Loading...
HomeMy WebLinkAbout19940518 Ver 1_COMPLETE FILE_19940714State of North Carolina Department of Environment, Health and Natural Resources Division of Environmental Management James B, Hunt, Jr., Governor Jonathan B. Howes, Secretary A. Preston Howard, Jr., P.E., Director APPROVAL of 401 Water Quality Certification Mr. Chris Carter Town of North Wilkesboro 801-Main St. North Wilkesboro, N.C. 28659 Dear Mr. Carter: FILE COPY You have our approval to place fill material in 0.3 acres of wetlands or waters for the purpose of sewer line construction at 13th St. from E. St. to May St., as you described in your application dated 25 May, 1994. After reviewing your application, we have decided that this fill is covered by General Water Quality Certification Number 2664. This certification allows you to use Nationwide Permit Number 12 when it is issued by the Corps of Engineers. This approval is only valid for the purpose and design that you described in your application. If you change your project, you must notify us and you may be required to send us a new application. For this approval to be valid, you must follow the conditions listed in the attached certification. In addition, you should get any other federal, state or local permits before you go ahead with your project. If you do not accept any of the conditions of this certification, you may ask for an adjudicatory hearing. You must act within 30 days of the date that you receive this letter. To ask for a hearing, send a written petition which conforms to Chapter 150B of the North Carolina General Statutes to the Office of Administrative Hearings, P.O. Box 27447, Raleigh, N.C. 27611-7447. This certification and its conditions are final and binding unless you ask for a hearing. This letter completes the review of the Division of Environmental Management under Section 401 of the Clean Water Act. If you have any questions, please telephone John Dorney at 919-733-1786. Sincerely, P ?6'jwa rd r. P. E. Jirector attacnment cc: Wilmington District Corps of Engineers Corps of Engineers Raleigh Field Office Winston-Salem DEM Regional Office Mr. John Dorney Central Files David Hamilton; Finkbeiner, Pettis and Strout, Ltd. 94518.1tr A14 IF .' Vr-eeJA [D IF= F1 June 7, 1994 Wilkes County DEM Project # 94518 P.O. Box 29535, Raleigh, North Carolina 27626-0535 Telephone 919-733-7015 FAX 919-733-2496 An Equal Opportunity Affirmative Action Employer 50% recycled/ 10% post-consumer paper I?INKU',INFR, PFJ I IS & STROUT, I.IMI'II:I) 1.? ?rz ( O NSI I I 11N,(, I'.N(ANI FRS I.SIAW ISI If 1) 19100 ONIl C1 N II RVII.AC'DRIAI May 25, 1994 (.RI I'NS8W )1(O. N(. 2-407 `yin ass Sb4R IhAF Mr. John Dorney Water Quality Planning DEM NCDEHNR 512 N. Salisbury St., Archdale Bldg. Raleigh, NC 27604 Re: North Wilkesboro, North Carolina F 13th Street Sewer Improvements P&S Dear Mr. Dorney: For your review please find enclosed two (2) sets of Plans and Specifications and five (5) location maps along with the application for "Nationwide Permits that Require Application for Section 401 Certification" for NWP No. 12 for the above referenced project. Please contact me if you have any questions. Sincerely, V ,",t,j7 David A. Hamilton, P.E. DAH/ke Enclosure c: Kenneth Mikeal, DPU 61:?&M: ACTION ID: Nationwide Permit Requested (Provide Nationwide.Permit If): -W 17- 0? ?, JOINT FORM FOR Nationwide permits tt rege notification to the Corps of Engineers Nationwide permits that require application for Section 401 certification WILMINGTON DISTRICT ENGINEER) WATER QUALITY PLANNING CORPS OF ENGINEERS DIVISION OF ENVIRONMENTAL MAN DEPARTMENT OF THE ARMY NC DEPARTMENT OF ENVIRONMENT, , P.O. Box 1890 C 28402-1890 AND 29?535L RESOURCES JUN 11994 Wilms N ATTN: CESAW-CO-E Raleigh, NC 27626-0535 Telephone (919) 2514511 AM: MR JOHN DORNEY Telephone (919) 733-5083 WAR Fitt Q! ONE (1) COPY OF THIS COMPLETED APPLICATION SHOULD BE SENT TO THE CORPS OF ENGINEERS. SEVEN (7) COPIES SHOULD BE SENT TO THE Ihti: DMSION OF ENVIRONMENTAL MANAGEMENT. PLEASE PRINT. 1. Owners Name' `(-o w N d N O?TN ll?l K SF??v G ?1 L Kt hI G , ZB?o51 2. Owners Address: 801 l? fk t N 5T 1\1ooTI-i 3. Owners Phone Number{fIeene}: 7 1 Z9 {), 4. If Applicable: Agent's name or responsible corporate official, address, phone number. Gtiv-iS Ca?rke? TFowtJ MAf,-)k6, f-i K f??1;1 - 5. Location of work (MUST ATTACH MAP). County: 1P?! I L ?? ?S Nearest Town or City: ?? 11? 11-1L?`? C?BgD Specific Location (Include road numbers, landmarks, etc.): 13 TN St ??? S? uto% o (Aoayo k t?2? 6. Name of Closest Stream/River Iam/River rv-, UL4?? ip ? A Kos 9 l V-e,? 7. River Basin: _ I ?G' V- 8. Is this project located in a watershed classified as Trout. SA, HQW, ORW, WS I, or WS 117 YES [ ] NO s. Havc any Se.^rio,-. 4(A1 :-,imits been My-101ssly requested for use on ft property? YES [ 1 NO If yes, explain. 10. Estimated total number of acres of waters of the U.S., including wetlands, located on project site: D.S A?ureS 11. Number of acres of waters of the U.S., including wetlands, impacted by the proposed project: Filled: 1.0. O Drained: Q • D Flooded: O -0 Excavated &(,t od: o,3 Total Impacted: D.3 DEC 20 '93 14:19 919 876 5823 PAGE.004 12. Dcscription of proposed work (Attach PLANS-8 1/2" X 11" drawings only): 1t?? s re??.Gc LP 4a CW "b?f, CS d ?-2 (Lcc? D ?i o-? I - ? ?Irc ?o 13. Purpose of proposed work. Mas vO « ? SZe yP?r SPy? 1 CG . 14. State reasons why the applicant believes t4at this activity must be carried out in wetlands, Also, note measures taken to minimize wetland impacts. Nl tit US•e -eCC Q SP Y ?-? qb w?ev?f a araSS C'.rP? l? S Cow Cov W `Q.d15 cuffs ?.(?{ (ire evvto e y 15. You are required to contact the U.S. Fish and Wildlife Service (USFWS) and/or National Marine Fisheries Service (NNIFS) regarding the presence or any Federally listed orproposed for listing endangered or threatened species or critical habitat m the permit area that may be affected by the proposed project. Have you done so? YES [) NOK 1J/ A RESPONSES FROM THE USFWS AND/OR NMFS SHOULD BE FORWARDED TO CORPS. ?T 16. You a`?- required to contact the State Historic Preservation Officer (SHPO) regarding the presence of historic properties in the permit area which may be affected by the proposed project? Have you done so? YES [ ) NO ?J N/A RESPONSE FROM THE SHPO SHOULD BE FORWARDED TO CORPS. 17. Additional information required by DEM: ? A. Wetland delineation trap showing all wetlands. streams, and lakes on the property. B. If available, representative photograph of wetlands to be impacted by project. C. If delineation was performed by a consultant, include all data sheets relevant to the placement of the delineation line. D. If a stormwater management plan is required for this project, attach co E. What is land use of surrounding property? 5 CA&V4'1 mot" ?O rl t w?2?? l V F. If applicable, what is proposed method of sewage disposal? 'Rw? <<c vc?J? Sy?+CMA X LPL lid L?? Ste" l'J ?%,. Owner's Signature Date - ,s , -tj.- - -a DEC 20 '93 14:19 919 e76 5823 PAGE.005 I 13TH STREET SEWER IMPROVEMENTS 1 NORTH WILKESBORO, NORTH CAROLINA 1994 FINKBEINER, PETTIS & STROUT, LIMITED CONSULTING ENGINEERS ONE CENTERVIEW DRIVE, GREENSBORO, NORTH CAROLINA 27407 (910) 292-2271 FAX (910) 855-5648 d OFFICIALS TOWN OF NORTH WILKESBORO, NORTH CAROLINA MAYOR Mr. Conley Call BOARD OF COMMISSIONERS Lisa D. Brewer Faye L. Cox Steve L. Harless George C. Wiebel, Jr. Eric Williams TOWN MANAGER Chris A. Carter TOWN CLERK Gail M. Harris DIRECTOR OF PUBLIC WORKS Charles E. Billings DIRECTOR OF PUBLIC UTILITIES Kenneth Mikeal WASTEWATER TREATMENT PLANT SUPERINTENDENT Jeff Carty ENGINEER CERTIFICATION I HEREBY CERTIFY THAT THE SPECIFICATIONS CONTAINED HEREIN AND THE ACCOMPANYING DRAWINGS WERE PREPARED BY ME OR UNDER MY DIRECT SUPERVISION. SIGNED, SEALED AND DATED THIS DAY OF M W , 19 61-4. TITLE ° SrAL e e ° 4 _ ?:i;111 n Q c ° n tro •, X40 . •je•• TITLE (Seal) BY TI BY TITLE (Seal) (Seal) TABLE OF CONTENTS Preliminary Estimate Advertisement for Bids Information to Bidders Bid Bid Bond Contract Performance Bond Payment Bond Approval of Contract and Bonds General Conditions SPECIFICATIONS Standard G. General Work and Requirements C. Concrete and Concrete Work Detailed 1. Pipe Sewers 2. Manholes 3. Existing Sewer, Drain and Water Main Restoration 4. Existing Pavement Replacement 5. Erosion and Sedimentation Control PAGE 2 3 4 S 6 7 7b 8 9 G-1 thru G-9 C-1 thru C-4 1-1 thru 1-19 2-1 thru 2-S 3-1 thru 3-S 4-1 thru 4-4 S-1 thru S-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRELIMINARY ESTIMATE ITEM NO. DESCRIPTION EST. OTY. 1. Pipe Sewers a. 12 inch Pipe Sewer, 0'-6' deep 159 lin.ft. b. 12 inch Pipe Sewer, 6'-8' deep 88 lin.ft. C. 12 inch Pipe Sewer, 8'-10' deep 59 lin.ft. d. 12 inch Pipe Sewer, 10'-12' deep 28 lin.ft. e. 10 inch Pipe Sewer, 0'-6' deep 507 lin.ft. f. 10 inch Pipe Sewer, 6'-8' deep 158 lin.ft. g. 10 inch Pipe Sewer, 8'-10' deep 440 lin.ft. h. 10 inch Pipe Sewer, 10'-12' deep 41 lin.ft. i. 4 inch Service Connection Pipe and Fittings 155 lin.ft. j. 4 inch on 12 inch Sewer Pipe Wye 3 each k. 4 inch on 10 inch Sewer Pipe Wye 3 each 2. Manholes a. 4' diameter Manholes 89 lin.ft. b. 8 inch Drop Connections 11 lin.ft. C. Standard Frames and Covers 12 lin.ft. 3. Existing Sewer, Drain and Water Main Restoration a. 6 inch Diameter and Smaller Sewer and Drain Replacement 150 lin.ft. b. 8 inch thru 12 inch Diameter Sewer and Drain Replacement 50 lin.ft. C. 15 inch thru 21 inch Diameter Sewer and Drain Replacement 30 lin.ft. d. 24 inch Diameter and Larger Sewer and Drain Replacement 20 lin.ft. e. 6 inch Diameter and Smaller Water Main Relocation 10 lin.ft. f. 8 inch Diameter and Larger Water Main Relocation 20 lin.ft. -1- ITEM NO. DESCRIPTION EST. QTY. 4. Existing Pavement and Sidewalk Replacement a. Bituminous Concrete Pavement Replacement 21 cy.yd. b. Curb and Gutter Replacement 60 lin.ft. 5. Eros ion and Sedimentation Control a. Silt Fence 460 lin.ft. b. Stone Check Dams 2 each c. Temporary Rip Rap 25 cu.yd. d. Permanent Rip Rap 15 cu.yd. e. Ditch Stabilization Material 45 sq.yd. f. Temporary 36 inch Culvert 28 lin.ft. -la- ADVERTISEMENT FOR BIDS 1. SEALED BIDS for the furnishing of the necessary materials and construction of 13TH STREET SEWER IMPROVEMENTS ' FOR THE TOWN OF NORTH WILKESBORO, NORTH CAROLINA will be received by the Town at the office of the Town Manager until 2:00 PM, LOCAL TIME ....................::..:. . and at that time and place will be publicly opened and read aloud. 2. The proposed work consists of the removal of approximately 1,480 linear feet of existing 10 and 8 inch sanitary sewer and manholes, and replacement with 12 and 10 inch sanitary sewer and manholes. 3. The contract documents, including Drawings and Specifications, are on file at the office of the Town Manager and at the office of Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, One Centerview Drive, Greensboro, North Carolina 27407. A set may be obtained by depositing $15.00, check only, with said Consulting Engineers. Checks shall be made payable to the Town of North Wilkesboro North Carolina Deposits are non-refundable. ' 4. The Town of North Wilkesboro, North Carolina reserves the right to reject any or all Bids and to waive any irregularities in bidding. By Order of the Board of Commissioners of ' the Town of North Wilkesboro, North Carolina Gail M. Harris Town Clerk Published: North Wilkesboro Journal Patriot AGC F.W. Dodge ' INFORMATION TO BIDDERS 1. Sealed proposals are required and such proposals shall be on the form ' provided with the Specifications. Bid blanks shall not be removed from the Specifications. Bids shall state the lump sums or unit prices and item totals on the blanks provided therefore, and shall be enclosed in a sealed envelope marked "Bid for 13th Street Sewer Improvements", and to indicate the Contractors name, address and ' North Carolina License Certificate Number indicating compliance with the provisions of North Carolina General Statutes 87-10, and addressed to the Town Manager. 2. Each Bid shall contain the name of every person, firm or corporation interested in the same, and shall be accompanied by a deposit of cash, or a cashier's check, or a certified check on a bank or trust company insured by the Federal Deposit ' Insurance Corporation in an amount equal to 5% of the bid. In lieu of making the cash deposit as above provided, such bidder may file a Bid Bond executed by a corporate Surety licensed under the laws of North Carolina to execute such Bonds, conditioned that the Surety will upon demand forthwith make payment to the Town of North Wilkesboro, North Carolina if the bidder fails to execute the Contract in accordance with the Bid Bond. This deposit shall be retained if the successful bidder fails to execute the Contract within ten days after the award or fails to give satisfactory surety as required for performance under North Carolina General Statutes, Chapter 44A, Article 3. The bid deposit of all except the three lowest bidders will be returned within three days after the opening of Bids. The bid deposit of the three lowest bidders will be returned within 48 hours after the executed contract and required Bonds have been finally approved by the Town. No bidder may withdraw his bid for a period ' of 60 days. The Bid shall be signed and, if necessary shall be accompanied by Power of Attorney. Incorporated Companies must furnish evidence by their Board of Directors that the person signing the Bid, Contract and Performance and Payment Bonds has been duly authorized. ' 3. SPECIAL NOTICE - Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is now being performed and, insofar as practicable, the Contractor must employ such ' methods and means in the carrying out of his work as will not cause any interruption of or interference with any other contractor or with Town employees. ' 4. If any person contemplating submitting a Bid for the proposed Contract is in doubt as to the true meaning of any part of the Drawings, Specifications or other proposed contract documents, he may submit to the Consulting Engineers a written request for an interpretation thereof. The person submitting the request shall be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Town of North ' Wilkesboro, North Carolina will not be responsible for any other explanations or interpretations of such documents which any one presumes to make on behalf of the Town before expiration of the ultimate time for the receipt of Bids. Failure of any bidder to receive any such addendum shall not relieve that bidder from any obligation of his Bid as submitted. ILI J 5. Unsolicited alternate Bids will not be considered in awarding the Contract and the inclusion of such unsolicited alternates by the bidder will result in the Bid being considered informal and liable to rejection. The bidder should not add any conditions or qualifying statements to his Bid, as otherwise the Bid may be declared irregular as not being responsive to the Advertisement for Bids. 6. The Town of North Wilkesboro, North Carolina reserves the right to reject any or all Bids, when in the best interest of the Town it is deemed advisable, and to waive all informalities. 7. The successful bidder will be required to provide a Performance Bond and a Payment Bond each in an amount not less than 100% of the contract price in favor of the Town of North Wilkesboro, North Carolina conditioned upon the faithful performance of the Contract and completion within the number of days stipulated in the Contract. 8. Insurance in the types and amounts as specified under Paragraphs 11, 12 and 13 of the General Conditions shall be furnished, including Worker's Compensation, Public Liability and Property Damage Insurance and Builder's Risk (Fire and Extended Coverage) Insurance. Prior to the execution of the contract documents, the Owner will require the Contractor to furnish certificates of his insurance coverage. Such insurance shall contain provisions for a 30 day prior notice of cancellation and in the event that any insurance policy is to terminate, expire or be canceled, copies of such prior notice shall be mailed to the Owner and to the Engineer. ' 9. The bidder shall be prepared to furnish a statement of his financial position and experience record, which will be held confidential by the Owner. 10. The Contractor shall commence work under his Contract on a date to be specified in a written order from the Engineer and shall fully complete all work thereunder within the limit stipulated in the Contract. Liquidated damages that will be paid by the Contractor for failure to complete the Contract within the time ' specified will be in accordance with the requirements of Paragraph 26 of the Ge neral Conditions. ' 11. An estimate of the cost of construction completed and of the cost of material delivered or stored during the previous month shall be prepared by the Contractor and approved by the Engineer on or about the first of each month and forwarded to the Owner for approval and subsequent payment, all in accordance with the requirements of Paragraph 21 of the General Conditions. 12. Secondhand and/or salvaged materials shall not be used unless specifically provided for in the Detailed Specifications or called for on the Drawings. 13. The Contractor shall not assign his Contract or any part thereof ' without the approval of the Owner, nor without the consent of the Surety unless the Surety has waived its right to notice of assignment. -3a- 14. It is the intention of the Owner to award a single Contract for the construction of all of the work described in these Specifications. The Contract will be awarded to the lowest and best bidder. 15. Six executed counterparts of the Contract and Bonds will be required. 16. The Town of North Wilkesboro, North Carolina may award other contracts for additional work and the Contractor shall fully cooperate with such other contractors and carefully fit his own work to that provided under other contracts as may be directed by the Owner. The Contractor shall not commit nor permit any act which ' will interfere with the performance of work by any other contractor or by Town employees. 17. The Preliminary Estimate previously given is approximate only and no responsibility for its accuracy is assumed by the Owner or the Engineer. The Contractor is cautioned to make his own investigations and determinations of the conditions under which the work will be performed and to base his Bid accordingly. ' 18. Test borings have not been made on the site of the work. The Bidder shall make his own independent sub-surface investigations and shall base his Bid upon ' his own determinations of such sub-surface conditions. 19. Temporary utilities shall be in accordance with Paragraph G.S. of Standard Specification G. 20. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by the Contractor if acceptable to ' the Engineer, application for such acceptance will not be considered by the Engineer until after the Contract is fully executed. The procedure for submission of any such application by the Contractor and consideration by the Engineer is set forth in ' Paragraph 10 of the General Conditions. 21. The Contractor shall submit to the Owner an affidavit listing the names of all partners in a firm, or, in the case of a Corporation, a list of all ' officers of said Corporation. 22. The Contractor shall be required to furnish sufficient lights, barricades, and flagmen to meet full safety requirements and shall work closely with the local Police Department in maintaining at least one way traffic, whenever possible, on the streets where the work is being performed. During the hours of darkness, sufficient warning lights shall be provided along the route of construction. 23. Construction Schedule - The Contractor shall prepare a construction schedule in accordance with the requirements of Paragraph 36 of the General Conditions. ? 3e ' A. Permits and Re gulation s - Unless otherwise previously or subsequently i i specified, the Contractor shall procure ons nspect and pay for all permits, licenses, and approvals necessary for the execution of his Contract. ' The Contractor shall comply with all laws, ordinances, rules, orders and regulations re lating to the performance of the work required to complete his Contract. ' The Contractor's attention is directed to the "Safety and Health Regulations for Construction" of the Occupational Safety and Health Administration, U.S. Department of Labor, and to his responsibilities thereunder. ' The Contractor's attention is directed to the North Carolina "Underground Damage Prevention Act", GS87, Article 3, and to his responsibilities thereunder. The Contractor is responsible for compliance with the provisions of North Carolina General Statutes 105-54 regarding taxation. 25. The Owner will furnish to the Contractor up to three copies of the contract documents for the execution of the work. ' Additional copies of the contract documents may be obtained from the Owner at a cost of $10.00 for Specifications and a cost of $5.00 for Drawings. F7 LI 1 L -3c- ' BID To: Town Manager ' Town Hall 801 Main Street North Wilkesboro, North Carolina 28659 ' I. The undersigned, having familiarized with the local conditions affecting the cost of the work and with the contract documents, including ' Advertisement for Bids, Information to Bidders, General Conditions, the form of Bid, the form of Contract, the form of Bonds, Drawings and Specifications, and addenda and exhibits issued and attached to the Specifications on file in the office of the Town Manager hereby propose(s) to perform everything required to be performed and to provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services necessary to perform and complete in a workmanlike manner all of the work required for the construction of 13th Street Sewer Improvements for the Town of North Wilkesboro, North Carolina all in accordance with the Drawings and Specifications as prepared by Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, including Addenda Nos. issued thereto for the following prices, to wit: BID SCHEDULE ITEM EST. LUMP SUM OR ITEM Q QTY. UNIT PRICE TOTAL (a) $ (b) $(axb) ' 1. PIPE SEWERS la. 12 inch Pipe Sewer, 0'-6' deep, installed complete, per linear foot 159 Unit price per linear foot, in words lb. 12 inch Pipe Sewer, 6'-8' deep, installed complete, per linear foot 88 I Unit price per linear foot, in words k -4- ITEM EST. NO. QTY (a) lc. 12 inch Pipe Sewer, 8'-10' deep, installed complete, per linear foot 59 Unit price per linear foot, in words Id. 12 inch Pipe Sewer, 10'-12' deep, installed complete, per linear foot 28 Unit price per linear foot, in words le. 10 inch Pipe Sewer, 0'-6' deep, installed complete, per linear foot 507 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) lf- 10 inch Pipe Sewer, 6'-8' deep, installed complete, per linear foot 158 Unit price per linear foot, in words lg. 10 inch Pipe Sewer, 8'-10' deep, installed complete, per linear foot 440 Unit price per linear foot, in words -4a- i ITEM EST. NO. QTY. (a) lh. 10 inch Pipe Sewer, 10'-12' deep, installed complete, per linear foot 41 Unit price per linear foot, in words li. 4 inch Service Connection Pipe and Fittings, installed complete, per linear foot 155 Unit price per linear foot, in words lj. 4 inch on 12 inch Sewer Pipe Wye, installed complete, each 3 Unit price each, in words _ LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) lk. 4 inch on 10 inch Sewer Pipe Wye, installed complete, each Unit price each, in words 3 2. MANHOLES 2a. 4' diameter Manholes, installed complete, per linear foot 89 Unit price per linear foot, in words -4b- ITEM EST. LUMP SUM OR ITEM NO. QTY. UNIT PRICE TOTAL (a) $ (b) $(axb) 2b. 8 inch Drop Connections, installed complete, per linear foot 11 Unit price per linear foot, in words 2c. Standard Frames and Covers, installed complete, each 12 Unit price per linear foot, in words 3. EXISTING SEWER DRAIN AND WATER MAIN RESTORATION 3a. 6 inch Diameter and Smaller Sewer and Drain Replacement, complete, per linear foot 150 Unit price per linear foot, in words 3b. 8 inch thru 12 inch Diameter Sewer and Drain Replacement, complete, per linear foot 50 Unit price per linear foot, in words 3c. 15 inch thru 21 inch Diameter Sewer and Drain Replacement complete, per linear foot 30 Unit price per linear foot, in words -4c- ITEM EST. NO. QTY. (a) 3d. 24 inch Diameter and Larger Sewer and Drain Replacement, complete, per linear foot 20 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) 3e. 6 inch Diameter and Smaller Water Main Relocation, complete, per linear foot 10 Unit price per linear foot, in words 3f. 8 inch Diameter and Larger Water Main Relocation, complete, per linear foot 20 Unit price per linear foot, in words 4. EXISTING PAVEMENT AND SIDEWALK REPLACEMENT 4a. Bituminous Concrete Pavement Replacement, complete, per cubic yard 21 Unit price per cubic yard, in words 4b. Curb and Gutter Replacement, installed complete, per linear foot 60 Unit price per linear foot, in words -4d- i ITEM EST. NO. OTY.- (a) 5. EROSION AND SEDIMENTATION CONTROL 5a. Silt Fence, complete, per linear foot 460 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) 5b. Stone Check Dams, complete, each 2 Unit price each, in words _ 5c. Temporary Rip Rap, complete, per cubic yard 25 - Unit price per cubic yard, in words 5d. Permanent Rip Rap, complete, per cubic yard 15 Unit price per cubic yard, in words 5e. Ditch Stabilization Material, complete, per square yard 45 Unit price per square yard, in words -4e- ' ITEM EST. LUMP SUM OR ITEM NO. QTY. UNIT PRICE TOTAL (a) $ (b) $(axb) ' 5f. Temporary 36 inch Culvert, complete, per linear foot 28 Unit price per linear foot, in words i TOTAL BID, IN FIGURES $ (Total amounts subject to correction based, as applicable, on the estimated quantities given and the unit and lump sum prices tendered.) II. TIME OF COMPLETION - The undersigned agrees that the Work will be substantially completed within 60 consecutive calendar days, and completed and ready for final payment in accordance with Paragraph 31 of the General Conditions within 90 consecutive calendar days, both after notice to proceed with the Work. The undersigned further agrees that the liquidated damages provisions of Paragraph 26 of the General Conditions shall apply to each calendar day of delay until the Work is substantially completed, and to each calendar day of delay until the Work is completed and ready for final payment. III. SUPPLEMENTARY SCHEDULE OF UNIT PRICES FOR FIXING COSTS BASIS FOR CHANGES - Each bidder shall submit unit prices for the following supplemental items which will apply in the event additions to or deductions from the work to be performed are ordered on certain of the preceding base bid items. These supplemental unit prices will not be considered in the award of the Contract. ITEM TYPE OF WORK UNIT PRICE E. E1. E2 Unit price for Earth Excavation, including backfill Unit price per cu. yd.,in words Unit price for Earth Excavation, including disposal Unit price per cu. yd., in words Unit price for Rock Excavation, including disposal Unit price per cu. yd., in words cu. yd. cu. yd. cu. yd. -4f- ITEM TYPE OF WORK r UNIT PRICE Cl. Unit price for Class I Concrete, not including reinforcing steel (in place) cu. yd. Unit price per cu. yd., in words C2. Unit price for Class II Concrete (in place) cu. yd. I ; Unit price per cu. yd., in words R. Unit price for Reinforcing Steel (in place) pound Unit price per pound, in words P. Unit price for Temporary Pavement (compfete) sq. yd. Unit price per sq. yd., in words W. Unit price for Wood Supports and Bracing (in place, per thousand feet, board measure) mfbm Unit price per mfbm, in words It is understood and agreed by the undersigned that the Town reserves the unrestricted privilege to reject any or all of the foregoing unit prices in this Paragraph which it may consider excessive or unreasonable, or to accept, by including the same in the Contract as unit prices applicable in the event of additions to or deductions from the work to be performed under the Contract, any or all of such unit prices which it may consider fair and reasonable. IV. Accompanying this Bid is a deposit of cash, or a cashier's check or a certified check on some bank or trust company insured by the Federal Deposit Insurance Corporation, or a Bid Bond in the amount of Dollars ($ payable to the Town of North Wilkesboro, North Carolina which it is agreed, shall be retained as liquidated damages by the Town, if the undersigned fails to execute the Contract in conformity with the Form of Contract incorporated in the contract documents and furnish Bonds and insurance certificates as specified within ten (10) days after notification of the award of the Contract to the undersigned. -4g- V. In submitting this Bid, it is•understood that the right is reserved by the Town of North Wilkesboro, North Carolina to reject any and all Bids. It is agreed that this Bid may not be withdrawn for a period of 60 days from the opening thereof. DATE 19 FIRM NAME OFFICIAL ADDRESS BY TITLE PHONE: ( ) (Note: In case of conflict between the price in-figures and the price in words on any item or items, the price in words shall govern.) (Note: Bidder shall not add any conditions or qualifying statements to this Bid as otherwise the Bid may be declared irregular as not being responsive to the Advertisement for Bids.) -4h- i BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the TOWN OF NORTH WILKESBORO, NORTH CAROLINA as Owner in the penal sum o for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of 19 The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid, attached hereto and hereby made a part hereof to enter into a Contract in writing, for 13TH STREET SEWER IMPROVEMENTS NOW, THEREFORE, (a) (b) If said Bid shall be rejected, or If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish Bonds for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, -5- i then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal (L.S.) Surety By IMPORTANT - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. -5a- THIS CONTRACT, made the by and between day of , 19 hereinafter called the "Contractor", and the Town of North Wilkesboro, North Carolina hereinafter called the "Owner", WITNESSETH, That the Contractor and the Owner, for the consideration stated herein, agree as follows: ARTICLE I. SCOPE OF WORK - The Contractor shall perform everything required to be performed and shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to perform and complete in a workmanlike manner all of the work required for the construction of the 13th Street Sewer Improvements for the Town of North Wilkesboro, North Carolina, all in strict accordance with the Drawings and Specifications, including any and all addenda, prepared by Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, acting and in these contract documents, referred to as the "Engineer", which Drawings and Specifications are made a part of this Contract, and in strict compliance with the Contractor's Bid and the other contract documents herein mentioned which are a part of this Contract; and the Contractor shall do everything required by this Contract and the other contract documents constituting a part hereof. ARTICLE II THE CONTRACT PRICE - The Owner shall pay to the Contractor for the performance of this Contract, subject to any additions or deductions provided ARTICLE III TIME OF COMPLETION - The Contractor agrees that the Work will be substantially completed within 60 consecutive calendar days, and completed and ready for final payment in accordance with Paragraph 31 of the General Conditions within 90 consecutive calendar days, both after notice to proceed with the Work. The Contractor further agrees that the liquidated damages provisions of Paragraph 26 of the General Conditions shall apply to each calendar day of delay until the Work is substantially completed and to each calendar day of delay until the Work is completed and ready for final payment. ARTICLE IV. UNIT PRICES FOR CHANGES - The following unit prices will apply in the event additions to or deductions from the work to be performed under this Contract are required: ITEM TYPE OF WORK E. Unit price for Earth Excavation, including backfill E1. Unit price for Earth Excavation, including disposal E2. Unit price for Rock Excavation, including disposal Cl. Unit price for Class I Concrete, not including reinforcing steel (i n place) C2. Unit price for Class II Concrete (in place) CONTRACT UNIT PRICE cu. yd. $ cu. yd. $ cu. yd. $ cu. yd. $ cu. yd. $ ITEM TYPE OF WORK UNIT PRICE R. Unit price for Reinforcing Steel (in place) pound $ - P. Unit price for Temporary Pavement (complete) sq. yd. $ W. Unit price for Wood Supports and Bracing (in place, per thousand feet, board measure) mfbm $ ARTICLE V COMPONENT PARTS OF THIS CONTRACT - This Contract consists of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim or, if not attached, as if hereto attached: 1. General Conditions 2. Advertisement for Bids 3. Information to Bidders 4. Specifications, including Addenda Numbers 5. Drawings 6. Bid 7. This Instrument In the event that any provisions in any of the component parts of this Contract conflicts with any provisions in any other of the component parts, the provision in the component part first enumerated above shall govern over any.other component part which follows it numerically, except as may be otherwise specifically stated. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in six original counterparts the day and year first above written. In Presence of CONTRACTOR (Seal) (Seal) By Title TOWN OF NORTH WILKESBORO, NORTH CAROLINA OWNER By Title -6a- PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned a , hereinafter called Principal, and (Corporation, Partnership, or Individual) hereinafter called Surety, are held and firmly bound unto the TOWN OF NORTH WILKESBORO, NORTH CAROLINA hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a 1 certain Contract with the Owner, dated the day of , 19 , a copy of which is hereto attached and made a part hereof for the construction of: 13TH STREET SEWER IMPROVEMENTS NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guarantee period, and if he shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the Specifications. -7- i PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this day of 19 In Presence of Principal By (SEAL) Surety By (SEAL) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. -7a- C J PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned a , hereinafter called Principal, and (Corporation, Partnership, or Individual) hereinafter called Surety, are held and firmly bound unto the TOWN OF NORTH WILKESBORO, NORTH CAROLINA hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner, dated the day of , 19 , a copy of which is hereto attached and made a part hereof for the construction of: 13TH STREET SEWER IMPROVEMENTS NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such Contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates f h i and th agrees that no change, extension of time, alteration e terms o on to t or addit e Contract or to work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby wa ive ' notice of any such change, extension of time, alterat ion or addition to the terms of the Contract or to the work or to the Specifications. -7b- PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this day of 19 In Presence of Principal By (SEAL) Surety By (SEAL) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. -7c- i APPROVAL OF CONTRACT AND BONDS The foregoing Contract and Bonds were duly approved by the Board of Commissioners of the Town of North Wilkesboro, North Carolina this _ day of , 19 (SEAL) Town Clerk The foregoing Contract and Bonds are hereby approved as to form and legality this day of , 19 Attorney -8- GENERAL CONDITIONS 1. DEFINITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 2. SUBCONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 3. SUPERINTENDENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 4. WORKMEN AND CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . 13 5. RIGHT OF ACCESS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 6. MATERIALS, TOOLS, TESTING . . . . . . . . . . . . . . . . . . . . . . . . 13 7. DEFECTIVE MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 8. MATERIAL STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 9. MATERIALS. SERVICES AND FACILITIES - EXTRA HOURS . . . . . . . . . . . . 13 10. SUBSTITUTES AND "OR-EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . 14 11. BODILY INJURY AND PROPERTY DAMAGE INSURANCE . . . . . . . . . . . . . . . 15 12. BUILDER'S RISK INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . 17 13. WORKER'S COMPENSATION INSURANCE . . . . . . . . . . . . . . . . . . . . . 17 14. ROYALTIES AND PATENT INFRINGEMENTS . . . . . . . . . . . . . . . . . . . 17 15. TIME FOR BEGINNING AND COMPLETION . . . . . . . . . . . . . . . . . . 17 16. CONTRACT SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 17. ASSIGNMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 18. EXTRAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 19. CHANGES IN WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 20. CLAIMS FOR EXTRA COST . . . . . . . . . . . . . . . . . . . . . . . . . . 18 21. PAYMENTS TO CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . 18 22. PAYMENTS BY CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . 20 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT . . . . . . . . . . . . . . . . 20 24. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF . 21 25. NOTICE AND SERVICE THEREOF . . . . . . . . . . . . . . . . . . . . . . . 21 26. DELAYS - DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 27. POINTS OF BEGINNING - SUSPENSION OF WORK . . . . . . . . . . . . . . . . 23 28. SUBSTANTIAL COMPLETION: PARTIAL UTILIZATION . . . . . . . . . . . . . . . 23 29. DEFECTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 30. REPAIRS BY OWNER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 31. FINAL PAYMENT AND ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . 25 32. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 33. WAIVER OF CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 34. INSPECTION BEFORE BIDDING . . . . . . . . . . . . . . . . . . . . . . . . 27 35. SHOP DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 36. CONSTRUCTION SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . . 27 37. CHANGES BY OWNER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 38. LOCATION OF UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . 28 39. NUMBER OF CONTRACTS . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 40. RIGHTS-OF-WAY AND EASEMENTS . . . . . . . . . . . . . . . . . . . . . . . 28 41. BARRICADES AND LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . 29 42. STAKING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 43. RECORD DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . 29 44. CHANGE ORDER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 45. COORDINATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 46. NO DAMAGE FOR DELAY . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 47. CHANGES TO ACCOMMODATE MATERIALS AND EQUIPMENT TO BE PROVIDED ?. 29 48. (NOT USED) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 49. SILTATION AND EROSION . . . . . . . . . . . . . . . . . . . . . . . . . . 30 50. NORTH CAROLINA SALES TAXES . . . . . . . . . . . . . . . . . . . . . . . 30 51. HAUL ROUTES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 52. WORK IN STATE HIGHWAY RIGHT-OF-WAY . . . . . . . . . . . . . . . . . . . 30 53. (NOT USED) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 GENERAL CONDITIONS 1. DEFINITIONS - The following terms as used in these Contract Documents are respectively defined as follows: a. Contractor: The person, firm or corporation to whom the I b. Subcontractor: 1 c. Project: d. Owner: Town : e. Work on the Project: f. Surety: g. Engineer: h. Board: i. Manager: j. Drawings: I k. Partial Utilization: within Contract is awarded by the Owner and who is subject to the terms hereof. A person, firm or corporation, other than a Contractor, supplying labor and material or labor for work at the site of the Project. The entire public improvement proposed by the Owner to be constructed in part or in whole pursuant to the within Contract. The Town of North Wilkesboro, North Carolina. Work to be performed, including work normally done, at the location of the Project. Any person, firm or corporation that has executed, as Surety, the Contractor's Performance Bond and Payment Bond securing the performance of the within Contract. Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, or their authorized assistant. The Board of Commissioners of the Town of North Wilkesboro, North Carolina. The Town Manager of the Town of North Wilkesboro, North Carolina. The maps, profiles, plans and detail drawings, accompanying these Specifications of which they are a part. In case of differences between Specifications and Drawings, the Specifications shall take precedence. Use by the Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. -9- 1. Substantial Completion: The Work (or a specified part thereof) has progressed to the point where, in the opinion of the Engineer as evidenced by the Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's written recommendation of final payment in accordance with Paragraph 33. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. When the construction of the Project, or a specified part thereof, involves multiple contracts, Substantial Completion shall require that all contracts necessary to permit utilization of the Project, or a specified part thereof, for the purpose for which it was intended, as determined by the Engineer, be concurrently certified. CIS M. Work: The entire completed construction or the various separately identifiable parts thereof required to be furnished under the contract documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the contract documents. -10- ' 2. SUBCONTRACTOR - No Subcontractor shall be recognized in any part of this Contract, and no portion of the Contract shall be sublet without written permission of the Owner. ' 3. SUPERINTENDENCE - The Contractor shall, at all times, give his personal superintendence to the Work or shall have a competent representative on the work, to ' whom instructions and orders may be given. Such instructions and orders shall have the same effect as if given directly to the Contractor. 4. WORKMEN AND CONDITIONS - Incompetent, careless or disorderly foremen or workmen shall not be allowed on the Work. Offensive and unsanitary conditions shall not be allowed to exist on the improvements. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage which may result from their failure or their improper construction, maintenance or operation. 5. RIGHT OF ACCESS TOOLS, - The OTESTINGwne-r The and his Contractor representshallatives furnish shall, all at the all necessary times, materials, apparatus, tools and labor. Materials and apparatus shall be new and the best of their respective kinds, and shall be subject to such standard tests as the ' have access to the Work and the Contractor shall provide proper facilities for such access and inspection. ' Owner may select in determining the fitness and durability of the materials and apparatus to be furnished. Except as otherwise indicated, inspection and testing of materials shall be provided by the Owner. The tools shall be suitable for the purpose ' intended; and all labor shall be performed in an expeditious, thorough and workmanlike manner; all in accordance with these Specifications, the accompanying Drawings, and the other contract documents, and subject to the approval of the Owner. ' 7. DEFECTIVE MATERIALS - Should any of the materials, when delivered upon the locations of the Work, be found defective or not in accordance with these Specifications or accompanying Drawings, they shall be immediately removed by the ' Contractor, otherwise the Owner may cause the same to be removed at the Contractor's expense. ' 8. MATERIAL STORAGE - All materials, delivered or found upon the location of the improvement, shall be snugly piled up so as not to impede travel upon walks or driveways, interfere with the operations of any other contractor or prevent the use of any fire hydrant more than is actually necessary in the proper performance of this ' Contract. 9. MATERIALS. SERVICES AND FACILITIES - EXTRA HOURS - A. It is understood that, except as otherwise specifically stated in the contract documents, the contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature and all other services and facilities of every nature whatsoever necessary to execute, complete and deliver the Work within the time stipulated in the Contract. L -11- B. Any Work necessary to be performed after regular working hours, on I Sundays or legal holidays shall be performed without additional expense to the Owner. 10. SUBSTITUTES AND "OR-EQUAL" ITEMS - A. Whenever an item of material or equipment is specified or described in the contract documents by using the name of a proprietary item or the name of a particular manufacturer, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other manufacturers may be accepted by the Engineer under the following circumstances: If in the Engineer's sole discretion an item of material or equipment proposed by the Contractor in a written application is functionally equal to that named and sufficiently similar so that no change in related Work will be required, as determined from information submitted by the Contractor, it may be considered by the Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in the Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. The written application referred to herein shall be by completion of an Application for Use of "Or-Equal" item as included at the end of these General Conditions. - If in the Engineer's sole discretion an item of material or equipment proposed by the Contractor does not qualify as an "or-equal item under the above paragraph, it will be considered a proposed substitute item. The Contractor shall submit sufficient information as provided below to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the Engineer will include the following as the Engineer may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by the Engineer from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment the Contractor shall first make written application to the Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice the Contractor's time of completion, whether or not acceptance of the substitute for use in the Work will require a change in any of the contract documents (or in the provisions of any other direct contract with the Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all additional costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected -12- by the resulting change, all of which will be considered by the Engineer in evaluating the proposed substitute. The Engineer may require the Contractor to furnish additional data about the proposed substitute. The written application referred to herein shall be by completion of an Application for Use of Substitute Item as included at the end of these General Conditions. Substitutions will not be accepted if they are only shown or implied on shop drawings. ' - All data to be provided by the Contractor in support of any proposed "or-equal" or substitute item will be at the Contractor's expense, and will be provided in an expeditious manner to allow timely performance of the evaluation by the ' Engineer. Written applications for use of substitute and "or-equal" items must be received ' by the Engineer within 10 consecutive calendar days after the date of the Contract to be considered. For an application received more than 10 consecutive calendar days after the date ' of the Contract, such application for use of a substitute or "or-equal" item will only be considered if the specified item is no longer available. ' B. The Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraph 10.A. The Engineer will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, ' installed or utilized without the Engineer's prior written acceptance which will be evidenced by either a change order or an approved shop drawing. The Owner may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other surety with respect to any "or-equal" or substitute. The Engineer will record ' time spent in evaluating substitutes proposed or submitted by the Contractor pursuant to Paragraph 10.A and in making changes in the contract documents (or in the provisions of any other direct contract with the Owner for Work on the Project) occasioned ' thereby. Whether or not the Engineer accepts a substitute item so proposed or submitted by the Contractor, the Contractor shall reimburse the Owner for the charges of the Engineer for evaluating each such proposed substitute item. Such charges of the ' Engineer shall be determined using the rates for the Engineer's office and field personnel set forth in Paragraph 28 of these General Conditions. 11. BODILY INJURY AND PROPERTY DAMAGE INSURANCE - A. The Contractor shall provide insurance for the following coverages: (1) Comprehensive Public Liability and Property Damage, Contractor's Protective Liability, Completed Operations - Products, Automobile Bodily Injury and Property Damage Liability, including owned, non-owned and hired vehicles, (2) Contractual Liability, and (3) Owners Protective Liability, with the Owner and the Engineer as ' "Named Insured". B. The following coverages, if excluded from the Contractor's standard coverages, shall have the exclusions deleted for policies provided under this Contract: ' (1) underground damage caused by mechanical equipment, (2) third-party beneficiary and (3) collapse of or structural injury to buildings, if the nearness of buildings warrants this type of coverage. 1 -13- C. Complete coverage for blasting shall be provided, if explosives are used in the performance of this Contract. D. The insurance coverage provided by the Contractor shall be of such nature as to indemnify and save harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney's fees, arising out of or resulting from the performance of this Contract, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than work constructed under this contract itself), including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The Contractor, through his insurance coverage, shall defend any and all suits that may be brought against the parties indemnified on account of any such occurrences. E. In any and all claims against the parties indemnified in Subparagraph D., above, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in anyway by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation acts, disability benefit acts or other employee benefit acts. F. The obligations of the Contractor under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, Drawings, opinions, reports, surveys, change orders, designs or Specifications or (2) the giving of or the failure to give directions or instructions by the Engineer, his agents or employees provided such giving or failure to give is the primary cause of injury or damage. G. The Contractor's insurance shall protect him from claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees including claims insured by usual personal injury liability coverage; and from claims for injury to or destruction of tangible property, including loss of use resulting therefrom - any or all of which may arise out of or result from the Contractor's operations under this Contract, whether such operations be by himself or by any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be legally liable. H. Any combination of the Contractor's coverage limits, including umbrella - excess liability limits shall provide no less than $1,000,000 single limit bodily injury and property damage liability coverage. The same limit shall apply to the Owner's Protective Liability Policy. I. Insurance shall be provided by an insurance company authorized to do business in the State in which the Project is located for all of the required coverages, shall be approved by the Owner and shall remain in force until the date of final payment for the Project. Prior to the execution of the contract documents, the Contractor shall furnish six copies of certificates certifying the required coverages. Policies (and certificates) shall contain the following endorsements: "The company -14- C L agrees that 30 days prior to cancellation or reduction of the insurance afforded by this policy with respect to the Contract involved, written notice will be mailed to the Owner and to the Engineer." 12. BUILDER'S RISK INSURANCE - The Contractor shall purchase and maintain Builder's Risk Insurance written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, and water damage. ' Such insurance shall be in an amount equal to the completed value of the Project, shall be issued in the names of the Owner and the Contractor as joint insured as their interests may appear, and shall remain in full force and effect until the date of final ' payment for the Project. The provisions of Paragraph ll.I, insofar as approval of policies, providing of certificates and cancellation notification are concerned, shall apply to Builder's Risk Insurance. 13. WORKER'S COMPENSATION INSURANCE - The Contractor and any Subcontractors shall take out and maintain such insurance as will protect them from claims under Worker's Compensation laws, disability benefit laws or other similar employee benefit laws and from claims for damages because of bodily injury, occupational sickness or disease, or death of their employees. Proof of compliance with Worker's Compensation laws and Social Security laws shall be filed with the Owner until the date of final payment for the Project and the Contractor shall indemnify and save harmless the Owner from any contributions or taxes, or liability therefor. 14. ROYALTIES AND PATENT INFRINGEMENTS - The Contractor shall indemnify and save harmless the Owner and the Engineer from any and all suits and expense over and above the expense included in the Contract price for royalties or infringements on patents that may be involved in the construction of the appliances contracted for, or any of the parts thereof, or in the use of said appliances or any of the parts thereof hereafter, and said Contractor shall defend, at his proper cost and expense, any and all suits and actions of every kind whatsoever, that may be brought against the indemnified parties by reason of the construction or use of said appliances, or any of the parts thereof. 15. TIME FOR BEGINNING AND COMPLETION - The Work shall be commenced at the time stated in the notice to the Contractor to proceed and shall be completed within the time limit stipulated in Article III of the Contract. ' 16. CONTRACT SECURITY - The Contractor shall furnish a Performance Bond and a Payment Bond (forms attached) each in an amount at least equal to 100 percent of the Contract price as security for the faithful performance of this Contract. ' The Performance Bond shall remain in effect until at least one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the contract documents. The Owner shall evidence release of the I Performance Bond in writing and the Bond shall be in effect until said release has been obtained from the Owner. -15- 17. ASSIGNMENTS - The Contractor shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered or materials supplied for the performance of the Work called for in this Contract. 18. EXTRAS - Except as otherwise herein provided, no charge for any extra Work or materials will be allowed unless the same has been ordered in writing by the Owner and the price stated in such order. 19. CHANGES IN WORK - The Owner, upon proper action by its governing body (as evidenced by the execution of this Contract), may authorize changes in, additions to, or deductions from the Work to be performed or the material to be furnished pursuant to the provisions of the contract or any other contract document. Adjustments, if any, in the amounts to be paid to the Contractor by reason of any such change, addition or deduction shall be determined by one or more of the following methods in the order of precedence listed: a) By unit prices contained in the Contractor's original Bid and incorporated in the construction Contract. b) By a supplemental schedule of prices contained in the Contractor's original Bid and incorporated in the construction Contract. c) By an acceptable lump sum or unit price proposal from the Contractor. Any such changes shall not violate this Contract or Bonds. 20. CLAIMS FOR EXTRA COST - If the Contractor claims that any instructions by Drawings or otherwise involve extra cost or an extension of time, he shall notify the Owner in writing within 10 calendar days after the receipt of such instructions and, in any event, before proceeding to execute the Work. Thereafter, the procedure shall be the same as that described in Paragraph 19 for changes in Work. No such claims shall be valid unless made in accordance with the terms of this Paragraph. 21. PAYMENTS TO CONTRACTOR - A. An estimate of the cost of construction completed shall be prepared by the Contractor and approved by the Engineer on or about the first of each month and forwarded to the Owner for approval. Estimates shall be prepared on a form approved by the Engineer. Estimates shall become due to the Contractor upon approval by the Owner, with payment to be made within 30 days of the date of approval. Attention is directed to Paragraphs 22, 24, 29, 30, 35 and 36 of these General Conditions and requirements therein pertaining to approval and payment of estimates. Partial payment of the cost of construction, until 50% of the Contract is completed, as evidenced by payments in the amount of at least 50% of the Contract, but -16- i excluding any payment for materials stored made in accordance with Paragraph 21.C, following, shall be made at the rate of 90% of the estimates. After 50% of the Contract is completed, payment of the cost of construction completed shall be made at the rate of 100% of the estimates, no further funds being retained. B. Before the payment of any estimate is made, the Contractor shall certify under oath: 1) the names and addresses of all Subcontractors furnishing labor, material, or services and of all persons furnishing material included in such estimate. 2) that all bills for materials and labor included in preceding ' estimates have been paid in full (or if not paid in full, a list of unpaid bills giving the amounts paid to each supplier or Subcontractor, together with the reason for non-payment) and I3) that all bills for materials and labor included in such estimate have been or will be paid from the proceeds thereof. C In addition to the foregoing, the Engineer or the Owner may require the Contractor to furnish waivers of lien signed by all persons furnishing labor or materials included in any estimate submitted by or on behalf of the Contractor. A sample Affidavit of Contractor and a sample Affidavit for Final Payment are included at the end of these General Conditions. C. Material delivered on the site of the Work, or a railroad station, siding, or other point in the vicinity of the Work, or other approved storagb site during the previous month shall be paid for at the rate of 90% of its value, as shown by manufacturer's invoices, with the amount not to exceed any applicable Bid price or schedule of values amount for the material, and provided that such material has been inspected and found to meet the Specifications, and, in addition, for material held at an "off-site" location, the Contractor furnishes the following information to the Engineer: 1) A list of the materials consigned to the Project, (which shall be clearly identified), giving the place of storage, together with copies of manufacturer's invoices. 2) Certification that all items have been tagged for delivery to the Project, that they will not be used for any other purpose, and that they will be fully protected during storage. 3) A letter from the Bonding Company indicating agreement to the arrangements and that payment to the Contractor shall not relieve either party of their responsibility to complete the facility. 4) Evidence of insurance covering the replacement value of the material in storage. -17- 5) Evidence that representatives of the Engineer have visited the Contractor's place of storage and checked all items on the Contractor's certificate. Bonding, profit, overhead and other markup costs shall not be included in any payment for material stored. Material so paid for shall become the property of the Owner, but if such material is stolen, destroyed or damaged by casualty before being used, the Contractor shall be required to replace it at his own expense. The balance of the invoiced value will be paid when such material is incorporated into and becomes a part of the Contract. D. Upon completion of the Contract, the entire balance found to be due shall be paid to the Contractor after 45 days if the Contract has been fully completed. If the Owner fails to make final payment after approving same, the Contractor, in addition to any other remedies allowed by law, shall be allowed interest on such moneys not paid within 45 days. 22. PAYMENTS BY CONTRACTOR - The Contractor shall pay: a) For all transportation and utility services not later than the 20th day of the calendar month next following that in which services are I rendered; b) For all materials, tools, and other expendable equipment to the extent of 90 percent of the cost thereof, not later than the 20th day of the calendar month next following that in which such materials, tools and equipment are delivered at the site of the Project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools, and equipment are incorporated or used; and c) To each of his Subcontractors, not later than the 7th day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his Subcontractors, to the extent of each Subcontractor's interest therein. Payments under b) and c) may be limited in accordance with the provisions of Paragraph 21.B.2), if approved by the Engineer. In addition to any and all other rights by this Contract granted to or reserved by the Owner, if the Contractor shall at any time have failed, neglected or refused, without just cause, to pay for materials and labor furnished or services rendered to the Contractor included in any previous estimate by the Owner, the Owner may require the Contractor to pay or provide for the payment thereof prior to payment of any estimate submitted for payment in accordance with the provisions of Paragraph 21. 23. MIGHT OF THE OWNER TO TERMINATE CONTRACT - In the event of default in the performance of, or violation of, any of the terms and conditions of this Contract by the Contractor or any Subcontractor, the Owner may serve written notice upon the -18- n I Contractor and the Surety of its intention to terminate such Contract with the reasons therefor. Unless within 10 calendar days after the service of such notice such default shall be fully cured and/or such violation discontinued and all damages by reason ' thereof paid or provisions made for the payment thereof to the satisfaction of the Owner, the Owner, at its option, may terminate this Contract by serving a written notice of such termination upon the Contractor and the Surety. In the event of such ' termination, the Surety shall have the right to take over and perform this Contract; provided, however, that if the Surety does not commence performance thereof within 15 calendar days after the service upon it of such notice of termination, the Owner may take over the Work and prosecute the same to completion, by contract or otherwise, for ' the account of and at the expense of the Contractor. In the event the Owner shall take over the Work as aforesaid, the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and the Owner may take possession of, ' and utilize in completing the Work, such materials, appliances and plant as may be on the site of the Work and necessary or useful in connection therewith. 24. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF -In addition to any other rights or options herein granted to or reserved by the Owner, the Owner may withhold from any payment otherwise due to the Contractor hereunder an amount or amounts sufficient to cover: ' a) Just claims due and payable to any person for labor or materials furnished in and about the performance of the Work on the Project under this ' Contract, b) The estimated cost of remedying, replacing or restoring any defective Work or material performed or furnished in and ab out the Project, ' c) Past-due payments to any Subcontractor, and d) Accrued damages for delay in accordance with Paragraph 26 of this ' Contract. ' The Owner shall have the right to disburse such funds as have been withheld pursuant to this Paragraph to the party or parties entitled thereto and will render to the Contractor a proper accounting hereof, but in so doing shall be liable to the Contractor only for gross negligence or willful misconduct in making such payment or disbursement of funds so withheld. 25. NOTICE AND SERVICE THEREOF - Where, in any of the contract documents, there ' is any provision in respect to the giving of any notice, such notice shall be deemed to have been given; as to the Owner, when written notice shall be delivered to the Engineer, the Owner, or shall have been placed in the United States mails addressed to ' the chief executive officer of the Owner at the place where the Bids for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the Project or by mailing such written notice in the United States mails addressed to the Contractor at the place ' stated in his Bid; as to the Surety on the Performance or other Bond, when a written notice is placed in the United States mails addressed to the Surety at the home office of such Surety or to its agents, who executed such Performance or other Bond on behalf of such Surety. 1 -19- r 26. DELAYS - DAMAGES - If the Contractor refuses or fails to prosecute the ' Work, or any separable part thereof, with such diligence as will ensure its completion within the time limit stipulated in the Contract or any extension thereof, or fails to complete said Work within such time, the Owner may, by written notice to the ' Contractor, terminate his right to proceed with the Work or such part of the Work as to which there has been delay as provided in Paragraph 23. If the Owner does not terminate the right of the Contractor to proceed, the , Contractor shall continue the Work, in which event the actual damages for the delay will be impossible to determine and in lieu thereof the Contractor shall pay the Owner the amount indicated in the following table as fixed, agreed and liquidated damages for each calendar day of delay until the Work is completed or accepted and the Contractor ' and his Sureties shall be liable for the amount thereof: Provided, that the right of the Contractor to proceed shall not be terminated or the Contractor charged with liquidated damages because of any delays in the completion of the Work due to ' unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, ' fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of Subcontractors due to such causes, if the Contractor shall within 10 calendar days from the beginning of any such delay (unless the Owner shall grant a further period of time prior to the date of final settlement ' of the Contract) notify the Owner in writing of the causes of delay. Upon receipt of such notice, the Owner shall investigate the alleged justification for the delay and may extend the time for completing the Work when, in its judgment, the facts justify ' such an extension. The Owner's findings in respect thereto shall be final and conclusive on the parties hereto. i i l C O t r g na ontract Amount From More Than To & Including Amount of Liquidated Damages , $ 0 $ 500,000 $250.00 500,000 1,000,000 300.00 1,000,000 2,000,000 400.00 , 2,000,000 5,000,000 600.00 5,000,000 10,000,000 800.00 10,000,000 15,000,000 1,000.00 15,000,000 20,000,000 1,250.00 Over 20,000,000 1,500.00 In addition to the specified liquidated damages, the Contractor shall be responsible for the cost to the Owner of additional service s of the Engineer's office and field personnel resulting from the delay. The cost of the additional Engineer's ' services shall be charged against the monies due the Contractor at the following rates: Office Personnel $72.00 per hour* ' Field Personnel (Up to 40 hours per week) $48.00 per hour* Field Personnel (Over 40 hours per week) $72.00 per hour* -20- ' F ' Contractor and the Surety of its intention to terminate such Contract with the reasons therefor. Unless within 10 calendar days after the service of such notice such default shall be fully cured and/or such violation discontinued and all damages by reason thereof paid or provisions made for the payment thereof to the satisfaction of the Owner, the Owner, at its option, may terminate this Contract by serving a written notice of such termination upon the Contractor and the Surety. In the event of such termination, the Surety shall have the right to take over and perform this Contract; provided, however, that if the Surety does not commence performance thereof within 15 calendar days after the service upon it of such notice of termination, the Owner may take over the Work and prosecute the same to completion, by contract or otherwise, for ' the account of and at the expense of the Contractor. In the event the Owner shall take over the Work as aforesaid, the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and the Owner may take possession of, ' and utilize in completing the Work, such materials, appliances and plant as may be on the site of the Work and necessary or useful in connection therewith. 24. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF -In addition to any other rights or options herein granted to or reserved by the Owner, the Owner may withhold from any payment otherwise due to the Contractor hereunder an amount or amounts sufficient to cover: a) Just claims due and payable to any person for labor or materials furnished in and about the performance of the Work on the Project under this ' Contract, b) The estimated cost of remedying, replacing or restoring any defective Work or material performed or furnished in and ab out the Project, c) Past-due payments to any Subcontractor, and d) Accrued damages for delay in accordance with Paragraph 26 of this Contract. ' The Owner shall have the right to disburse such funds as have been withheld pursuant to this Paragraph to the party or parties entitled thereto and will render to the Contractor a proper accounting hereof, but in so doing shall be liable to the Contractor only for gross negligence or willful misconduct in making such payment or ' disbursement of funds so withheld. 25. NOTICE AND SERVICE THEREOF - Where, in any of the contract documents, there ' is any provision in respect to the giving of any notice, such notice shall be deemed to have been given; as to the Owner, when written notice shall be delivered to the Engineer, the Owner, or shall have been placed in the United States mails addressed to ' the chief executive officer of the Owner at the place where the Bids for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the Project or by mailing such written notice in the United States mails addressed to the Contractor at the place ' stated in his Bid; as to the Surety on the Performance or other Bond, when a written notice is placed in the United States mails addressed to the Surety at the home office of such Surety or to its agents, who executed such Performance or other Bond on behalf ' of such Surety. -21- 26. DELAYS - DAMAGES - If the Contractor refuses or fails to prosecute the ' Work, or any separable part thereof, with such diligence as will ensure its completion within the time limit stipulated in the Contract or any extension thereof, or fails to complete said Work within such time, the Owner may, by written notice to the ' Contractor, terminate his right to proceed with the Work or such part of the Work as to which there has been delay as provided in Paragraph 23. If the Owner does not terminate the right of the Contractor to proceed, the ' Contractor shall continue the Work, in which event the actual damages for the delay will be impossible to determine and in lieu thereof the Contractor shall pay the Owner the amount indicated in the following table as fixed, agreed and liquidated damages for each calendar day of delay until the Work is completed or accepted and the Contractor , and his Sureties shall be liable for the amount thereof: Provided, that the right of the Contractor to proceed shall not be terminated or the Contractor charged with liquidated damages because of any delays in the completion of the Work due to ' unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, ' fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of Subcontractors due to such causes, if the Contractor shall within 10 calendar days from the beginning of any such delay (unless the Owner shall grant a further period of time prior to the date of final settlement ' of the Contract) notify the Owner in writing of the causes of delay. Upon receipt of such notice, the Owner shall investigate the alleged justification for the delay and may extend the time for completing the Work when, in its judgment, the facts justify ' such an extension. The Owner's findings in respect thereto shall be final and conclusive on the parties hereto. l Contract Amount Origina From More Than To & Including Amount of Liquidated Damages $ 0 $ 500,000 $250.00 500,000 1,000,000 300.00 1,000,000 2,000,000 400.00 ' 2,000,000 5,000,000 600.00 5,000,000 10,000,000 800.00 10,000,000 15,000,000 1,000.00 ' 15,000,000 20,000,000 1,250.00 Over 20,000,000 1,500.00 ' In addition to the specified liquidated damages, the Contractor shall be responsible for the cost to the Owner of additional services of the Engineer's office and field personnel resulting from the delay. The cost of the additional Engineer's ' services shall be charged against the monies due the Contractor at the following rates: Office Personnel $72.00 per hour* ' Field Personnel (Up to 40 hours per week) $48.00 per hour* Field Personnel (Over 40 hours per week) $72.00 per hour* -22- , I Plus expenses which shall include all travel and out of pocket expenses incurred by office and field personnel. The above rates per hour for Office Personnel and Field Personnel are for 1994 calendar year and shall be increased 5% each calendar year thereafter during which this Contract is in full force and effect. 