - See notes) 5/1/2017 $23.02 $16.88 $39.90
Laborers (Class 06 - See notes) 5/1/2018 $23.32 $17.63 $40.95
Laborers (Class 06 - See notes) 5/1/2019 $23.67 $18.33 $42.00
Laborers (Class 06 - See notes) 5/1/2020 $24.47 $19.03 $43.50
Marble Mason 5/1/2021 $34.23 $15.90 $50.13
Marble Mason 5/1/2020 $33.45 $15.68 $49.13
Marble Mason 5/1/2019 $32.66 $15.47 $48.13
Marble Mason 5/1/2018 $31.85 $15.28 $47.13
Marble Mason 5/1/2017 $31.03 $15.10 $46.13
Millwright 5/1/2017 $33.79 $18.16 $51.95
Millwright 5/1/2018 4/30/2019 $34.41 $18.64 $53.05
Millwright 5/1/2020 $36.04 $19.31 $55.35
Millwright 5/1/2019 4/30/2020 $35.30 $18.90 $54.20
Operators (Building, Class 01 - See Notes) 5/1/2018 $36.78 $25.03 $61.81
Operators (Building, Class 01 - See Notes) 5/1/2017 $35.24 $24.58 $59.82
Operators (Building, Class 01 - See Notes) 5/1/2021 $41.41 $26.40 $67.81
Operators (Building, Class 01 - See Notes) 5/1/2019 $38.32 $25.49 $63.81
Operators (Building, Class 01 - See Notes) 5/1/2020 $39.87 $25.94 $65.81
Operators (Building, Class 01A - See Notes) 5/1/2019 $40.57 $26.15 $66.72
Operators (Building, Class 01A - See Notes) 5/1/2017 $37.49 $25.23 $62.72
Operators (Building, Class 01A - See Notes) 5/1/2020 $42.12 $26.60 $68.72
Operators (Building, Class 01A - See Notes) 5/1/2018 $39.03 $25.69 $64.72
Operators (Building, Class 01A - See Notes) 5/1/2021 $43.66 $27.06 $70.72
Operators (Building, Class 02 - See Notes) 5/1/2017 $34.96 $24.49 $59.45
Operators (Building, Class 02 - See Notes) 5/1/2018 $36.50 $24.95 $61.45
Operators (Building, Class 02 - See Notes) 5/1/2019 $38.05 $25.39 $63.44
Operators (Building, Class 02 - See Notes) 5/1/2020 $39.59 $25.84 $65.43
Operators (Building, Class 02 - See Notes) 5/1/2021 $41.13 $26.30 $67.43
Operators (Building, Class 02A - See Notes) 5/1/2021 $43.38 $26.98 $70.36
Operators (Building, Class 02A - See Notes) 5/1/2019 $40.30 $26.06 $66.36
Operators (Building, Class 02A - See Notes) 5/1/2018 $38.75 $25.61 $64.36
Operators (Building, Class 02A - See Notes) 5/1/2017 $37.21 $25.16 $62.37
Operators (Building, Class 03 - See Notes) 5/1/2017 $32.23 $23.68 $55.91
Operators (Building, Class 03 - See Notes) 5/1/2018 $33.78 $24.12 $57.90
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 3 of 9
Project: 18-07917 - Building EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Operators (Building, Class 03 - See Notes) 5/1/2019 $35.32 $24.59 $59.91
Operators (Building, Class 03 - See Notes) 5/1/2020 $36.86 $25.05 $61.91
Operators (Building, Class 03 - See Notes) 5/1/2021 $38.41 $25.50 $63.91
Operators (Building, Class 04 - See Notes) 5/1/2017 $30.33 $22.12 $52.45
Operators (Building, Class 04 - See Notes) 5/1/2018 $32.63 $23.80 $56.43
Operators (Building, Class 04 - See Notes) 5/1/2019 $34.17 $24.27 $58.44
Operators (Building, Class 04 - See Notes) 5/1/2020 $35.73 $24.71 $60.44
Operators (Building, Class 04 - See Notes) 5/1/2021 $37.26 $25.18 $62.44
Operators (Building, Class 05 - See Notes) 5/1/2017 $29.87 $21.99 $51.86
Operators (Building, Class 05 - See Notes) 5/1/2018 $32.18 $23.69 $55.87
Operators (Building, Class 05 - See Notes) 5/1/2020 $35.28 $24.59 $59.87
Operators (Building, Class 05 - See Notes) 5/1/2019 $33.73 $24.14 $57.87
Operators (Building, Class 05 - See Notes) 5/1/2021 $36.82 $25.04 $61.86
Operators (Building, Class 06 - See Notes) 5/1/2017 $29.00 $21.72 $50.72
Operators (Building, Class 06 - See Notes) 5/1/2020 $34.40 $24.32 $58.72
Operators (Building, Class 06 - See Notes) 5/1/2018 $31.31 $23.41 $54.72
Operators (Building, Class 06 - See Notes) 5/1/2021 $35.95 $24.77 $60.72
Operators (Building, Class 06 - See Notes) 5/1/2019 $32.86 $23.86 $56.72
Operators (Building, Class 07A- See Notes) 5/1/2017 $42.44 $28.13 $70.57
Operators (Building, Class 07A- See Notes) 5/1/2019 $46.15 $29.22 $75.37
Operators (Building, Class 07A- See Notes) 5/1/2020 $48.00 $29.77 $77.77
Operators (Building, Class 07A- See Notes) 5/1/2021 $49.86 $30.31 $80.17
Operators (Building, Class 07A- See Notes) 5/1/2018 $44.29 $28.68 $72.97
Operators (Building, Class 07B- See Notes) 5/1/2017 $42.09 $28.03 $70.12
Operators (Building, Class 07B- See Notes) 5/1/2018 $43.95 $28.58 $72.53
Operators (Building, Class 07B- See Notes) 5/1/2019 $45.80 $29.12 $74.92
Operators (Building, Class 07B- See Notes) 5/1/2020 $47.65 $29.67 $77.32
Operators (Building, Class 07B- See Notes) 5/1/2021 $49.51 $30.20 $79.71
Painters Class 1 (see notes) 5/1/2017 $27.25 $18.17 $45.42
Painters Class 2 (see notes) 5/1/2017 $30.15 $18.17 $48.32
Painters Class 3 (see notes) 5/1/2017 $36.25 $18.17 $54.42
Pile Driver Divers (Building, Heavy, Highway) 1/1/2017 $49.13 $17.95 $67.08
Piledrivers 1/1/2018 $33.55 $18.55 $52.10
Piledrivers 1/1/2019 $34.30 $19.30 $53.60
Plasterers 6/1/2016 $32.94 $10.92 $43.86
Plumbers and Steamfitters 6/1/2018 $42.64 $20.77 $63.41
Plumbers and Steamfitters 6/1/2017 $41.24 $20.77 $62.01
Plumbers and Steamfitters 6/1/2019 $44.04 $20.77 $64.81
Roofers 6/1/2017 $27.50 $19.08 $46.58
Sheet Metal Workers 5/1/2017 $30.61 $22.95 $53.56
Sheet Metal Workers 5/1/2018 4/30/2019 $30.63 $23.73 $54.36
Sprinklerfitters 4/1/2018 $38.80 $22.74 $61.54
Sprinklerfitters 4/1/2017 $37.40 $21.74 $59.14
Terrazzo Finisher 5/1/2017 $31.64 $15.62 $47.26
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 4 of 9
Project: 18-07917 - Building EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Terrazzo Finisher 5/1/2018 $32.35 $15.91 $48.26
Terrazzo Finisher 5/1/2019 $33.04 $16.22 $49.26
Terrazzo Setter 5/1/2017 $30.63 $18.85 $49.48
Terrazzo Setter 5/1/2018 $31.23 $19.25 $50.48
Terrazzo Setter 5/1/2019 $31.81 $19.67 $51.48
Tile & Marble Finisher 5/1/2019 $29.30 $15.42 $44.72
Tile & Marble Finisher 5/1/2018 $28.94 $14.78 $43.72
Tile & Marble Finisher 5/1/2021 $31.32 $15.40 $46.72
Tile & Marble Finisher 5/1/2017 $28.12 $14.60 $42.72
Tile & Marble Finisher 5/1/2020 $30.54 $15.18 $45.72
Tile Setter 5/1/2021 $34.23 $15.90 $50.13
Tile Setter 5/1/2020 $33.45 $15.68 $49.13
Tile Setter 5/1/2019 $32.66 $15.47 $48.13
Tile Setter 5/1/2018 $31.85 $15.28 $47.13
Tile Setter 5/1/2017 $31.03 $15.10 $46.13
Truckdriver class 1(see notes) 5/1/2018 $35.32 $0.00 $35.32
Truckdriver class 1(see notes) 5/1/2017 $34.47 $0.00 $34.47
Truckdriver class 1(see notes) 5/1/2019 $36.12 $0.00 $36.12
Truckdriver class 2 (see notes) 5/1/2017 $34.54 $0.00 $34.54
Truckdriver class 2 (see notes) 5/1/2019 $36.19 $0.00 $36.19
Truckdriver class 2 (see notes) 5/1/2018 $35.39 $0.00 $35.39
Truckdriver class 3 (see notes) 5/1/2018 $35.88 $0.00 $35.88
Truckdriver class 3 (see notes) 5/1/2019 $36.68 $0.00 $36.68
Truckdriver class 3 (see notes) 5/1/2017 $35.03 $0.00 $35.03
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 5 of 9
Project: 18-07917 - Heavy/Highway EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Carpenter and Piledriver 5/1/2018 4/30/2019 $30.75 $15.96 $46.71
Carpenter and Piledriver 5/1/2021 $33.12 $17.74 $50.86
Carpenter and Piledriver 5/1/2020 4/30/2021 $32.22 $17.19 $49.41
Carpenter and Piledriver 5/1/2019 4/30/2020 $31.51 $16.55 $48.06
Carpenters 5/1/2017 $30.12 $15.34 $45.46
Carpenters 5/1/2016 $29.67 $14.54 $44.21
Cement Finishers 6/1/2016 $32.43 $11.35 $43.78
Electric Lineman 1/1/2018 $55.43 $22.48 $77.91
Iron Workers 7/1/2016 $29.42 $28.78 $58.20
Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)
7/1/2017 $32.32 $28.42 $60.74
Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)
7/1/2018 $33.07 $28.42 $61.49
Iron Workers (Bridge, Structural Steel, Ornamental,Precast, Reinforcing)
7/1/2019 $33.76 $28.42 $62.18
Laborers (Class 01 - See notes) 5/1/2016 $19.81 $15.79 $35.60
Laborers (Class 01 - See notes) 5/1/2017 $20.36 $16.29 $36.65
Laborers (Class 01 - See notes) 5/1/2019 $21.61 $17.29 $38.90
Laborers (Class 01 - See notes) 5/1/2018 $20.96 $16.79 $37.75
Laborers (Class 02 - See notes) 5/1/2018 $27.58 $16.79 $44.37
Laborers (Class 02 - See notes) 5/1/2016 $26.43 $15.79 $42.22
Laborers (Class 02 - See notes) 5/1/2017 $26.98 $16.29 $43.27
Laborers (Class 02 - See notes) 5/1/2019 $28.23 $17.29 $45.52
Laborers (Class 03 - See notes) 5/1/2018 $24.57 $16.79 $41.36
Laborers (Class 03 - See notes) 5/1/2017 $23.97 $16.29 $40.26
Laborers (Class 03 - See notes) 5/1/2019 $25.22 $17.29 $42.51
Laborers (Class 03 - See notes) 5/1/2016 $23.42 $15.79 $39.21
Laborers (Class 04 - See notes) 5/1/2018 $24.92 $16.79 $41.71
Laborers (Class 04 - See notes) 5/1/2016 $23.77 $15.79 $39.56
Laborers (Class 04 - See notes) 5/1/2017 $24.32 $16.29 $40.61
Laborers (Class 04 - See notes) 5/1/2019 $25.57 $17.29 $42.86
Laborers (Class 05 - See notes) 5/1/2016 $24.44 $15.79 $40.23
Laborers (Class 05 - See notes) 5/1/2018 $25.59 $16.79 $42.38
Laborers (Class 05 - See notes) 5/1/2017 $24.99 $16.29 $41.28
Laborers (Class 05 - See notes) 5/1/2019 $26.24 $17.29 $43.53
Laborers (Class 06 - See notes) 5/1/2018 $25.01 $16.79 $41.80
Laborers (Class 06 - See notes) 5/1/2019 $25.66 $17.29 $42.95
Laborers (Class 06 - See notes) 5/1/2017 $24.41 $16.29 $40.70
Laborers (Class 06 - See notes) 5/1/2016 $23.86 $15.79 $39.65
Laborers (Class 07 - See notes) 5/1/2016 $24.15 $15.79 $39.94
Laborers (Class 07 - See notes) 5/1/2017 $24.70 $16.29 $40.99
Laborers (Class 07 - See notes) 5/1/2018 $25.30 $16.79 $42.09
Laborers (Class 07 - See notes) 5/1/2019 $25.95 $17.29 $43.24
Laborers (Class 08 - See notes) 5/1/2019 $26.43 $17.29 $43.72
Laborers (Class 08 - See notes) 5/1/2018 $25.78 $16.79 $42.57
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 6 of 9
Project: 18-07917 - Heavy/Highway EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Laborers (Class 08 - See notes) 5/1/2017 $25.18 $16.29 $41.47
Laborers (Class 08 - See notes) 5/1/2016 $24.63 $15.79 $40.42
Operators (Building/Heavy, Class 01 - See Notes) 5/1/2021 $39.98 $25.97 $65.95
Operators (Building/Heavy, Class 01 - See Notes) 5/1/2018 $35.35 $24.61 $59.96
