mountain road bridge repair project manual

109
                                       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 WilkesBarre, PA 18705  APRIL 2019  Project No. 30895.07

Upload: others

Post on 03-May-2022

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Mountain Road Bridge Repair Project Manual

 

         

   

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

   

 

 

 

 

  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

Page 2: Mountain Road Bridge Repair Project Manual
Page 3: Mountain Road Bridge Repair Project Manual

 

           

  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 

Page 4: Mountain Road Bridge Repair Project Manual
Page 5: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

ADVERTISEMENT 

   

Page 6: Mountain Road Bridge Repair Project Manual
Page 7: Mountain Road Bridge Repair Project Manual

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.

Page 8: Mountain Road Bridge Repair Project Manual

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

Page 9: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

PENNDOT SHORT FORM DOCUMENTS 

   

Page 10: Mountain Road Bridge Repair Project Manual
Page 11: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

PROPOSAL AND CONTRACT 

   

Page 12: Mountain Road Bridge Repair Project Manual
Page 13: Mountain Road Bridge Repair Project Manual

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 -

Page 14: Mountain Road Bridge Repair Project Manual

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 -

Page 15: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

ATTACHMENT 1 FOR PROPOSAL AND CONTRACT 

   

Page 16: Mountain Road Bridge Repair Project Manual
Page 17: Mountain Road Bridge Repair Project Manual

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

Page 18: Mountain Road Bridge Repair Project Manual
Page 19: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

SPECIAL PROVISIONS TO CONTRACT (ATTACHMENT 1A) 

   

Page 20: Mountain Road Bridge Repair Project Manual
Page 21: Mountain Road Bridge Repair Project Manual

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 –

Page 22: Mountain Road Bridge Repair Project Manual

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 –

Page 23: Mountain Road Bridge Repair Project Manual

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 –

Page 24: Mountain Road Bridge Repair Project Manual

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 –

Page 25: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

PROPOSAL AND CONTRACT INSTRUCTIONS 

   

Page 26: Mountain Road Bridge Repair Project Manual
Page 27: Mountain Road Bridge Repair Project Manual

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 -

Page 28: Mountain Road Bridge Repair Project Manual
Page 29: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

PERFORMANCE BOND 

   

Page 30: Mountain Road Bridge Repair Project Manual
Page 31: Mountain Road Bridge Repair Project Manual

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 -

Page 32: Mountain Road Bridge Repair Project Manual
Page 33: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

PAYMENT BOND 

   

Page 34: Mountain Road Bridge Repair Project Manual
Page 35: Mountain Road Bridge Repair Project Manual

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 -

Page 36: Mountain Road Bridge Repair Project Manual
Page 37: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

AFFIDAVIT ACCEPTING PROVISIONS OF THE WORKMEN’S COMP. ACT 

   

Page 38: Mountain Road Bridge Repair Project Manual
Page 39: Mountain Road Bridge Repair Project Manual

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 -

Page 40: Mountain Road Bridge Repair Project Manual
Page 41: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

ANTI‐COLLUSION AFFIDAVIT 

   

Page 42: Mountain Road Bridge Repair Project Manual
Page 43: Mountain Road Bridge Repair Project Manual

– 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

Page 44: Mountain Road Bridge Repair Project Manual
Page 45: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

NOTICE OF COMPLETION 

   

Page 46: Mountain Road Bridge Repair Project Manual
Page 47: Mountain Road Bridge Repair Project Manual

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.

Page 48: Mountain Road Bridge Repair Project Manual
Page 49: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

INSURANCE REQUIREMENTS 

   

Page 50: Mountain Road Bridge Repair Project Manual
Page 51: Mountain Road Bridge Repair Project Manual

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

Page 52: Mountain Road Bridge Repair Project Manual
Page 53: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual|  

CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY 

Page 54: Mountain Road Bridge Repair Project Manual
Page 55: Mountain Road Bridge Repair Project Manual

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

Page 56: Mountain Road Bridge Repair Project Manual

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

Page 57: Mountain Road Bridge Repair Project Manual

 

           

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

EXHIBITS 

Page 58: Mountain Road Bridge Repair Project Manual
Page 59: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

PA NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE    

Page 60: Mountain Road Bridge Repair Project Manual
Page 61: Mountain Road Bridge Repair Project Manual

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.