27. POINTS OF BEGINNING - SUSPENSION OF WORK - The Work shall be begun at such points as the Owner may designate and shall be carried on so as to cause as little inconvenience to the public as possible. The Owner may suspend the Work at and for any time that weather or other conditions require and the Contractor's time for completion shall be extended an equal length of time. 28. SUBSTANTIAL COMPLETION: PARTIAL UTILIZATION - A. After the completion and successful start-up and testing of the Work as required by the contract documents, and when the Contractor considers the entire Work ready for its intended use, the Contractor shall notify the Owner and the Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that the Engineer issue a Certificate of Substantial Completion. A sample Certificate of Substantial Completion is included at the end of these General Conditions. Within a reasonable time thereafter, the Owner, the Contractor and the Engineer shall make an inspection of the Work to determine the status of completion, and if sufficiently complete, in accordance with the contract documents, same shall be operated by the Owner for a 30 day period to demonstrate that it can be utilized for the purpose for which it was intended, operational integrity, and that it can function on a continuous basis prior to the Engineer's certification of Substantial Completion. The Contractor's attention is directed to the definition of Substantial Completion in Paragraph 1 of these General Conditions. Upon completion of the 30 day period of operation, if the Engineer does not consider the Work substantially complete, the Engineer will notify the Contractor in writing giving the reasons therefor. If the Engineer considers the Work substantially complete, the Engineer will prepare and deliver to the Owner a tentative Certificate of Substantial Completion which shall fix eh date of Substantial Completion. There shall be attached to the Certificate a tentative list of items to be completed or corrected before final payment. The Owner shall have seven days after receipt of the tentative Certificate during which to make written objection to the Engineer as to any provisions of the Certificate or attached list. If, after considering such objections, the Engineer concludes that the Work is not substantially complete, the Engineer will within fourteen days after submission of the tentative Certificate to the Owner notify the Contractor in writing, stating the reasons therefor. If, after consideration of the Owner's objections, the Engineer considers the Work substantially complete, the Engineer will within said fourteen days execute and deliver to the Owner and the Contractor a definitive Certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative Certificate as the Engineer believes justified after consideration of any objections from the Owner. At the time of delivery of the tentative Certificate of Substantial Completion the Engineer will deliver to the Owner and the Contractor a written recommendation as to division of responsibilities pending final payment between the Owner and the Contractor with respect to security, operation, safety, maintenance, -23- heat, utilities, insurance and warranties and guarantees. Unless the Owner and the Contractor agree otherwise in writing and so inform the Engineer in writing prior to the Engineer's issuing the definitive Certificate of Substantial Completion, the Engineer's aforesaid recommendation will be binding on the Owner and the Contractor until final payment. The Owner shall have the right to exclude the Contractor from the Work after the date of Substantial Completion, after the Owner shall allow the Contractor reasonable access to complete or correct items on the tentative list. The issuance of a Certificate of Substantial Completion does not acceptance of Work that is not in accordance with the contract documents of Contractor's obligation to perform the Work in accordance with documents. constitute an or a release the contract B. Use by the Owner at the Owner's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which the Owner, the Engineer and the Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the Owner for its intended purpose without significant interference with the Contractor's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: The Owner at any time may request the Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If the Contractor agrees that such part of the Work is substantially complete, the Contractor will certify to the Owner and the Engineer that such part of the Work is substantially complete and request the Engineer to issue a certificate of Substantial Completion for that part of the Work. The Contractor at any time may notify the Owner and the Engineer in writing that the Contractor considers any such part of the Work ready for its intended use and substantially complete and request the Engineer to issue a Certificate of Substantial Completion for that part of the Work. The provisions of Paragraph 28.A will apply with respect to the determination of and certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. If the Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with this Paragraph 28.B; provided that no such use or occupancy shall commence before the insurers providing the property insurance required by the contract documents have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such particular use or occupancy. Use or occupancy of the Work or any part thereof by the Owner does not constitute an acceptance of Work that is not in accordance with the Contract Documents or a ' release of Contractor's obligation to perform the Work in accordance with the contract documents. -24- r 29. DEFECTS - If within the 30 day period of operation specified in Paragraph 28 or within the guarantee period specified in Paragraph 32 there shall appear any defects in the Work, materials, apparatus, workmanship, or subsidence of the Project or failure in the operation or performance of any part thereof or guarantee required hereunder due to the failure, neglect or refusal of the Contractor to comply with the terms and provisions of this Contract or the Specifications for the work, such defect or failure and any damage to other parts of the Project resulting from same shall be repaired, restored, corrected or made good to the satisfaction of, and without cost to, the Owner. All engineering, inspection, legal and other costs and expense to the Owner occasioned by or resulting from such defect or failure shall be paid by the Contractor upon demand by the Owner or may be deducted from any money due the Contractor. 30. REPAIRS BY OWNER - If within 5 calendar days after notice from the Owner to the Contractor so to do, the Contractor fails to repair, restore, correct or make ' good any defect or failure referred to in Paragraph 29, the Owner shall have the right so to do at the expense of the Contractor and any engineering, inspection, legal or other costs and expense incurred by the Owner i n so doing shall be paid by the ' Contractor upon demand by the Owner or may be deducted from any money due the Contractor. 0 31. FINAL PAYMENT AND ACCEPTANCE - Upon written notice from the Contractor that the entire Work or an agreed portion thereof is complete, the Engineer will make a final inspection with the Owner and the Contractor and will notify the Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete. The Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. After the Contractor has completed all such corrections to the satisfaction of the Engineer and delivered in accordance with the contract documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by the contract documents, certificates of inspection, marked-up record documents and other documents, the Contractor may request final payment following the procedure for progress payments. The final request for payment shall be accompanied (except as previously delivered) by: a) all documentation called for in the contract documents, b) consent of the Surety, if any, to final payment, and c) complete and legally effective releases or waivers (satisfactory to the Owner) of all Liens arising out of or filed in connection with the-Work. In lieu of such releases or waivers of Liens and as approved by the Owner, the Contractor may furnish receipts or releases in full and an affidavit of Contractor that: a) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and b) all payrolls, material and equipment bills and other indebtedness connected with the Work for which the Owner or Owner's property might in any way be responsible, have been paid or otherwise satisfied. -25- If any Subcontractor or supplier fails to furnish such a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. If, on the basis of the Engineer's observation of the Work during construction and final inspection, and the Engineer's review of the final request for payment and accompanying documentation as required by the Contract Documents, the Engineer is satisfied that the Work has been completed and the Contractor's other obligations under the contract documents have been fulfilled, the Engineer will, within ten days after receipt of the final request for payment, indicate in writing the Engineer's recommendation of payment and present the request to the Owner for payment. At the same time the Engineer will also give written notice to the Owner and the Contractor that the Work is acceptable subject to the provisions of Paragraph 33. Otherwise, the Engineer will return the request to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the request. A sample Notice of Acceptability of Work is included at the end of these General Conditions. Unless the final request for payment shall be found by the Owner to be incorrect, the Owner shall make a payment in accordance with the requirements of Paragraph 21 of these General Conditions. All prior estimates and payments shall be subject to correction in the final request and payment, but in the absence of error or manifest mistakes, it is agreed that any estimate, when approved by the Owner, shall be conclusive of the Work done and materials furnished as shown therein. Any payment, however, final or otherwise, shall not release the Contractor or his Surety from any obligations under the contract documents and the Bid Guaranty Bond or Performance Bond. If, through no fault of the Contractor, final completion of the Work is significantly delayed and if the Engineer so confirms, the Owner shall, upon receipt of the Contractor's final request for payment and recommendation of the Engineer, and without terminating the contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Contract, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 32. GUARANTEE - The Contractor shall guarantee that all materials and equipment furnished and Work performed under this Contract are free from all defects for a period of one year from the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the contract documents or by any specific provisions of the contract documents. J The provisions of Paragraphs 29 and 30 shall apply to any defect in the Work, materials, apparatus or workmanship of the Project or failure in the operation or ' performance of any part thereof or guarantees required hereunder determined by the Engineer to have occurred, developed or appeared during the guarantee period. -26- 1 For Work (and damage to other Work resulting therefrom) that has been corrected, removed or replaced under this Paragraph 34, the guarantee period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. The Contractor shall be required to show proof of insurance coverages meeting the requirements of Paragraphs 11 and 13 prior to performing any Work on the Project during the guarantee period. 33. WAIVER OF CLAIMS - The making and acceptance of final payment will constitute: a) a waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 31, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from the Contractor's continuing obligations under the Contract Documents; and b) a waiver of all claims by the Contractor against the Owner other than ' those previously made in writing and still unsettled. ' 34. INSPECTION BEFORE BIDDING - It is required that the Contractor make a careful inspection (including test borings) of the conditions under which these improvements are to be installed. This is to be done before a Bid is submitted. ' 35. SHOP DRAWINGS - In order that the Engineer may determine conformance with information given in the Drawings and Specifications and compatibility with the design concept of the completed Project as a functioning whole as indicated by the Drawings ' and Specifications, the Contractor shall cause to be prepared and shall submit to the Engineer details of equipment and materials. ' After execution of these contract documents by the Owner and the Contractor and prior to the start of construction, the Contractor shall prepare and submit to the Engineer a shop drawing schedule which shall list each required submittal and the time ' for submitting. The schedule shall be acceptable to the Engineer as providing a workable arrangement for reviewing the required submittals prior to approval of the first monthly estimate for payment. A copy of the shop drawing schedule revised, as applicable, to specifically note each change in the schedule or noting that there are no changes from the last acceptable schedule shall be included with each monthly estimate submitted for payment. Failure to submit a revised shop drawing schedule will delay the Engineer's approval of any pending estimates. Shop Drawing Requirements for this Project are included in Standard Specification G. The Engineer's review of any shop drawing shall not release the Contractor from responsibility for deviations from the Drawings and Specifications. 36. CONSTRUCTION SCHEDULE - After execution of these contract documents by the Owner and the Contractor and prior to the start of construction, the Contractor shall -27- prepare a construction schedule, utilizing the critical path method or the bar graph method. The schedule shall reflect operations to minimize the length of time portions of existing facilities will be out of service, and shall be submitted to and approved by the Engineer. The schedule shall be maintained monthly thereafter to indicate the actual progress and the Contractor shall so direct his operations that this schedule is faithfully equalled or exceeded to the end that the Project is completed within the time specified. A copy of the construction schedule revised to indicate actual progress shall be included with each monthly estimate submitted for payment. Failure to submit a revised construction schedule will delay the Engineer's approval of any pending estimates. The proposed Work will be performed at existing facilities which must be kept in operation 24 hours per day and 365 days per year. All activities of the Contractor shall be coordinated with the Owner and the Engineer. Prior to the start of any construction activity which would or could result in the shutdown of a water main, sewer, drain, force main, treatment basin, electrical power, etc., the Contractor shall submit to the Owner, through the Engineer, a statement outlining in detail the procedure or procedures expected to be followed, together with any necessary drawings. Requests for such shutdowns shall be made through the Engineer as far in advance as possible, but will not be considered unless a minimum of seven calendar days prior notice is given. 37. CHANGES BY OWNER - The Owner reserves the right to change the position of the Project or any of its features and appurtenances as shown on the drawings in order to avoid existing water, gas or sewer lines or other obstructions encountered in the progress of the Work, or to secure a more readily accessible position for construction. 38. LOCATION OF UTILITIES - Such information as is included in the contract documents relative to the identity and location of existing underground utility facilities is the•best information presently available. Neither the Owner nor the Engineer assumes any responsibility for the accuracy of their location or that all utilities are shown. The Contractor shall verify the location of the existing utilities in the work area. Existing utilities and obstructions that will be encountered during construction shall be located and their elevations determined in advance of construction. 39. NUMBER OF CONTRACTS - It is the intention of the Owner to award a single contract for the construction of all of the Work described in these Specifications as previously specified in the Information to Bidders. 40. RIGHTS-OF-WAY AND EASEMENTS - Work under this Contract is to be performed at the Project site on property of the Owner or within public streets, highways or alleys or within specified rights-of-way or easements acquired for the purpose. The Contractor is cautioned that the activities of his agents and employees and of all equipment operators, truckers and delivery men employed by him or his Subcontractors or material suppliers must be confined to such areas. Any damages to property, streets, highways, rights-of-way or easements are the sole responsibility of the Contractor and must be promptly settled by him. -28- u J The Contractor shall perform all required Work within the rights-of-way and easements provided. If the Contractor determines that the required Work dictates the need for additional work areas, such additional work areas shall be acquired by the Contractor at no additional cost to the Owner, and a copy of the agreement between the Contractor and the land owner provided to the Owner and to the Engineer. Same shall hold true if the Contractor performs the Work at his own preferred location and procedure. 41. BARRICADES AND LIGHTS - The Contractor shall provide, erect and maintain barricades, suitable and sufficient warning lights, and take all necessary precautions for the protection of the public. All barricades and obstructions shall be illuminated at night for the full period of reduced visibility and at least from sunset to sunrise. 42. STAKING - The Engineer will establish the location and elevation of control points on the Project. The Contractor shall give the Engineer at least five working days prior notice of the need for any surveying by the Engineer. 43. RECORD DOCUMENTS - The Contractor shall keep one record copy of all Specifications, Drawings, addenda, change orders and shop drawings at the project site in an approved location. The record documents shall be kept current, and shall be available to the Engineer for inspection at all times. Record documents shall be properly labeled, shall be kept in a clean, dry and legible condition, with the Contractor to provide files and racks for storage, and shall not be used for construction purposes. The record drawings shall be annotated by the Contractor to show all changes made during construction in accordance with the Record Drawing Requirements for this Project as included in Standard Specification G. Prior to Final Payment, the Contractor shall deliver the record drawings to the Engineer with certification that the record drawings, as submitted, show all changes made during construction as required by the contract documents. 44. CHANGE ORDER WORK - The Contractor agrees to perform change order Work without claim for additional compensation for delay. A change order will not be authorized for Work that could have been determined by a careful examination of the site conditions and the contract documents. 45. COORDINATION - The Contractor shall attend progress meetings when requested by the Owner or the Engineer. These meetings will be held once every month or as deemed necessary. The Contractor shall coordinate Work of his own employees and of his Subcontractors. 46. NO DAMAGE FOR DELAY - If the Work of the Contractor is delayed because of any acts or omissions of any other Contractor of the Owner, the Contractor shall, on that account, have no claim against the Owner or the Engineer other than for an equitable adjustment in the time required for performance of the Work. 47. CHANGES TO ACCOMMODATE MATERIALS AND EQUIPMENT TO BE PROVIDED - The Contractor shall provide materials and equipment to fit and be capable of use and/or -29- operation within the structure dimensions shown. If materials and equipment provided by the Contractor require changes in his Work, the Contractor shall make the required changes at his expense and shall be responsible for all additional expense of the Engineer incurred by the Owner to accommodate the changes. Such expense of the Engineer incurred by the Owner shall be determined using the rates for the Engineer's office and field personnel set forth in Paragraph 26 of. these General Conditions. 48. (NOT USED). 49. SILTATION AND EROSION - The Contractor shall comply with all applicable provisions of the Sedimentation Pollution Control Act of 1973, General Statutes, Chapter 113A, Article 4. The Contractor shall be responsible for incorporating conservational procedures necessary to comply with this Act in minimizing erosion and sediment pollution associated with the construction of this Project as shown and as directed by the Engineer. 50. NORTH CAROLINA SALES TAXES - All contractors are required to pay North Carolina Sales and/or Use Taxes and County Sales Taxes where applicable on all equipment and materials incorporated into the project. The Owner is qualified to receive rebate of the amount of such Sales Taxes as are paid on Materials and/or Equipment incorporated into the project. The Contractor will be required to submit a statement showing the INVOICE NO., the INVOICE DATE, the VENDOR'S NAME, the AMOUNT OF INVOICE and the SALES and/or USE TAXES PAID ON EACH INVOICE for each and every item of material or equipment incorporated into the Project. The Contractor shall be required to submit a Tax Statement each month, properly executed before a Notary and delivered in an original and two copies. The Contractor shall maintain invoices subject to audit for not less than two years from date of submission of certificate. The Contractor shall be responsible for compliance with the above by his Subcontractors. 51. HAUL ROUTES - The Contractor shall be required to obtain approval from the Owner for the use of local streets and roads as haul routes. Haul routes will be reviewed by representatives of the Owner and the Contractor to determine the condition of the streets and roads prior to construction. These same streets and roads will be reviewed after the Project is completed in order to determine the amount of restoration required of the Contractor. Haul routes will be established on the conditions that all hauling will comply with established legal load limits and that all State and local traffic laws will be obeyed. Maximum legal truck capacity shall be posted on or listed in trucks. 52. WORK IN STATE HIGHWAY RIGHT-OF-WAY - Work on the Project in State Highway right-of-way shall be subject to inspection by the North Carolina Department of Transportation at the discretion of the State. During such inspection, representatives of the North Carolina Department of Transportation shall have the same authority over Work on the Project as afforded the Owner by the Contract Documents. -30- r I u The Contractor shall be responsible for paying all costs for such inspection, and ' for meeting the requirements of the North Carolina Department of Transportation for Work in State Highway right-of-way, and shall provide all required information and required notification prior to the start of such Work. The Owner and the Engineer shall not be responsible for any additional cost to the Contractor to comply with North ' Carolina Department of Transportation requirements. All State Highway regulatory signs must be maintained by the Contractor. ' 53. (NOT USED) L -31- [I ' TO: ' PROJECT: SPECIFIED ITEM: ' Page D. Signature: Firm Address Description ' A. The undersigned requests consideration of the following as an "or-equal" item in accordance with Paragraph 10 of the General Conditions: ' B. Change in contract price (indicate + or -) $ C. Attached data includes product description, specifications, drawings, photographs, references, past problems and remedies, and performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. For consideration of the attached data as SHOP DRAWINGS, submittal shall be in accordance with the requirements of Paragraph G.20 of Standard Specification G. n Telephone _ Attachments Paragraph Date For use by Engineer: Accepted as evidenced by affixed SHOP DRAWING REVIEW stamp. Accepted as evidenced by included CHANGE ORDER. Not accepted as submitted. See Remarks. Acceptance requires completion of submittal as required for SHOP DRAWINGS. Not accepted. Do not resubmit. APPLICATION FOR USE OF "OR-EQUAL" ITEM Page 1 of 2 ("Or-Equal" Item) By Remarks Date Page 2 of 2 ("Or-Equal" Item) r r J L TO: PROJECT: APPLICATION FOR USE OF SUBSTITUTE ITEM I SPECIFIED ITEM: I rage Paragraph Description A. The undersigned requests consideration of the following as a substitute item in accordance with Paragraph 10 of the General Conditions: ' B. Change in contract price (indicate + or -) $ C. Attached data includes product description, specifications, drawings, photographs, ' references, past problems and remedies, and performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. For consideration of the attached data as SHOP DRAWINGS, submittal shall be in ' accordance with the requirements of Paragraph G.20 of Standard Specification G. D. Attached data also includes a description of changes to the contract documents that the proposed substitution will require for its proper installation. ' The undersigned certifies that the following paragraphs, unless modified by ' attachments, are correct: 1. The proposed substitution does not affect dimensions shown on Drawings. ' 2. The undersigned will pay for changes to the building design, including engineering design, detailing, and construction costs caused by the requested substitution. ' 3. The proposed substitution will have no adverse affect on other contractors, the construction schedule, or specified warranty requirements. (If proposed substitution affects construction schedule, indicate below using + or -.) ' CONSECUTIVE CALENDAR DAYS ' 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item; and agrees 1) to reimburse the Owner for the charges of the Engineer for evaluating this proposed substitute item, and 2) to the requirements set forth in Paragraph 49 of ' the General Conditions. ' Page I of 2 (Substitute Item) E. Signature: Firm Address Telephone _ Attachments Date For use by Engineer: Accepted as evidenced by affixed SHOP DRAWING REVIEW stamp. Accepted as evidenced by included CHANGE ORDER. Not accepted as submitted. See Remarks. Acceptance requires completion of submittal as required for SHOP DRAWINGS. Not accepted. Do not resubmit. By Remarks Date Page 2 of 2 (Substitute Item) State of North Carolina, County of Affiant is the (1) (Affiant), being first duly sworn, says that: of (2) the Contractor having a contract with (3) I the Owner, for (4) UBCONTRACTORS Affiant further says that all bills for material and labor included in preceding estimates have been paid in full, that all bills for material and labor included in Estimate No. dated , 19 _, have been or will be paid from the proceeds thereof, and that the following shows the names and addresses of every subcontractor in the employ of said (2) giving the amount, if any, which is due, or to become due to them, or any of them, for work done or machinery, material or fuel furnished to date hereof under said contracts; all of the foregoing pursuant to the terms of the General Conditions of the contract documents. NAME ADDRESS TRADE Page 1 of 3 (Affidavit of Contractor) AFFIDAVIT OF CONTRACTOR SS: AMOUNT DUE OR TO BECOME DUE TO DATE HEREOF MATERIALMEN Said affiant further says that all bills for machinery, material or fuel included in preceding estimates have been paid in full, that all bills for machinery, material or fuel included in Estimate No. dated , 19 _, have been or will be paid from the proceeds thereof, and that the following shows the names and addresses of every person furnishing machinery, material or fuel to (2) giving the amount, if any, which is due, or to become due to them, or any of them, for machinery, material or fuel furnished to date hereof under said contracts; all of the foregoing pursuant to the terms of the General Conditions of the contract documents. NAME AMOUNT DUE KIND OF MACHINERY, OR TO BECOME DUE ADDRESS MATERIAL OR FUEL TO DATE HEREOF Page 2 of 3 (Affidavit of Contractor) LABOR Said affiant further says that the following shows the names and addresses of every unpaid laborer in the employ of (2) furnishing labor under said contract, giving the amount, if any, which is due for labor done to date hereof: NAME ADDRESS AMOUNT DUE OR TO BECOME DUE HOURS TO DATE HEREOF Affiant says that the amounts due or to become due to said subcontractors, materialmen and laborers for work done or machinery, material or fuel furnished, to date hereof to (2) is fully and correctly set forth opposite their names, respectively, in the aforesaid statements. Affiant says that (2) has not employed or purchased or procured machinery, material or fuel from, or subcontracted with any person, firm or corporation, other that those above mentioned, and owes for no labor performed or machinery, material or fuel furnished, under said contracts, other then above set forth. AFFIANT SWORN TO before me and subscribed in my presence this 19 NOTARY PUBLIC Note: (1) Sec'y., Treas., one of firm, or agent, as case may be. (2) Name and Address of Contractor (3) Name and Address of Owner (4) Project title per contract documents Page 3 of 3 (Affidavit of Contractor) day of State of North Carolina County of AFFIDAVIT FOR FINAL PAYMENT SS: We, Contractor on hereby certify that all bills for material and labor, including subcontractors, incurred in connection with the above mentioned project, have been fully paid and that there are no taxes due or owing to the State of North Carolina or any political subdivision thereof. We also certify that no liens have been filed against or notice of such action received by our company or our subcontractors. CONTRACTOR By By SWORN TO before me and subscribed in my presence this , 19 day of NOTARY PUBLIC Page 1 of 1 (Affidavit for Final Payment) i CERTIFICATE OF SUBSTANTIAL COMPLETION « « w « w w « « w • w r r r • r • • r r r « r « « « « « « r « « • r • « « w « w r • • r • • w w « PROJECT (Title per Contract Documents) DATE OF ISSUANCE N M N M Y Y Y N N N N N N N!! N N N N N N N N r Y N N r• N N N N! w N Y N N N N Y M N N N N A OWNER OWNER'S CONTRACT NO. (if applicable) CONTRACTOR ENGINEER Finkbeiner Pettis & Strout Limited r r r« r r r w r Y w r N r« N w w N r r r Y r r N N r N r r r N r r r««««« N N N« N N r« This Certificate of Substantial Completion applies to all Work under the contract documents or to the following specified parts thereof: To And To OWNER CONTRACTOR « N N w w r w«« N« N«« N N N N N N« N« N« r r r r r r w N N r««« N N r N« N r N N w« The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the contract documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibiltiy of Contractor to complete all the Work in accordance with the contract documents. The items in the tentative list shall be completed or corrected by Contractor within days of the above date of Substantial Completion. Page 1 of 2 (Certificate of Substantial Completion) From the date of Substantial Completion the responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: rt « rt rt rt rt « « « « « * « « « rt « « « « rt « rt rt « rt rt « rt « « rt rt rt « « « « « « « « « « « « rt « « The following documents are attached to and made a part of this Certificate: (For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by contract documents.) w w« w rt rt« rt« rt« rt« rt« rt«« rt« rt rt rt« rt rt« rt« rt rt«« rt« w«« rt w«« rt rt« rt rt« rt This certificate does not constitute an acceptance of Work not in accordance with the contract documents nor is it a release of Contractor's obligation to complete the Work in accordance with the contract documents. rt « rt « « rt « rt rt rt « rt « « « « « « rt A rt M rt « « « rt « rt « rt rt rt rt « « « « « rt « « rt • « rt « rt rt Executed by Engineer on '19 Finkbeiner Pettis & Strout, Limited ENGINEER By: (Authorized Signature) Contractor accepts this Certificate of Substantial Completion on CONTRACTOR By: (Authorized Signature) Owner accepts this Certificate of Substantial Completion on OWNER By: (Authorized Signature) C: 19 . 19 Page 2 of 2 (Certificate of substantial completion) ? r ? r ? • a ? • • r • ? • ? • • r • ? • a ? • • r r • • • • r • • • r r ? • • • • ? r ? r ? • ? NOTICE OF ACCEPTABILITY OF WORK (To Accompany Final Payment Request) r • • ? • r • • r ? r r r ? • ? ? ? ? ? • r r • • ? • r • ? • • ? • r a r r r a • • ? ? r r • a r PROJECT (Title Per Contract Documents) OWNER OWNER'S CONTRACT NO. (if applicable) CONTRACTOR CONSTRUCTION CONTRACT DATE ENGINEER Finkbeiner, Pettis & Strout, Limited To OWNER And To CONTRACTOR ? a a a a a • • • • r r r • • r a a • a + a a + r a + a • • a • • • • • r • + • • r r • + + + • + The undersigned hereby gives notice to the above Owner and Contractor that the completed Work furnished and performed by Contractor under the above Contract is acceptable expressly subject to the provisions of the above Contract and the terms and conditions set forth on the reverse side hereof. (Authorized Signature) Finkbeiner, Pettis & Strout, Limited One Centerview Drive Greensboro, North Carolina 27407 Dated: 19 Page 1 of 2 (Notice of Acceptability of Work) (Reverse side of Notice) CONDITIONS OF NOTICE OF ACCEPTABILITY OF WORK ? a s s ? ? a s ? ? a ? ? a ? ? ? a ? a a ? a ? ? a ? r • ? ? ? ? a ? • ? ? s a a a ? ? ? • ? a a The Notice on the front side of this paper is expressly made subject to the following terms and conditions to which all persons who receive said Notice and rely thereon agree: 1. Said Notice is given with the skill and care ordinarily used by members of the Engineering profession practicing under similar conditions at the same time and in the same locality. 2. Said Notice reflects and is an expression of the professional judgement of Engineer. 3. Said Notice is given as to the best of Engineer's knowledge, information and belief. 4. Said Notice is based entirely on and expressly limited by the scope of services Engineer has been employed by Owner to perform or furnish during construction of the Project (including observation of the Work) under Engineer's Agreement with Owner and under the Contract referenced on the reverse hereof, and applies only to facts that are within Engineer's knowledge or could reasonably have been ascertained by Engineer as a result of carrying out the responsibilities specifically assigned to Engineer under Engineer's Agreement with Owner and the Contract referenced on the reverse hereof. 