Operators (Building/Heavy, Class 01 - See Notes) 5/1/2019 $36.90 $25.06 $61.96
Operators (Building/Heavy, Class 01 - See Notes) 5/1/2016 $32.16 $22.64 $54.80
Operators (Building/Heavy, Class 01 - See Notes) 5/1/2017 $33.80 $24.16 $57.96
Operators (Building/Heavy, Class 01 - See Notes) 5/1/2020 $38.44 $25.52 $63.96
Operators (Building/Heavy, Class 01a - See Notes) 5/1/2018 $37.60 $25.27 $62.87
Operators (Building/Heavy, Class 01a - See Notes) 5/1/2020 $40.69 $26.19 $66.88
Operators (Building/Heavy, Class 01a - See Notes) 5/1/2021 $42.24 $26.64 $68.88
Operators (Building/Heavy, Class 01a - See Notes) 5/1/2019 $39.14 $25.73 $64.87
Operators (Building/Heavy, Class 01a - See Notes) 5/1/2017 $36.05 $24.82 $60.87
Operators (Building/Heavy, Class 02 - See Notes) 5/1/2017 $33.52 $24.07 $57.59
Operators (Building/Heavy, Class 02 - See Notes) 5/1/2018 $35.07 $24.52 $59.59
Operators (Building/Heavy, Class 02 - See Notes) 5/1/2019 $36.61 $24.98 $61.59
Operators (Building/Heavy, Class 02 - See Notes) 5/1/2020 $38.16 $25.44 $63.60
Operators (Building/Heavy, Class 02 - See Notes) 5/1/2021 $39.70 $25.89 $65.59
Operators (Building/Heavy, Class 02a - See Notes) 5/1/2017 $35.78 $24.72 $60.50
Operators (Building/Heavy, Class 02a - See Notes) 5/1/2018 $37.32 $25.19 $62.51
Operators (Building/Heavy, Class 02a - See Notes) 5/1/2019 $38.87 $25.64 $64.51
Operators (Building/Heavy, Class 02a - See Notes) 5/1/2020 $40.41 $26.10 $66.51
Operators (Building/Heavy, Class 02a - See Notes) 5/1/2021 $41.95 $26.56 $68.51
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2021 $36.78 $25.03 $61.81
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2018 $32.15 $23.66 $55.81
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2017 $30.60 $23.21 $53.81
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2019 $33.69 $24.11 $57.80
Operators (Building/Heavy, Class 03 - See Notes) 5/1/2020 $35.23 $24.57 $59.80
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2017 $29.47 $22.88 $52.35
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2018 $31.01 $23.32 $54.33
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2021 $35.64 $24.69 $60.33
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2019 $32.55 $23.78 $56.33
Operators (Building/Heavy, Class 04 - See Notes) 5/1/2020 $33.65 $24.11 $57.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2018 $30.56 $23.20 $53.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2017 $29.02 $22.74 $51.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2019 $32.11 $23.65 $55.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2020 $33.65 $24.11 $57.76
Operators (Building/Heavy, Class 05 - See Notes) 5/1/2021 $35.20 $24.56 $59.76
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2017 $28.14 $22.49 $50.63
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2020 $32.78 $23.84 $56.62
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2019 $31.22 $23.40 $54.62
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2021 $34.31 $24.31 $58.62
Operators (Building/Heavy, Class 06 - See Notes) 5/1/2018 $29.68 $22.93 $52.61
Operators (Heavy, Class 07A - See Notes) 5/1/2020 $46.28 $29.27 $75.55
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 7 of 9
Project: 18-07917 - Heavy/Highway EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Operators (Heavy, Class 07A - See Notes) 5/1/2021 $48.14 $29.83 $77.97
Operators (Heavy, Class 07A - See Notes) 5/1/2017 $40.73 $27.63 $68.36
Operators (Heavy, Class 07A - See Notes) 5/1/2019 $44.43 $28.73 $73.16
Operators (Heavy, Class 07A - See Notes) 5/1/2018 $42.58 $28.18 $70.76
Operators (Heavy, Class 07B - See Notes) 5/1/2019 $44.09 $28.63 $72.72
Operators (Heavy, Class 07B - See Notes) 5/1/2021 $47.79 $29.71 $77.50
Operators (Heavy, Class 07B - See Notes) 5/1/2017 $40.38 $27.53 $67.91
Operators (Heavy, Class 07B - See Notes) 5/1/2018 $42.23 $28.09 $70.32
Operators (Heavy, Class 07B - See Notes) 5/1/2020 $45.94 $29.17 $75.11
Operators (Highway, Class 01 - See Notes) 5/1/2016 $32.16 $22.64 $54.80
Operators (Highway, Class 01 - See Notes) 5/1/2017 $32.93 $23.87 $56.80
Operators (Highway, Class 01 - See Notes) 5/1/2018 $34.47 $24.33 $58.80
Operators (Highway, Class 01 - See Notes) 5/1/2019 $36.02 $24.79 $60.81
Operators (Highway, Class 01 - See Notes) 5/1/2020 $37.56 $25.24 $62.80
Operators (Highway, Class 01 - See Notes) 5/1/2021 $39.10 $25.70 $64.80
Operators (Highway, Class 01a - See Notes) 5/1/2018 $36.72 $25.01 $61.73
Operators (Highway, Class 01a - See Notes) 5/1/2021 $41.35 $26.38 $67.73
Operators (Highway, Class 01a - See Notes) 5/1/2017 $35.18 $24.56 $59.74
Operators (Highway, Class 01a - See Notes) 5/1/2019 $38.27 $25.46 $63.73
Operators (Highway, Class 01a - See Notes) 5/1/2020 $39.81 $25.92 $65.73
Operators (Highway, Class 02 - See Notes) 5/1/2016 $30.98 $22.31 $53.29
Operators (Highway, Class 02 - See Notes) 5/1/2017 $31.75 $23.53 $55.28
Operators (Highway, Class 02 - See Notes) 5/1/2018 $33.30 $23.98 $57.28
Operators (Highway, Class 02 - See Notes) 5/1/2019 $34.84 $24.44 $59.28
Operators (Highway, Class 02 - See Notes) 5/1/2020 $36.38 $24.90 $61.28
Operators (Highway, Class 02 - See Notes) 5/1/2021 $37.93 $25.35 $63.28
Operators (Highway, Class 03 - See Notes) 5/1/2016 $30.28 $22.10 $52.38
Operators (Highway, Class 03 - See Notes) 5/1/2017 $31.06 $23.32 $54.38
Operators (Highway, Class 03 - See Notes) 5/1/2018 $32.59 $23.80 $56.39
Operators (Highway, Class 03 - See Notes) 5/1/2019 $34.14 $24.25 $58.39
Operators (Highway, Class 03 - See Notes) 5/1/2020 $35.69 $24.69 $60.38
Operators (Highway, Class 03 - See Notes) 5/1/2021 $37.23 $25.16 $62.39
Operators (Highway, Class 04 - See Notes) 5/1/2016 $29.82 $21.98 $51.80
Operators (Highway, Class 04 - See Notes) 5/1/2017 $30.60 $23.20 $53.80
Operators (Highway, Class 04 - See Notes) 5/1/2018 $32.14 $23.66 $55.80
Operators (Highway, Class 04 - See Notes) 5/1/2019 $33.68 $24.12 $57.80
Operators (Highway, Class 04 - See Notes) 5/1/2020 $35.23 $24.57 $59.80
Operators (Highway, Class 04 - See Notes) 5/1/2021 $36.77 $25.03 $61.80
Operators (Highway, Class 05 - See Notes) 5/1/2020 $34.72 $24.42 $59.14
Operators (Highway, Class 05 - See Notes) 5/1/2016 $29.31 $21.83 $51.14
Operators (Highway, Class 05 - See Notes) 5/1/2017 $30.08 $23.06 $53.14
Operators (Highway, Class 05 - See Notes) 5/1/2019 $33.18 $23.97 $57.15
Operators (Highway, Class 05 - See Notes) 5/1/2018 $31.63 $23.51 $55.14
Operators (Highway, Class 05 - See Notes) 5/1/2021 $36.26 $24.87 $61.13
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 8 of 9
Project: 18-07917 - Heavy/Highway EffectiveDate
ExpirationDate
Hourly Rate FringeBenefits
Total
Operators (Highway, Class 06 - See Notes) 5/1/2020 $37.79 $25.30 $63.09
Operators (Highway, Class 06 - See Notes) 5/1/2016 $32.40 $22.70 $55.10
Operators (Highway, Class 06 - See Notes) 5/1/2017 $33.17 $23.94 $57.11
Operators (Highway, Class 06 - See Notes) 5/1/2021 $39.33 $25.78 $65.11
Operators (Highway, Class 06 - See Notes) 5/1/2018 $34.71 $24.39 $59.10
Operators (Highway, Class 06 - See Notes) 5/1/2019 $36.25 $24.85 $61.10
Operators (Highway, Class 06/A - See Notes) 5/1/2019 $38.50 $25.52 $64.02
Operators (Highway, Class 06/A - See Notes) 5/1/2016 $34.65 $23.36 $58.01
Operators (Highway, Class 06/A - See Notes) 5/1/2017 $35.42 $24.59 $60.01
Operators (Highway, Class 06/A - See Notes) 5/1/2020 $40.04 $25.97 $66.01
Operators (Highway, Class 06/A - See Notes) 5/1/2021 $41.58 $26.43 $68.01
Operators (Highway, Class 06/A - See Notes) 5/1/2018 $36.96 $25.05 $62.01
Operators (Highway, Class 07/A - See Notes) 5/1/2018 $41.52 $27.84 $69.36
Operators (Highway, Class 07/A - See Notes) 5/1/2017 $39.66 $27.31 $66.97
Operators (Highway, Class 07/A - See Notes) 5/1/2016 $38.56 $25.99 $64.55
Operators (Highway, Class 07/A - See Notes) 5/1/2021 $47.08 $29.49 $76.57
Operators (Highway, Class 07/A - See Notes) 5/1/2019 $43.37 $28.41 $71.78
Operators (Highway, Class 07/A - See Notes) 5/1/2020 $45.23 $28.94 $74.17
Operators (Highway, Class 07/B - See Notes) 5/1/2021 $45.66 $29.08 $74.74
Operators (Highway, Class 07/B - See Notes) 5/1/2016 $37.17 $25.57 $62.74
Operators (Highway, Class 07/B - See Notes) 5/1/2017 $38.25 $26.89 $65.14
Operators (Highway, Class 07/B - See Notes) 5/1/2020 $43.81 $28.53 $72.34
Operators (Highway, Class 07/B - See Notes) 5/1/2018 $40.10 $27.44 $67.54
Operators (Highway, Class 07/B - See Notes) 5/1/2019 $43.37 $28.41 $71.78
Pile Driver Divers (Building, Heavy, Highway) 1/1/2017 $49.13 $17.95 $67.08
Piledrivers 5/1/2020 $32.22 $17.19 $49.41
Piledrivers 5/1/2021 $33.12 $17.74 $50.86
Piledrivers 1/1/2019 $34.30 $19.30 $53.60
Piledrivers 1/1/2018 $33.55 $18.55 $52.10
Piledrivers 5/1/2019 $31.51 $16.55 $48.06
Piledrivers 5/1/2018 $30.75 $15.96 $46.71
Steamfitters (Heavy and Highway - Gas Distribution) 5/1/2017 $40.98 $32.53 $73.51
Truckdriver class 1(see notes) 5/1/2019 $36.12 $0.00 $36.12
Truckdriver class 1(see notes) 5/1/2018 $35.32 $0.00 $35.32
Truckdriver class 1(see notes) 5/1/2016 $33.57 $0.00 $33.57
Truckdriver class 1(see notes) 5/1/2017 $34.47 $0.00 $34.47
Truckdriver class 2 (see notes) 5/1/2016 $33.64 $0.00 $33.64
Truckdriver class 2 (see notes) 5/1/2019 $36.19 $0.00 $36.19
Truckdriver class 2 (see notes) 5/1/2017 $34.54 $0.00 $34.54
Truckdriver class 2 (see notes) 5/1/2018 $35.39 $0.00 $35.39
Truckdriver class 3 (see notes) 5/1/2017 $35.03 $0.00 $35.03
Truckdriver class 3 (see notes) 5/1/2018 $35.88 $0.00 $35.88
Truckdriver class 3 (see notes) 5/1/2019 $36.68 $0.00 $36.68
Truckdriver class 3 (see notes) 5/1/2016 $34.13 $0.00 $34.13
BUREAU OF LABOR LAW COMPLIANCEPREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & IndustryReport Date: 12/12/2018 Page 9 of 9
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
PA1 CALL
Luzerne County – Mountain Road Bridge (CB57314) Repairs – Project No. 30895.07
STOP – CALL BEFORE YOU DIG!