Page 62: Mountain Road Bridge Repair Project Manual
Page 63: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

 

CERTIFICATE OF COMPLIANCE 

   

Page 64: Mountain Road Bridge Repair Project Manual
Page 65: Mountain Road Bridge Repair Project Manual

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

Page 66: Mountain Road Bridge Repair Project Manual

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)

Page 67: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

PSATS CDL PROGRAM – STATEMENT OF COMPLIANCE 

   

Page 68: Mountain Road Bridge Repair Project Manual
Page 69: Mountain Road Bridge Repair Project Manual

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

Page 70: Mountain Road Bridge Repair Project Manual
Page 71: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

PUBLIC WORKS EMPLOYMENT VERIFICATION FORM 

   

Page 72: Mountain Road Bridge Repair Project Manual
Page 73: Mountain Road Bridge Repair Project Manual

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 

Page 74: Mountain Road Bridge Repair Project Manual
Page 75: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

STATEMENT OF BIDDERS QUALIFICATIONS FORM 

   

Page 76: Mountain Road Bridge Repair Project Manual
Page 77: Mountain Road Bridge Repair Project Manual

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: _____________________________________

Page 78: Mountain Road Bridge Repair Project Manual
Page 79: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

WAGE RATES    

Page 80: Mountain Road Bridge Repair Project Manual
Page 81: Mountain Road Bridge Repair Project Manual

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

Page 82: Mountain Road Bridge Repair Project Manual

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

Page 83: Mountain Road Bridge Repair Project Manual

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

Page 84: Mountain Road Bridge Repair Project Manual

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

Page 85: Mountain Road Bridge Repair Project Manual

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

Page 86: Mountain Road Bridge Repair Project Manual

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

Page 87: Mountain Road Bridge Repair Project Manual

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

Page 88: Mountain Road Bridge Repair Project Manual

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

Page 89: Mountain Road Bridge Repair Project Manual

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

Page 90: Mountain Road Bridge Repair Project Manual
Page 91: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

PA1 CALL 

   

Page 92: Mountain Road Bridge Repair Project Manual
Page 93: Mountain Road Bridge Repair Project Manual

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

Page 94: Mountain Road Bridge Repair Project Manual

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.

Page 95: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

LOCATION MAP 

   

Page 96: Mountain Road Bridge Repair Project Manual
Page 97: Mountain Road Bridge Repair Project Manual

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

Page 98: Mountain Road Bridge Repair Project Manual
Page 99: Mountain Road Bridge Repair Project Manual

 

      

  Mountain Road Bridge (CB57314) Repairs |Project Manual| Exhibits 

PLANS 

Page 100: Mountain Road Bridge Repair Project Manual
Page 101: Mountain Road Bridge Repair Project Manual

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)

Page 102: Mountain Road Bridge Repair Project Manual

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

[email protected]

ROBERT TRENTLY

HAZLE TOWNSHIP, PA 18202

380 MAPLEWOOD DRIVE

SERVICE ELECTRIC CABLEVISION INC.

[email protected]

RICHARD YOST

SUGARLOAF, PA 18249

858 MAIN STREET

SUGARLOAF TOWNSHIP LUZERNE COUNTY

[email protected]

LINDA LEEWRIGHT

BETHLEHEM, PA. 18017

2121 CITY LINE RD

UGI UTILITIES INC

[email protected]

MARK SANTAYANA

WILKES-BARRE, PA 18702

503 NEW MARKET ST

PPL ELECTRIC UTILITIES CORPORATION

[email protected]

JOHN BUGDONOVITCH

SHICKSHINNY, PA. 18655

67 S MAIN STREET

FRONTIER COMMUNICATIONS OF PA INC.

[email protected]

EDDIE GREGORY

CONYNGHAM, PA. 18219

PO BOX 469

CONYNGHAM-SUGARLOAF JOINT MUNICIPAL AUTHORITY

[email protected]

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

Page 103: Mountain Road Bridge Repair Project Manual

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

Page 104: Mountain Road Bridge Repair Project Manual

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

Page 105: Mountain Road Bridge Repair Project Manual

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

Page 106: Mountain Road Bridge Repair Project Manual

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

Page 107: Mountain Road Bridge Repair Project Manual

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

Page 108: Mountain Road Bridge Repair Project Manual

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

Page 109: Mountain Road Bridge Repair Project Manual

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)