5. Said Notice is not a guarantee or warranty of Contractor's performance under the above- referenced Contract referenced on the reverse hereof nor an assumption of responsibility for any failure of Contractor to furnish and perform the Work thereunder in accordance with the contract documents. Page 2 of 2 (Notice of Acceptability of Work) G. GENERAL WORK AND REQUIREMENTS G.1. SCOPE - The Contractor shall furnish all labor, materials, tools and equipment necessary to complete all General Work and Requirements as herein specified and shown on the accompanying drawings. Included are the following: a) Mobilization b) Temporary Utilities and Facilities c) Temporary Environmental Controls d) Monuments e) Removal and Repair of Trees f) Maintaining Traffic g) Maintenance of Flow and Drainage h) Maintenance of Trenches and Excavations i) Removal of Excavated Material and Storage of Materials k) Progress 1) Replacements m) Seeding n) Testing for Compaction in Trenches o) Cleanup p) Shop Drawing Requirements q) Record Drawing Requirements The requirements herein shall in no way relieve the Contractor of his legal responsibilities or liabilities for the safety of the public or the work. G.2. MOBILIZATION - Mobilization shall be in accordance with Section $00 of the latest North Carolina Department of Transportation (NCDOT) "Standard Specifications for Roads and Structures". G.3. (NOT USED) G.4. (NOT USED) G.S. TEMPORARY UTILITIES AND FACILITIES - The Contractor shall arrange for and pay for all temporary utilities required for construction and for his facilities on the Project site, which shall include the Engineer's office. G.6. TEMPORARY ENVIRONMENTAL CONTROLS - The Contractor shall provide and maintain methods, equipment, and temporary construction as necessary to provide controls over environmental conditions along the route of construction and related areas under the Contractor's control, and remove physical evidence of such temporary controls upon completion of work. All such temporary controls shall be in accordance with applicable Federal, State and local laws, rules and regulations governing noise, dust, water, pollution and erosion control, and the requirements of these contract documents. In the event of conflict between the requirements of these contract documents and Federal, State and local laws, rules and regulations, the more restrictive shall apply. G-1 Temporary environmental controls, 'as applicable to soil erosion and sediment control, shall be in accordance with the rules and regulations set forth in the latest edition of the North Carolina Administrative Code, Title 15, Chapter 4, Sedimentation Control. The Contractor shall prepare a schedule for the implementation of erosion and sedimentation control measures. Implementation of such measures shall include, but is not limited to, the following: a) Plan buffer zone erosion control measures in advance. b) Install preliminary control in advance or concurrent with clearing and grubbing. c) Prohibit pumping of ditches directly into any stream or lake. Provide settling basins. d) Require excavated materials to be piled uphill from ditch - NOT on stream side of ditch. e) Protect backfill material against accelerated erosion. f) Tamp, seed and mulch as rapidly as possible after backfilling. g) Maintain buffer zone protection until area is stabilized. Temporary environmental controls shall be at the expense of the Contractor except for certain erosion and sedimentation control measures for which payment will be made under an Item subsequently specified and at the appropriate unit prices included in the contract. Work and materials not included in these specifications shall be in accordance with the requirements of all applicable NCDOT Sections as approved by the Engineer. For this Project, particular attention shall be given to dust and dirt control in the streets, sidewalks and drives within the limits of the Project and any haul roads leading to or away from the Project that are used by the Contractor, his subcontractors and his material suppliers. The following methods of control shall be used: a) The streets and haul roads shall be swept by an automatic self- contained mechanical sweeper with integral water spray and vacuum equipment. b) All excessive dirt that gets on the pavement shall be removed by means of hand shoveling or appropriate mechanical equipment and the area swept as in method a) above. c) Sidewalks and driveways shall be cleaned by means of shovels and hand brooms or approved mechanical equipment. G-2 i The Contractor shall comply with the above requirements on a daily basis. If the Contractor fails to perform the above work in a satisfactory manner, all work, except cleanup operations will be stopped immediately until the Contractor ' has complied with the above requirements to the satisfaction of the Owner and the Engineer. G.7. MONUMENTS - The Contractor shall, prior to actual construction, erect protective barricades around all visible survey monuments that are in or adjacent to the construction area and as noted on the Drawings. Any other monument or property corner stake, pin or marker discovered or uncovered during progress of the work shall be protected from damage or loss and the Engineer shall be notified in writing as to the exact location. ' Any survey monument, property corner, right-of-way or other marker damaged or destroyed by the Contractor's forces shall be replaced by a licensed surveyor, employed by and at the expense of the Contractor. The Contractor shall provide the Owner and the Engineer certification by the surveyor as to the replacement of the marker. G.8. REMOVAL AND REPAIR OF TREES - Trees and bushes which are in the immediate vicinity of the route of construction and the complete destruction'of which cannot be prevented, despite extreme care on the part of the Contractor, shall be removed and disposed of by the Contractor, if not previously removed by ' the Owner. The Engineer shall be consulted and his permission shall be obtained prior to the removal of any tree or bush not labeled to be removed. The Contractor shall consult the Engineer well in advance of pipe laying concerning ' such removals. Trees to be removed shall be felled so as not to injure trees to remain. Removal shall include the removal of stumps and roots to a minimum of 12 inches below grade. ' Other trees, tree limbs and bushes that are so located that equipment of the Contractor will damage same during construction shall be carefully trimmed and shaped by workmen skilled in tree trimming. All limbs and branches shall be ' flush cut. Trees and bushes, other than those whose removal is approved by the Engineer, which are destroyed or damaged to the extent that their continued life is impaired shall be replaced by the Contractor at his expense and to the ' satisfaction of the Owner. Prior to Final Payment, the Contractor shall employ a competent arborist to inspect all trees and shrubs along the line of the work and to properly trim, prune, repair and protect any that have been damaged, and to designate those which have been so damaged as to require replacement. G.9. MAINTAINING TRAFFIC - The Contractor shall so conduct his work that inconvenience to residents, businesses and the traveling public is minimized. At least limited traffic shall be permitted, except for those periods when, ' because of actual construction, curing of concrete, etc., travel is impossible, or when travel by the public is too hazardous. At least one half of the pavement width shall be left in passable condition when pipes are being installed across streets or highways. G-3 I I Prior to the start of construction the, Contractor shall meet with and obtain the permission of the Owner for the closing of any street to traffic or for modifying traffic flow on any street and to establish requirements for signing, flashers, flagmen, etc. Maintaining and protecting vehicular and pedestrian traffic and work area protection and work area lighting both within and outside the work limits shall be the responsibility of the Contractor involved, and shall be in accordance with NCDOT Section 150. During construction, subsequent notice of the closure of any street to traffic or of the modification of traffic flow on any street shall be given to the Owner 24 hours prior to same, with requirements for signing, flashers, flagmen, etc. as earlier agreed upon by the Owner and the Contractor. G.10. MAINTENANCE OF FLOW AND DRAINAGE - During construction, where existing sewers are encountered and are interfered with, flow shall be maintained in the existing sewers. Sewage or other liquid must be handled by the Contractor either by connection into other sewers, with the approval of the Engineer; by providing temporary conduit to maintain flow through the trench or other excavation; or by temporarily pumping to a satisfactory outlet; and shall not be pumped, bailed or flumed over the street or ground surface. Existing field tile drains shall be free to drain at all times. The Contractor shall be responsible for maintaining drainage in new and existing structures as required to protect his work, and shall be responsible for maintaining drainage on the Project site where his construction operations alter the existing conditions. G.11. MAINTENANCE OF TRENCHES AND EXCAVATIONS - At all times during the progress of the work and until release of the Contractor from his guarantee by the Owner, the Contractor shall maintain the backfilled trenches and other excavations. In particular, those trenches or excavations which are within 15 feet of the edge of pavements or the edge of traveled roadways shall be kept filled up to the same level as the adjacent undisturbed ground. Any settlement which occurs during this period shall be immediately filled in to prevent the possibility of accidents. G.12. REMOVAL OF EXCAVATED MATERIAL AND STORAGE OF MATERIALS - All excess excavated material which has been stockpiled at the work site, and which will not be used for backfill or other fill purposes, must be removed from the project area within 48 hours. In all cases, stockpiles of all excavated material and all construction materials shall be of limited size and shall be neatly maintained in such a manner that they will not block existing drainage or be hazardous to pedestrian or vehicular traffic in any way. The limitation relative to the stockpiling of all excavated material and all construction materials shall be controlled by the Owner and the Engineer. In the event the Contractor fails to remove excess excavated material as required above, or fails to satisfactorily modify his operations relative to the stockpiling of excavated or construction materials upon order of the Owner or the Engineer, all work except cleanup operations will be stopped, and remain stopped, until the order of the Owner or the Engineer has been complied with. G-4 I 1 F The removal and disposal of surplus excavated material shall be the responsibility of the Contractor. The Owner shall be provided with any surplus material desired, but the Contractor shall not be required to haul such material for a greater distance than would be required to otherwise dispose of the material. Silt barriers shall be placed around long term stockpiles of soil (unless temporary seeding is used) as well as along the down slope, or drainage course, and portions of staging sites. Also, excavated materials and stored materials shall not be placed next to or against trees. G.13. PROGRESS - The Contractor shall be required to complete backfilling operations and general cleanup within a reasonable distance of trenching and pipe laying operations, and other excavations. The specific limitations of this paragraph shall be at the discretion of the Owner and the Engineer, but the general intent is to require the Contractor to minimize the inconvenience to nearby residents or businesses. The Owner and the Engineer shall be permitted to require the Contractor to cease trenching and pipe laying operations at such time as he feels that backfilling and cleanup have not progressed satisfactorily. At no time shall the exposed trench length exceed 100 feet. G.14. (NOT USED) G.15. REPLACEMENTS - Where any pavements, driveways, parking areas, curbs, gutters, berm stone, sidewalks, water lines, gas lines, sewers, catch basins, headwalls, drains, field tile, conduit pipes, cables, fences or other existing facilities are removed or otherwise disturbed in carrying out this Contract, they shall be replaced in as good a condition as found at the expense of the Contractor and to the approval of the Owner. Any such material broken or disturbed to such an extent as to require replacement shall be replaced with new material at the expense of the Contractor. Exception to the above shall be made in the case of work and materials for which payment will be made under Items subsequently specified and at the appropriate unit prices included in the Contract. ' Work and materials shall be in accordance with all applicable requirements of these Contract Documents and, where not included herein, the requirements of all applicable NCDOT Items as approved by the Engineer. In any event, the Contractor shall be liable for any damage to public or private property caused by movement of equipment or by other operations and he shall repair or replace, to the condition existent prior to his operations, any public or private property damaged by his operations. ' G.16. SEEDING - The Contractor shall seed all lawns and all other earth areas disturbed in the performance of his work. The Contractor shall take special care to insure that backfilling over trenches and other excavations is well compacted prior to seeding. If settlement occurs after the seeding is ' completed and during the duration of the term of the Contract, the Contractor shall fill the settled areas with approved topsoil, refertilize and reseed the G-5 D areas as herein specified. Lawn areas shall be as determined by the Owner and the Engineer. In all lawn areas to be seeded, a 4 inch layer of loose, friable, loamy topsoil shall be provided. Topsoil shall be free of refuse or any foreign materials, and shall contain not less than five percent nor more than twenty percent organic matter. Topsoil shall be denuded of all burnable materials prior to stripping and shall be free of subsoil. The surface of the topsoil and all other areas to be seeded shall then be raked, rolled and graded smooth with adjoining areas. All wheel marks or other evidence of damage shall be similarly carefully prepared for seeding. After the topsoil has been applied and leveled as above specified, all areas to be seeded shall be given an application of an approved commercial fertilizer. Immediately prior to seeding, the area shall be raked sufficiently to thoroughly mix the fertilizer with the topsoil. The kinds of seed and fertilizer, and the rates of application of seed, fertilizer, and limestone, shall be as stated below. During periods of overlapping dates, the kinds of seed to be used shall be as determined by the Owner or Engineer. All rates are in pounds per acre. August 1 - June 1 120# Ky. 31 Tall Fescue or Altan Tall Fescue 500# Fertilizer 4000# Limestone May 1 - September 1 70# Ky. 31 Tall Fescue or Altan Tall Fescue 50# Kobe or Korean Lespedeza 500# Fertilizer 4000# Limestone Between July 15 and August 31 add 35# millet. Between November 1 and January 31 add 25# rye. On fill slopes 2:1 or steeper add 25# rye grain August 1 - June 1. On cut and fill slopes 2:1 or steeper add 30# Sericea Lespedeza January 1 - December 31. Fertilizer shall be 10-20-20 analysis. Upon written approval of the Owner or Engineer, a different analysis of fertilizer may be used provided the 1-2-2 ratio is maintained and the rate of application adjusted to provide the same amount of plant food as 10-20-20 analysis. If certain disturbed lawns are of better quality than the specified seed will produce, the Contractor shall furnish approved seed for these specific lawns that will produce a lawn of equal quality. The extra cost for the better quality seed shall be the actual invoice price differential between the seeds. weeds. Seed shall be 98% pure, with 85% germination, and shall contain no noxious Only unmixed seeds shall be purchased unless certified as to quality and mixture. All mixing shall be done at the project site, from the original packages, in the presence of a representative of the Owner or the Engineer. G-6 11 o. ' The specified seed shall be uniformly sown, by means of mechanical distributors, or hydraulically. No seeding shall be done during windy weather or when the ground is frozen, muddy or otherwise non-tillable. After seeding, ' the ground shall be raked so as to cover the seed to a depth of approximately 1/4 inch and the area mulched. ' Areas having a slope of less than 3:1 shall be mulched with grain straw at the rate of 1-1/2 to 2 tons per acre, or other approved material. Mulching material shall be applied and held in place in accordance with NCDOT Section 880- 6. Areas having a slope of 3:1 or greater (steeper) shall be mulched with straw and anchored with netting for erosion control. The net shall be white ' polypropylene plastic which will break down within the first growing season after placement. The net shall have a mesh not larger than 1-1/2" x 2" nor smaller than 7/8" x 1", and shall be furnished in widths not less than 35 inches. ' Devices used to hold the net in place shall be approved by the Engineer. If permitted, steel staples or pins shal be at least 6 inches long and shall be made from No. 11 wire. ' In the event any mulching material is displaced, it shall be replaced, but only after the seeding, and other work preceding the mulching, damaged because of the displacement of the mulching material, has been acceptably repaired. ' The Contractor shall properly protect and care for all lawn areas until the grass is a well established dense uniform growth at least 4 inches high. At that time, all excess mulch shall be removed from the seeded areas, and then the grass shall be mowed. The Contractor shall be responsible for the grass for two weeks after this mowing. If the grass shows a good growth and a dense stand at this time, the Contractor's obligations shall have been fulfilled except for the ' repair of future settlement. For all seeded areas, any spots that do not show a prompt "catch" shall ' be reseeded at intervals of 21 days, which shall continue until a good growth is established over the entire seeded area. The kinds of seed shall be the same as previously specified, and the rate of application may vary from 25# to 75# per ' acre. The actual rate per acre will be determined by the Owner or Engineer prior to the time of topdressing and the Contractor will be notified in writing of the rate per acre, total quantity needed, and areas on which to apply the supplemental seed. Minimum tillage equipment shall be used for incorporating ' seed into the soil so as to prevent disturbance of existing vegetation. Areas damaged due to acts of neglect by residents or vandalism shall be resown only at the request of and at the expense of the Owner. ' G.17. TESTING FOR COMPACTION IN TRENCHES - For compacted earth and granular backfill in trenches, the Owner may employ a testing laboratory to make tests on the site and will pay all costs for the first set of tests performed per lift. If compaction fails to meet that which is specified, all succeeding tests for that lift shall be at the expense of the Contractor. G-7 G.18. CLEANUP - At the conclusion of all work, the Contractor shall ' cleanup all rubbish and foreign materials and leave all areas of work in a first class condition, ready for use. G.19. (NOT USED) t G.20. SHOP DRAWING REQUIREMENTS - For the shop drawings required by Paragraph 35 of the General Conditions, all shop drawings shall be checked, ' approved and certified by the Contractor as being in conformance with the requirements of the Drawings and Specifications by initialing, dating and indicating each item number before being forwarded to the Engineer. ' Sufficient shop drawings shall be submitted to provide for the retaining by the Engineer of four copies. Drawings will be reviewed and returned by the Engineer with appropriate comments. Neither fabrication, shipment nor , installation shall begin until such drawings have been returned (with review stamp affixed) by the Engineer. If the Contractor installs any piping or material prior to the returning of the shop drawings (with review stamp affixed) ' by the Engineer, the Contractor will be required to remove all or any part of the items which are not satisfactory. For this Project, as a minimum, shop drawings are required for those items ' as indicated in the Equipment and Material Checklist included at the end of this Standard Specification G (page CL-1). Shop drawings for additional items shall be furnished when deemed necessary as determined by the Engineer. , When submitting shop drawings to the Engineer, the quantity of drawings submitted and the descriptions of the items for which the shop drawings are being ' submitted shall be indicated on the Contractor's transmittal. Shop drawing submittals in the form of blueprints, such as piping layouts, manholes, steps, frames and covers, and erosion control materials, etc., at the Contractor's option, may include two copies - one blueprint and one sepia. The sepia will be ' returned with the Engineer's comments noted. The use of sepias will eliminate errors in transferring comments from copy to copy and is encouraged whenever possible. ' G.21. RECORD DRAWING REQUIREMENTS - For the record drawings required by Paragraph 45 of the General Conditions, the annotating of drawings for changes ' made during construction shall include those as indicated in the Record Drawings Contents List included at the end of this Standard Specification G (pages RD-1). The required certification shall be by an Affidavit for Record Drawings ' as similarly included (page RD-2). G.22. (NOT USED) ' G.23. (NOT USED) G.24. (NOT USED) Go ? G.25. PAYMENT - The cost of General Work and Requirements, except for work and materials for which payment will be made under Items subsequently specified and at the appropriate unit prices included in the Contract, shall be included in the price bid for the various items on the Project. G-9 L RECORD DRAWINGS CONTENTS LIST The following is a list of items to use when compiling record drawings. A general rule to follow when compiling record drawings is that any important deviations from original plans made during construction shall be noted on record drawings. I. TITLE SHEET A. Prime Contractor - Name and Address 1. Any Major Sub-Contractors - Name and Address B. Resident Project Representative C. Buried or concealed materials used on project D. For all valves, indicate the number of turns to open and indicate direction to open (clockwise or counter-clockwise). E. A bold note to indicate that the set of plans are "Record Drawings". II. SEWER CONSTRUCTION A. Show distance between manholes. (Center to center of M.H. lids to the nearest foot). B. Show correct elevations for inverts and manhole tops (inverts to the nearest hundredth and tops to the nearest tenth). C. Show correct stationing for manholes. D. Show correct horizontal location dimension for sewers. E. Show references for all service connections by stationing. F. Show correct beginning and ending stationing and type of encasement pipes. Note type of annular space fill material used. III. DETAIL SHEETS A. Any details not used or not applicable shall be so noted. Example - If 3 alternates for pavement are on detail sheet, the two not used shall be so noted. (Box and cross out unused details). IV. ALL CONSTRUCTION A. Denote any area where any existing utility was repaired, replaced or relocated. Show correct location if plan location was incorrect. B. Note and accurately locate all existing underground utilities encountered during construction, whether shown on the drawings or not. RD-1 AFFIDAVIT FOR RECORD DRAWINGS (Contractor) , the Contractor on (Job Title from plan cover sheet including reference to applicable sections) , hereby certifies that the enclosed Record Drawings show all changes made during construction, as specified on page _, paragraph of the General Conditions in the Contract Documents. By Sworn to and subscribed before me this day of 19 NOTARY PUBLIC RD-2 1 EQUIPMENT AND MATERIAL CHECKLIST ITEM NO. EQUIPMENT OR MATERIAL SHOP " DRAWINGS REQUIRED MFfl S SERVICES REQUIRED SPARE PARTS REQUIRED O&M MANUAL REQUIRED C.4/3.9 Concrete Mix Design X C.12Z Sealer x 2.3. Manholes x 2.3. Steps x 2.4. Frames and Covers x 63. Silt Fence x 5.7. Ditch Stabilization Material X " For Items marked "LIST", a typed list of equipment, manufacturer and catalog number Is acceptable. CL-1 ' C. CONCRETE AND CONCRETE WORK C.I. SCOPE - Concrete and concrete work shall include the furnishing of all labor, materials, formwork, reinforcing, tools and equipment required to construct, place and finish all cast-in-place concrete work for a complete and functioning installation in accordance with the Contract Documents. ' C.2. REFERENCE DRAWINGS - The Contractor shall consult all drawings of the Contract Documents for items (openings, sleeves, inserts, anchorages, etc.) to be embedded in the concrete work. C.3. REFERENCE SPECIFICATION - The American Concrete Institute's Standard Specifications for Structural Concrete for Buildings ACI 301-84 is hereby made ' part of this item as amended below, unless otherwise noted on the drawings or specified herein. The Contractor shall familiarize himself with, and his work shall be guided by, ACI 301-84 and the Supplemental Requirements as listed below. ' All ASTM and ACI Standards and Recommended Practices as referenced in ACI 301-84 are also hereby made a part of these specifications. C.4. SUPPLEMENTAL REQUIREMENTS - The Supplemental Requirements listed ' below are to be used in conjunction with ACI 301-84. Their numbering refers to the Chapter and Paragraph Number of ACI 301-84 and is intended to explain or modify the r equirements therein. 2.1.2 Unless otherwise permitted or required, cement shall be Type I or Type II, ASTM C150-85; or Type IP, ASTM C595-85 except that the pozzolan content shall not exceed 25% by weight and the pozzolan shall meet the chemical requirements of ASTM C618-85 Class F with loss on ignition not exceeding 66. 3.2. There shall be two classes of concrete indicated in these ' drawings. Structural concrete shall be Class I. Concrete for fillets and fills and mud mats shall be Class II. Class I concrete shall have a 4000 psi minimum 28 day compressive ' strength. Class II concrete shall have a 2500 psi minimum 28 day compressive strength, except concrete for mud mats shall have a ' 1,000 psi minimum compressive strength. Grout used as a filler, for leveling or to start wall lifts shall be of similar proportions to the mortar in the concrete and shall ' be approved by the Engineer. 3.4 Class I concrete which will be subject to freezing and thawing shall be air-entrained in accordance with Table 3.4.1 of ACI 301- ' 84. 3.5 Unless otherwise permitted or specified, Class I concrete shall be ' proportioned, produced and placed with a slump of 4 inches or less. Class II concrete shall be proportioned, produced and placed with a slump of 6 inches or less. The slump shall be determined by the "Test for Slump of Portland Cement Concrete" (ASTM C143- ' 78). C-1 3.7.1 Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.05% chloride ions are not permitted. 3.9 Use 3.9.1 (prior field test data) for developing mixture ' proportions. The Contractor shall furnish for the Engineer's approval all records to show that his Concrete Supplier is in compliance with all provisions of 3.9.1. If the Concrete Supplier , is unable to furnish all records to comply with 3.9.1, 3.9.3.3 (trial mixes) shall be used for determining mixture proportions. The Contractor shall furnish for the Engineer's approval mix proportions prepared by a Testing Laboratory approved by the ' Engineer. 4.1.3 Earth cuts as forms for vertical surfaces will be permitted, when , neat and clean, for footings and foundations, subject to Engineer's approval. ' 4.2.1 Dimensions and details of equipment foundations shall be supplied by the equipment manufacturer and approved by the Engineer. 4.2.4 Chamfer size shall be 3/4 inch unless otherwise noted on the ' drawings. All edges shall be chamfered. 4.4.2.1 In areas which are permanently exposed to view, a nonstaining form ' coat agent shall be used on the surfaces. The Contractor shall submit the name of the material proposed to be used with sufficient supportive documentation to the Engineer for approval. ' 5.1.2 Special attention shall be paid to the following areas and reinforcement allowed as specified if not indicated on the drawings: ' a) Corners - Provide corner bars matching wall horizontal bars at the outside face of all corners. Corners shall have a ' minimum of #4 bars at 12 inches center to center in the outside face extending 2 feet in each direction from the corner. ' b) Slabs - Slabs shall have a minimum of #4 bars at 12 inches center to center, each way, placed in the bottom of the slab. ' c) Walls - Walls less than 10 inches thick shall have a minimum of one face of #4 bars at 12 inches center to center, horizontal and vertical. All other walls shall have two ' faces of #4 bars at 12 inches center to center, horizontal and vertical. drawin s th i h d l , d) g . se on e erw ot ess note Lap all bars 36 dia. un 5.2.2.1 Reinforcing bars shall be deformed bars conforming to ASTM A615-82 or A616-82, all Grade 60 unless otherwise noted. ' C-2 I5.2.5 Welded wire fabric shall be fabricated using plain wire and shall conform to ASTM A185-79. 5.5.1.1 Minimum concrete protective covering for reinforcement in concrete ' deposited on mud mat shall be 1-1/2 inches. 5.5.1.3 Minimum concrete protective covering for reinforcement at building interior surfaces not in contact with liquid shall be as follows: 1-1/2 inches for beams, girders, and columns; 1 inch for slabs and walls. 5.5.3 On mud mat, metal or other approved bar chairs or precast concrete blocks not less than 4 inches square and having a compressive strength equal to the specified compressive strength of the concrete being placed shall be used. Accessories within 1/2 inch of a concrete surface exposed to the ' weather shall be stainless steel or stainless steel protected. 6.5 Anchor bolts for equipment shall be furnished under the appropriate equipment items and shall be placed herewith in accordance with certified shop drawings furnished by the equipment manufacturer and approved by the Engineer. ' 8.6 Concreting under water will not be permitted except when so authorized in writing by the Engineer. ' 9.2 Repair of defective areas may be done by using manufactured non- shrink cementitious materials specifically formulated for patching concrete in conjunction with a compatible bonding material. The complete alternate repair procedure along with a list of all ' materials to be used must be submitted to and approved by the Engineer before any repair work is started. ' No patching shall be started until the preparation of the defective areas has been approved by the Engineer. 9.3 Tie holes shall be thoroughly and liberally coated with a bonding agent and then thoroughly filled with a non-shrink patching mortar using a plunger type or other mechanical injecting device to force ' mortar through holes passing through walls. 10.1 All concrete surfaces not permanently exposed to view and not in ' contact with flowing liquid shall have a rough form finish. All concrete surfaces not permanently exposed to view and in contact with flowing liquid shall have a smooth form finish. ' All concrete surfaces permanently exposed to view shall have a smooth rubbed finish or a grout cleaned finish as described in ' section 10.3 of ACI 301-84. C-3 11.1 Floors containing sumps, gutters or floor drains shall be sloped positively to these outlets. 11.2 11.7 Mud mats of 3 inch minimum thickness shall be required under all footings and foundation slabs. Where concrete surfaces will be exposed to freezing and thawing, extreme care shall be taken not to destroy the entrained air in I the surface of the concrete. 12.3.1 When the mean daily outdoor temperature is less than 400F, the Contractor shall, not less than 24 hours prior to placement, submit to the Engineer for review arrangements for heating, covering, insulating or housing the concrete work. 12.3.2 When the rate of evaporation of surface moisture from concrete as estimated from Figure 2.1.4 of ACI 305-77 (1982), "Recommended Practice for Hot Weather Concreting", exceeds 0.15 lb/sq ft/hr, the measures of this paragraph shall be put into practice. As a supplement to or in lieu of certain of these measures, a monomolecular film, such as Master Builders "Confilm", Euclid Chemical "Eucobar", or equal, shall be used to help prevent rapid drying of fresh concrete and as a finishing aid. 12.5 Sealing - The Contractor shall make two applications three days apart of a clear, penetrating liquid sodium silicate sealer to concrete surfaces exposed to freezing and thawing and not coated with waterproofing. These surfaces shall be saturated thoroughly with the sealer at each application and rinsed off with water every 24 hours for two days after each application to wash away the excess alkali and foreign matter which has migrated to the surface and to aid in the absorption of the sealer. Sealer shall be stored, handled and applied in strict accordance with the manufacturer's recommendations. Sodium silicate sealer shall be Maso Products, Inc. "Maso-Seal"; Geo. P. Reintjes Co. "Sealcrete"; Sinak Dynamic Solutions Sinak Concrete Sealer No. 102"; The Evercrete Corp. "Evercrete"; Euclid Chemical Co. "Eucosoil"; or equal. The Contractor shall submit the name of the material proposed io be used with sufficient supportive documentation to the Engineer for approval. C.S. PAYMENT - The cost of Concrete and Concrete Work and appurtenances shall be included in the price bid for the various items on the Project. However, if at the written direction of the Engineer the Contractor is required to provide Concrete and Concrete Work in addition to that shown or specified, he shall be paid for such additional work at the unit prices included in his Contract, or if not included, at a price mutually agreed upon by the Owner and the Contractor. C-4 L fl 1. PIPE SEWERS 1.1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 1.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . . 1 1.3. PIPE AND FITTINGS . . . . . . . . . . . . . . . . . . . . . . . . . 1 A. Requirements . . . . . . . . . . . . . . . . . . . . . . . 1 B. PVC Plastic Pipe and Fittings . . . . . . . . . . . . . . . . 2 C. Concrete Pipe and Fittings . . . . . . . . . . . . . . . . . 3 D. Ductile Iron Pipe . . . . . . . . . . . . . . . . . . . . . . 4 1.4. TRENCHES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 1.5. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . 5 1.6. TRENCH PROTECTION . . . . . . . . . . . . . . . . . . . . . . . . . 7 1.7. PIPE EMBEDMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 7 1.8. PIPE LAYING . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 1.9. BACKFILLING . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 1.10. SERVICE CONNECTIONS . . . . . . . . . . . . . . . . . . . . . . . . 11 1.11. CONNECTIONS TO STRUCTURES AND PIPES . . . . . . . . . . . . . . . . 11 1.12. TESTING FOR DEFLECTION . . . . . . . . . . . . . . . . . . . . . . 12 1.13. TESTING FOR LEAKAGE . . . . . . . . . . . . . . . . . . . . . . . . 13 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 B. Infiltration Tests . . . . . . . . . . . . . . . . . . . 14 C. Exfiltration Tests . . . . . . . . . . . . . . . . . . . . . 15 D. Air Tests . . . . . . . . . . . . . . . . . . . . . . . . . . .15 E. Manholes . . . . . . . . . . . . . . . . . . . . . . . . . . 16 1.14. ROCK EXCAVATION . . . . . . . . . . . . . . . . . . . . . . . . . . 17 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 B. Excavation . . . . . . . . . . . . . . . . . . . . . . . . . 17 C. Disposal of Rock . . . . . . . . . . . . . . . . . . . . . . 17 D. Method . . . . . . . . . . . . . . . . 17 E. Damage to Existing Facilities . . . . . . . . . . . . . . . . 18 1.15. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 i-1 1 C 1. PIPE SEWERS 1.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Pipe Sewers, including all pipe, fittings and appurtenances for sanitary sewers of the types and sizes installed in open trench, or otherwise, as herein specified and as shown on the drawings. Also included are provisions for reconnection of existing services. Fittings shall include tees, wyes, bends, etc. necessary for service connections or as otherwise required in connection with the work. Sanitary sewer bypass pumping provisions will be required for sewer flow maintenance as specified in Item 1.2. Pipe and fittings required to construct drop connections at manholes will be paid for under Item 2, but shall comply with the requirements of this Item. Pipe sewers less than 12 inches in diameter shall be of PVC plastic pipe and fittings, and pipe sewers 12 inches in diameter shall be of PVC plastic pipe and fittings or of concrete pipe and fittings. An exception shall be made for ductile iron pipe as noted on the drawings. All pipe sewers shall be tested for leakage as subsequently specified. 1.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as specified in Standard Specification G. As necessary to complete the work, the Contractor shall bypass flow in the existing sewer. A bypass pump of adequate size shall be provided at the sanitary manhole and the sewage shall be pumped through a separate self-contained conduit (hose) to a sanitary manhole downstream. When pumping and bypassing is required, the Contractor shall supply the necessary pumps, conduits and other facilities comprising the pumping and bypass system. The pumping and bypass system shall be of sufficient capacity to handle normal flows. The Contractor shall also be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24 hour basis, engines shall be equipped in a manner to keep noise to a minimum. 