PENNSYLVANIA ONE CALL SYSTEM, INC.
1-800-242-1776 Pennsylvania Act No. 187 of 1996, the Underground Utility Line Protection Law, requires no less that 3 working days notice nor more than 10 working days notice from excavators/demolition contractors who are about to move earth (with or without explosives), anchor, auger, backfill, blast, bore, dig, ditch, drill, drive-in, grade, plow-ins, pull-in, rip, scrape, trench, tunnel or demolish. Act No. 187 requires designers to give no less than 10 working days nor more than 90 working days notice when engaged in the design phase. These requirements apply anywhere in the Commonwealth of Pennsylvania. This Project has a Serial Number registered with the One Call System, Inc. USE IT! Serial No.: 20183373177
Act No. 187 standardizes the color-marking of underground utilities in accordance with Uniform Color Codes. KNOW THEM!!
RED Electric Power Lines, Cables, Conduit and Lighting CablesYELLOW Gas, Oil, Steam, Petroleum or Gaseous Materials ORANGE Communication, Alarm or Signal Lines, Cables or ConduitBLUE Potable WaterGREEN Sewers and Drain LinesWHITE Proposed ExcavationPURPLE Non-potable water, Irrigation or Slurry Lines
List of Utilities Amerigas Conyngham-Sugarloaf joint Municipal AuthorityPPL Electric Utilities CorporationFrontier Communications of PA IncUGI Utilities Inc. Sugarloaf Township Luzerne CountyService Electric Cablevision Inc.
WARNING! Existing utilities, if shown on these drawings, are in accordance with information that has been provided to Alfred Benesch & Company from the Utilities listed above. Alfred Benesch & Company does not guarantee, represent, warrant or assure either the accuracy of the location of the present underground utility installation or structures shown on the plans, or that all underground installation or structures
Luzerne County – Mountain Road Bridge (CB57314) Repairs – Project No. 30895.07
are shown on the plans. No field excavation has been preformed. Available surface information is indicated on the drawings. NOTE: INFORMATION ON THESE PLANS CONCERNING THE CONDITIONS, DIMENSIONS, DEPTH, SIZE, LOCATION OR ANY OTHER FEATURE OF UNDERGROUND UTILITIES IS FOR GENERAL INFORMATION AND GUIDANCE ONLY, AND IS NOT GUARTEED TO BE COMPLETE OR ACCURATE. CONTRACTOR IS RESPONSIBLE AT ITS SOLE COST AND EXPENSE AND WITHOUT RELIANCE ON THESE PLANS: (1) TO CONTACT ALL UTILITY OWNERS INDEPENDENTLY, (2) TO DETERMINE THE EXACT LOCATION OF ALL UNDERGROUND UTILITIES PRIOR TO EXCAVATION OR DEMOLITION AND (3) TO AVOILD ALL UNNECESSARY CONFLICTS THEREWITH. All dimensions and existing conditions shall be checked by the Contractor and shall be field verified by the Contractor at the Project site. THE RISK OF FINANCIAL LOSS RESULTING FROM MISIDENTIFICATION, MISLOCATION OR MISUNDERSTANDING OF THE LOCATION OF THE UNDERGROUND UTILITES IS ON THE CONTRACTOR, AND NOT ON THE PROJECT OWNER OR THE Alfred Benesch & Company, OR THEIR REPRESENTATIVES.
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
LOCATION MAP
Dwn.JCK
Chk.
ScaleNTS
Date12/7/18
Location MapFig. No.
1
Luzerne CountyLuzerne County Bridge
(CB57314)RepairsMountain Road over UNT to Little Nescopeck Creek
Sugarloaf Township Luzerne County, Pennsylvania
Source: PennDOT Type 5 Map
PROJECT LOCATION
Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits
PLANS
03\28\2019
PL
OT
TE
D:
FI
LE
NA
ME:
Y:\
Pottsville\
308
00
S\308
95.0
7_
CB57
31
4_
MT
N_
RD\
En
g_
Docs\
Structure\
Plans\0
1_
Cover.d
gn (
Default)
OP
ER
AT
OR:
D-9012 CADD (02-90) REVISED (05-97)
jknecht 03\28\2019 16:53:4330895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
the property of Alfred Benesch & Company. Use, reuse, reproduction or modification of this plan or
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is
PREPARED BY:
PROJECT MANAGER DATE
LOCATION MAPMILE 1/2 SCALE : 1" =
PROJECT
30895.07
Pennsylvania One Call System Serial Number
excavation
10 business days prior to the start of
than 3 business days nor more than
Dial 8-1-1 or 1-800-242-1776 not less
2
3
4
GENERAL NOTES
ROADWAY PLAN
1 9
DRAWING NO.
OF
Drawing Index
Drawing No. Title
1 COVER SHEET
PROJECT LOCATION
Sugarloaf Township, Luzerne County, Pennsylvania
- County Engineer
- County Manager
- Member
- Member
- Member
- Member
- Member
- Member
- Member
- Member
- Member
- Vice - Chairmain
- Chairman
Lawrence Plesh, P.E.
C. David Pedri, Esq.
Robert Schnee
Jane Walsh Waitkus
Matthew Vough
Linda McClosky Houck
Stephen A. Urban
Harry Haas
Chris Perry
Sheila Saidman, Esq.
Edward Brominski
Eugene Kelleher
Tim McGinley
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE061887
EDWARD J. BOSACK III
20183373177
5 E&S POLLUTION CONTROL DETAILS
6 E&S POLLUTION CONTROL DETAILS
7 E&S POLLUTION CONTROL DETAILS
8 E&S POLLUTION CONTROL DETAILS
9 DECK REPAIR/WATERPROOFING DETAILS
Luzerne County Council
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
PROFILE
May 2019
REHABILITATION
MOUNTAIN ROAD BRIDGE (CB57314)
excavation
10 business days prior to the start of
than 3 business days nor more than
Dial 8-1-1 or 1-800-242-1776 not less
Pennsylvania One Call System Serial Number GENERAL NOTES
2
4" DEPTH
<0.3 MILLION ESALS, 25.0 MM MIX,
HMA BASE COURSE, PG 64-22,
SUPERPAVE ASPHALT MIXTURE DESIGN,
GROUND
ORIGINAL
1 1/2" DEPTH, SRL-L
<0.3 MILLION ESALS, 9.5 MM MIX,
HMA WEARING COURSE, PG 64-22,
SUPERPAVE ASPHALT MIXTURE DESIGN,
SUBBASE 6" DEPTH (NO. 2A) BITUMINOUS TACK COAT
VARIES VARIES
GENERAL NOTES
�
NTS
GROUND
ORIGINAL
UTILITY NOTES (CONT)
RIGHT-OF-WAY NOTES
TRAFFIC CONTROL
EXISTING BRIDGE SECTION
PROPOSED BRIDGE SECTION
NTS
NTS
20183373177
UTILITY NOTES
TYPICAL SECTION MOUNTAIN ROAD
�
�
TO BE REMOVED
EXISTING PAVEMENT
WATERPROOFING
MEMBRANE
(TYP)
GUIDERAIL
NESTED
EXISTING RIGHT-OF-WAY.
CONTRACTOR MUST KEEP ALL PERMANENT WORK WITHIN
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
AS DETERMINED IN FIELD
TYPE 2 DECK REPAIRS
10'-0" TO 14'-0" 10'-0" TO 14'-0"
EXISTINGVARIES MATCH
EXISTING
VARIES MATCH
(TYP)
ENGINEER IN FIELD
DETERMINED BY
BACKFILL AS
SUBBASE (NO. 2A)
OVEREXCAVATION &
CURB (TYP)
CAST-IN-PLACE
EXISTING BARRIER
* *
1•" DEPTH, SRL-L *
<0.3 MILLION ESALS, 9.5 MM MIX,
HMA WEARING COURSE, PG 64-22,
SUPERPAVE ASPHALT MIXTURE DESIGN,
CONSIDERED INCIDENTAL
WHICH WAS PLACED IN ORDER TO ACHIEVE THE REQUIRED CROSS SLOPE IS
AT GUTTERLINES. ANY ASPHALT BEYOND 1 1/2" DEPTH ON THE STRUCTURE
* CROSS SLOPE VARIES, PROVIDE 1 1/2" MINIMUM WEARING COURSE DEPTH
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
NTS
�
EXISTING BARRIER
CONSTRUCTION
*
STAGE 1 CONSTRUCTION
STAGE 1 CONSTRUCTION
ROBERT TRENTLY
HAZLE TOWNSHIP, PA 18202
380 MAPLEWOOD DRIVE
SERVICE ELECTRIC CABLEVISION INC.
RICHARD YOST
SUGARLOAF, PA 18249
858 MAIN STREET
SUGARLOAF TOWNSHIP LUZERNE COUNTY
LINDA LEEWRIGHT
BETHLEHEM, PA. 18017
2121 CITY LINE RD
UGI UTILITIES INC
MARK SANTAYANA
WILKES-BARRE, PA 18702
503 NEW MARKET ST
PPL ELECTRIC UTILITIES CORPORATION
JOHN BUGDONOVITCH
SHICKSHINNY, PA. 18655
67 S MAIN STREET
FRONTIER COMMUNICATIONS OF PA INC.
EDDIE GREGORY
CONYNGHAM, PA. 18219
PO BOX 469
CONYNGHAM-SUGARLOAF JOINT MUNICIPAL AUTHORITY
CANDY BORTZ
HONESDALE, PA. 18431
1027 TEXAS PALMYRA HIGHWAY
AMERIGAS
LIST OF UTILITIES:
NTS
�
CONSTRUCTION
*
STAGE 2 CONSTRUCTION
STAGE 2 CONSTRUCTION
ON THE DRAWINGS.