1.3. PIPE AND FITTINGS - A. Requirements - Pipe, fittings, and appurtenances shall conform to the latest edition of the referenced Standards. The manufacturer shall furnish an affidavit indicating that the pipe, fittings and appurtenances have been manufactured and tested in accordance with 1-1 the requirements of the applicable referenced Standards. A copy of the affidavit, indicating the project on which the material is to be used, shall be submitted as a shop drawing to the Owner and the Engineer prior to construction. All pipes, fittings and appurtenances shall be appropriately marked for purposes of identification. The materials and methods of manufacture, and the completed pipes, fittings and appurtenances shall be subject to inspection and rejection at all times. The Owner and the Engineer have the right to make inspections. B. PVC Plastic Pipe and Fittings - PVC plastic pipe and fittings shall have a minimum pipe stiffness of 46 psi at 5% deflection when tested in accordance with ASTM D2412, and, as applicable for the sizes involved, shall meet the requirements of ASTM D3034 or ASTM F794. The pipe shall be of the elastomeric gasket joint (integral bell) type. Joints shall provide a watertight seal and shall be made in accordance with the pipe manufacturer's instructions. Joints shall be of the push-on type meeting the requirements of ASTM D3212, and, in addition, the bell shall be designed to retain the gasket to prevent pull-out during the making of the joint. PVC plastic fittings for use with ASTM D3034 pipe 8 inch in size and smaller shall meet the requirements of ASTM D3034 with a minimum wall thickness of SDR 35 as defined in section 7.4.1., and shall be molded in one piece with elastomeric joints and minimum socket depths as specified in sections 6.2. and 7.3.2. PVC material shall have a cell classification of 12454-B or C as defined in ASTM D1784. Gaskets shall have minimum cross sectional area of 0.20 sq. in and shall meet the requirements of ASTM F477. PVC plastic fittings for use with ASTM D3034 pipe 10 inch in size and larger, and for use with all sizes of PVC plastic pipes other than ASTM D3034 shall be molded or fabricated in accordance with, and have joints meeting the requirements of the ASTM Standard as specified for the pipe. At the end of all fittings, premanufactured tee's, etc. of all installations with "ribbed" pipe, the final fitting at the "plug" shall be SDR 35 compatible. Non-compatible joints shall be made using banded neoprene couplings as manufactured by Fernco, Inc., or equal. All cost of extra fittings shall be the responsibility of the Contractor and will not be an extra pay item. All adapters necessary for the proper connection of ribbed pipe to a manhole and random lengths of pipe required to properly locate the structures shall be paid 1-2 L 1 r n 1 for on the same per linear foot basis as the diameter of the pipe and will not be an extra pay item. The pipe shall be installed in accordance with ASTM D2321, and with the requirements of these specifications. Any requirements in these specifications which may be in conflict or inconsistent with the requirements of ASTM D2321 shall be void to the extent of such conflict or inconsistency, except in all cases material for pipe embedment shall be as subsequently specified in Paragraph 1.7. PVC plastic pipe shall be tested for deflection as subsequently specified in this Item. For the purpose of establishing limits for the payment of items based upon trench width, the maximum allowable trench width at the top of the pipe for the various sizes of pipe shall be in accordance with the following table. The actual trench width used for installation may be in accordance with ASTM D2321. MAXIMUM TRENCH WIDTH (As measured at top of pipe) Pipe Diameter Trench Width 4" 2'-3" 10" 2'-6" 12" 2'- C. Concrete Pipe and Fittings - Concrete pipe and fittings shall be of the spigot and socket pattern meeting the requirements of ASTM C76 and shall be Class III unless otherwise shown on the drawings. Pipes shall be of the greatest lengths commercially available. Circular pipes having elliptical reinforcing shall have the word "Top" or "Bottom" clearly stenciled on the inside of the pipe at the correct place to indicate the proper position when laid. Joints shall be of the rubber "0" ring gasket type meeting the requirements of ASTM C443. The gasket shall be confined in a groove and shall be installed in accordance with the manufacturer's instructions. ' Branches on fittings in the main line for connections shall be of the same material as the pipe which will be connected. The branches shall be cast with ' the concrete pipe by the pipe manufacturer and shall not be done in the field. The joint in the branch shall be as specified for the respective type of pipe. 1-3 For pipes installed in open trench, the maximum allowable trench width at the top of the pipe for the various sizes and classes of pipe shall be as follows: MAXIMUM TRENCH WIDTH (As measured at top of pipe) Pipe ASTM C76 - CLASS Diameter (inches) II III IV V (feet-inches) 12 2-9 2-9 2-9 3-0 D. Ductile Iron Pipe - Ductile iron pipe shall be designed in accordance with AWWA C150 and manufactured in accordance with AWWA C151, and shall be Thickness Class 50. The pipe shall be of the push-on joint type incorporating rubber gaskets in accordance with AWWA C111. Pipe shall be coated with a bituminous material on the outside and shall be cement mortar lined in accordance with AWWA C104. For pipes installed in open trench, the maximum allow trench width at the top of the pipe shall be 2'-6". 1.4. TRENCHES - Trenching shall include the removal of existing sewer pipe and manholes. The Contractor shall dispose of the pipe and manhole materials in a proper manner. Except where otherwise specifically required or permitted by the Engineer, sewers shall be laid in open trench, shall be started at the lowest point, and shall have spigot ends pointing in the direction of flow. Prior to trenching, in lawn areas and in fields used for farming, both as determined by the Engineer, all topsoil shall be removed and stockpiled for replacement during backfilling. The use of equipment with metal tracks or treads will not be permitted on paved surfaces which will not be removed during trenching operations without some type of pavement protection, such as matting or rubber tracks. The width of trenches below the level of the top of the pipe shall not exceed the dimensions previously specified for the various types and sizes of pipe, and shall not be less than 12 inches greater in width than the outside diameter of the pipe barrel. Whenever the maximum allowable trench width (below the level of the top of the pipe) is exceeded for any reason, the Owner or the Engineer reserves the right to direct the Contractor to utilize pipe of greater 1-4 7 r strength, to modify the type of backfill, to embed the pipe in concrete, or to utilize a combination of these procedures, all at the expense of the Contractor. Trenches in earth shall be excavated to a depth of not less than one-eighth the outside diameter of the pipe being installed, or 4 inches below the outside bottom of the pipe barrel and bell when the pipe is laid on its final grade, or to the bottom of the existing bedding material, whichever is greater. Trenches in rock shall be excavated to a depth of one-third the inside diameter of the pipe, but within the limits of 4 inches to 12 inches, below the outside bottom of the pipe barrel and bell when the pipe is laid on its final grade and the pipe shall then be laid on a cushioning layer of bedding material as specified or as approved by the Engineer and provided by and at the expense of the Contractor. Rock excavation shall be in accordance with the requirements subsequently specified in Paragraph 1.14. ' Prior to open trenches entering the paved limits of a street, alley, driveway, or parking area, the pavement shall be neatly cut for its full depth, removed, and disposed of off the Project site. Street and road crossings shall be constructed in accordance with the requirements previously specified in Standard Specification G. ' Trenches shall be kept sufficiently free of water during pipe laying and jointing to prevent damage to the joints. When water exists in the trenches at ' the time of pipe laying, the Contractor shall dewater the trench at his expense. 1.5. PROTECTION OF EXISTING UTILITIES - Existing underground utilities ' along the route of construction, as shown on the drawings or marked at the time of construction by the utility owner, shall be uncovered by the Contractor and ' their elevations determined at least 400 feet in advance of pipe installation. The cost of such work shall be included in respective prices bid for the pipes being installed. ' All underground utilities, when encountered, shall be adequately supported, shored up or otherwise protected whenever exposed in the excavation. Timber ' supports shall be a minimum of 6 inches square. Supports shall extend into undisturbed earth a minimum of 12 inches each side of the trench and the pipe, conduit, etc., banded or tied to the bridging for its full length. Where bridging cannot be supported by a firm foundation, the Contractor shall provide ' vertical support for the bridging, including any lateral bracing necessary to provide a firm and substantial support. Supports and bracing shall be of native 1-5 hardwood and shall be furnished and installed by the Contractor. However, an exception shall be made for supports and bracing required for protection of underground utilities not shown on the drawings or marked at the time of construction by the utility owner where payment will be made for the supports and bracing at the appropriate Supplement Unit Price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment for wood supports and bracing provided for underground utilities not shown on the drawings or marked at the time of construction by the utility owner will be made for a length installed within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main line pipe being installed. Wood supports and bracing beyond the line of measurement shall be at the expense of the Contractor. While the drawings indicate the location of existing utilities, in accordance with the best information presently available, neither the Owner nor the Engineer assumes any responsibility for the accuracy of their location or that all utilities are shown. A listing of utility company contacts is included on the drawings. Prior to performing any excavation, written or oral notification shall be given to all utilities within the area to be excavated not less than two working days nor more than ten working days in advance of the work. The notice shall include: a) the name, address, and telephone number of the person filing the notice; b) the name, address, and telephone number of the person doing the excavation; c) the anticipated starting date of the excavation; d) the anticipated duration of the excavation; e) the types of excavation to be conducted; f) the location of the proposed excavation; and g) whether or not explosives will be used. The excavation work shall be so planned as to avoid damage to and minimize the interference with existing underground utilities in the area. Adequate clearance between the cutting edge of the excavating equipment and the underground utility shall be maintained to avoid damage to the utility. Above ground (aerial) utilities, including power, telephone and cable television, shall remain in service at all times. Any anticipated disruption of service shall be with the full knowledge of the utility company and required 1-6 r L advance notice to the affected users. Removal of guy wires and holding of poles shall be done as required to complete the work, shall be as agreed upon by the utility company and the Contractor, and shall be at the expense of the Contractor. Arbitrary disruption of underground and aerial utility services will not be permitted. 1.6. TRENCH PROTECTION - Where necessary to prevent caving of the trench and other excavation, and for protection of workmen and nearby structures, trench protection shall be provided by and at the expense of the Contractor. Trench protection shall be by trench box, wood sheeting and bracing or such other methods as determined by the Contractor. Wood sheeting and bracing shall be of sound lumber suitable for the purpose intended and shall be so arranged as to support the trench walls and existing structures and utilities. Sheeting left in place shall be cut off not less than 18 inches below ground surface. Sheeting and bracing may be removed at the discretion and responsibility of the Contractor after backfill has been placed and compacted to a level at least two feet above the top of the pipe. In no case shall sheeting be pulled in increments exceeding three to four feet in order to avoid the danger of breaking the pipe due to the weight of the backfill. Upon removal of sheeting and bracing, voids left due to such removal shall immediately be filled and the backfill recompacted. Where it is necessary to drive sheeting below the centerline of the pipe, it shall be driven below the bottom of the pipe as determined by the Engineer, and that sheeting below a point two feet above the top of the pipe shall be left in place. 1.7. PIPE EMBEDMENT - Pipe embedment shall include the material placed beneath the pipe to the depths of excavation previously specified and around and over the pipe for a distance of 12 inches above the top of the pipe barrel. The material shall be Standard Size #67 coarse aggregate meeting the requirements of NCDOT Section 1005, except no slag is permitted. The bedding material shall be shaped to conform to the bottom quadrant of the pipe barrel. The Engineer reserves the privilege of altering the type of bedding material and regulating the exact grading of the bedding material depending upon the water characteristics of the trench. At least the minimum of 1-7 bedding shall be provided under pipe bells. Y After the pipe is laid, the bedding material shall be shovel placed and tamped to fill all voids. The bedding material shall be placed in 6 inch layers, loose measurement, and compacted by hand or mechanical tamping to secure a good compaction. All embedment material shall be carefully placed and tamped so as not to damage or displace the joints or pipe, and no material shall be dropped directly on the pipe. The material shall be compacted to not less than 90% of maximum density as determined in accordance with ASTM D698 (Standard Proctor). An exception shall be made where concrete encasement is noted on the drawings. Concrete encasement shall be of Class II concrete, shall be square in cross section, shall have a minimum thickness of 6 inches at pipe bells, and shall be of the length noted. Class I concrete shall be as previously specified in Standard Specification C. All pipe embedment shall be at the expense of the Contractor. If the material found at the specified depths of excavation below the elevation of the outside bottom of the pipe barrel is not suitable to provide adequate foundation for the pipe, a further depth shall be excavated and filled with granular bedding material approved by the Engineer. Such additional granular bedding material will be paid for under the unit price included in the Contract for Granular Backfill, and required excavation will be paid for under the appropriate Supplemental Unit Price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment for additional excavation and granular bedding material will be made only for depths excavated below the specified depths of excavation below the outside bottom of the pipe barrel and only when such additional excavation shall have been ordered by the Engineer. Unauthorized excavation below same shall be filled with the specified bedding material at the expense of the Contractor. Payment for additional excavation and bedding material shall be limited to the maximum trench widths previously specified for the various sizes of pipe, although the bedding shall be utilized for the full trench width. 1.8. PIPE LAYING - Pipes shall be laid with their full lengths true to line and grade with the aid of batterboards, grade pole and grade string, or other method approved by the Engineer, and shall rest on the bedding material provided. When batterboards are used, not less than three, set at 25 foot intervals, 1-8 7 L C shall be installed and maintained in proper position at all times as a check on the accuracy of the grade line. When laser beam equipment is used, it shall be checked a minimum of twice daily, once in the A.M. and once in the P.M., in the presence of the Owner or the Engineer to verify that the equipment is maintaining the established line and grade. In addition, when temperature and other atmospheric conditions prevent the laser beam from maintaining grade, the Contractor shall provide additional ventilation through the pipeline by the use of blowers as recommended by the equipment manufacturer or as directed by the Engineer. Regardless of the method used, the Owner or the Engineer shall be immediately notified of any misalignment of the pipe when laid in accordance with established cuts or elevations. 1.9. BACKFILLING - Backfill shall include the material placed above the pipe embedment material previously specified. No heavy or large quantities of backfill material shall be placed over the pipe until backfilling has progressed to a depth of at least 3 feet over the top of the pipe barrel. All backfill material shall be carefully placed so as not to damage the joints or displace the pipe. Backfilling shall immediately follow trenching and pipe laying operations to reduce the possibility of damage to pavements and utilities. Trenches coming within existing and proposed paved or stoned streets, alleys, driveways and parking areas shall be backfilled with granular material. The granular material shall meet the requirements of NCDOT Section 520, Type A, except no slag is permitted. The granular material shall be placed and compacted to not less than 95% of maximum density as determined in accordance with ASTM D1557 (Modified Proctor). Where sewers are installed along and across existing and proposed paved or stoned streets, alleys, driveways and parking areas, the specified compacted granular material shall also be provided for backfilling any portion of the trenches falling within that area below a line drawn at 45 degrees to the horizontal from the surface at the edge of the pavement or back of curb and above the horizontal plane of the pipe embedment material. The Owner or the Engineer may check compaction of the backfill at any time. The cost of providing granular backfill will be paid for at the appropriate unit price bid per cubic yard, compacted in place, and in accordance with the following: 1-9 J Payment for granular backf ill, within the specified limits, shall be on the basis of the number of cubic yards required, but shall not exceed the quantity required for the maximum trench widths previously specified (centered over the pipe) for the various types and sizes of pipe and, at structures, shall be limited to that area between the outside dimensions of the structure and vertical planes 2 feet beyond these dimensions on all sides. In computing the number of cubic yards for which payment will be made, it will be assumed that the trench walls are vertical. Granular backfill required for areas outside the limits previously defined shall be provided by and at the expense of the Contractor. Where trenches are backfilled with granular material, excess excavated material shall be removed by the Contractor as specified in Standard Specification G. For backfilling the remainder of the trenches, as much of the excavated material as possible shall be replaced. Until backfilling has progressed to a depth of at least 3 feet over the top of the pipe barrel, the material shall be finely divided, free of stones 3 inches or greater in any dimension, boulders or other harmful debris, and shall be placed in 6 inch layers, loose measurement, and compacted by mechanical tamping. The remainder of the backfill shall then be placed in 6 inch layers, loose measurement, and compacted by mechanical tamping. Special care shall be taken in backfilling any trenches under sidewalks to compact the backfill material such that it shall be equal to the degree of compaction of the adjacent undisturbed earth; however, in no case shall the compaction be less than 906 of maximum density as determined in accordance with ASTM D1557 (Modified Proctor). After backfilling, along weed or unsodded areas the material shall be graded to conform to the original ground profile. In lawn areas and in fields used for farming, all topsoil removed and stockpiled prior to trenching shall. be replaced and graded to conform to the original ground profile. In lawns and other areas where grass exists, as determined by the Owner or the Engineer, the area shall be graded and made ready for seeding as specified in Standard Specification G. In lawn areas, if the existing replaced topsoil does not provide the required minimum depth as specified in Standard Specification G, the Contractor shall provide additional topsoil at his expense. The Contractor shall be required to regrade and reshape all road shoulders 1-10 and all ditches or swales from existing high points to existing drainage structures or other outlets along the proposed improvement. The Contractor, the ' Owner and the Engineer shall mutually agree and establish all ditch grades to be restored prior to construction. Ditches which are reshaped shall have reasonable ' side slopes. Vertical or steep slopes will not be permitted. 1.10. SERVICE CONNECTIONS - Service connections for sanitary sewers shall be 4 inches in diameter, unless otherwise shown, and shall be furnished and ' installed to replace portions of existing sanitary sewer service connections removed for the sanitary sewer replacement. Number, locations and depths of ' service connections, where shown on the drawings, are approximate only. Final locations and depths will be established by the Owner and the Engineer at the ' time of construction. Connections to the main sewer shall include the furnishing and installation of an appropriate wye in the new sewer. The cost of furnishing and installing wyes for connections to the new main sewer will be paid for at the appropriate unit prices bid. ' The pipe shall be installed true to line and on at least a 1% grade, or as otherwise required to connect to the existing service as approved by the Owner ' and the Engineer. The requirements for construction shall, in all respects, comply with those specified in this Item for the main sewers. The cost of furnishing and installing service connections will be paid for on a price per linear foot basis, installed complete. Lengths shall include the ' lengths of fittings laid in the service connection, and shall be the length as measured along the centerline of the service connection from the connection to ' the main sewer to a point 5'-0" as measured horizontally from the connection to the main sewer. No separate payment will be made for furnishing and installing fittings. The furnishing and installatino of pipe and fittings required beyond ' a point 5'-0" as measured horizontally from the connection to the main sewer to connect to existing service to the new sewer shall be at the expense of the ' Contractor. Service connections shall not be backfilled until the location is referenced on the drawings. 1.11. CONNECTIONS TO STRUCTURES AND PIPES - When required, new and existing sewers shall be connected to structures through stubs, wall castings, wall sleeves, etc. provided for same or an opening shall be made at the proper 1-11 elevation in the wall of the structure, the pipe inserted and the opening around the pipe neatly and permanently closed with a non-shrinking and non-corrosive grout. Grout shall be Five Star Grout as manufactured by Five Star Products, Inc.; Sealtight 588 Grout as manufactured by W.R. Meadows, Inc.; or equal. All connections shall be watertight. Where necessary, the bottoms of existing structures shall be reshaped to give a smooth flow in all directions. Connections to unlike types and sizes of pipe shall be accomplished using the proper adapter and/or connector as manufactured by Fernco, Inc.; Joints, Inc.; or equal. All connections shall be at the expense of the Contractor. 1.12. TESTING FOR DEFLECTION - All mainline sanitary sewers of PVC plastic pipe shall be tested for a maximum deflection of 5% of the pipe average inside diameter not less than 30 days after final full backfill has been placed, as determined by the Engineer. Such tests shall be conducted with a representative of the Engineer present. All pipes exceeding a deflection of 5% of the average inside diameter shall be repaired or replaced and then retested until satisfactory test results are obtained. The Contractor shall pay all costs for the tests. The tests shall be conducted using electronic equipment specifically designed for measuring and recording deflection in flexible pipe or by the use of an approved deflection probe, having a diameter equal to 95% of the average inside diameter of the pipe being tested, pulled through the sewer line. If the deflection probe is used, test shall be performed without mechanical pulling devices, and a proving ring, having an I.D. equal to the O.D. of the probe, shall be available at the time the probe is used to verify that the probe has the proper diameter by inserting the probe into the ring. The deflection probe shall be as available from Wortco, Inc.; Burke Concrete Accessories, Inc.; or equal, and shall be designed specifically for testing the deflection of the type and size of pipe subject to test. The probe shall incorporate an odd number (no less than 9) of 1/2" x 3/16" bar stock runners equally spaced on edge around and welded to the circumference of two minimum 1/4 inch thick circular steel plates. The diameter of the probe for the type and nominal size of the pipe to be tested shall be equal to 95% of the average inside diameter of the respective pipe as specifically given or determined by the Engineer from information given in the appropriate ASTM 1-12 t L r Standard for the pipe. The distance between plates, out-to-out, shall not be less than 2 inches smaller than the nominal diameter of the pipe to be tested. The runners shall extend approximately 1-1/2 inches beyond each plate, being bent inward for this distance at approximately 30°. A continuous 3/4 inch threaded rod shall be provided through the center of the plates, having a hex nut drawn tight against the inside face of each plate, and extending each side as required for providing a 3/4 inch ferrule loop insert or similar piece for attaching the pulling medium. 1.13. TESTING FOR LEAKAGE - A. General - The Contractor shall include in his bid all costs for labor and materials, including any water and all equipment, necessary to complete the leakage tests specified herein. Such tests shall be conducted after testing for deflection is complete, where applicable, and with a representative of the Engineer present, and his judgment shall be final as to the acceptance of all tests. Leakage tests shall be conducted on the entire length of the Project, including manholes. Manholes shall be tested as subsequently specified in Paragraph 1.13.E. Each section of pipe shall be tested for obstructions prior to testing for leakage. Either mandrels, solid cylinders, or balls with diameters of 95% of the pipe diameter may be used to test for obstructions. All obstructions shall be removed. Also, prior to conducting leakage tests, the Contractor shall make a determination of ground water level by installing ground water gauges in manholes as selected by the Engineer. These gauges shall consist of a rigid section of 1/2 inch diameter pipe, approximately 10 inches long, inserted horizontally through the manhole wall as near as possible to the crown of the pipe, with any opening around the pipe sealed so as to be watertight, and a clear plastic tube attached to the pipe within the manhole and extended vertically to the top of the manhole. Prior to connecting the tube, air shall be blown through the pipe with sufficient pressure to clear the line. Upon satisfactory completion of the tests, the ground water gauges shall be removed and the openings in the manhole walls neatly and permanently closed with a non-shrink and non-metallic grout. When the crown of the pipe is covered with two feet or more of water at the highest point in the test section, an infiltration test shall be conducted. Should ground water not provide sufficient head, the Contractor shall flood the 1-13 trench within the test section, bulkheading each end of the section, to obtain or maintain the specified external head, or an air test or exfiltration test shall be conducted. In addition, for all main line sewers tested by infiltration or exfiltration, air tests shall be conducted for the purpose of testing service connections even when the crown of the pipe is covered with two feet or more of water. For such tests, the internal air pressure shall never exceed 5.0 psi, and the acceptability of the tests shall be based on the minimum holding time subsequently specified for the size of the main line sewer. In all cases, for any test section failing to meet the limits of the specifications, the Contractor shall be required to locate and remedy the defects causing the failure and the section shall be retested and repairs or replacement continued until the limits of the specifications are satisfied. For sewers not accessible, should a test fail due to other than a leaking plug, a closed circuit television inspection of the test section shall be conducted to determine the cause of the failure. When the failure is the result of a leaking joint(s), the joint may be chemically grouted. The television inspection and chemical grouting of joints shall be in accordance with all applicable "Recommended Specifications for Sewer Collection System Rehabilitation" of The National Association of Sewer Service Companies and as approved by the Engineer. The Owner shall be furnished video tapes of all television inspections. The Contractor shall pay all costs for inspection and grouting. All visible leakage in sewers and manholes shall be repaired, even though tests may have been satisfactory. All plugs used during leakage tests shall be of a length at least equal to the diameter of the pipe being tested to assure a watertight seal. Pneumatic plugs for air testing shall be able to resist internal test pressures without requiring external blocking. B. Infiltration Tests - The length of sewer subject to each test shall be the distance between two adjacent manholes as a minimum, but shall be left to the discretion of the Engineer. No test shall exceed 900 feet. The test section shall be isolated and all service connections and stubs within the section shall be capped or plugged to prevent the entry of ground water. The infiltration shall be measured by a V-notch weir located in the downstream manhole. The test head shall be maintained for not less than 24 hours before a 1-14 H I I F C weir measurement is made. The maximum allowable leakage, including manholes, shall be 100 gallons per inch of diameter per mile of pipe per day. C. Exfiltration Tests - The length of sewer subject to an exfiltration test shall be the distance between two adjacent manholes as a minimum, but shall be left to the discretion of the Engineer. No test shall exceed 900 feet. The inlets of the upstream and downstream manholes shall be closed with watertight plugs and the test section filled with water until the elevation of the water in the upstream manhole is two feet above the crown of the pipe in the line being tested, or two feet above the existing ground water in the trench, whichever is higher. A standpipe may be used instead of the upstream manhole for providing the pressure head when approved by the Engineer. Exfiltration shall be measured by determining the amount of water required to maintain the initial water elevation for one hour from the start of the test. With absorptive pipe, the one hour period shall begin after allowing the water to stand for a minimum of 45 minutes to allow for saturation of the pipe. The maximum allowable leakage, including manholes, shall be 100 gallons per inch of diameter per mile of pipe per day. D. Air Tests - After backfilling, air tests shall be conducted between two consecutive manholes. Prior to conducting air tests on air permeable pipe, the walls of the pipe shall be dampened. Dampening of the pipe walls and obstruction testing may be accomplished at the same time by propelling a snug- fitting inflated ball or other approved device through the pipe with water. For all sewers, each end of the section to be tested and all pipe outlets in the section shall be plugged with suitable test plugs. One plug used at a manhole shall have an inlet tap or other provision for connecting an air hose from the air supply equipment. The equipment shall include valves to control the rate at which air flows into the test section and pressure gauges with minimum graduations of 0.1 psi and an accuracy of +0.04 psi to monitor the air pressure within the test section. Air pressure shall be applied slowly to the test section until the pressure reaches 4.0 psi, plus an adjustment of 0.433 psi for each foot of ground water above the crown of the pipe being tested. Internal air pressure, including adjustment for ground water, should never exceed 5.0 psi. When the pressure reaches 4.0 psi, plus adjustment for ground water, the air supply shall be throttled so that the internal pressure is maintained between 1-15 4.0 and 3.5 psi for at least two minutes to permit temperature stabilization. When the pressure has stabilized and is at or above 3.5 psi, the air supply shall be disconnected and a stop watch started and allowed to run until the pressure has dropped 1.0 psi. The permissible time allocated for the 1.0 psi pressure drop shall be calculated on the basis of the diameter and length of main sewer tested and no adjustment shall be made for service connections included in the test section. The air test for a section shall be considered acceptable if the time elapsed for the 1.0 psi pressure drop is equal to or greater than the time indicated, and shall be considered unacceptable if the elapsed time is less than that indicated in the following table: MINIMUM HOLDING TIME IN MINUTES REQUIRED FOR 1.0 PSI PRESSURE DROP LENGTH OF MAIN LINE TESTED* Pipe Diameter I 200' 300, 400, 500' 600, 10" 1-3/4 3-3/4 4-3/4 4-3/4 4-3/4 4-3/4 12" 11 2-3/4 5-1/4 5-3/4 5-3/4 5-3/4 5-3/4 * Time for intermediate lengths shall be interpolated. The Contractor may air test sections before backfilling the trench as a check for defects and workmanship. Such tests are at the option of the Contractor and are not a substitute for tests required after backfilling has been completed. E. Manholes - Each manhole shall be tested after assembly and after all lift holes have been plugged with an approved non-shrink grout, and, at the option of the Contractor, before or after backfilling is completed. _ Testing shall be by drawing a vacuum on the manhole using equipment specifically designed for such testing. All pipes entering the manhole shall be plugged and braced to prevent being drawn into the manhole. A test head with necessary gauges and connections shall be placed at the inside of the top of the cone section and sealed in accordance with the manufacturer's instructions. A vacuum of 10 inches of mercury shall then be drawn and the vacuum pump shut off. With valves closed, the time shall be measured for the vacuum to drop 9 inches. The test shall be successful if the time measured is greater than 60 seconds. 1-16 u 1 If the test is unsuccessful, necessary repairs shall be made and retesting shall proceed until a satisfactory test is obtained. 1.14. ROCK EXCAVATION - A. General - The term "rock excavation" shall include the removal of such material as cannot be broken and removed by ordinary excavating equipment. Disintegrated, weathered, rotten and loose rock particles capable of removal by ordinary methods are not included within the scope of rock excavation. All costs for rock excavation, within the limits defined, will be paid for at the appropriate supplemental unit price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. The price shall include required excavation, removal and disposal, and shall represent the additional cost over and above the cost of earth excavation included in the price bid for pipe laying and other appropriate bid items. Allowances for payment for rock excavation shall be confined to the depths and widths subsequently specified, no allowance being made for over-breakage. Trench walls for all types of pipe laying shall be assumed to be vertical, based on the specified trench width. B. Excavation - Excavation shall be carried to a sufficient depth to provide for a cushioning layer of bedding material as previously specified in Paragraph 1.4. Width of trench shall be not more than previously specified for the respective type of pipe. Excavation for structures shall extend to a plane 4 inches below the underside of the concrete foundations and be confined to limits two feet beyond the outside of such foundations. C. Disposal of Rock - Except under special permission from the Engineer, rock removed by excavation shall not be used for backfill, but shall be disposed of by the Contractor off the Project site. Necessary bedding and backfill for trenches and other excavations in rock excavation, where payment is not provided for under other items, shall be provided by the Contractor and shall be approved by the Owner and the Engineer. D. Method - Where rock is encountered which cannot be removed by ordinary excavating methods, rock excavation, unless otherwise specified, may be accomplished by the use of explosives, subject to compliance with all Federal, State and Local laws and the following requirements: 1-17 1) All required permits shall be secured by the Contractor well in advance of such operations. 