FIELD EXCAVATION HAS BEEN PERFORMED. AVAILABLE SURFACE INFORMATION IS INDICATED
THAT ALL UNDERGROUND INSTALLATION OR STRUCTURES ARE SHOWN ON THE PLANS. NO
PRESENT UNDERGROUND UTILITY INSTALLATION OR STRUCTURES SHOWN ON THE PLANS, OR
REPRESENT, WARRANT OR ASSURE EITHER THE ACCURACY OF THE LOCATION OF THE
UTILITIES LISTED ABOVE. ALFRED BENESCH & COMPANY DOES NOT GUARANTEE,
WITH INFORMATION THAT HAS BEEN PROVIDED TO ALFRED BENESCH & COMPANY FROM THE
WARNING! EXISTING UTILITIES, AS SHOWN ON THESE DRAWINGS, ARE IN ACCORDANCE
WEARING COURSE
CURB (TYP)
CAST-IN-PLACE
NESTED GUIDERAIL
CAST-IN-PLACE CURB
MEMBRANE WATERPROOFING
TYPE 2 DECK REPAIRS
(TYP)
TYPE 2 DECK REPAIRS
NESTED GUIDERAIL (TYP)
CHANNELIZING BARREL
*
CHANNELIZING BARREL
TEMPORARY LANE
12'-0" MIN
TEMPORARY LANE
12'-0" MIN
MEMBRANE WATERPROOFING
WEARING COURSE
CONSTR)
DURING STAGE 2
(TO BE REMOVED
EXISTING BARRIER
CONSTR)
DURING STAGE 1
(TO BE REMOVED
CONSTR)
DURING STAGE 2
(TO BE REMOVED
DRIVEWAYS.
INCLUDING, BUT NOT LIMITTED TO, GOLF CART PASSAGE AND ACCESS TO
COORDINATE IMPACTS TO TRAFFIC WITH ADJACENT PROPERTY OWNERS
PATTERNS.
UTILIZE ALL APPLICABLE PATA FIGURES WHEN IMPACTING TRAFFIC
CONTRACTOR.
TRAFFIC CONTROL SHALL BE THE SOLE RESPONSIBILITY OF THE
INCIDENTAL TO THE MAINTENANCE AND PROTECTION OF TRAFFIC ITEM.
STEEL PLATING OF OPEN EXCAVATIONS MAY BE REQUIRED AND CONSIDERED
AND REQUIRED CONNECTIONS FOR STRUCTURE FOUNDATION DRAINS.
MANUFACTURER'S RECOMMENDED OVERLAP FOR THE MEMBRANE WATERPROOFING
STAGE CONSTRUCTION & TRAFFIC AS NEEDED IN ORDER TO PROVIDE THE
TRAFFIC TO BE STAGED DURING CONSTRUCTION.
PURPLE - NON-POTABLE WATER, IRRIGATION OR SLURRY LINES
WHITE - PROPOSED EXCAVATION
GREEN - SEWERS AND DRAIN LINES
BLUE - POTABLE WATER
ORANGE - COMMUNICATION, ALARM OR SIGNAL LINES, CABLES OR CONDUIT
YELLOW - GAS, OIL, STEAM, PETROLEUM OR GASEOUS MATERIALS
RED - ELECTRIC POWER LINES, CABLES, CONDUIT AND LIGHTING CODES
ACCORDANCE WITH UNIFORM COLOR CODES. KNOW THEM!
ACT 187 OF 1996 STANDARDIZES THE COLOR-MARKING OF UNDERGROUND UTILITIES IN
SERIAL NO.: 20183373177
THIS PROJECT HAS A SERIAL NUMBER REGISTERED WITH THE ONE CALL SYSTEM, INC. USE IT!
THESE REQUIREMENTS APPLY ANYWHERE IN THE COMMONWEALTH OF PENNSYLVANIA.
WORKING DAYS NOR MORE THAN 90 WORKING DAYS NOTICE WHEN ENGAGED IN THE DESIGN PHASE.
SCRAPE, TRENCH, TUNNEL OR DEMOLISH. ACT NO. 187 REQUIRES DESIGNERS TO GIVE NO LESS THAN 10
ANCHOR, AUGER, BACKFILL, BLAST, BORE, DIG, DITCH, DRILL, DRIVE-IN, GRADE, PLOW-IN, PULL-IN, RIP,
EXCAVATORS/DEMOLITION CONTRACTORS WHO ARE ABOUT TO MOVE EARTH (WITH OR WITHOUT EXPLOSIVES),
REQUIRES NO LESS THAN 3 WORKING DAYS NOTICE NOR MORE THAN 10 WORKING DAYS NOTICE FROM
PENNSYLVANIA ACT NO. ACT 287 OF 1974 AS AMENDED, THE UNDERGROUND UTILITY LINE PROTECTION LAW,
1-800-242-1776
PENNSYLVANIA ONE CALL SYSTEM, INC.
STOP-CALL BEFORE YOU DIG!
PROTECTION. THE COUNTY DOES NOT GUARANTEE THAT ALL SUBSURFACE STRUCTURES ARE SHOWN.
CONTRACTOR'S RESPONSIBILITY TO VERIFY AND ALLOW FOR THEIR LOCATIONS AND PROVIDE FOR THEIR
EXISTING UTILITIES ARE SHOWN IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION. IT SHALL BE THE
LOADING LIMITS.
BRIDGE IS NOT WEIGHT RESTRICTED. SEE PENNDOT PUBLICATION 408 SECTION 105.17 FOR CONSTRUCTION
COUNTY, IF APPROVED BY THE ENGINEER.
A HIGHER CLASS CONCRETE MAY BE SUBSTITUTED FOR A LOWER CLASS CONCRETE AT NO ADDITIONAL COST TO THE
DETERMINED BY THE ENGINEER, ARE TO BE REPAIRED AND/OR REPLACED AT NO COST TO THE COUNTY.
COMPONENTS THROUGHOUT THE DURATION OF THE CONTRACT. ANY DAMAGES INCURRED DURING CONSTRUCTION, AS
CONTRACTOR IS RESPONSIBLE FOR THE STRUCTURAL STABILITY AND THE INTEGRITY OF THE STRUCTURE AND ITS
LAYOUT, ORIENTATION, AND ELEVATION OF ALL IMPROVEMENTS IS THE RESPONSIBILITY OF THE CONTRACTOR.
REQUIREMENTS.
REFER TO THE E&S PLANS AND SPECIFICATIONS FOR TOPSOIL PLACEMENT, THICKNESS, AND STABILIZATION
AS PART OF THE PROJECT ACCORDING TO DRAWINGS, SPECIFICATIONS AND AS DIRECTED BY THE ENGINEER.
PROVIDE AND PLACE TOPSOIL, PLACE SEEDING AND SOIL SUPPLEMENTS AND STABILIZE ALL AREAS DISTURBED
ALL DIMENSIONS SHOWN ARE HORIZONTAL EXCEPT AS NOTED.
ANSI/AWS/D1.1-2002 FOR WELDING NOT COVERED IN ANSI/AASHTO/AWS/D1.5-2002.
AASHTO/AWS/D1.5 BRIDGE WELDING CODE 1996 AND THE CONTRACT SPECIAL PROVISIONS. USE
PROVIDE MATERIALS AND PERFORM WORK IN ACCORDANCE WITH PENNDOT SPECIFICATIONS, PUB. 408, ANSI,
THE SPEED LIMIT ON MOUNTAIN ROAD IS 35 MPH.
VERTICAL CONTROL IS BASED ON NORTH AMERICAN DATUM 1988.
HORIZONTAL CONTROL IS BASED ON PA STATE PLANE COORDINATE SYSTEM (NORTH ZONE) NAD83.
VERIFY AND APPROVE ANY ADJUSTMENTS MADE.
REFINE LOCATIONS & GRADES IN THE FIELD TO MEET CONSTRUCTION REQUIREMENTS. THE ENGINEER MUST
THE COUNTY RESERVES THE RIGHT TO ELIMINATE ANY OR ALL OF THIS WORK.
SPECIFICATIONS PUB. 408, IN ITS LATEST REVISION.
PENNDOT SPECIFICATIONS SHALL MEAN COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION
OWNER.
PLAN LOCATIONS AND DIMENSIONS SHALL BE STRICTLY ADHERED TO UNLESS OTHERWISE DIRECTED BY THE
DURING ALL PHASES OF CONSTRUCTION.
ALL REQUIRED SOIL EROSION AND SEDIMENTATION CONTROLS SHALL BE PROVIDED, INSTALLED AND MAINTAINED
ORIGINAL CONDITION AS DIRECTED BY THE ENGINEER AT NO ADDITIONAL COST TO THE OWNER.
ALL AREAS DISTURBED OUTSIDE THE LIMITS OF CONSTRUCTION SHALL BE REPAIRED OR REPLACED TO THEIR
VERIFIED IN THE FIELD BY THE CONTRACTOR.
PRIOR TO BIDDING AND CONSTRUCTION, ALL DIMENSIONS AND EXISTING CONDITIONS SHALL BE CHECKED AND
REQUIRED FEES.
CONSTRUCTION OF THIS SITE. THE CONTRACTOR SHALL SECURE ALL NECESSARY PERMITS AND PAY THE
THE CONTRACTOR SHALL COMPLY WITH ALL LOCAL, STATE AND FEDERAL REGULATIONS APPLICABLE TO
PROVIDE CONTROLS PER E&S PLANS.
WHEN EXCAVATIONS ARE MADE ABOVE STRUCTURE, DO NOT ALLOW SILT LADEN WATER TO ENTER STREAM.
TOWNSHIP, LUZERNE CONSERVATION DISTRICT, PADEP, FEMA/PEMA, AND PA FISH AND BOAT COMMISSION.
THIS PROJECT IS SUBJECT TO INSPECTION BY LUZERNE COUNTY AND/OR THEIR DESIGNEES, SUGARLOAF
CONSTRUCTION AND DEMOLITION WASTES NEED TO BE DISPOSED OF AT AN APPROVED SITE.
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\02_GenNotes.dgn (Default)jknecht 03\28\2019 16:54:16
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
GOLF CART PATH
MOUNTAIN ROAD
PPL 47148-N30441
N30441
47127-
PPL
BM "A"
BI
T
DRI
VE
CP NO 2
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\03_PL01.dgn (Default)jknecht 03\28\2019 16:54:18
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
- EXISTING CONTOUR
- EDGE OF STREAM
- FLOW DIRECTION
NORTH EAST
COORDINATES
POINT
CONTROLTYPE
STATION POINT BEARINGCOORDINATES
NORTH EAST
SURVEY CONTROL POINT COORDINATES
TWO DECIMAL PLACES.
PURPOSES ONLY AND DO NOT IMPLY PRECISION BEYOND
FOUR PLACE COORDINATES ARE FOR COMPUTATIONAL
SUMMARY OF PROJECT COORDINATES
PLACES.
ONLY AND DO NOT IMPLY PRECISION BEYOND TWO DECIMAL
FOUR PLACE COORDINATES ARE FOR COMPUTATIONAL PURPOSES
- LEGAL RIGHT-OF-WAY
EXISTING STRUCTURE DATA
LEGEND
ROADWAY PLAN
0 2010 FEET
3
PI
NOTES:
SYMBOL DESCRIPTIONSOIL
HYDRIC
NONHYDRIC
PI
ST
A 21
+59.58
222120
PO
B
ST
A 20
+00.00
OU
T-
TO-
OU
T
31'-0"
12'-0"
995
995
1000
1005
1000
995
995
1000
990
CONSTR � MOUNTAIN ROAD
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
RIGHT-OF-WAY AND PROPERTY LINES ARE APPROXIMATE.
STRUCTURE AS DIRECTED BY THE ENGINEER IN THE FIELD.
REQUIREMENTS AND INSTALLED AT THE FOUR CORNERS OF THE
EACH: OM-3L & OM-3R) ARE TO BE INSTALLED AS PER PUB 236
FOUR (4) POST MOUNTED SIGNS, TYPE B CLEARANCE MARKERS (2
NOTES:
PLAN
CP NO. 1
CP NO. 2
MAG NAIL
IRON PIN
304629.9938
304416.1531
2440826.7427
2439774.3543
20+00.00
21+59.58
22+42.08
POB
POE
304406.7635
304440.4413
304459.8405
2439784.3470
2439940.3329
2440020.5197
N77°49'00"E
N76°24'00"E C
ON
ST
R �
RO
AD
MO
UN
TAI
N
MIGRATORY FISH (CWF/MF).