2) The transporting, handling and firing of explosives shall be performed by someone thoroughly familiar, experienced and, if applicable, licensed in this type of work, preferably a representative of the manufacturer of the explosives to be used. 3) Prior to removing rock in any area, the type of explosives to be used, the number, depth and loading of holes to be detonated at any one time; and any special precautions to be observed shall be determined at a conference between representatives of the Owner, the Engineer, the Contractor, the Contractor's Insurance Company and the person directly responsible for detonation. The procedure thereafter followed 'in that area shall conform to the decisions reached; subject to any modifications which may be required because of unsatisfactory or unsafe results or the procedure agreed upon. 4) Suitable timber mats or other coverings shall be provided to confine all materials lifted by blasting within the limits of the excavation. S) All public and private utility companies having facilities in the vicinity shall be notified by the Contractor of the location and time of contemplated detonation in sufficient time to allow them to protect their facilities. Likewise, where operations are to be carried on in any location where traffic on streets or highways may be affected, proper notice shall be given the local Police Department. 6) For purpose of protecting the general public, the Contractor and the Owner, the utmost cooperation will be required between the Contractor and all other interested parties. All safety precautions shall be strictly enforced. 7) Should permit limitations or the nearness of existing structures and utilities prohibit the use of explosives, rock excavation shall be performed by an approved alternate method. 8) Seismographic monitoring, pre-blasting and post-blasting inspections shall be performed on those structures nearby to avoid fraudulent damage claims. E. Damage to Existing Facilities - The Contractor shall be responsible for all damage to existing structures, piping, sewers, drains, cables, conduits, equipment and appurtenances resulting from his rock excavation 1-18 1 C J ' operations, and shall repair same to the, satisfaction of the Owner and the Engineer. ' 1.15. PRICE BID - The price bid for Pipe Sewers shall include all necessary labor, materials, tools, and equipment to complete the work in accordance with ' the foregoing specifications and accompanying drawings, and shall be the price per linear foot, installed complete, for the various sizes and depths included in the bid items. Depths shall be measured from the original surface of the ' ground to the invert of the pipe. Lengths shall include the lengths of fittings which are laid in the main line and shall be the distance measured from center ' to center of the manholes, except at existing structures where measurement shall be from the wall of the structure. ' Upon the installation of pipe in open cut and the completion of pipe embedment and backfilling operations, an amount equal to at least 10% of the ' price bid per linear foot will be withheld for the completion of testing, seeding and the replacement of existing facilities, where payment therefor is not made ' under Items subsequently specified. Individual circumstances shall determine whether an amount in excess of the percentage indicated will be withheld. When items for which monies are withheld are completed, or partially completed, the ' amount withheld shall be appropriately reduced. Amounts withheld pursuant to this paragraph shall be in addition to retainage made pursuant to applicable ' requirements of the General Conditions. 1-19 2. MANHOLES 2.1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . . 2.3. MANHOLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . A. Description . . . . . . . . . . . . . . . . . . . . . . . . . B. Bases . . . . . . . . . . . . . . . . . . . . . . . . . C. Walls and Tops . . . . . . . . . . . . . . . . . . . . . . . D. Steps . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2.4. FRAMES AND COVERS . . . . . . . . . . . . . . . . . . . . . . . . . 2.5. DROP CONNECTIONS . . . . . . . . . : . . . . . . . . . . . . . . 2.6. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ii-1 1 1 1 1 2 3 3 4 5 2. MANHOLES , ' 2.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Manholes, together with frames and ' covers, and drop connections, as herein specified and as shown on the drawings. Work shall be in accordance with all applicable requirements previously specified in Item 1. ' 2.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as specified in Standard Specification G. 2.3. MANHOLES - A. Description - Manholes shall be constructed of precast reinforced concrete sections and appurtenances meeting the requirements of ASTM C478, except as modified by these specifications and the details on the drawings. B. Bases - Bases shall have a minimum 48 inch I.D., and shall be constructed in two pours or monolithically with bottom reinforcement tied to side reinforcement to form an integral structure. Walls shall have a minimum thickness of 1/12 the base I.D. plus 1 inch. Bases shall incorporate provisions for making a flexible joint between the ' pipe and the manhole for all pipe connections. Flexible joints shall be Press Wedge II as manufactured by Press Seal Gasket Corporation; Kor-N-Seal as ' manufactured by National Pollution Control Systems, Inc; A-LOK as manufactured by A-LOK Products Corporation, or equal. Flexible joints shall be shock ' absorbent and shear resistant; shall be designed to prevent any direct contact between the pipe and manhole; and shall provide a tight, infiltration proof sewer ' connection with the pipe deflected up to 10 degrees in any direction. Should incorporation of the flexible joints require a base I.D. greater than required for the wall sections, the Contractor shall furnish and install the larger base ' and an approved precast reinforced concrete transition section to go from the larger base to the wall sections at no additional cost. ' Joints between bases and wall sections shall be as subsequently specified for the walls. ' If not integrally cast with the base, after installation of the pipes provide a Class II concrete invert through the manhole. The invert shall have ' a depth through the manhole equal to one half of the diameter of the sewer pipe and shall slope upward toward the manhole walls approximately 3 inches. Concrete 2-1 shall be as previously specified in Standard Specification C, shall be trowelled smooth, and shall be placed so as not to interfere with the flexibility of the joint. Drop pipes shall be included in the invert and shall not discharge on the sloped portion. Bases shall be set plumb and at the proper elevation on a cushion of compacted granular material as approved by the Engineer. C. Walls and Tops - Walls shall be vertical riser sections having an I.D. of 48 inches and a minimum wall thickness of 1/12 the base I.D. plus 1 inch. The top section shall be an eccentric cone narrowing down to an I.D. of not less than 24 inches and an O.D. of not less than that of the subsequently specified grade rings. No pipes shall enter the cone section. Manholes too shallow to accommodate a cone section shall have a reinforced flat slab top. Flat slab tops shall be designed to withstand H-20 traffic loading and design calculations shall be submitted to the Engineer upon request. Adjoining riser sections shall be firmly keyed together by means of tongue and groove joints with rubber "0" ring gaskets meeting the requirements of ASTM C443. In addition, preformed plastic gasket material shall be provided on the outside shoulder of all joints. Installation of the gasket material shall not interfere with the proper sealing of the "0" ring gasket. The preformed gasket material shall meet the requirements of Federal Specification SS-S-210A and shall be as manufactured by Hamilton-Kent Manufacturing Company; K.T. Snyder Company, Inc.; or equal. Each manhole frame shall be set at the proper elevation by use of precast concrete grade rings. The rings shall be provided for a minimum height of 4 inches and shall not exceed 15 inches in height. Rings, unless otherwise subsequently specified, shall have an I.D. equal to the access opening in the manhole top section, and an O.D. not less than the O.D. of the manhole frame. The rings shall each be set in a full bed of mortar composed of 1 part, by volume, Portland cement and 2 parts clean, hard sand. The interior of the grade rings shall be mortared to provide a smooth common surface from frame to top. When the manhole frame is to be anchored to the manhole top, as subsequently specified in Paragraph 2.4, the top section and grade rings shall have four 1 inch diameter holes located to match the holes in the casting and shall be of such dimensions as to provide a minimum 2 inch concrete cover for the 2-2 r u J r 7 J 1 inch diameter holes. Holes in the top section shall extend at least 6 inches into the concrete. Holes shall not be made in the field. D. to - Steps shall be provided in all manholes. Steps shall meet the requirements of ASTM C478 and shall be of aluminum or of reinforced polypropylene. Installation of manholes, when in pavement, shall be such that steps are in the center of a traffic lane or between lanes where possible, and, when outside pavement, shall be such that steps are located away from the pavement edge unless the manhole is within a ditch line, in which case they shall be located at the high side of the ditch slope. Aluminum manhole steps shall be of the drop-front design, with non-skid grooves and sheared ends and grooves on the embedded ends, and shall be made of aluminum alloy conforming to Federal Specification QQ-A-200/8, having a minimum tensile strength of 38,000 psi and a minimum yield strength of 35,000 psi. Steps shall have an elongation of not less than 10% in 2 inches and shall carry a load in the center of the cross bar of 1,500 pounds when projected 4 inches from the wall without permanent deformation. Reinforced polypropylene steps shall consist of a 1/2 inch steel reinforcing rod encapsulated in a copolymer polypropylene plastic and shall incorporate a notched tread ridge and retainer lugs on each side of the tread ridge. The steel rod shall be continuous through the entire length of legs and tread. Steps of the press fit type driven into the concrete wall shall have a pullout resistance of not less than 1,500 pounds per leg, as evidenced by test data. 2.4. FRAMES AND COVERS - All frames and covers shall be heavy duty gray iron castings conforming to ASTM A48. Both the underside of the cover and the upper surface of the ledge upon which it rests shall be machined so as to prevent rocking on its supporting surface. All castings shall be cleaned and coated with asphalt paint prior to installation and, after installation, the tops of frames and covers shall be given an additional coat of asphalt paint. The frames shall have a clear opening of not less than 24 inches in diameter and a height of not less than 7 inches. Covers shall have strengthening ribs on the underside, and shall have the words "SANITARY SEWER" cast into the top. No frame and cover unit shall weigh less than 375 pounds. 2-3 Standard frames and covers shall be Neenah Foundry Company R-1642 with Type B or C lid, East Jordan Iron Works 1040 with Type A solid cover, Dewey Brothers MH-RCR-3000, or equal. Frames shall have four equally spaced anchor bolt holes in the base flange and shall be anchored to the manhole top. Anchors shall be four 3/4 inch diameter all-thread rods, and each shall be complete with washer and nut for holding the frame down. Anchors shall be of a length to extend through the grade rings and to the bottom of the hole in the manhole top, and allow for at least the length of one nut to protrude through the nut when tightened. The anchors shall be set with the entire annular space around the rods filled with epoxy from the top of the rings to the bottom of the hole in the manhole top. The epoxy shall be 100%, 2-part, with a minimum compressive strength of 5,000 psi, and shall be Rawl/Sika Foil-Fast Injection Gel System by The Rawl/plug Company, Inc., or equal. After the epoxy has cured, the frame shall be bolted in place. The manhole frames shall be firmly set on top of the adjusting rings with a full leveling bed of 1:1 cement mortar. Where manholes are located in paved areas, the surface of the cover shall be made flush with the pavement surface. In unpaved streets and alley areas, the cover shall be set not to exceed 1 inch above the ground surface. On right-of-way and in ditches cover elevation shall be as approved by the Owner or the Engineer. 2.5. DROP CONNECTIONS - Drop connections shall be constructed at all points where one gravity sewer intersects another and the difference in invert elevations exceeds 24 inches. The drop connection shall consist of a tee at the upper end connected into the manhole, a vertical section of pipe, and a 90-degree bend at the lower end connected into the manhole at the lowest pipe invert, the whole encased in concrete. Provide hook bolts with expansion shields as shown. The pipe and fittings shall be of the same type as used for the main sewer. The diameter of the drop connection shall be two sizes smaller than the main sewer, but in no case shall it be less than 8 inches. Provide an approved removable watertight plug in the upstream end of the tee, when not immediately connected to a sewer and provide a second in the discharge end of the tee at the inside of the manhole wall to prevent short-circuiting. Drop connections may be integral precast manhole sections constructed in accordance with ASTM C478 with joints in accordance with ASTM C443. The drop 2-4 shall incorporate a PVC liner with cast in place monolithic rubber joints. Precast sections shall be as manufactured by Dura-Crete, Inc., or equal. The Contractor will be paid the price bid, per linear foot, for drop connections, which price shall include the tee, required plugs, vertical section of pipe, the 90-degree bend and the concrete encasement; shall be for the diameter of the vertical section of pipe; and shall be the distance between the upper and lower pipe inverts of the drop. 2.6. PRICE BID - The price bid for Manholes shall include all necessary labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications and accompanying drawings and shall be the price per linear foot, installed complete, for manholes, excluding frames and covers and drop connections, as measured from the invert to the top of the cast iron manhole frame, which shall be at the proper elevation. The price bid for frames and covers shall be the price for each, installed complete. ' The price bid for drop connections shall be the price per linear foot, installed complete, for the diameter of the vertical pipe section, as measured from invert to invert of the drop. 1 2-5 3. EXISTING SEWER. DRAIN AND WATER MAIN RESTORATION 3.1. SCOPE 3.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . . 3.3. REPLACEMENT OF SEWERS AND DRAINS . . . . . . . . . . . . . . . . . 3.4. RELOCATION OF WATER MAINS . . . . . . . . . . . . . . . . . . . . . 3.5. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iii-1 1 1 1 3 4 3. EXISTING SEWER, DRAIN AND WATER MAIN RESTORATION 3.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Existing Sewer, Drain and Water Main Restoration as herein specified and as shown on the drawings. Included is the replacement of sewers and drains and the relocation of water mains. All existing sewers and drains which must be removed or are damaged during trenching or other operations, and not noted to be removed or abandoned, shall be replaced with new materials in a workable condition equal to or better than that found. Existing pipes, tiles, etc. in good condition and not damaged during removal may be relaid upon the approval of the Engineer. Payment for replacement of sewers and drains will be made only for those not shown on the drawings or marked at the time of construction by the utility owner, and shall be limited to the lines of measurement subsequently described. Replacement of sewers and drains shown on the drawings or marked at the time of construction by the utility owner and replacement of sewer and drains beyond the lines of measurement for sewers and drains not shown on the drawings or marked at the time of construction by the utility owner shall be made in a manner identical to that within the lines of measurement, but at the expense of the Contractor. The Owner, as previously specified in the General Conditions, reserves the right to change the location of the proposed improvements in order to avoid existing utilities. 3.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as previously specified in Standard Specification G. 3.3. REPLACEMENT OF SEWERS AND DRAINS - The Contractor is cautioned to use the greatest care in reporting to the Engineer all existing sewers and drains exposed during trenching or other operations. Replacements shall be made in accordance with all applicable requirements of these specifications for new construction and in accordance with all applicable requirements of NCDOT "Standard Specifications for Roads and Structures", as approved by the Engineer. In the event of conflict, the requirements of these specifications shall take precedence. Pipe for sanitary sewers shall be of premium joint type and approved for such use. Drains of perforated pipe or open joint tile shall be replaced with 3-1 corrugated polyethylene pipe meeting the requirements of AASHTO M252 or M294 with a minimum pipe stiffness of 35 psi at 5 per cent deflection. Open jointed replacements 12 inches in diameter and larger shall be Type SP (smooth inner liner with perforations). When approved by the Engineer, replacements 12 feet or less in length of perforated pipe or open joint tile may be made by using PVC plastic pipe meeting the requirements of ASTM D3034, SDR35, or F679. In any event, all such replacements in cultivated fields shall be with the specified perforated pipe. Drain discharges removed at ditches or other watercourses shall be replaced with one standard length of galvanized corrugated metal pipe, or as otherwise approved by the Engineer. Joints between existing and replacement pipes, when of differing materials or with otherwise non-compatible joints, shall be made using banded neoprene couplings as manufactured by Fernco, Inc., or equal. Payment for replacement of sewers and drains not shown on the drawings or marked at the time of construction by the utility owner will be made for the length installed within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main line pipe being installed. Replacement beyond the lines of measurement shall be at the expense of the Contractor. Existing sewers and drains shall be replaced so as to withstand future settlement by bridging with timber supports a minimum of 6 inches square. Bridging shall extend into undisturbed earth a minimum of 12 inches each side of the trench, and the pipe, tile, etc. banded or tied to the bridging for its full length. Where timber bridging cannot be supported by a firm foundation, the Contractor shall provide vertical support for the timber bridging, including any lateral bracing necessary to provide a firm and substantial support. Supports and bracing shall be of native hardwood, and when required for sewers and drains not shown on the drawings or marked at the time of construction by the utility owner will be paid for at the appropriate Supplemental Unit Price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment for wood supports and bracing provided for sewer and drain replacements not shown on the drawings or marked at the time of construction by the utility owner will be made for a length installed within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main 3-2 I rl line pipe being installed. Wood supports and bracing beyond the lines of measurement shall be at the expense of the Contractor. When approved by the Engineer and with the Contractor responsible for all testing for compaction, compacted granular material may be used for supporting sewer and drain replacements. The material shall be provided from above the pipe embedment material for the new main line pipe being installed to 12 inches above the top of the replacement sewer or drain pipe barrel, and when provided for sewers and drains not shown on the drawings or marked at the time of construction by the utility owner will be paid for at the unit price bid for granular backfill, with payment limited to that within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main line pipe being installed and 12 inches each side of the replacement sewer or drain pipe barrel. Compacted granular backfill beyond the lines of measurement shall be at the expense of the Contractor. 3.4. RELOCATION OF WATER MAINS - The Contractor is cautioned to use the greatest care in reporting to the Engineer all existing water mains exposed during trenching or other operations. Water mains shall be relocated as required to provide a minimum clearance of 18 inches in all directions with respect to other utilities. Installation shall be in accordance with all applicable requirements of these specifications and the following: Pipe and fittings shall be of ductile iron. Ductile iron pipe shall be designed in accordance with AWWA C150 and manufactured in accordance with AWWA C151, and shall be Thickness Class 52. Ductile iron fittings shall conform to AWWA C110 or AWWA C153. All pipe and fittings shall be coated with a bituminous material on the outside and shall be cement mortar lined in accordance with AWWA C104. Joints shall be of the restrained type, shall be of the pipe manufacturer's standard design, and shall be rated for a minimum 250 psi working water pressure. All pipe and fittings shall be field wrapped with a minimum 8 mil thick polyethylene tube meeting the requirements of AWWA C105, with installation in accordance with Method A and the instructions of the manufacturer. All overlaps and seams shall be completely taped. All rips, punctures and other damage to the polyethylene shall be acceptably repaired. Tape shall be 2 inch wide plastic backed adhesive tape which will bond securely to both metal surfaces and the polyethylene film. 3-3 No relocations shall be made unless at least 48 hours prior notice is given to the local official in charge of the water works system and to the Engineer. All such work shall be planned so as to reduce the number of shutoffs and to keep the length of shut-offs to a minimum. One day prior to shutting valves on existing mains, the Contractor shall notify all affected property owners, the local official in charge of the water works system and the Engineer of such shut off. The operation of all existing valves shall be accomplished by a representative of the Owner. The Contractor shall not operate existing valves. All connections shall be made in a manner acceptable to the Owner and the Engineer. The Owner and the Engineer assume no responsibility for any delay occasioned by the special requirements or conditions which must be met in making connections. Extreme care shall be taken in making relocations to prevent contamination of the existing mains. Before making connections to existing mains, all pipe and fittings shall be washed with clean water and then disinfected by washing with a chlorine solution having a residual chlorine strength of not less than 50 ppm. Damage to existing facilities to remain in service and resulting from the Contractor's operations shall be repaired to the satisfaction of the Owner and at the expense of the Contractor. Payment for water line relocation will be made at the appropriate unit prices bid per linear foot, and shall be for the length of pipe and fittings as required to complete the relocation in accordance with the detail shown on the drawings. 3.5. PRICE BID - The price bid for Existing Sewer, Drain and Water Main Restoration shall include the furnishing of all labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications, within the limits defined, and shall be the price, per linear foot, complete, for the sizes of sewer and drain replacements and water main relocation as follows: 3a. 6 inch Diameter and Smaller Sewer and Drain Replacement, complete, per linear foot. 3b. 8 inch thru 12 inch Diameter Sewer and Drain Replacement, complete, per linear foot. 3c. 15 inch thru 21 inch Diameter Sewer and Drain Replacement, complete, per linear foot. 3-4 r 3d. 24 inch Diameter and Larger Sewer and Drain Replacement, complete, per linear foot. 3e. 6 inch Diameter and Smaller Water Main Relocation, complete, per linear foot. 3f. 8 inch Diameter and Larger Water Main Relocation, complete, per linear foot. 3-5 4. EXISTING PAVEMENT REPLACEMENT 4.1. SCOPE . . . . . . . . . . . 4.2. GENERAL WORK AND REQUIREMENT 4.3. PAVEMENT REPLACEMENT A. Preparation . . . . . . . . . . . . . . . . . . . . . . . . . B. Replacements . . . . . . . . . . . . . . . . . . . . . C. Pavement Markings . . . . . . . . . . . . . . . . . . . . . . 4.4. SHOULDERS. CURBS. GLITTERS. ETC . . . . . . . . . . . . . . . . . . . 4.5. MEASUREMENT 4.6. PRICE BID . iv-1 1 1 2 2 3 3 3 4 L i 4. EXISTING PAVEMENT REPLACEMENT 4.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Existing Pavement Replacement, and includes the permanent replacement, except as noted, of paved streets, alleys, driveways, and parking areas which are damaged or removed in connection with trenching or other operations. The cost of removing existing pavements shall be included within the price bid for the appropriate Item requiring same. Gravel and stone roadways, driveways, and parking areas are not classified as pavements and shall be replaced to a condition similar to that existing before the start of the Project, at the expense of the Contractor. Driveways and parking areas shall be classified as pavements according to the materials of construction. Payment for pavement replacement shall be limited to the lines of measurement subsequently described and the replacement of pavements removed or damaged by the Contractor beyond the lines of measurement shall be made in a manner identical to that within the lines of measurement but at the expense of the Contractor. Sections of the latest North Carolina Department of Transportation (NCDOT) "Standard Specifications for Roads and Structures" as subsequently referenced herein shall be followed insofar as applicable. 4.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as previously specified in Standard Specification G. Bituminous concrete pavement shall be placed in accordance with the seasonal and weather and temperature limitations of NCDOT Section 610-4. In the event pavement replacement cannot be completed due to these limitations, a temporary pavement shall be provided and shall remain in place and be properly maintained until such time as the permanent pavement can be placed, all at the expense of the Contractor. The temporary pavement shall be a bituminous plant mix approved by the Engineer, and shall be a minimum of 2 inches thick. The Owner may order the providing of a temporary pavement. The temporary pavement shall be a bituminous plant mix approved by the Engineer, shall be a minimum of 2 inches thick, and will be paid for at the appropriate supplemental unit price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment shall be limited to the lines of measurement subsequently specified for replacement. The temporary 4-1 I I pavement shall remain in place and be properly maintained by and at the expense of the Contractor until such time as the permanent pavement is placed. Attention is directed to the seasonal and weather and temperature limitations of NCDOT Section 610-4 for bituminous concrete pavement placement. 4.3. PAVEMENT REPLACEMENT - A. Preparation - Prior to the replacement of the permanent pavement, any temporary pavement provided shall be removed, and the existing pavement shall be removed by sawing to a neat straight edge to a point 12 inches beyond each side of the trench excavation, using care to preserve any reinforcement in concrete pavement whenever possible so that it can be bent back into place. For concrete driveways, if after all other preparation any remaining portion measures less than 5'-0" to the nearest joint, it shall be removed and replaced as subsequently specified, all at the expense of the Contractor. Any excess granular backfill material placed under the appropriate Item of construction shall be removed to allow for the placement of the permanent pavement in accordance with the thickness subsequently specified. If required, additional mechanically tamped granular backfill material as specified shall be provided to fill all depressions and bring the base to the proper elevation. If, in the opinion of the Engineer, the aggregate base is not adequately compacted and keyed, the Contractor shall be required to scarify the base to a sufficient depth and work the aggregate in with mechanical tampers or vibratory devices to obtain maximum keying. The compacted aggregate shall have a firm, even surface ready for the placement of the permanent pavement. Excess granular backfill material removed shall remain the property of the Owner and shall be delivered to and placed in storage by the Contractor at a site to be determined by the Owner. All other excess material shall be disposed of by the Contractor. No separate payment will be made for preparation. B. Replacements - Pavements shall be replaced in accordance with the following typical sections and classifications. Residential and commercial classifications shall be as determined by the Owner. 1) Bituminous Concrete or Seal Coated Roadways 1-1/2" - NCDOT Section 645 Bituminous Concrete Surface Course, Type I-2 1-1/2" - NCDOT Section 640 Bituminous Concrete Binder Course, Type H (May substitute Surface Course.) 4-2 1 J It 1 i ' 6" - NCDOT Section 630 Bituminous Concrete Base Course, Type HB, or coarse aggregate base course (CABC), whichever matches existing material. ' For bituminous concrete pavement: a) On an aggregate base, apply an NCDOT Section 600 prime coat at the ' rate of 0.35 gallons per square yard. b) Seal faces of existing pavement, curb, structures, and the mating surfaces against which the mixture will be placed with bituminous ' material in accordance with NCDOT Sections 605-8 and 610-12. c) In driveways and parking areas having a pavement sealer, as ' determined by the Engineer, not less than 60 days after replacement of the permanent pavement apply a pavement sealer on the surface from the right-of-way to the edge of the roadway. The pavement sealer shall be approved by the Engineer and applied in accordance with the manufacturer's instructions. Replacement of pavements, within the limits defined, will be paid for-at ' the appropriate unit prices bid per cubic yard, complete, for the respective pavement replacement materials. No separate payment will be made for prime - ' coats, for tack coats, or for coating and sealing. C. Pavement Markings - The Contractor shall replace existing pavement markings removed, or otherwise damaged or lost as the result of Work on the Project. Replacement markings shall match existing in location, type, size, color, and material, unless otherwise specified. Work and materials shall be in ' accordance with applicable requirements of NCDOT Section 920, as approved by the Engineer. No separate payment will be made for replacing pavement markings. 4.4. SHOULDERS, CURBS. GUTTERS, ETC. - All shoulders, curbs, curb drains, and curbs and gutter on either side of the pavement which are damaged, or removed ' shall be replaced with new in accordance with applicable NCDOT Sections, as approved by the Engineer, and in accordance with applicable details shown on the drawings by and at the expense of the Contractor. Replacements for which no detail is shown shall match existing. An exception to the above shall be made for concrete monolithic curb and ' gutter for which payment will be made. Payment for curb and gutter replacement shall be limited to the lines of measurement as specified for pavement. ' 4.5. MEASUREMENT - Payment for replacement of pavements at trenches shall 4-3 be installed limited tand,o a a at width 2 feet shall each b se limited mit of ed t the to iannsaide area diequalametetr to of that the defined pipe by the largest outside dimensions of the structure plus 2 feet on all sides. The ' replacement of pavements beyond the lines of measurement shall be at the expense of the Contractor. ' 4.6. PRICE BID - The price bid for Existing Pavement Replacement shall include all necessary labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications and accompanying drawings, within ' the limits shown or defined, and shall be the unit prices, complete, for the types of materials and replacements as follows: ' 4a. Bituminous Concrete Pavement Replacement, complete, per cubic yard. 4b. Curb and Gutter Replacement, complete, per linear foot. ' 4-4 5. EROSION AND SEDIMENTATION CONTROL 5.1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . 1 5.3. SILT FENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.4. STONE CHECK DAMS . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.5. RIP RAP . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.6. TEMPORARY CULVERTS . . . . . . . . . . . . . . . . . . . . . . . . 2 5.7. DITCH STABILIZATION MATERIAL . . . . . . . . . . . . . . . . . . . 2 5.8. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V-1 L r r 5. EROSION AND SEDIMENTATION CONTROL 5.1. SCOPE - This Item shall include all labor, materials, tools, and equipment to complete certain Erosion and Sedimentation Control measures for which separate payment will be made as herein specified and as shown on the drawings. The Contractor's attention is directed to Paragraph 49 of the General Conditions, and, in particular, Paragraphs G.6 and G.16 of Standard Specification G. 5.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as previously specified in Standard Specification G, and the following: Erosion and sedimentation control measures shall be in accordance with applicable Sections of the 1990 North Carolina Department of Transportation (NCDOT) "Standard Specifications for Roads and Structures" unless otherwise specified herein. All costs for providing temporary and permanent erosion and sedimentation control measures shall be included in the prices bid for the various items on the Project as previously specified in Paragraph G.3 of Standard Specification G, except under this Item separate payment will be made for Silt Fence, Stone Check Dams, Temporary and Permanent Rip Rap, Ditch Stabilization Material, and Temporary Culverts at the appropriate unit prices included in the Contract. For all temporary erosion and sedimentation control measures, all materials provided shall be removed by the Contractor from the Project site and the area restored to a condition equal to that as existed prior to the Contractor's operations, unless otherwise required by these contract documents. 5.3. SILT FENCE - Silt fence shall be in accordance with all applicable requirements of NCDOT Section 893. the locations and limits for silt fence shown on the drawings are approximate only. Final locations and limits will be established at the time of construction. 5.4. STONE CHECK DAMS - Stone check dams shall be in accordance with all applicable requirements of NCDOT Section 892 and each shall include a spillway of Class I rip rap or stone for erosion control, Class B. 5.5. RIP RAP - Rip rap shall be Class I plain rip rap meeting the requirements of NCDOT Section 868, and shall be provided in the locations and to the thicknesses shown. Rip rap shall have a d5o and d.,. as noted on the drawings. 5-1 Rip rap for utility crossing stabilization at streams and creeks will be paid for at the price bid per cubic yard, complete, for Permanent Rip Rap. Any Rip rap for Type 1 temporary equipment stream crossings, as applicable, will be paid for at the price bid per cubic yard, complete, for Temporary Rip Rap, which price shall include all required earthwork and the surface of stone over filter fabric. For permanent and temporary rip rap, payment shall be limited to a width 2 feet each side of the inside diameter of the pipe installed. Permanent and temporary rip rap beyond the lines of measurement shall be at the expense of the Contractor. 5.6. TEMPORARY CULVERTS - Temporary culverts for Type 2 temporary equipment stream crossings shall be of materials and construction meeting all applicable requirements of NCDOT Division 3, as approved by the Engineer. Rip rap shall be temporary rip rap as previously specified in Paragraph 5.5, except no separate payment will be made. For temporary culverts, payment will be limited to the length of pipe culvert installed, which length shall not exceed 20 feet for any one culvert. Pipe culvert exceeding 20 feet for any one culvert shall be at the expense of the Contractor. 5.7. DITCH STABILIZATION MATERIAL - Ditch stabilization material shall be straw mulch with an anchored netting as previously specified in Paragraph G.16 for erosion control of disturbed areas. 5.8. PRICE BID - The price bid for Erosion and, Sedimentation Control measures for which separate payment will be made shall include all labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications and accompanying drawings and shall be the unit price each, complete, as follows: 5a. Silt Fence, complete, per linear foot. 5b. Stone Check Dam, complete, each. 5c. Temporary Rip Rap, complete, per cubic yard. 5d. Permanent Rip Rap, complete, per cubic yard. 5e. Ditch Stabilization Material, complete, per square yard. 5f. Temporary 36 inch Culvert, complete, per linear foot. 