- UNNAMED TRIBUTARY TO LITTLE NESCOPECK CREEK CHAPTER 93 STREAM DESIGNATION IS COLD WATER FISHERY WITH
HYDRAULIC OPENING: 64 SF
OUT TO OUT WIDTH = 31.0'� (NORMAL TO �)
CLEAR SPAN = 9.6'� (NORMAL TO STREAM)
SKEW = 90°00'00"
TYPE: SINGLE SPAN CONCRETE SLAB BRIDGE
- LIMIT OF DISTURBANCE
OR EQUIVALENT SILT FENCE
- 12" COMPOST FILTER SOCK
- CONCRETE WASHOUT FACILITY
SHEET 9
PER RC-51M,
STA 20+75.00
LIMIT OF PAVING
TYPE B (TYP)
POST MOUNTED SIGN,
SHEET 9
PER RC-51M,
CR
EE
KN
ES
CO
PE
CK
UN
T
LI
TT
LE
22
+42.08
PO
E
ST
A
75'-0" TYPE 31-S GUIDE RAIL
75'-0" TYPE 31-S GUIDE RAIL
50'-0" TYPE 31-S GUIDE RAIL
112'-6" TYPE 31-S GUIDE RAIL
SINGLE
TERMINAL SECTION
SINGLE
TERMINAL SECTION
33'-0"
STRONG POST END TREATMENT
37'-6" TYPE 31
STRONG POST END TREATMENT
37'-6" TYPE 31
GUIDERAIL
18'-9" NESTED
GUIDERAIL
18'-9" NESTED
RIGHT-OF-WAY LINEEXISTING LEGAL
RIGHT-OF-WAY LINEEXISTING LEGAL
COMBINED GRID FACTOR = 0.9999417
(NORTH ZONE-NAD83-2011)(KEYNET-VRS)
BASED ON PENNSYLVANIA STATE PLANE COORDINATE SYSTEM COMBINED GRID FACTOR = 0.9999417
(NORTH ZONE-NAD83-2011)(KEYNET-VRS)
BASED ON PENNSYLVANIA STATE PLANE COORDINATE SYSTEM
APPROX STA 20+09
ELEV = 997.43
MAG SPIKE IN ELEC POLE
BM "A"
APPROX STA 22+75 (PROJECTED)
ELEV = 1006.89
MAG SPIKE IN ELEC POLE
BM "B"
EE
DAYLIGHT (TYP)
DRAIN, RUN TO
STR FOUNDATION
E ELECTRIC UTILITY
- EXISTING OVERHEAD
MeC
MeC
MeC8 TO 15 PERCENT SLOPES
MECKESVILLE CHANNERY SILT LOAM,
AND STREETS
LOCAL ROADS
LIMITED
SOMEWHAT
FILL SOURCE TOPSOIL SOURCE
FAIR FAIR
CO
NS
TR
ST
AG
E 1
CO
NS
TR
ST
AG
E 2
STA 22+25.00
LIMIT OF PAVING
excavation
10 business days prior to the start of
than 3 business days nor more than
Dial 8-1-1 or 1-800-242-1776 not less
Pennsylvania One Call System Serial Number
4
PROFILE
0 5025 FEET
HORIZONTAL
0 105 FEET
VERTICAL
20183373177
MOUNTAIN ROAD PROFILE
20 21 22
+50
+50
+50
DATUM: 970
GG-999.69
GG-1000.71
GG-1002.50
999.56
999.69
1000.71
1002.50
UNT LITTLE
NESCOPECK CREEK
GG-1003.62
1003.62
STA 20+75.00
LIMIT OF PAVING
STA 22+25.00
LIMIT OF PAVING
GRAPHIC GRADE
GG-999.56
+75
999.56
+25
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\04_Profile.dgn (Default)jknecht 03\28\2019 16:54:19
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
POLLUTION CONTROL DETAILS
EROSION AND SEDIMENT
EROSION CONTROL POLICIES (INCLUDING MAINTENANCE PROGRAM)
5
CONSTRUCTION SEQUENCE
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
CONDUITS, ETC. SHALL BE COMPACTED IN ACCORDANCE WITH LOCAL REQUIREMENTS OR CODES.
SUBSIDENCE OR OTHER RELATED PROBLEMS. FILL INTENDED TO SUPPORT BUILDINGS, STRUCTURES AND
21. ALL FILLS SHALL BE COMPACTED AS REQUIRED TO REDUCE EROSION, SLIPPAGE, SETTLEMENT,
20. HAY OR STRAW MULCH MUST BE APPLIED AT 3.0 TONS PER ACRE.
SHALL HAVE A MINIMUM OF 2 INCHES OF TOPSOIL.
HAVE A MINIMUM 4 INCHES OF TOPSOIL IN PLACE PRIOR TO SEEDING AND MULCHING. FILL OUTSLOPES
6 TO 12 INCHES ON COMPACTED SOILS PRIOR TO PLACEMENT OF TOPSOIL. AREAS TO BE VEGETATED SHALL
19. AREAS WHICH ARE TO BE TOPSOILED SHALL BE SCARIFIED TO A MINIMUM DEPTH OF A 3 TO 5 INCHES
DRAWINGS.
18. ALL SEDIMENT REMOVED FROM BMPS SHALL BE DISPOSED OF IN THE MANNER DESCRIBED ON THE PLAN
STORM SEWER, OR SURFACE WATER.
PLAN. IN NO CASE SHALL THE SEDIMENT BE WASHED, SHOVELED, OR SWEPT INTO ANY ROADSIDE DITCH,
CONSTRUCTION SITE BY THE END OF EACH WORK DAY AND DISPOSED IN THE MANNER DESCRIBED IN THIS
17. SEDIMENT TRACKED ONTO ANY PUBLIC ROADWAY OR SIDEWALK SHALL BE RETURNED TO THE
REGULATORY AGENCY OFFICIALS AT THE TIME OF INSPECTION.
THE DATE THEY WERE CORRECTED SHALL BE MAINTAINED ON THE SITE AND BE MADE AVAILABLE TO
16. A LOG SHOWING DATES THAT E&S BMPS WERE INSPECTED AS WELL AS ANY DEFICIENCIES FOUND AND
THOSE INSTALLED WILL BE REQUIRED.
IMMEDIATELY. IF E&S BMPS FAIL TO PERFORM AS EXPECTED, REPLACEMENT BMPS, OR MODIFICATIONS OF
OUT, REPAIR, REPLACEMENT, REGRADING, RESEEDING, REMULCHING, AND RENETTING MUST BE PERFORMED
EVENT AND ON A WEEKLY BASIS. ALL PREVENTATIVE AND REMEDIAL MAINTENANCE WORK INCLUDING CLEAN
MAINTENANCE MUST INCLUDE INSPECTIONS OF ALL EROSION AND SEDIMENT BMPS AFTER EACH RUNOFF
15.UNTIL THE SITE IS STABILIZED, ALL EROSION AND SEDIMENT BMPS MUST BE MAINTAINED PROPERLY.
WILL NOT BE DISTURBED IN 4 DAYS.
14.THE CONTRACTOR MUST IMPLEMENT TEMPORARY STABILIZATION MEASURE IN ANY DISTURBED AREA THAT
DESCRIBED IN THIS PLAN, OVER UNDISTURBED AREAS.
13.ALL PUMPING OF WATER FROM ANY WORK AREA SHALL BE DONE ACCORDING TO THE PROCEDURE
TESTING.
SPILL OR RELEASE OF A REGULATED SUBSTANCE BUT QUALIFYING AS CLEAN FILL DUE TO ANALYTICAL
FILL. FORM FP-001 MUST BE RETAINED BY THE PROPERTY OWNER FOR ANY FILL MATERIAL AFFECTED BY A
12.THE CONTRACTOR IS RESPONSIBLE FOR ENSURING THAT ANY MATERIAL BROUGHT ON SITE IS CLEAN
IMPLEMENTED PRIOR TO BEING ACTIVATED.
11.ALL OFF-SITE WASTE AND BORROW AREAS MUST HAVE AN E&S PLAN APPROVED BY THE PADEP FULLY
MATERIALS SHALL BE BURNED, BURIED, DUMPED, OR DISCHARGED AT THE SITE.
260.1 ET SEQ., 271.1, AND 287.1 ET. SEQ. NO BUILDING MATERIALS OR WASTES OR UNUSED BUILDING
OF IN ACCORDANCE WITH THE DEPARTMENT'S SOLID WASTE MANAGEMENT REGULATIONS AT 25 PA. CODE
10.ALL BUILDING MATERIALS AND WASTES MUST BE REMOVED FROM THE SITE AND RECYCLED OR DISPOSED
PRACTICES TO MINIMIZE THE POTENTIAL FOR EROSION AND SEDIMENT POLLUTION AND NOTIFY THE OWNER.
EROSION AND/OR SEDIMENT POLLUTION, THE OPERATOR SHALL IMPLEMENT APPROPRIATE BEST MANAGEMENT
9.IMMEDIATELY UPON DISCOVERING UNFORESEEN CIRCUMSTANCES POSING THE POTENTIAL FOR ACCELERATED
FEET. STOCKPILE SLOPES MUST BE 2H:1V OR FLATTER.
PROTECTED IN THE MANNER SHOWN ON THE PLAN DRAWINGS. STOCKPILE HEIGHTS MUST NOT EXCEED 35
OF ALL EXPOSED AREAS THAT ARE TO BE STABILIZED BY VEGETATION. EACH STOCKPILE SHALL BE
LOCATION(S) SHOWN ON THE PLAN MAP(S) IN THE AMOUNT NECESSARY TO COMPLETE THE FINISH GRADING
8.TOPSOIL REQUIRED FOR THE ESTABLISHMENT OF VEGETATION SHALL BE STOCKPILED AT THE
OFF BEFORE CLEARING AND GRUBBING OPERATIONS BEGIN.
DISTURBANCE BOUNDARIES SHOWN ON THE PLAN MAPS. THESE AREAS MUST BE CLEARLY MARKED AND FENCED
7.AT NO TIME SHALL CONSTRUCTION VEHICLES BE ALLOWED TO ENTER AREAS OUTSIDE THE LIMIT OF
DESCRIBED IN THIS E&S PLAN.
BY THE BMP SEQUENCE FOR THAT STAGE OR PHASE HAVE BEEN INSTALLED AND ARE FUNCTIONING AS
STRIPPING MAY NOT COMMENCE IN ANY STAGE OR PHASE OF THE PROJECT UNTIL THE E&S BMPS SPECIFIED
EACH STAGE OF THE CONSTRUCTION SEQUENCE. GENERAL SITE CLEARING, GRUBBING, AND TOPSOIL
6.CLEARING, GRUBBING, AND TOPSOIL STRIPPING SHALL BE LIMITED TO THOSE AREAS DESCRIBED IN
VEGETATION, ROOTS, AND OTHER OBJECTIONABLE MATERIAL.
5.AREAS TO BE FILLED SHOULD BE CLEARED, GRUBBED, AND STRIPPED OF TOPSOIL TO REMOVE TREES,
PRIOR TO IMPLEMENTATION.
ON THE PLAN DRAWINGS. DEVIATION FROM THE SEQUENCE MUST BE APPROVED IN WRITING FROM THE OWNER
4.ALL EARTH DISTURBANCE ACTIVITIES SHALL PROCEED IN ACCORDANCE WITH THE SEQUENCE PROVIDED
1-800-242-1776 FOR THE LOCATION OF EXISTING UNDERGROUND UTILITIES.
AREA PREVIOUSLY UNMARKED, THE PENNSYLVANIA ONE CALL SYSTEM INC. SHALL BE NOTIFIED AT
3.AT LEAST 3 DAYS PRIOR TO STARTING ANY EARTH DISTURBANCE ACTIVITIES, OR EXPANDING INTO AN
MEETING.
APPROPRIATE MUNICIPAL OFFICIALS AND THE E&S PLAN PREPARER TO AN ON-SITE PRECONSTRUCTION
AND GRUBBING, THE OWNER AND/OR OPERATOR SHALL INVITE ALL CONTRACTORS, THE LANDOWNER,
2.AT LEAST 7 DAYS PRIOR TO STARTING ANY EARTH DISTURBANCE ACTIVITIES, INCLUDING CLEARING
FOR REVIEW AND APPROVAL AT ITS DISCRETION.
IMPLEMENTATION OF THOSE CHANGES. THE OWNER MAY REQUIRE A WRITTEN SUBMITTAL OF THOSE CHANGES
PROJECT SITE AT ALL TIMES. THE OWNER SHALL BE NOTIFIED OF ANY CHANGES TO THE PLAN PRIOR TO
DONE IN ACCORDANCE WITH THE E&S PLAN. A COPY OF THE DRAWINGS MUST BE AVAILABLE AT THE
1.ALL EARTH DISTURBANCES, INCLUDING CLEARING AND GRUBBING AS WELL AS CUTS AND FILL SHALL BE
DEPARTMENT OF ENVIRONMENTAL PROTECTION AND THE INSPECTOR IN CHARGE:
FOLLOWING GUIDELINES AS THEY ARE APPLICABLE AND IN ACCORDANCE WITH THE INSTRUCTIONS OF THE
CONTROL EROSION, IT IS REQUIRED THAT THE CONTRACTOR FOR THIS PROJECT CONFORMS WITH THE
IN ACCORDANCE WITH THE CURRENT POLICIES AND PRACTICES IN THE COMMONWEALTH OF PENNSYLVANIA TO
CASE SHALL IT BE ALLOWED TO ENTER ANY SURFACE WATERS OR GROUNDWATER SYSTEM.
32.CONCRETE WASH WATER SHALL BE HANDLED IN THE MANNER DESCRIBED ON THE PLAN DRAWINGS. IN NO
FOR EACH VIOLATION.
$10,000 IN SUMMARY CRIMINAL PENALTIES, AND UP TO $25,000 IN MISDEMEANOR CRIMINAL PENALTIES
LAWS. THE CLEAN STREAM LAWS PROVIDES FOR UP TO $10,000 PER DAY IN CIVIL PENALTIES, UP TO
INSTITUTED BY THE DEPARTMENT AS DEFINED IN SECTION 602 OF THE PENNSYLVANIA CLEAN STREAM
FAILURE OF E&S BMPS MAY RESULT IN ADMINISTRATIVE, CIVIL, AND/OR CRIMINAL PENALTIES BEING
LEAVING THE CONSTRUCTION SITE, OR FAILURE TO TAKE IMMEDIATE CORRECTIVE ACTION TO RESOLVE
31.FAILURE TO CORRECTLY INSTALL E&S BMPS, FAILURE TO PREVENT SEDIMENT-LADEN RUNOFF FROM
DISTURBED AREAS, THE CONTRACTOR SHALL CONTACT THE OWNER TO SCHEDULE A FINAL INSPECTION.
30.UPON COMPLETION OF ALL EARTH DISTURBANCE ACTIVITIES AND PERMANENT STABILIZATION OF ALL
ONLY DURING THE GERMINATING SEASON.
TO ENSURE RAPID REVEGATATION OF DISTURBED AREAS, SUCH REMOVAL/CONVERSIONS SHOULD BE DONE
DISTURBED DURING REMOVAL OR CONVERSION OF THE BMPS SHALL BE STABILIZED IMMEDIATELY. IN ORDER
MUST BE REMOVED OR CONVERTED TO PERMANENT POST CONSTRUCTION STORMWATER MANAGEMENT BMP. AREAS
29.AFTER FINAL SITE STABILIZATION HAS BEEN ACHIEVED, TEMPORARY EROSION AND SEDIMENT BMPS
TO REMOVAL/CONVERSION OF THE E&S BMPS.
DISTURBED AREAS, THE OWNER AND/OR OPERATOR SHALL CONTACT THE OWNER FOR AN INSPECTION PRIOR
28.UPON COMPLETION OF ALL EARTH DISTURBANCE ACTIVITIES AND PERMANENT STABILIZATION OF ALL
STABILIZED OR UNTIL THEY ARE REPLACED BY ANOTHER BMP APPROVED BY THE OWNER.
27.E&S BMPS MUST REMAIN FUNCTIONAL AS SUCH UNTIL ALL AREAS TRIBUTARY TO THEM ARE PERMANENTLY
SLIDING, OR OTHER MOVEMENTS.
EROSION. CUT AND FILL SLOPES SHALL BE CAPABLE OF RESISTING FAILURE DUE TO SLUMPING,
OTHER PERMANENT NON-VEGETATIVE COVER WITH A DENSITY SUFFICIENT TO RESIST ACCELERATED
26.PERMANENT STABILIZATION IS DEFINED AS A MINIMUM UNIFORM PERENIAL 70% VEGETATIVE COVER OR
SPECIFICATION.
WITHIN 1 YEAR SHALL BE STABILIZED IN ACCORDANCE WITH THE PERMANENT STABILIZATION
WITH THE TEMPORARY STABILIZATION SPECIFICATIONS. THOSE AREAS WHICH WILL NOT BE REACTIVATED
AT FINISHED GRADE, WHICH WILL BE REACTIVATED WITHIN 1 YEAR, MAY BE STABILIZED IN ACCORDANCE
MONTHS, MULCH OR PROTECTIVE BLANKETING SHALL BE APPLIED AS DESCRIBED IN THE PLAN. AREAS NOT
PROJECT, THE OPERATOR SHALL STABILIZE ALL DISTURBED AREAS. DURING THE NON-GERMINATING
25.IMMEDIATELY AFTER EARTH DISTURBANCE ACTIVITIES CEASE IN ANY AREA OR SUBAREA OF THE
BLANKETED ACCORDING TO THE STANDARDS OF THIS PLAN.
WITHIN 50 FEET OF A SURFACE WATER, OR AS OTHERWISE SHOWN ON THE PLAN DRAWINGS, SHALL BE
GRADE. CUT SLOPES IN COMPETENT BEDROCK AND ROCK FILLS NEED NOT BE VEGETATED. SEEDED AREAS
24.ALL GRADED AREAS SHALL BE PERMANENTLY STABILIZED IMMEDIATELY UPON REACHING FINISHING
STANDARD AND SPECIFICATION FOR SUBSURFACE DRAIN OR OTHER APPROVED METHODS.
23.SEEPS OR SPRINGS ENCOUNTERED DURING CONSTRUCTION SHALL BE HANDLED IN ACCORDANCE WITH THE
THICKNESS.
22.ALL EARTHEN FILLS SHALL BE PLACED IN COMPACTED LAYERS NOT TO EXCEED 9 INCHES IN
SLIDING AND OTHER MOVEMENTS.
ACCELERATED EROSION AND SUBSURFACE CHARACTERISTICS SUFFICIENT TO RESIST
OTHER PERMANENT NON-VEGETATIVE COVER WITH A DENSITY SUFFICIENT TO RESIST
STABILIZATION WHEN IT HAS A MINIMUM UNIFORM 70% PERENNIAL VEGETATIVE COVER OR
BE STABILIZED IMMEDIATELY. AN AREA SHALL BE CONSIDERED TO HAVE ACHIEVED FINAL
SEDIMENT BMPS MUST BE REMOVED. AREAS DISTURBED DURING REMOVAL OF THE BMPS MUST
8. AFTER FINAL SITE STABILIZATION HAS BEEN ACHIEVED, TEMPORARY EROSION AND
7. STABILIZE ALL REMAINING DISTURBED AREAS.
6. COMPETE STAGE 2 DEMOLITION AND CONSTRUCTION SIMILAR TO STEP 4.
5. REMOVE STAGE 1 TRAFFIC CONTROL AND INSTALL STAGE 2 TRAFFIC CONTROL.
GUIDERAIL.
AND PAVEMENT MARKING, CASTING CONCRETE CURBS, INSTALLING SIGNS AND INSTALLING
COMPLETING CONCRETE REPAIRS, INSTALLING WATERPROOF MEMBRANE, COMPLETING PAVING
BRIDGE BARRIER, MILLING PAVEMENT, INSTALLING STRUCTURE FOUNDATION BASE DRAIN,
COMPLETE STAGE 1 DEMOLITION AND CONSTRUCTION, INCLUDING REMOVING EXISTING 4.
INCLUDE BUT ARE NOT LIMITED TO COMPOST FILTER SOCK AND CONCRETE WASHOUT.
FEATURES TO CONTROL SEDIMENT DURING THESE OPERATIONS. TEMPORARY CONTROLS
3. PRIOR TO THE START OF BRIDGE WORK, PLACE APPLICABLE TEMPORARY EROSION CONTROL
INSTALL STAGE 1 TRAFFIC CONTROL.2.
BRUSH ABOVE GROUND ELEVATION.
CLEAR THE SITE AS REQUIRED. THIS WORK INCLUDES REMOVAL OF SMALL TREES AND 1.
PROCEEDING TO THE NEXT STEP, EXCEPT WHERE NOTED.
AREAS DESCRIBED IN EACH STAGE. EACH STEP OF THE SEQUENCE SHALL BE COMPLETED BEFORE
THE OWNER PRIOR TO IMPLEMENTATION. CLEARING AND GRUBBING SHALL BE LIMITED TO THOSE
PROVIDED ON THE PLAN DRAWINGS. DEVIATION FROM THAT SEQUENCE MUST BE APPROVED BY
ALL EARTH DISTURBANCE ACTIVITIES SHALL PROCEED IN ACCORDANCE WITH THE SEQUENCE
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\05_ES-GenNotes (1).dgn (Default)jknecht 03\28\2019 16:54:21
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
SPACED 5' ON CENTERS
2"X2"X36" WOOD STAKES
FILTER SOCK
24" COMPOST 12"
MIN 10-MIL THICKNESS
PLASTIC SHEETING
NTS
FILTER RING
ON UPSLOPE SIDE OF
SOCK 4' MIN OVERLAP
24" COMPOST FILTER
ON CENTERS
STAKES SPACED 5'
2"X2"X36" WOOD
FILTER RING
WASHOUT WATER INTO
DIRECT CONCRETE
SOCK MAY BE STACKED ONTO DOUBLE 24" DIAMETER SOCKS IN PYRAMIDAL CONFIGURATION FOR ADDED HEIGHT.
COMPOST SOCKS MAY BE STACKED AND STAKED SO AS TO FORM A TRIANGULAR CROSS SECTION. 18-INCH DIAMETER FILTER
PLASTIC LINERS SHOULD BE REPLACED WITH EACH CLEANING OF THE WASHOUT FACILITY.
ACCUMULATED MATERIALS SHOULD BE REMOVED WHEN THEY REACH 75% CAPACITY.
INSPECT WASHOUT FACILITIES DAILY. DEACTIVATE AND REPAIR OR REPLACE DAMAGE OR LEAKING WASHOUTS IMMEDIATELY.
THE CLEANOUT LEVEL.
WATERTIGHT, AND APPROPRIATELY SIZED. ACCUMULATED MATERIALS MUST BE PROPERLY DISPOSED OF WHEN THEY REACH
THAT THE CONTAINERS ARE INTENDED BY THE MANUFACTURER FOR USE AS CONCRETE WASHOUT BMPS, THAT THEY ARE
PREFABRICATED WASHOUT CONTAINERS MAY BE USED AS A SUITABLE ALTERNATIVE. CARE SHOULD BE TAKEN TO ENSURE
NOTES:
FILTER RING HEIGHT
WATER IS 50% OF
CONCRETE WASHOUT
MAXIMUM DEPTH OF
FILTER SOCK
COMPOST PLACED 10' O.C.
2" x 2" WOODEN STAKES
AREA
DISTURBED
FLO
WFLO
W
DISTURBED AREA
BLOWN / PLACED FILTER MEDIA
2" x 2" WOODEN STAKES PLACED 10' O.C.