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13TH STREET SEWER IMPROVEMENTS 1 NORTH WILKESBORO, ? NORTH CAROLINA 1994 I FINKBEINER, PETTIS & STROUT, LIMITED CONSULTING ENGINEERS ONE CENTERVIEW DRIVE, GREENSBORO, NORTH CAROLINA 27407 (910) 292-2271 FAX (910) 855-5648 t OFFICIALS TOWN OF NORTH WILKESBORO, NORTH CAROLINA MAYOR Mr. Conley Call BOARD OF COMMISSIONERS Lisa D. Brewer Faye L. Cox Steve L. Harless George C. Wiebel, Jr. Eric Williams TOWN MANAGER Chris A. Carter TOWN CLERK Gail M. Harris DIRECTOR OF PUBLIC WORKS Charles E. Billings DIRECTOR OF PUBLIC UTILITIES Kenneth Mikeal WASTEWATER TREATMENT PLANT SUPERINTENDENT Jeff Carty ENGINEER CERTIFICATION I HEREBY CERTIFY THAT THE SPECIFICATIONS CONTAINED HEREIN AND THE ACCOMPANYING DRAWINGS WERE PREPARED BY ME OR UNDER MY DIRECT SUPERVISION. SIGNED, SEALED AND DATED THIS DAY OF t**'01 W_, 19 4. ?p ????NUeyeeeeee TITLE 7 ?AJ6fl?J ?? ??, C 9 ° SEAL a i ~ o Q ? W sY yAm k\- TITLE BY TITLE BY TITLE (Seal) (Seal) (Seal) TABLE OF CONTENTS Preliminary Estimate Advertisement for Bids Information to Bidders Bid Bid Bond Contract Performance Bond Payment Bond Approval of Contract and Bonds General Conditions SPECIFICATIONS Standard G. General Work and Requirements C. Concrete and Concrete Work Detailed 1. Pipe Sewers 2. Manholes 3. Existing Sewer, Drain and Water Main Restoration 4. Existing Pavement Replacement 5. Erosion and Sedimentation Control PAGE 1 2 4 5 7 7b 8 9 G-1 thru G-9 C-1 thru C-4 1-1 thru 1-19 2-1 thru 2-5 3-1 thru 3-5 4-1 thru 4-4 5-1 thru 5-2 PRELIMINARY ESTIMATE ITEM NO. DESCRIPTION EST. QTY. 1. Pipe Sewers a. 12 inch Pipe Sewer, 0'-6' deep 159 lin.ft. b. 12 inch Pipe Sewer, 6'-8' deep 88 lin.ft. C. 12 inch Pipe Sewer, 8'-10' deep 59 lin.ft. d. 12 inch Pipe Sewer, 10'-12' deep 28 lin.ft. e. 10 inch Pipe Sewer, 0'-6' deep 507 lin.ft. f. 10 inch Pipe Sewer, 6'-8' deep 158 lin.ft. g. 10 inch Pipe Sewer, 8'-10' deep 440 lin.ft. h. 10 inch Pipe Sewer, 10'-12' deep 41 lin.ft. i. 4 inch Service Connection Pipe and Fittings 155 lin.ft. j. 4 inch on 12 inch Sewer Pipe Wye 3 each k. 4 inch on 10 inch Sewer Pipe Wye 3 each 2. Manholes a. 4' diameter Manholes 89 lin.ft. b. 8 inch Drop Connections 11 lin.ft. C. Standard Frames and Covers 12 lin.ft. 3. Exis ting Sewer, Drain and Water Main Restoration a. 6 inch Diameter and Smaller Sewer and Drain Replacement 150 lin.ft. b. 8 inch thru 12 inch Diameter Sewer and Drain Replacement 50 lin.ft. C. 15 inch thru 21 inch Diameter Sewer and Drain Replacement 30 lin.ft. d. 24 inch Diameter and Larger Sewer and Drain Replacement 20 lin.ft. e. 6 inch Diameter and Smaller Water Main Relocation 10 lin.ft. f. 8 inch Diameter and Larger Water Main Relocation 20 lin.ft. -1- ITEM NO. DESCRIPTION EST. QTY. 4. Existing Pavement and Sidewalk Replacement a. Bituminous Concrete Pavement Replacement 21 cy.yd. b. Curb and Gutter Replacement 60 lin.ft. 5. Eros ion and Sedimentation Control a. Silt Fence 460 lin.ft. b. Stone Check Dams 2 each c. Temporary Rip Rap 25 cu.yd. d. Permanent Rip Rap 15 cu.yd. e. Ditch Stabilization Material 45 sq.yd. f. Temporary 36 inch Culvert 28 lin.ft. -la- ' ADVERTISEMENT FOR BIDS 1. SEALED BIDS for the furnishing of the necessary materials and construction ' of 13TH STREET SEWER IMPROVEMENTS FOR THE TOWN OF NORTH WILKESBORO, NORTH CAROLINA will be received by the Town at the office of the Town Manager until 2:00 PM, LOCAL TIME and at that time and place will be publicly opened and read aloud. ' 2. The proposed work consists of the removal of approximately 1,480 linear feet of existing 10 and 8 inch sanitary sewer and manholes, and replacement with 12 and 10 inch sanitary sewer and manholes. 3. The contract documents, including Drawings and Specifications, are on file at the office of the Town Manager and at the office of Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, One Centerview Drive, Greensboro, North Carolina 27407. A set may be obtained by depositing $15.00, check only, with said Consulting Engineers. Chec s shall be made payable to the Town of North Wilkesboro North Carolina Deposits ' are non-refundable. 4. The Town of North Wilkesboro, North Carolina reserves the right to reject any or all Bids and to waive any irregularities in bidding. By Order of the Board of Commissioners of ' the Town of North Wilkesboro, North Carolina Gail M. Harris Town Clerk Published: North Wilkesboro Journal Patriot ' ACC F.W. Dodge ' INFORMATION TO BIDDERS 1. Sealed proposals are required and such proposals shall be on the form provided with the Specifications. Bid blanks shall not be removed from the ' Specifications. Bids shall state the lump sums or unit prices and item totals on the blanks provided therefore, and shall be enclosed in a sealed envelope marked "Bid for 13th Street Sewer Improvements", and to indicate the Contractors name, address and North Carolina License Certificate Number indicating compliance with the provision s of North Carolina General Statutes 87-10, and addressed to the Town Manager. ' 2. Each Bid shall contain the name of every person, firm or corporation interested in the same, and shall be accompanied by a deposit of cash, or a cashier's check, or a certified check on a bank or trust company insured by the Federal Deposit ' Insurance Corporation in an amount equal to 5% of the bid. In lieu of making the cash deposit as above provided, such bidder may file a Bid Bond executed by a corporate Surety licensed under the laws of North Carolina to execute such Bonds, conditioned that the Surety will upon demand forthwith make payment to the Town of North ' Wilkesboro, North Carolina if the bidder fails to execute the Contract in accordance with the Bid Bond. This deposit shall be retained if the successful bidder fails to execute the Contract within ten days after the award or fails to give satisfactory ' surety as required for performance under North Carolina General Statutes, Chapter 44A, Article 3. The bid deposit of all except the three lowest bidders will be returned ' within three days after the opening of Bids. The bid deposit of the three lowest bidders will be returned within 48 hours after the executed contract and required Bonds have been finally approved by the Town. No bidder may withdraw his bid for a period of 60 days. The Bid shall be signed and, if necessary shall be accompanied by Power of Attorney. Incorporated Companies must furnish evidence by their Board of Directors ' that the person signing the Bid, Conrract.and Performance and Payment Bonds has been duly authorized. ' 3. SPECIAL NOTICE - Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is now being performed and, insofar as practicable, the Contractor must employ such ' methods and means in the carrying out of his work as will not cause any interruption of or interference with any other contractor or with Town employees. 4. If any person contemplating submitting a Bid for the proposed Contract is in doubt as to the true meaning of any part of the Drawings, Specifications or other proposed contract documents, he may submit to the Consulting Engineers a written request for an interpretation thereof. The person submitting the request shall be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Town of North Wilkesboro, North Carolina will not be responsible for any other explanations or interpretations of such documents which any one presumes to make on behalf of the Town before expiration of the ultimate time for the receipt of Bids. Failure of any bidder ' to receive any such addendum shall not relieve that bidder from any obligation of his Bid as submitted. -3- S. Unsolicited alternate Bids will not be considered in awarding the Contract and the inclusion of such unsolicited alternates by the bidder will result in the Bid being considered informal and liable to rejection. The bidder should not add any conditions or qualifying statements to hi's Bid, as otherwise the Bid may be declared irregular as not being responsive to the Advertisement for Bids. 6. The Town of North Wilkesboro, North Carolina reserves the right to reject any or all Bids, when in the best interest of the Town it is deemed advisable, and to waive all informalities. 7. The successful bidder will be required to provide a Performance Bond and a Payment Bond each in an amount not less than 100% of the contract price in favor of the Town of North Wilkesboro, North Carolina conditioned upon the faithful performance of the Contract and completion within the number of days stipulated in the Contract. 8. Insurance in the types and amounts as specified under Paragraphs 11, 12 and 13 of the General Conditions shall be furnished, including Worker's Compensation, Public Liability and Property Damage Insurance and Builder's Risk (Fire and Extended Coverage) Insurance. Prior to the execution of the contract documents, the Owner will require the Contractor to furnish certificates of his insurance coverage. Such insurance shall contain provisions for a 30 day prior notice of cancellation and in the event that any insurance policy is to terminate, expire or be canceled, copies of such prior notice shall be mailed to the Owner and to the Engineer. 9. The bidder shall be prepared to furnish a statement of his financial position and experience record, which will be held confidential by the Owner. 10. The Contractor shall commence work under his Contract on a date to be ' specified in a written order from the Engineer and shall fully complete all work thereunder within the limit stipulated in the Contract. Liquidated damages that will be paid by the Contractor for failure specified will be in accordance with the to complete the Contract requirements of Paragraph within the 26 of the Ge time neral Conditions. 11. An estimate of the cost of construction completed and of the cost of material delivered or stored during the previous month shall be prepared by the Contractor and approved by the Engineer on or about the first of each month and forwarded to the Owner for approval and subsequent payment, all in accordance with the requirements of Paragraph 21 of the General Conditions. 12. Secondhand and/or salvaged materials shall not be used unless specifically provided for in the Detailed Specifications or called for on the Drawings. 13. The Contractor shall not assign his Contract or any part thereof ' without the approval of the Owner, nor without the consent of the Surety unless the Surety has waived its right to notice of assignment. -3a- 14. It is the intention of the Owner to award a single Contract for the construction of all of the work described in these Specifications. The Contract will be awarded to the lowest and best bidder. 15. Six executed counterparts of the C ontract and Bonds will be required. 16. for additional The Town of North Wilkesboro, North Carolina may award other contracts work and the Contractor shall fully cooperate with such other contractors and carefully fit his own work to that provided under other contracts as may be directed by the Owner. The Contractor shall not commit nor permit any act which ' will interfere with the performance of work by any other contractor or by Town employees. ' 17. The Preliminary Estimate previously given is approximate only and no responsibility for its accuracy is assumed by the Owner or the Engineer. The Contractor is cautioned to make his own investigations and determinations of the conditions under which the work will be performed and to base his Bid accordingly. 18. Test borings have not been made on the site of the work. The Bidder shall make his own independent sub-surface investigations and shall base his Bid upon his own determinations of such sub-surface conditions. 19. Temporary utilities shall be in accordance with Paragraph G.S. of Standard Specification G. 20. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by the Contractor if acceptable to ' the Engineer, application for such acceptance will not be considered by the Engineer until after the Contract is fully executed. The procedure for submission of any such application by the Contractor and consideration by the Engineer is set forth in ' Paragraph 10 of the General Conditions. 21. The Contractor shall submit to the Owner an affidavit listing the names of all partners in a firm, or, in the case of a Corporation, a list of all ' officers of said Corporation. 22. The Contractor shall be required to furnish sufficient lights, ' barricades, and flagmen to meet full safety requirements and shall work closely with the local Police Department in maintaining at least one way traffic, whenever possible, on the streets where the work is being performed. During the hours of darkness, sufficient warning lights shall be provided along the route of construction. ' 23. Construction Schedule - The Contractor shall prepare a construction schedule in accordance with the requirements of Paragraph 36 of the General Conditions. -3b- ' 24. Permits and Reg ulation s - Unless otherwise previously or subsequently i specified, the Contractor shall procure ons and pay for all permits, licenses, inspect and approvals necessary for the execution of his Contract. ' The Contractor shall comply with all laws, ordinances, rules, orders and regulations relating to the perf ormance of the work required to complete his Contract. ' The Contractor's attention is directed to the "Safety and Health Regulations for Construction" of the Occupational Safety and Health Administration, U.S. Department of Labor, and to his responsibilities thereunder.' The Contractor's attention is directed to the North Carolina "Underground Damage Prevention Act", GS87, Article 3, and to his responsibilities thereunder. ' The Contractor is responsible for compliance with the provisions of North Carolina General Statutes 105-54 regarding taxation. ' 25. The Owner will furnish to the Contractor up to three copies of the contract documents for the execution of the work. ' Additional copies of the contract documents may be obtained from the Owner at a cost of $10.00 for Specifications and a cost of $5.00 for Drawings. 7 -3c- J BID To: Town Manager Town Hall 801 Main Street North Wilkesboro, North Carolina 28659 ' I. The undersigned, having familiarized with the local conditions affecting the cost of the work and with the contract documents, including ' Advertisement for Bids, Information to Bidders, General Conditions, the form of Bid, the form of Contract, the form of Bonds, Drawings and Specifications, and addenda and exhibits issued and attached to the Specifications on file in the office of the Town Manager hereby propose(s) to perform everything required to be performed and to provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services necessary to perform and complete in a workmanlike manner all of the work required for the construction of 13th Street Sewer Improvements for the Town of North Wilkesboro, North Carolina all in accordance with the Drawings and Specifications as prepared by Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, including Addenda Nos. issued thereto for the following prices, ' to wit: BID SCHEDULE ' ITEM EST. LUMP SUM OR ITEM NO. QTY. UNIT PRICE TOTAL (a) $ (b) $(axb) 1. PIPE SEWERS la. 12 inch Pipe Sewer, 0'-6' deep, installed complete, per linear foot 159 Unit price per linear foot, in words lb. 12 inch Pipe Sewer, ' 6'-8' deep, installed complete, per linear foot 88 Unit price per linear foot, in words -4- ITEM EST. NO. OTY- (a) lc. 12 inch Pipe Sewer, 8'-10' deep, installed complete, per linear foot 59 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) ld. 12 inch Pipe Sewer, 10'-12' deep, installed complete, per linear foot 28 Unit price per linear foot, in words le. 10 inch Pipe Sewer, 0'-6' deep, installed complete, per linear foot 507 Unit price per linear foot, in words lf. 10 inch Pipe Sewer, 6'-8' deep, installed complete, per linear foot 158 Unit price per linear foot, in words lg. 10 inch Pipe Sewer, 8'-10' deep, installed complete, per linear foot 440 Unit price per linear foot, in words -4a- ITEM EST. NO. OTY.- (a) lh. 10 inch Pipe Sewer, 10'-12' deep, installed complete, per linear foot 41 Unit price per linear foot, in words li. 4 inch Service Connection Pipe and Fittings, installed complete, per linear foot 155 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) lj. 4 inch on 12 inch Sewer Pipe Wye, installed complete, each Unit price each, in words 3 lk. 4 inch on 10 inch Sewer Pipe Wye, installed complete, each 3 Unit price each, in words _ 2. MANHOLES 2a. 4' diameter Manholes, installed complete, per linear foot 89 Unit price per linear foot, in words -4b- ITEM EST. NO. OTTY . (a) 2b. 8 inch Drop Connections, installed complete, per linear foot 11 Unit price per linear foot, in words 2c. Standard Frames and Covers, installed complete, each 12 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) 3. EXISTING SEWER, DRAIN AND WATER MAIN RESTORATION 3a. 6 inch Diameter and Smaller Sewer and Drain Replacement, complete, per linear foot 150 Unit price per linear foot, in words 3b. 8 inch thru 12 inch Diameter Sewer and Drain Replacement, complete, per linear foot 50 Unit price per linear foot, in words 3c. 15 inch thru 21 inch Diameter Sewer and Drain Replacement complete, per linear foot 30 Unit price per linear foot, in words -4c- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM EST. LUMP SUM OR ITEM NO. QTY. UNIT PRICE TOTAL (a) $ (b) $(axb) 3d. 24 inch Diameter and Larger Sewer and Drain Replacement, complete, per linear foot 20 Unit price per linear foot, in words 3e. 6 inch Diameter and Smaller Water Main Relocation, complete, per linear foot 10 Unit price per linear foot, in words 3f. 8 inch Diameter and Larger Water Main Relocation, complete, per linear foot 20 Unit price per linear foot, in words 4. 4a EXISTING PAVEMENT AND SIDEWALK REPLACEMENT Bituminous Concrete Pavement Replacement, complete, per cubic yard 21 - Unit price per cubic yard, in words 4b. Curb and Gutter Replacement, installed complete, per linear foot 60 Unit price per linear foot, in words -4d- ITEM EST. NO. OTY.- (a) 5. EROSION AND SEDIMENTATION CONTROL 5a. Silt Fence, complete, per linear foot 460 Unit price per linear foot, in words LUMP SUM OR ITEM UNIT PRICE TOTAL $ (b) $(axb) 5b. Stone Check Dams, complete, each 2 Unit price each, in words _ 5c. Temporary Rip Rap, complete, per cubic yard 25 Unit price per cubic yard, in words 5d. Permanent Rip Rap, complete, per cubic yard 15 Unit price per cubic yard, in words 5e. Ditch Stabilization Material, complete, per square yard 45 Unit price per square yard, in words -4e- ITEM NO. EST. LUMP SUM OR OT. UNIT PRICE (a) $ (b) Sf. Temporary 36 inch Culvert, complete, per linear foot 28 Unit price per linear foot, in words ITEM TOTAL $(axb) TOTAL BID, IN FIGURES (Total amounts subject to correction based, as applicable, on the estimated quantities given and the unit and lump sum prices tendered.) II. TIME OF COMPLETION - The undersigned agrees that the Work will be substantially completed within 60 consecutive calendar days, and completed and ready for final payment in accordance with Paragraph 31 of the General Conditions within 90 consecutive calendar days, both after notice to proceed with the Work. The undersigned further agrees that the liquidated damages provisions of Paragraph 26 of the General Conditions shall apply to each calendar day of delay until the Work is substantially completed, and to each calendar day of delay until the Work is completed and ready for final payment. III. SUPPLEMENTARY SCHEDULE OF UNIT PRICES FOR FIXING COSTS BASIS FOR CHANGES - Each bidder shall submit unit prices for the following supplemental items which will apply in the event additions to or deductions from the work to be performed are ordered on certain of the preceding base bid items. These supplemental unit prices will not be considered in the award of the Contract. ITEM E E1. E2. TYPE OF WORK Unit price for Earth Excavation, including backfill Unit price per cu. yd.,in words Unit price for Earth Excavation, including disposal Unit price per cu. yd., in words Unit price for Rock Excavation, including disposal Unit price per cu. yd., in words -4f- UNIT PRICE cu. yd. cu. yd. cu. yd. ITEM TYPE OF WORK UNIT PRICE ' Cl. Unit price for Class I Concrete, not including reinforcing steel (in place) cu. yd. Unit price per cu. yd., in words ' C2. Unit price for Class II Concrete (in place) cu. yd. i , ' Unit price per cu. yd., in words R. Unit price for Reinforcing Steel (in place) pound ' Unit price per pound, in words P. Unit price for Temporary Pavement (couipfete) sq. yd. ' Unit price per sq. yd., in words W. Unit price for Wood Supports and Bracing (in place, per thousand feet, board measure) mfbm Unit price per mfbm, in words It is understood and agreed by the undersigned that the Town reserves the unrestricted privilege to reject any or all of the foregoing unit prices in this ' Paragraph which it may consider excessive or unreasonable, or to accept, by including the same in the Contract as unit prices applicable in the event of additions to or deductions from the work to be performed under the Contract, any or all of such unit ' prices which it may consider fair and reasonable. IV. Accompanying this Bid is a deposit of cash, or a cashier's check or ' a certified check on some bank or trust company insured by the Federal Deposit Insurance Corporation, or a Bid Bond in the amount of Dollars ($ ), payable to the Town of North Wilkesboro, North Carolina which ' it is agreed, shall be retained as liquidated damages by the Town, if the undersigned fails to execute the Contract in conformity with the Form of Contract incorporated in the contract documents and furnish Bonds and insurance certificates as specified within ' ten (10) days after notification of the award of the Contract to the undersigned. ? 4, V. In submitting this Bid, it is-understood that the right is reserved by the Town of North Wilkesboro, North Carolina to reject any and all Bids. It is agreed that this Bid may not be withdrawn for a period of 60 days from the opening thereof. DATE 19 FIRM NAME OFFICIAL ADDRESS BY TITLE PHONE: ( (Note: In case of conflict between the price in-figures and the price in words on any item or items, the price in words shall govern.) (Note: Bidder shall not add any conditions or qualifying statements to this Bid as otherwise the Bid may be declared irregular as not being responsive to the Advertisement for Bids.) -4h- BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned firmly bound unto the as Principal, and as Surety, are hereby held and TOWN OF NORTH WILKESBORO, NORTH CAROLINA as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of 19 The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid, attached hereto and hereby made a part hereof to enter into a Contract in writing, for 13TH STREET SEWER IMPROVEMENTS NOW, THEREFORE, (a) (b) If said Bid shall be rejected, or If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish Bonds for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, -5- then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal (L.S.) Surety I I By IMPORTANT - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. -5a- CONTRACT THIS CONTRACT, made the by and between day of 19 hereinafter called the "Contractor", and the Town of North Wilkesboro, North Carolina hereinafter called the "Owner", WITNESSETH, That the Contractor and the Owner, for the consideration stated herein, agree as follows: ARTICLE I. SCOPE OF WORK - The Contractor shall perform everything required to be performed and shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to perform and complete in a workmanlike manner all of the work required for the construction of the 13th Street Sewer Improvements for the Town of North Wilkesboro, North Carolina, all in strict accordance with the Drawings and Specifications, including any and all addenda, prepared by Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, acting and in these contract documents, referred to as the "Engineer", which Drawings and Specifications are made a part of this Contract, and in strict compliance with the Contractor's Bid and the other contract documents herein mentioned which are a part of this Contract; and the Contractor shall do everything required by this Contract and the other contract documents constituting a part hereof. ARTICLE II THE CONTRACT PRICE - The Owner shall pay to the Contractor for the performance of this Contract, subject to any additions or deductions provided ARTICLE III. TIME OF COMPLETION - The Contractor agrees that the Work will be substantially completed within 60 consecutive calendar days, and completed and ready for final payment in accordance with Paragraph 31 of the General Conditions within 90 consecutive calendar days, both after notice to proceed with the Work. The Contractor further agrees that the liquidated damages provisions of Paragraph 26 of the General Conditions shall apply to each calendar day of delay until the Work is substantially completed and to each calendar day of delay until the Work is completed and ready for final payment. ARTICLE IV, UNIT PRICES FOR CHANGES - The following unit prices will apply in the event additions to or deductions from the work to be performed under this Contract are required: ITEM TYPE OF WORK E. Unit price for Earth Excavation, including backfill E1. Unit price for Earth Excavation, including disposal E2. Unit price for Rock Excavation, including disposal Cl. Unit price for Class I Concrete, not including reinforcing steel (i n place) C2. Unit price for Class II Concrete (in place) UNIT PRICE cu. yd. $ cu. yd. $ cu. yd. $ cu. yd. $ cu. yd. $ i ITEM TYPE OF WORK UNIT PRICE R. Unit price for Reinforcing Steel (in place) pound $ - P. Unit price for Temporary Pavement (complete) sq. yd. $ W. Unit price for Wood Supports and Bracing (in place, per thousand feet, board measure) mfbm $ ARTICLE V COMPONENT PARTS OF THIS CONTRACT - This Contract consists of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim or, if not attached, as if hereto attached: 1. General Conditions 2. Advertisement for Bids 3. Information to Bidders 4. Specifications, including Addenda Numbers 5. Drawings 6. Bid 7. This Instrument In the event that any provisions in any of the component parts of this Contract conflicts with any provisions in any other of the component parts, the provision in the component part first enumerated above shall govern over any.other component part which follows it numerically, except as may be otherwise specifically stated. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in six original counterparts the day and year first above written. In Presence of (Seal) (Seal) CONTRACTOR By Title TOWN OF NORTH WILKESBORO, NORTH CAROLINA OWNER By Title -6a- n PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned a , hereinafter called Principal, and (Corporation, Partnership, or Individual) hereinafter called Surety, are held and firmly bound unto the TOWN OF NORTH WILKESBORO, NORTH CAROLINA hereinafter called Owner, in the penal sum of Dollars ($ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner, dated the r day of , 19 , a copy of which is hereto attached and made a part hereof for the construction of: 13TH STREET SEWER IMPROVEMENTS NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guarantee period, and if he shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the Specifications. -7- PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this day of 19 In Presence of Principal By (SEAL) Surety By (SEAL) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. -7a- I PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned (Corporation, Partnership, or Individual) hereinafter called Principal, and hereinafter called Surety, are held and firmly bound unto the TOWN OF NORTH WILKESBORO, NORTH CAROLINA hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal ' entered into a certain Contract with the Owner, dated the day of , 19 , a copy of which is hereto attached and ' made a part hereof for the construction of: 13TH STREET SEWER IMPROVEMENTS ' NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the ' prosecution of the work provided for in such Contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by Subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates f and h agrees that no change, extension of time, alteration or addition to the terms o t e Contract or to work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive ' notice of any such change, extension of time, alterat ion or addition to the terms of the Contract o r to the work or to the Specifications. -7b- i PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this day of 19 In Presence of By Principal (SEAL) Surety By (SEAL) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. -7c- APPROVAL OF CONTRACT AND BONDS The foregoing Contract and Bonds were duly approved by the Board of Commissioners of the Town of North Wilkesboro, North Carolina this day of , 19 Town Clerk (SEAL) The foregoing Contract and Bonds are hereby approved as to form and legality this day of , 19 Attorney -8- GENERAL CONDITIONS 1. DEFINITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 2. SUBCONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 3. SUPERINTENDENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 4. WORKMEN AND CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . 13 5. RIGHT OF ACCESS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 6. MATERIALS, TOOLS, TESTING . . . . . . . . . . . . . . . . . . . . . . . . 13 7. DEFECTIVE MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 8. MATERIAL STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 9. MATERIALS SERVICES AND FACILITIES - EXTRA HOURS . . . . . . . . . . . . 13 10. SUBSTITUTES AND "OR-EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . 14 11. BODILY INJURY AND PROPERTY DAMAGE INSURANCE . . . . . . . . . . . . . . . 15 12. BUILDER'S RISK INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . 17 13. WORKER'S COMPENSATION INSURANCE . . . . . . . . . . . . . . . . . . . . . 17 14. ROYALTIES AND PATENT INFRINGEMENTS . . . . . . . . . . . . . . . . . . . 17 15. TIME FOR BEGINNING AND COMPLETION . . . . . . . . . . . . . . . . . 17 16. CONTRACT SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 17. ASSIGNMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 18. EXTRAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 19. CHANGES IN WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 20. CLAIMS FOR EXTRA COST . . . . . . . . . . . . . . . . . . . . . . . . . . 18 21. PAYMENTS TO CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . 18 22. PAYMENTS BY CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . 20 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT . . . . . . . . . . . . . . . . 20 24. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF . 21 25. NOTICE AND SERVICE THEREOF . . . . . . . . . . . . . . . . . . . . . . . 21 26. DELAYS - DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 27. POINTS OF BEGINNING - SUSPENSION OF WORK . . . . . . . . . . . . . . . . 23 28. SUBSTANTIAL COMPLETION; PARTIAL UTILIZATION . . . . . . . . . . . . . . . 23 29. DEFECTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 30. REPAIRS BY OWNER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 31. FINAL PAYMENT AND ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . 25 32. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 33. WAIVER OF CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 34. INSPECTION BEFORE BIDDING . . . . . . . . . . . . . . . . . . . . . . . . 27 35. SHOP DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 36. CONSTRUCTION SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . . 27 37. CHANGES BY OWNER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 38. LOCATION OF UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . 28 39. NUMBER OF CONTRACTS . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 40. RIGHTS-OF-WAY AND EASEMENTS . . . . . . . . . . . . . . . . . . . . . . . 28 41. BARRICADES AND LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . 29 42. STAKING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 43. RECORD DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . 29 44. CHANGE ORDER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 45. COORDINATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 46. NO DAMAGE FOR DELAY . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 47. CHANGES TO ACCOMMODATE MATERIALS AND EQUIPMENT TO BE PROVIDED . . . . . : 29 48. (NOT USED) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 49. SILTATION AND EROSION . . . . . . . . . . . . . . . . . . . . . . . . . . 30 50. NORTH CAROLINA SALES TAXES . . . . . . . . . . . . . . . . . . . . . . . 30 51. HAUL ROUTES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 52. WORK IN STATE HIGHWAY RIGHT-OF-WAY . . . . . . . . . . . . . . . . . . . 30 53. (NOT USED) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 u GENERAL CONDITIONS 1. DEFINITIONS - The following terms as used in these Contract Documents are respectively defined as follows: a. Contractor: The person, firm or corporation to whom the b. Subcontractor: c. Project: d. Owner: Town . e. Work on the Project: I f. Surety: ' g. Engineer: ' h. Board: ' i. Manager: j. Drawings: k. Partial Utilization: within Contract is awarded by the Owner and who is subject to the terms hereof. A person, firm or corporation, other than a Contractor, supplying labor and material or labor for work at the site of the Project. The entire public improvement proposed by the Owner to be constructed in part or in whole pursuant to the within Contract. The Town of North Wilkesboro, North Carolina. Work to be performed, including work normally done, at the location of the Project. Any person, firm or corporation that has executed, as Surety, the Contractor's Performance Bond and Payment Bond securing the performance of the within Contract. Finkbeiner, Pettis & Strout, Limited, Consulting Engineers, or their authorized assistant. The Board of Commissioners of the Town of North Wilkesboro, North Carolina. The Town Manager of the Town of North Wilkesboro, North Carolina. The maps, profiles, plans and detail drawings, accompanying these Specifications of which they are a part. In case of differences between Specifications and Drawings, the Specifications shall take precedence. Use by the Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. -9- I . Substantial Completion: The Work (or a specified part thereof) has progressed to the point where, in the opinion of the Engineer as evidenced by the Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's written recommendation of final payment in accordance with Paragraph 33. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. When the construction of the Project, or a specified part thereof, involves multiple contracts, Substantial Completion shall require that all contracts necessary to permit utilization of the Project, or a specified part thereof, for the purpose for which it was intended, as determined by the Engineer, be concurrently certified. m Work: The entire completed construction or the various separately identifiable parts thereof required to be furnished under the contract documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the contract documents. ?J L I -10- 7 2. SUBCO NTRACTOR - No Subcontractor shall be recognized in any part of this Contract, and no portion of the Contract shall be sublet without written permission of the Owner. 3. SUPER INTENDENCE - The Contractor shall, at all times, give his personal superintendence t o the Work or shall have a competent representative on the work, to whom instructions and orders may be given. Such instructions and orders s hall have the ' same effect as if given directly to the Contractor. 4. WORKMEN AND CONDITIONS - Incompetent, careless or disorderly foremen or workmen shall not be allowed on the Work. Offensive and unsanitary conditions shall not be allowed to exist on the improvements. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage which may result from their failure or their improper construction, maintenance or operation. 5. RIGHT OF ACCESS - The Owner and his representatives shall, at all times, have access to the Work and the Contractor shall provide proper facilities for such access and inspection. ' 6. MATERIALS. TOOLS , TE STING - The Contractor shall furnish all the necessary materials, apparatus, tools and labor. Materials and apparatus shall be new and the best of their respective ki nds, and shall be subject to such standard tests as the ' Owner may select in determining the fitness and durability of the materials and apparatus to be furnished. Except as otherwise indicated, inspection and testing of materials shall be provided by the Owner. The tools shall be suitable for the purpose intended; and all labor shall be performed in an expeditious, thorough and workmanlike manner; all in accordance with these Specifications, the accompanying Drawings, and the other contract documents, and subject to the approval of the Owner. ' 7. DEFECTIVE MATERIALS - Should any of the materials, when delivered upon the locations of the Work, be found defective or not in accordance with these Specifications or accompanying Drawings, they shall be immediately removed by the ' Contractor, otherwise the Owner may cause the same to be removed at the Contractor's expense. ' 8. MATERIAL STORAGE - All materials, delivered or found upon the location of the improvement, shall be snugly piled up so as not to impede travel upon walks or driveways, interfere with the operations of any other contractor or prevent the use of any fire hydrant more than is actually necessary in the proper performance of this ' Contract. 