COMPOST FILTER SOCK
12" MIN
EXISTING CONTOURS
UNDISTURBED AREA
AREA
UNDISTURBED
102
101
100
SECTION VIEW
PLAN VIEW
COMPOST FILTER SOCKNTS
MATERIAL TYPE 3 MIL HDPE 5 MIL HDPE 5 MIL HDPE
(MFPP)
POLYPROPYLENE
MULTI-FILAMENT
(HDMFPP)
POLYPROPYLENE
MULTI-FILAMENT
HEAVY DUTY
CHARACTERISTICS
MATERIAL
DEGRADABLE
PHOTO-
DEGRADABLE
PHOTO-
DEGRADABLE
BIO-
DEGRADABLE
PHOTO-
DEGRADABLE
PHOTO-
32"
24"
18"
12"
32"
24"
18"
12"
32"
24"
18"
12"
32"
24"
18"
12"
18"
12"
DIAMETERS
SOCK
MESH OPENING 3/8" 3/8" 3/8" 3/8" 1/8"
26 PSI 26 PSI 44 PSI 202 PSISTRENGTH
TENSILE
(ASTM-G-155)
STRENGTH
ORIGINAL
STABILITY %
ULTRAVIOLET
1000 HR
23% AT
1000 HR
23% AT
1000 HR
100% AT
1000 HR
100% AT
LONGEVITY
FUNCTIONAL
MINIMUM
6 MONTHS 9 MONTHS 6 MONTHS 1 YEAR 2 YEARS
TWO-PLY SYSTEMS
HDPE BIAXIAL NET
CONTINUOUSLY WOUND
FUSION-WELDED JUNCTURES
3/4" X 3/4" MAX APERTURE SIZE
MECHANICALLY FUSED VIA NEEDLE PUNCH)
(WOVEN LAYER AND NON-WOVEN FLEECE
COMPOSITE POLYPROPYLENE FABRIC
3 /16" MAX APERTURE SIZE
INNER CONTAINMENT NETTING
OUTER FILTRATION MESH
SOCK FABRICS COMPOSED OF BURLAP MAY BE USED ON PROJECTS LASTING 6 MONTHS OR LESS.
COMPOST SOCK FABRIC MINIMUM SPECIFICATIONS
SOLUBLE SALT CONCENTRATION
PARTICLE SIZE
MOISTURE CONTENT
pH
ORGANIC PORTION
ORGANIC MATTER CONTENT
COMPOST STANDARDS
ALTERNATIVE.
TABLE BELOW. THE STANDARDS CONTAINED IN THE PENNDOT PUBLICATION 408 ARE AN ACCEPTABLE
THE PHYSICAL PARAMETERS OF THE COMPOST SHOULD COMPLY WITH THE STANDARDS AS SHOWN IN THE
THE ORGANIC COMPONENT OF THE MIX.
CHIPS, GROUND CONSTRUCTION DEBRIS OR REPROCESSED WOOD PRODUCTS ARE NOT ACCEPTABLE AS
PRODUCT SHOULD NOT RESEMBLE THE RAW MATERIAL FROM WHICH IT WAS DERIVED. WOOD AND BARK
SHOULD BE SEASONABLY FREE (<1% BY DRY WEIGHT) OF MAN-MADE FOREIGN MATTER. THE COMPOST
SHOULD BE AEROBICALLY COMPOSTED. THE COMPOST SHOULD POSSESS NO OBJECTIONABLE ODORS AND
FOOD, STUMP GRINDINGS, AND YARD OR WOOD/BARK ORGANIC MATTER SOURCES. THE COMPOST
COMPOST SHOULD BE A WELL DECOMPOSED, WEED-FREE ORGANIC MATTER DERIVED FROM AGRICULTURE,
6
POLLUTION CONTROL DETAILS
EROSION AND SEDIMENT
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
CONCRETE WASHOUT - SECTION VIEW
CONCRETE WASHOUT
FLOW
OPEN AND THE MULCH SPREAD AS A SOIL SUPPLEMENT.
MAY BE LEFT IN PLACE AND VEGETATED OR REMOVED. IN THE LATTER CASE, THE MESH SHALL BE CUT
7. UPON STABILIZATION OF THE AREA TRIBUTARY TO THE SOCK, STAKES SHALL BE REMOVED. THE SOCK
RECOMMENDATIONS.
AFTER 1 YEAR. POLYPROPYLENE SOCKS SHALL BE REPLACED ACCORDING TO MANUFACTURER'S
6. BIODEGRADABLE FILTER SOCKS SHALL BE REPLACED AFTER 6 MONTHS; PHOTODEGRADABLE SOCKS
INSPECTION.
REPAIRED ACCORDING TO MANUFACTURER'S SPECIFICATIONS OR REPLACED WITHIN 24 HOURS OF
5. SOCKS SHALL BE INSPECTED WEEKLY AND AFTER EACH RUNOFF EVENT. DAMAGED SOCKS SHALL BE
THE SOCK AND DISPOSED IN THE MANNER DESCRIBED ELSEWHERE IN THE PLAN.
4. ACCUMULATED SEDIMENT SHALL BE REMOVED WHEN IT REACHES HALF THE ABOVE GROUND HEIGHT OF
3. TRAFFIC SHALL NOT BE PERMITTED TO CROSS FILTER SOCKS.
BY THE MANUFACTURER.
(363-2134-008). STAKES MAY BE INSTALLED IMMEDIATELY DOWNSLOPE OF THE SOCK IF SO SPECIFIED
REPORT AND/OR THE PADEP EROSION AND SEDIMENT POLLUTION CONTROL PROGRAM MANUAL
SLOPE LENGTH ABOVE ANY SOCK SHALL NOT EXCEED THAT IN THE EROSION AND SEDIMENT CONTROL
BE EXTENDED AT LEAST 8 FEET UP SLOPE AT 45 DEGREES TO THE MAIN SOCK ALIGNMENT. MAXIMUM
2. COMPOST FILTER SOCK SHALL BE PLACED AT EXISTING LEVEL GRADE. BOTH ENDS OF THE SOCK SHALL
STANDARDS AS SHOWN IN TABLE BELOW.
1. SOCK FABRIC SHALL MEET STANDARDS AS SHOWN IN TABLE BELOW. COMPOST SHALL MEET THE
NOTES:
5.0 DS/M (MMHOS/CM) MAXIMUM
30%-50% PASS THROUGH 3/8" SIEVE
30% - 60%
5.5 - 8.5
FIBROUS AND ELONGATED
25% - 100% (DRY WEIGHT BASIS)
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\06_ES-GenNotes (2).dgn (Default)jknecht 03\28\2019 16:54:27
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
AND STAPLED.
OVERLAPPED 4" (MIN.)
BLANKET EDGES
WDIRECTION OF WATER FLO
ROLL BLANKETS IN
STARTING AT TOP OF SLOPE,
COMPACT SOIL.
STAPLE, BACKFILL AND
IN 6" x 6" ANCHOR TRENCH,
INSTALL BEGINNING OF ROLL
BLANKET.
PRIOR TO INSTALLATION OF
LIME, FERTILIZER, & SEED)
(INCLUDING APPLICATION OF
PREPARE SEED BED
BEING BLANKETED.
STEEPNESS AND LENGTH OF SLOPE
RECOMMENDED STAPLING PATTERN FOR
REFER TO MANUFACTURER'S
(SHINGLE STYLE). STAPLE SECURELY.
BLANKET OVERLYING THE DOWNSLOPE BLANKET
OVERLAP BLANKET ENDS 6" (MIN.) WITH THE UPSLOPE
.GOOD SOIL CONTACT
STRETCHED; IT MUST MAINTAIN
THE BLANKET SHOULD NOT BE
EROSION CONTROL BLANKET INSTALLATION
NTS
RESTORED OR REPLACED WITHIN 4 CALENDAR DAYS.
THROUGHOUT THE BLANKETED AREA. DAMAGED OR DISPLACED BLANKETS SHALL BE
UNTIL PERENNIAL VEGETATION IS ESTABLISHED TO A MINIMUM UNIFORM 70% COVERAGE
6. BLANKETED AREAS SHALL BE INSPECTED WEEKLY AND AFTER EACH RUNOFF EVENT
RECOMMENDATIONS.
5. THE BLANKET SHALL BE STAPLED IN ACCORDANCE WITH THE MANUFACTURER'S
MAINTAIN DIRECT CONTACT WITH SOIL. DO NOT STRETCH BLANKET.
THROUGHOUT ENTIRE LENGTH. LAY BLANKET LOOSELY AND STAKE OR STAPLE TO
4. BLANKET SHALL HAVE GOOD CONTINUOUS CONTACT WITH UNDERLYING SOIL
3. SLOPE SURFACE SHALL BE FREE OF ROCKS, CLODS, STICKS, AND GRASS.
SLOPE.
2. PROVIDE ANCHOR TRENCH AT TOE OF SLOPE IN SIMILAR FASHION AS AT TOP OF
PLAN DRAWINGS PRIOR TO INSTALLING THE BLANKET.
1. SEED AND SOIL AMENDMENTS SHALL BE APPLIED ACCORDING TO THE RATES IN THE
NOTE:
EROSION CONTROL BLANKET STAPLE PATTERNS
(INCLUDING 2:1)
BETWEEN 2:1 AND 1:1
ANCHOR PATTERN FOR SLOPES
(INCLUDING 3:1)
BETWEEN 3:1 AND 2:1
ANCHOR PATTERN FOR SLOPES
SLOPES FLATTER THAN 3:1
ANCHOR PATTERN FOR
PLACE 2 ANCHORS/SY
PLACE 1.5 ANCHOR/SY
PLACE 1 ANCHOR/SY
3'-0" 3'-
0"
6'-
0"
ANCHORS(TYP)
3'-0"
3'-
0"
6'-
0" 4'-
0"
4'-
0"
2'-
0"3'-0"
1'-6" 1'-6"
ANCHORS(TYP)
ANCHORS(TYP)
SEE DETAIL
ANCHORING POST
UNDISTURBED AREA
SECTION
SEE
MATERIAL
STOCKPILED
MATERIAL
STOCKPILE
MIN
6'-0"FILL THIS AREA
MATERIAL SHALL NOT
STOCKPILE CONTROL DETAIL
SECTION
NTS
1
2 (MAX)
35 F
EE
T (
MA
X)
(SEE DETAIL)
SILT FENCE.
12" HEIGHT OR EQUIVALENT
COMPOST FILTERSOCK,
(SEE DETAIL)
SILT FENCE.
12" HEIGHT OR EQUIVALENT
COMPOST FILTERSOCK,
7
POLLUTION CONTROL DETAILS
EROSION AND SEDIMENT
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
NTS
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\07_ES-GenNotes (3).dgn (Default)jknecht 03\28\2019 16:54:28
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
PER ACRE PER 1,000 SF PER 1,000 SY NOTESMULCH TYPE
APPLICATION RATE FOR SLOPES LESS THAN 3:1
1 TON
4-6 TONS
3 TONS
3 TONS
415 LB
1,650-2,500 LB
1,240 LB
1,240 LB
MULCH BLANKET
EROSION CONTROL
HYDROMULCH
WOOD CHIPS
HAY
STRAW
SLOPES 3:1 AND GREATER
MANUFACTURERS' INSTRUCTIONS.
APPLY BLANKET AND ANCHOR PER
47 LB
185-275 LB
140 LB
140 LB
MULCH APPLICATION RATES
SC150 (2:1) OR APPROVED EQUALS
NORTH AMERICAN GREEN S150 (3:1) AND
SEE NOTES.
AND LEGUMES
MAY PREVENT GERMINATION OF GRASSES
OTHER NATIVE FORAGE GRASSES
TIMOTHY, MIXED CLOVER AND TIMOTHY OR
WEEDS, NOT CHOPPED OR FINELY BROKEN
EITHER WHEAT OR OAT STRAW, FREE OF
NOTE:
3. THE APPLICATION RATE FOR ANY HYDROMULCH SHOULD BE 2,000 LB/ACRE AT A MINIMUM.
2. WOOD FIBER HYDROMULCH MAY BE APPLIED ON STEEPER SLOPES PROVIDED A TACKIFIER IS USED.
1. SHREDDED PAPER HYDROMULCH SHOULD NOT BE USED ON SLOPES STEEPER THAN 5%.
SPECIES:
% PURE LIVE SEED:
APPLICATION RATE:
MULCH TYPE:
MULCHING RATE:
ANCHORING METHOD:
SEEDING SEASON DATES:
SPECIES:
% PURE LIVE SEED:
APPLICATION RATE:
MULCH TYPE:
MULCHING RATE:
ANCHOR MATERIAL:
ANCHORING METHOD:
RATE OF ANCHOR MATERIAL APPL:
SEEDING SEASON DATES:
FORMULA D
50.0
Straw
1240
3/15 TO 6/1 & 8/1 TO 10/15
Per Manufacturers' Instructions
Per Manufacturers' Instructions
Per Manufacturers' Instructions
Per Manufacturers' Instructions
LB/1000 SY
LB/1000 SY
%
LB/1000 SY
LB/1000 SY
%
TEMPORARY AND PERMANENT STABILIZATION SPECIFICATIONS
FORMULA B
42.0
SPECIES:
% PURE LIVE SEED:
APPLICATION RATE:
FERTILIZER TYPE:
FERTILIZER APPL. RATE:
LIMING RATE:
MULCH TYPE:
MULCHING RATE:
(TEMPORARY) FORMULA E
10.0
100
410
Hay
1240 LB/1000 SY
LB/1000 SY
LB/1000 SY
(X-X-X)
LB/1000 SY
%
SEEDING SEASON DATES: 3/15 TO 10/15
See Table A
See Table A
See Table A
Rolled Erosion Control Product
FORMULA N
LB/1000 SY
(PERMANENT, <3:1 SLOPES)
(PERMANENT, SLOPES/SWALE)
FERTILIZER TYPE:
FERTILIZER APPL. RATE:
LIMING RATE:
210
2480 LB/1000 SY
LB/1000 SY
(X-X-X)
FERTILIZER TYPE:
FERTILIZER APPL. RATE:
LIMING RATE:
210
2480 LB/1000 SY
LB/1000 SY
(X-X-X)
ANCHOR MATERIAL:
ANCHORING METHOD:
RATE OF ANCHOR MATERIAL APPL: LB/1000 SY
N/A
N/A
N/A
N/A
10-10-20
10-10-20
10-10-10
10-10-10 FERTILIZER
AGRICULTURAL LIME
10-10-20 FERTILIZER
AGRICULTURAL LIME
TEMPORARY SEEDING APPLICATION RATE
SOIL AMENDMENT PER ACRE
500 LB
1 TON
1,000 LB
6 TONS
PER 1,000 SF PER 1,000 SY
12.5 LB
40 LB
25 LB
240 LB
100 LB
410 LB
210 LB
2,480 LB
NOTES
TOPSOIL STOCKPILES
TYPICALLY NOT REQUIRED FOR
TOPSOIL STOCKPILES
TYPICALLY NOT REQUIRED FOR
REQUIRED IN AGRICULTURAL FIELDS
OR AS PER SOIL TEST; MAY NOT BE
REQUIRED IN AGRICULTURAL FIELDS
OR AS PER SOIL TEST; MAY NOT BE
PERMANENT SEEDING APPLICATION RATE
SOIL AMENDMENT APPLICATION RATES EQUIVALENTS
NOTE:
AMENDMENTS SHOWN IN THE ABOVE TABLE.
1. A COMPOST BLANKET WHICH MEETS THE STANDARDS OF THE MANUAL MAY BE SUBSTITUTED FOR THE SOIL
8530
9020
FORMULA B:
SEEDING RATE PER
WEED SEED
MAX. %
GERMINATIONPURITY
MINIMUM %
WEIGHTFORMULA AND SPECIES
ANNUAL RYEGRASS (LOLIUM MULTIFLORUM)
90ANNUAL RYEGRASS (LOLIUM MULTIFLORUM) 100
8050
TABLE A
EXCEEDING 50% OF THE TOTAL RYEGRASS COMPONENT.
OF IMPROVED CERTIFIED VARIETIES WITH NO ONE VARIETY
PERENNIAL RYEGRASS MIXTURE (LOLIUM PERENNE) A COMBINATION
TABLE B
SCHEDULE OF SEEDING AND SOIL SUPPLEMENT
APPLICATION
- ALL SLOPES 3:1 AND FLATTER,
- ALL SLOPES STEEPER THAN 3:1
B
AND SWALES, DITCHES
SUPPLEMENT FORMULA
SEEDING AND SOIL
8
D/N
E - TEMPORARY SEEDING
POLLUTION CONTROL DETAILS
EROSION AND SEDIMENT
FORMULA N CONSERVATION MIX:
OX-EYE SUNFLOWER (HELIOPSIS HELIANTHOIDES)
NEW ENGLAND ASTER (SYMPHYOTRICHUM NOVAE-ANGLIE)
BLACK EYED SUSAN (RUDBECKIA HIRTA)
ANNUAL RYEGRASS (LOLIUM MULTIFLORUM)
INDIANGRASS (SORGHASTRUM NUTANS)
VIRGINIA WILD RYE (ELYMUS VIRGINICUS)
CANADA WILD RYE (ELYMUS CANADEIS)
LITTLE BLUESTEM (ANDROPOGON SCOPARIUS)
CREEPING RED FESCUE (FESTUCA RUBRA)(IMPROVED AND CERTIFIED)
50% OF THE TOTAL HARD FESCUE COMPONENT
IMPROVED CERTIFIED VARIETIES WITH NO ONE VARIETY EXCEEDING
HARD FESCUE MIXTURE (FESTUCA LONGIFOLIA).A COMBINATION OF 30
30
6
4
4
3
10
5
3
5
97
97
85
80
85
85
95
80
80
80
85
85
70
70
70
70
90
60
50
60
0.10
0.10
0.20
0.20
0.20
0.20
0.10
0.20
0.20
0.20
9.0
9.0
1.2
1.8
1.2
0.9
3.0
1.5
0.9
1.5
30.0 TOTAL
FORMULA E:
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
30.0
EXCEEDING 50% OF THE TOATAL BLUEGRASS COMPONENT.
OF IMPROVED CERTIFIED VARIETIES WITH NO ONE VARIETY
KENTUCKY BLUEGRASS MIXTURE (POA PRATENSIS) A COMBINATION
D: 3/15 TO 6/1 & 8/1 TO 10/15 & N: 3/15 TO 10/15
SSP COMMUTATE) (IMPROVED AND CERTIFIED)
CREEPING RED FESCUE OR CHEWINGS FESCUE (FESTUCA RUBRA OR
97
97
97
0.10
0.10
0.15
LB/1000 SQ YD
8.5
12.5
21.0
42.0 TOTAL
95 0.10 10.0
10.0 TOTAL
FORMULA D CONSERVATION MIX:
TALL FESCUE (FESTUCA ARUNDINACEA VAR. KENTUCKY 31)
SSP COMMUTATE) (IMPROVED AND CERTIFIED)
CREEPING RED FESCUE OR CHEWINGS FESCUE (FESTUCA RUBRA OR
60
30
10
96
97
95
85
85
90
0.10
0.10
0.10
30.0
15.0
5.0
50.0 TOTAL
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\08_ES-GenNotes (4).dgn (Default)jknecht 03\28\2019 16:54:28
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
30895.07 Y:\Pottsville\30800S\30895.07_CB57314_MTN_RD\Eng_Docs\Structure\Plans\09_MiscDetails.dgn (Default)jknecht 03\28\2019 16:54:30
Sheet No.:1/XX/2019MAK JCK reuse, reproduction or modification of this plan or design information, or any part thereof, is strictly prohibited, except by written permission of this firm.
Copyright 2019, of Alfred Benesch & Company. All rights reserved. This plan and design content is the property of Alfred Benesch & Company. Use,
Drawn: Designed: Checked:
Rev Date By Chk'd Description
Scale: AS NOTED Date: Project No.:
Pennsylvania
30895.07
570-622-4055
Pottsville, Pennsylvania 17901
400 One Norwegian Plaza
Alfred Benesch & Company
Sugarloaf Township, Luzerne County
JAL OF 9
MOUNTAIN ROAD BRIDGE (CB57314)
REHABILITATION
9
PE
N
NS Y L V
A
N
IA
CO
M
MO
NW EALTH
O
F
REGISTERED
PROFESSIONAL
ENGINEER
PE081136
JOHN C. KNECHT
PROPOSED CURB
1'-6"
9"
8"
SL
AB
EXI
STI
NG
SU
RF
AC
E
&
WA
TE
RP
RO
OFI
NG
PR
OP
OS
ED
WA
ERI
NG
#4
CONTACT WITH ORIGINAL CONCRETE
FRESHLY CAST CONCRETE COMES IN
USE EPOXY BONDING COMPOUND WHEREADHESIVE ANCHOR
SLAB & UTILIZE
DOWEL INTO EXISTING
NTS
NTS
ABUTMENT WATERPROOFING
1'-0"
MI
N
3"
6"
MI
N
4"
PA
VE
ME
NT
ST
RU
CT
UR
E
PA
VE
ME
NT
„" PER FOOT
DRAIN, SLOPE A MINIMUM
6" STRUCTURE FOUNDATION
1
1.5
SL
AB
EXI
STI
NG
ADDITIONAL INFO
SEE BC-788M FOR
BATTEN & SCREWS
ADDITIONAL INFO
SEE BC-788M FOR
WATERPROOFING,
NTS
MEMBRANE WATERPROOFING DETAIL
NTS
GUTTERLINE DETAIL
NTS
DECK REPAIR TYPE 2
DECK REPAIR NOTES
•" BITUMINOUS WEARING
COURSE, FJ-1, LEVELING
COURSE, SRL-L
ROADWAY MATERIAL
TOP OF •" BITUMINOUS WEARING
COURSE, FJ-1, LEVELING
COURSE, SRL-L
WATERPROOFING
MEMBRANE
2"
(T
YP)
WATERPROOFING
MEMBRANE
MANUFACTURER'S RECOMMENDATIONSPAVING AND SEAL IN ACCORDANCE WITH
DIRECTED BY THE ENGINEER BEFORECUT WATERPROOFING MEMBRANE AS
ƒ" REDWOOD CANT STRIP
OR EPOXY MORTAR FILLET
ƒ" DEEP SAW-CUT AT
OF PATCH (TYP)
60° ANGLE AROUND PERIMETER
ƒ" MIN
VARIES
BOTTOM OF REBARDE
CK
REPLACE IN KIND (EXCEPT ALWAYS USE EPOXY COATED) ALL PORTIONS OF DAMAGED OR HEAVILY CORRODED REINFORCEMENT BARS BY SATISFACTORILY SPLICING TO THE REMAINING
REINFORCEMENT BARS.
WITH A WIRE BRUSH OR SAND BLAST, STRAIGHTEN AND
PATCHING MATERIAL FOR CONCRETE BRIDGE DECK REPAIR MUST
WITH PUBLICATION 408.
ACCORDANCE WITH BC-736M.
COAT WITH AN APPROVED EPOXY PAINT FOR EPOXY COATED EXISTING REINFORCEMENT STEEL OR NEAT CEMENT FOR (NON EPOXY COATED) EXISTING REINFORCEMENT STEEL.
1. PROVIDE MATERIALS AND WORKMANSHIP IN ACCORDANCE
3. PROVIDE LAP SPLICE LENGTHS AND EMBEDMENT LENGTHS IN
4. CLEAN ALL EXISTING REINFORCEMENT BARS TO BE RETAINED
5. PROVIDE EPOXY COATED REBARS AS REQUIRED. REMOVE AND
7. CONSTRUCTION, EQUIPMENT, SURFACE PREPARATION AND
REQUIREMENTS OF ASTM A 615, A 996 OR A 706.
CONFORM TO SECTION 1040 OF PUB. 408.
6. APPLY AN EPOXY BONDING COMPOUND CONFORMING TO
THE REQUIREMENTS OF SECTION 1040.3(e)1 OF PUB. 408.
OWNER AFTER MILLING HAS BEEN COMPLETED.
8. TYPE 2 REPAIRS ARE TO BE LOCATED IN THE FIELD BY THE
DECK REPAIR/WATERPROOFING DETAILS
FF CURB
LEVELING COURSE
TOP OF BITUMINOUS
(ITEM NO. 9680-0120)
(ITEM NO. 0680-0121)
EXISTING SLAB
2'-0" MIN
MI
NE
MB
ED-
ME
NT
(TYP)
#4 @ 12"
NOTE: PROVIDE 2" CLR ON ALL REINFORCEMENT
2. PROVIDE GRADE 60 REINFORCEMENT BARS CONFORMING TO THE
AGGREGATE)
BACKFILL (NO.57 COARSE
EXCAVATION, STRUCTURE
SELECTED BORROW
(ITEM NO. 9001-0010)