9. MATERIALS. SERVICES AND FACILITIES - EXTRA HOURS - ' A. It is understood that, except as otherwise specifically stated in the contract documents, the contractor shall provide and pay for all materials, labor, ' tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature and all other services and facilities of every nature whatsoever necessary to execute, complete and deliver the Work within the time stipulated in the Contract. -11- B. Any Work necessary to be performed after regular working hours, on I Sundays or legal holidays shall be performed without additional expense to the Owner. 10. SUBSTITUTES AND "OR-EQUAL" ITEMS - A. Whenever an item of material or equipment is specified or described in the contract documents by using the name of a proprietary item or the name of a particular manufacturer, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other manufacturers may be accepted by the Engineer under the following circumstances: If in the Engineer's sole discretion an item of material or equipment proposed by the Contractor in a written application is functionally equal to that named and sufficiently similar so that no change in related Work will be required, as determined from information submitted by the Contractor, it may be considered by the Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in the Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. The written application referred to herein shall be by completion of an Application for Use of "Or-Equal" item as included at the end of these General Conditions. If in the Engineer's sole discretion an item of material or equipment proposed by the Contractor does not qualify as an "or-equal item under the above paragraph, it will be considered a proposed substitute item. The Contractor shall submit sufficient information as provided below to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the Engineer will include the following as the Engineer may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by the Engineer from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment the Contractor shall first make written application to the Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice the Contractor's time of completion, whether or not acceptance of the substitute for use in the Work will require a change in any of the contract documents (or in the provisions of any other direct contract with the Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all additional costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected -12- I r L 1 by the resulting change, all of which will be considered by the Engineer in evaluating the proposed substitute. The Engineer may require the Contractor to furnish additional data about the proposed substitute. The written application referred to herein shall be by completion of an Application for Use of Substitute Item as included at the end of these General Conditions. Substitutions will not be accepted if they are only shown or implied on shop drawings. 1 - All data to be provided by the Contractor in support of any proposed "or-equal" or substitute item will be at the Contractor's expense, and will be provided in an expeditious manner to allow timely performance of the evaluation by the ' Engineer. Written applications for use of substitute and "or-equal" items must be received ' by the Engineer within 10 consecutive calendar days after the date of the Contract to be considered. - For an application received more than 10 consecutive calendar days after the date of the Contract, such application for use of a substitute or "or-equal" item will only be considered if the specified item is no longer available. ' B. The Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraph 10.A. The Engineer will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, ' installed or utilized without the Engineer's prior written acceptance which will be evidenced by either a change order or an approved shop drawing. The Owner may require the Contractor to furnish at the Contractor's expense a special performance guarantee ' or other surety with respect to any "or-equal" or substitute. The Engineer will record time spent in evaluating substitutes proposed or submitted by the Contractor pursuant to Paragraph 10.A and in making changes in the contract documents (or in the provisions of any other direct contract with the Owner for Work on the Project) occasioned thereby. Whether or not the Engineer accepts a substitute item so proposed or submitted by the Contractor, the Contractor shall reimburse the Owner for the charges of the Engineer for evaluating each such proposed substitute item. Such charges of the ' Engineer shall be determined using the rates for the Engineer's office and field personnel set forth in Paragraph 28 of these General Conditions. 11. BODILY INJURY AND PROPERTY DAMAGE INSURANCE - A. The Contractor shall provide insurance for the following coverages. . (1) Comprehensive Public Liability and Property Damage, Contractor's Protective ' Liability, Completed Operations - Products, Automobile Bodily Injury and Property Damage Liability, including owned, non-owned and hired vehicles, (2) Contractual Liability, and (3) Owners Protective Liability, with the Owner and the Engineer as ' "Named Insured". B. The following coverages, if excluded from the Contractor's standard coverages, shall have the exclusions deleted for policies provided under this Contract: (1) underground damage caused by mechanical equipment, (2) third-party beneficiary and (3) collapse of or structural injury to buildings, if the nearness of buildings warrants this type of coverage. 1 -13- C. Complete coverage for blasting shall be provided, if explosives are used in the performance of this Contract. D. The insurance coverage provided by the Contractor shall be of such nature as to indemnify and save harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney's fees, arising out of or resulting from the performance of this Contract, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than work constructed under this contract itself), including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The Contractor, through his insurance coverage, shall defend any and all suits that may be brought against the parties indemnified on account of any such occurrences. E. In any and all claims against the parties indemnified in Subparagraph D., above, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation acts, disability benefit acts or other employee benefit acts. F. The obligations of the Contractor under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, Drawings, opinions, reports, surveys, change orders, designs or Specifications or (2) the giving of or the failure to give directions or instructions by the Engineer, his agents or employees provided such giving or failure to give is the primary cause of injury or damage. G. The Contractor's insurance shall protect him from claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees including claims insured by usual personal injury liability coverage; and from claims for injury to or destruction of tangible property, including loss of use resulting therefrom - any or all of which may arise out of or result from the Contractor's operations under this Contract, whether such operations be by himself or by any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be legally liable. H. Any combination of the Contractor's coverage limits, including umbrella - excess liability limits shall provide no less than $1,000,000 single limit bodily injury and property damage liability coverage. The same limit shall apply to the Owner's Protective Liability Policy. I. Insurance shall be provided by an insurance company authorized to do business in the State in which the Project is located for all of the required coverages, shall be approved by the Owner and shall remain in force until the date of final payment for the Project. Prior to the execution of the contract documents, the Contractor shall furnish six copies of certificates certifying the required coverages. Policies (and certificates) shall contain the following endorsements: "The company -14- agrees that 30 days prior to cancellation or reduction of the insurance afforded by this policy with respect to the Contract involved, written notice will be mailed to the Owner and to the Engineer." 12. BUILDER'S RISK INSURANCE - The Contractor shall purchase and maintain Builder's Risk Insurance written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, and water damage. ' Such insurance shall be in an amount equal to the completed value of the Project, shall be issued in the names of the Owner and the Contractor as joint insured as their interests may appear, and shall remain in full force and effect until the date of final payment for the Project. The provisions of Paragraph ll.I, insofar as approval of ' policies, providing of certificates and cancellation notification are concerned, shall apply to Builder's Risk Insurance. ' 13. WORKER'S COMPENSATION INSURANCE - The Contractor and any Subcontractors shall take out and maintain such insurance as will protect them from claims under Worker's Compensation laws, disability benefit laws or other similar employee benefit ' laws and from claims for damages because of bodily injury, occupational sickness or disease, or death of their employees. Proof of compliance with Worker's Compensation laws and Social Security laws shall be filed with the Owner until the date of final payment for the Project and the Contractor shall indemnify and save harmless the Owner ' from any contributions or taxes, or liability therefor. 14. ROYALTIES AND PATENT INFRINGEMENTS - The Contractor shall indemnify and ' save harmless the Owner and the Engineer from any and all suits and expense over and above the expense included in the Contract price for royalties or infringements on patents that may be involved in the construction of the appliances contracted for, or ' any of the parts thereof, or in the use of said appliances or any of the parts thereof hereafter, and said Contractor shall defend, at his proper cost and expense, any and all suits and actions of every kind whatsoever, that may be brought against the indemnified parties by reason of the construction or use of said appliances, or any of ' the parts thereof. 15. TIME FOR BEGINNING AND COMPLETION - The Work shall be commenced at the time ' stated in the notice to the Contractor to proceed and shall be completed within the time limit stipulated in Article III of the Contract. ' 16. CONTRACT SECURITY - The Contractor shall furnish a Performance Bond and a Payment Bond (forms attached) each in an amount at least equal to 100 percent of the Contract price as security for the faithful performance of this Contract. ' The Performance Bond shall remain in effect until at least one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the contract documents. The Owner shall evidence release of the ' Performance Bond in writing and the Bond shall be in effect until said release has been obtained from the Owner. 7 -15- 17. ASSIGNMENTS - The Contractor shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered or materials supplied for the performance of the Work called for in this Contract. 18. EXTRAS - Except as otherwise herein provided, no charge for any extra Work or materials will be allowed unless the same has been ordered in writing by the Owner and the price stated in such order. 19. CHANGES IN WORK - The Owner, upon proper action by its governing body (as evidenced by the execution of this Contract), may authorize changes in, additions to, or deductions from the Work to be performed or the material to be furnished pursuant to the provisions of the contract or any other contract document. Adjustments, if any, in the amounts to be paid to the Contractor by reason of any such change, addition or deduction shall be determined by one or more of the following methods in the order of precedence listed: a) By unit prices contained in the Contractor's original Bid and incorporated in the construction Contract. b) By a supplemental schedule of prices contained in the Contractor's original Bid and incorporated in the construction Contract. c) By an acceptable lump sum or unit price proposal from the Contractor. Any such changes shall not violate this Contract or Bonds. 20. CLAIMS FOR EXTRA COST - If the Contractor claims that any instructions by Drawings or otherwise involve extra cost or an extension of time, he shall notify the Owner in writing within 10 calendar days after the receipt of such instructions and, in any event, before proceeding to execute the Work. Thereafter, the procedure shall be the same as that described in Paragraph 19 for changes in Work. No such claims shall be valid unless made in accordance with the terms of this Paragraph. 21. PAYMENTS TO CONTRACTOR - A. An estimate of the cost of construction completed shall be prepared by the Contractor and approved by the Engineer on or about the first of each month and forwarded to the Owner for approval. Estimates shall be prepared on a form approved by the Engineer. Estimates shall become due to the Contractor upon approval by the Owner, with payment to be made within 30 days of the date of approval. Attention is directed to Paragraphs 22, 24, 29, 30, 35 and 36 of these General Conditions and requirements therein pertaining to approval and payment of estimates. Partial payment of the cost of construction, until 50% of the Contract is completed, as evidenced by payments in the amount of at least 50% of the Contract, but -16- u L u ' excluding any payment for materials stored made in accordance with Paragraph 21.C, following, shall be made at the rate of 90% of the estimates. After 50% of the Contract is completed, payment of the cost of construction completed shall be made at ' the rate of 100% of the estimates, no further funds being retained. B. Before the payment of any estimate is made, the Contractor shall ' certify under oath: 1) the names and addresses of all Subcontractors furnishing labor, material, or services and of all persons furnishing material ' included in such estimate. 2) that all bills for materials and labor included in preceding estimates have been paid in full (or if not paid in full, a list of unpaid bills giving the amounts paid to each supplier or Subcontractor, together with the reason for non-payment) and ' 3) that all bills for materials and labor included in such estimate have been or will be paid from the proceeds thereof. ' In addition to the foregoing, the Engineer or the Owner may require the Contractor to furnish waivers of lien signed by all persons furnishing labor or materials included in any estimate submitted by or on behalf of the Contractor. ' A sample Affidavit of Contractor and a sample Affidavit for Final Payment are included at the end of these General Conditions. ' C. Material delivered on the site of the Work, or a railroad station, siding, or other point in the vicinity of the Work, or other approved storagb site during the previous month shall be paid for at the rate of 90% of its value, as shown ' by manufacturer's invoices, with the amount not to exceed any applicable Bid price or schedule of values amount for the material, and provided that such material has been inspected and found to meet the Specifications, and, in addition, for material held at ' an "off-site" location, the Contractor furnishes the following information to the Engineer: 1) A list of the materials consigned to the Project, (which shall be ' clearly identified), giving the place of storage, together with copies of manufacturer's invoices. 2) Certification that all items have been tagged for delivery to the ' Project, that they will not be used for any other purpose, and that they will be fully protected during storage. ' 3) A letter from the Bonding Company indicating agreement to the arrangements and that payment to the Contractor shall not relieve either party of their responsibility to complete the facility. ' 4) Evidence of insurance covering the replacement val ue of the material in storage. 1 -17- 5) Evidence that representatives of the Engineer have visited the Contractor's place of storage and checked all items on the Contractor's certificate. Bonding, profit, overhead and other markup costs shall not be included in any payment for material stored. Material so paid for shall become the property of the Owner, but if such material is stolen, destroyed or damaged by casualty before being used, the Contractor shall be required to replace it at his own expense. The balance of the invoiced value will be paid when such material is incorporated into and becomes a part of the Contract. D. Upon completion of the Contract, the entire balance found to be due shall be paid to the Contractor after 45 days if the Contract has been fully completed. If the Owner fails to make final payment after approving same, the Contractor, in addition to any other remedies allowed by law, shall be allowed interest on such moneys not paid within 45 days. 22. PAYMENTS BY CONTRACTOR - The Contractor shall pay: IJ] a) For all transportation and utility services not later than the 20th day of the calendar month next following that in which services are I rendered; b) For all materials, tools, and other expendable equipment to the extent of 90 percent of the cost thereof, not later than the 20th day of the calendar month next following that in which such materials, tools and equipment are delivered at the site of the Project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools, and equipment are incorporated or used; and c) To each of his Subcontractors, not later than the 7th day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his Subcontractors, to the extent of each Subcontractor's interest therein. Payments under b) and c) may be limited in accordance with the provisions of Paragraph 21.B.2), if approved by the Engineer. In addition to any and all other rights by this Contract granted to or reserved by the Owner, if the Contractor shall at any time have failed, neglected or refused, without just cause, to pay for materials and labor furnished or services rendered to the Contractor included in any previous estimate by the Owner, the Owner may require the Contractor to pay or provide for the payment thereof prior to payment of any estimate submitted for payment in accordance with the provisions of Paragraph 21. 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT - In the event of default in the performance of, or violation of, any of the terms and conditions of this Contract by the Contractor or any Subcontractor, the Owner may serve written notice upon the -18- u ' Contractor and the Surety of its intention to terminate such Contract with the reasons therefor. Unless within 10 calendar days after the service of such notice such default shall be fully cured and/or such violation discontinued and all damages by reason thereof paid or provisions made for the payment thereof to the satisfaction of the Owner, the Owner, at its option, may terminate this Contract by serving a written notice of such termination upon the Contractor and the Surety. In the event of such ' termination, the Surety shall have the right to take over and perform this Contract; provided, however, that if the Surety does not commence performance thereof within 15 calendar days after the service upon it of such notice of termination, the Owner may take over the Work and prosecute the same to completion, by contract or otherwise, for the account of and at the expense of the Contractor. In the event the Owner shall take over the Work as aforesaid, the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and the Owner may take possession of, ' and utilize in completing the Work, such materials, appliances and plant as may be on the site of the Work and necessary or useful in connection therewith. 24. PER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF -In ' addition to any other rights or options herein granted to or reserved by the Owner, the Owner may withhold from any payment otherwise due to the Contractor hereunder an amount or amounts sufficient to cover: ' a) Just claims due and payable to any person for labor or materials furnished in and about the performance of the Work on the Project under this ' Contract, b) The estimated cost of remedying, replacing or restoring any defective Work or material performed or furnished in and about the Project, ' c) Past-due payments to any Subcontractor, and d) Accrued damages for delay in accordance with Paragraph 26 of this Contract. ' The Owner shall have the right to disburse such funds as have been withheld pursuant to this Paragraph to the party or parties entitled thereto and will render to the Contractor a proper accounting hereof, but in so doing shall be liable to the Contractor only for gross negligence or willful misconduct in making such payment or disbursement of funds so withheld. 25. NOTICE AND SERVICE THEREOF - Where, in any of the contract documents, there ' is any provision in respect to the giving of any notice, such notice shall be deemed to have been given; as to the Owner, when written notice shall be delivered to the Engineer, the Owner, or shall have been placed in the United States mails addressed to ' the chief executive officer of the Owner at the place where the Bids for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the Project or by mailing such written notice in the United States mails addressed to the Contractor at the place ' stated in his Bid; as to the Surety on the Performance or other Bond, when a written notice is placed in the United States mails addressed to the Surety at the home office of such Surety or to its agents, who executed such Performance or other Bond on behalf ' of such Surety. -19- 26. DELAYS - DAMAGES - If the Contractor refuses or fails to prosecute the Work, or any separable part thereof, with such diligence as will ensure its completion within the time limit stipulated in the Contract or any extension thereof, or fails to complete said Work within such time, the Owner may, by written notice to the Contractor, terminate his right to proceed with the Work or such part of the Work as to which there has been delay as provided in Paragraph 23. If the Owner does not terminate the right of the Contractor to proceed, the Contractor shall continue the Work, in which event the actual damages for the delay will be impossible to determine and in lieu thereof the Contractor shall pay the Owner the amount indicated in the following table as fixed, agreed and liquidated damages for each calendar day of delay until the Work is completed or accepted and the Contractor and his Sureties shall be liable for the amount thereof: Provided, that the right of the Contractor to proceed shall not be terminated or the Contractor charged with liquidated damages because of any delays in the completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of Subcontractors due to such causes, if the Contractor shall within 10 calendar days from the beginning of any such delay (unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract) notify the Owner in writing of the causes of delay. Upon receipt of such notice, the Owner shall investigate the alleged justification for the delay and may extend the time for completing the Work when, in its judgment, the facts justify such an extension. The Owner's findings in respect thereto shall be final and conclusive on the parties hereto. Original Contract Amount From More Than To & Including Amount of Liquidated Damages $ 0 $ 500,000 $250.00 500,000 1,000,000 300.00 1,000,000 2,000,000 400.00 2,000,000 5,000,000 600.00 5,000,000 10,000,000 800.00 10,000,000 15,000,000 1,000.00 15,000,000 20,000,000 1,250.00 Over 20,000,000 1,500.00 F I I In addition to the specified liquidated damages, the Contractor shall be responsible for the cost to the Owner of additional services of the Engineer's office ' and field personnel resulting from the delay. The cost of the additional Engineer's services shall be charged against the monies due the Contractor at the following rates: Office Personnel Field Personnel (Up to 40 hours per week) Field Personnel (Over 40 hours per week) -20- 1 $72.00 per hour* ' $48.00 per hour* $72.00 per hour* C 1 Contractor and the Surety of its intention to terminate such Contract with the reasons therefor. Unless within 10 calendar days after the service of such notice such default shall be fully cured and/or such violation discontinued and all damages by reason thereof paid or provisions made for the payment thereof to the satisfaction of the Owner, the Owner, at its option, may terminate this Contract by serving a written notice of such termination upon the Contractor and the Surety. In the event of such termination, the Surety shall have the right to take over and perform this Contract; provided, however, that if the Surety does not commence performance thereof within 15 calendar days after the service upon it of such notice of termination, the Owner may take over the Work and prosecute the same to completion, by contract or otherwise, for the account of and at the expense of the Contractor. In the event the Owner shall take over the Work as aforesaid, the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and the Owner may take possession of, and utilize in completing the Work, such materials, appliances and plant as may be on the site of the Work and necessary or useful in connection therewith. 24. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF -In addition to any other rights or options herein granted to or reserved by the Owner, the Owner may withhold from any payment otherwise due to the Contractor hereunder an amount or amounts sufficient to cover: a) Just claims due and payable to any person for labor or materials furnished in and about the performance of the Work on the Project under this Contract, b) The estimated cost of remedying, replacing or restoring any defective Work or material performed or furnished in and about the Project, c) Past-due payments to any Subcontractor, and d) Accrued damages for delay in accordance with Paragraph 26 of this Contract. The Owner shall have the right to disburse such funds as have been withheld pursuant to this Paragraph to the party or parties entitled thereto and will render to the Contractor a proper accounting hereof, but in so doing shall be liable to the Contractor only for gross negligence or willful misconduct in making such payment or disbursement of funds so withheld. 25. NOTICE AND SERVICE THEREOF - Where, in any of the contract documents, there is any provision in respect to the giving of any notice, such notice shall be deemed to have been given; as to the Owner, when written notice shall be delivered to the Engineer, the Owner, or shall have been placed in the United States mails addressed to the chief executive officer of the Owner at the place where the Bids for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the Project or by mailing such written notice in the United States mails addressed to the Contractor at the place stated in his Bid; as to the Surety on the Performance or other Bond, when a written notice is placed in the United States mails addressed to the Surety at the home office of such Surety or to its agents, who executed such Performance or other Bond on behalf of such Surety. -21- 26. DELAYS - DAMAGES - If the Contractor refuses or fails to prosecute the Work, or any separable part thereof, with such diligence as will ensure its completion within the time limit stipulated in the Contract or any extension thereof, or fails to complete said Work within such time, the Owner may, by written notice to the Contractor, terminate his right to proceed with the Work or such part of the Work as to which there has been delay as provided in Paragraph 23. If the Owner does not terminate the right of the Contractor to proceed, the Contractor shall continue the Work, in which event the actual damages for the delay will be impossible to determine and in lieu thereof the Contractor shall pay the Owner the amount indicated in the following table as fixed, agreed and liquidated damages for each calendar day of delay until the Work is completed or accepted and the Contractor and his Sureties shall be liable for the amount thereof: Provided, that the right of the Contractor to proceed shall not be terminated or the Contractor charged with liquidated damages because of any delays in the completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of Subcontractors due to such causes, if the Contractor shall within 10 calendar days from the beginning of any such delay (unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract) notify the Owner in writing of the causes of delay. Upon receipt of such notice, the Owner shall investigate the alleged justification for the delay and may extend the time for completing the Work when, in its judgment, the facts justify such an extension. The Owner's findings in respect thereto shall be final and conclusive on the parties hereto. Original Contract Amount From More Than To & Including Amount of Liquidated Damages $ 0 $ 500,000 $250.00 500,000 1,000,000 300.00 1,000,000 2,000,000 400.00 2,000,000 5,000,000 600.00 5,000,000 10,000,000 800.00 10,000,000 15,000,000 1,000.00 15,000,000 20,000,000 1,250.00 Over 20,000,000 1,500.00 I 1 J I In addition to the specified liquidated damages, the Contractor shall be responsible for the cost to the Owner of additional services of the Engineer's office , and field personnel resulting from the delay. The cost of the additional Engineer's services shall be charged against the monies due the Contractor at the following rates: Office Personnel Field Personnel (Up to 40 hours per week) Field Personnel (Over 40 hours per week) -22- $72.00 per hour* ' $48.00 per hour* $72.00 per hour* I u 1 x Plus expenses which shall include all travel and out of pocket expenses incurred by office and field personnel. The above rates per hour for Office Personnel and Field Personnel are for 1994 calendar year and shall be increased 5% each calendar year thereafter during which this Contract is in full force and effect. 27. POINTS OF BEGINNING - SUSPENSION OF WORK - The Work shall be begun at such points as the Owner may designate and shall be carried on so as to cause as little inconvenience to the public as possible. The Owner may suspend the Work at and for any time that weather or other conditions require and the Contractor's time for completion shall be extended an equal length of time. 28. SUBSTANTIAL COMPLETION: PARTIAL UTILIZATION - A. After the completion and successful start-up and testing of the Work as required by the contract documents, and when the Contractor considers the entire Work ready for its intended use, the Contractor shall notify the Owner and the Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that the Engineer issue a Certificate of Substantial Completion. A sample Certificate of Substantial Completion is included at the end of these General Conditions. Within a reasonable time thereafter, the Owner, the Contractor and the Engineer shall make an inspection of the Work to determine the status of completion, and if sufficiently complete, in accordance with the contract documents, same shall be operated by the Owner for a 30 day period to demonstrate that it can be utilized for the purpose for which it was intended, operational integrity, and that it can function on a continuous basis prior to the Engineer's certification of Substantial Completion. The Contractor's attention is directed to the definition of Substantial Completion in Paragraph 1 of these General Conditions. Upon completion of the 30 day period of operation, if the Engineer does not consider the Work substantially complete, the Engineer will notify the Contractor in writing giving the reasons therefor. If the Engineer considers the Work substantially complete, the Engineer will prepare and deliver to the Owner a tentative Certificate of Substantial Completion which shall fix eh date of Substantial Completion. There shall be attached to the Certificate a tentative list of items to be completed or corrected before final payment. The Owner shall have seven days after receipt of the tentative Certificate during which to make written objection to the Engineer as to any provisions of the Certificate or attached list. If, after considering such objections, the Engineer concludes that the Work is not substantially complete, the Engineer will within fourteen days after submission of the tentative Certificate to the Owner notify the Contractor in writing, stating the reasons therefor. If, after consideration of the Owner's objections, the Engineer considers the Work substantially complete, the Engineer will within said fourteen days execute and deliver to the Owner and the Contractor a definitive Certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative Certificate as the Engineer believes justified after consideration of any objections from the Owner. At the time of delivery of the tentative Certificate of Substantial Completion the Engineer will deliver to the Owner and the Contractor a written recommendation as to division of responsibilities pending final payment between the Owner and the Contractor with respect to security, operation, safety, maintenance, -23- n heat, utilities, insurance and warranties and guarantees. Unless the Owner and the Contractor agree otherwise in writing and so inform the Engineer in writing prior to the Engineer's issuing the definitive Certificate of Substantial Completion, the Engineer's aforesaid recommendation will be binding on the Owner and the Contractor until final payment. The Owner shall have the right to exclude the Contractor from the Work after the date of Substantial Completion, after the Owner shall allow the Contractor reasonable access to complete or correct items on the tentative list. The issuance of a Certificate of Substantial Completion does not acceptance of Work that is not in accordance with the contract documents of Contractor's obligation to perform the Work in accordance with documents. constitute an ' or a release the contract B. Use by the Owner at the Owner's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which the Owner, the Engineer and the Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the Owner for its intended purpose without significant interference with the Contractor's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: The Owner at any time may request the Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If the Contractor agrees that such part of the Work is substantially complete, the Contractor will certify to the Owner and the Engineer that such part of the Work is substantially complete and request the Engineer to issue a certificate of Substantial Completion for that part of the Work. The Contractor at any time may notify the Owner and the Engineer in writing that the Contractor considers any such part of the Work ready for its intended use and substantially complete and request the Engineer to issue a Certificate of Substantial Completion for that part of the Work. The provisions of Paragraph 28.A will apply with respect to the determination of and certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. If the Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with this Paragraph 28.B; provided that no such use or occupancy shall commence before the insurers providing the property insurance required by the contract documents have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such particular use or occupancy. Use or occupancy of the Work or any part thereof by the Owner does not constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the contract documents. -24- J 29. DEFECTS - If within the 30 day period of operation specified in Paragraph 28 or within the guarantee period specified in Paragraph 32 there shall appear any defects in the Work, materials, apparatus, workmanship, or subsidence of the Project or failure in the operation or performance of any part thereof or guarantee required hereunder due to the failure, neglect or refusal of the Contractor to comply with the terms and provisions of this Contract or the Specifications for the work, such defect or failure and any damage to other parts of the Project resulting from same shall be repaired, restored, corrected or made good to the satisfaction of, and without cost to, the Owner. All engineering, inspection, legal and other costs and expense to the Owner occasioned by or resulting from such defect or failure shall be paid by the Contractor upon demand by the Owner or may be deducted from any money due the Contractor. 30. REPAIRS BY OWNER - If within 5 calendar days after notice from the Owner to the Contractor so to do, the Contractor fails to repair, restore, correct or make good any defect or failure referred to in Paragraph 29, the Owner shall have the right so to do at the expense of the Contractor and any engineering, inspection, legal or ' other costs and expense incurred by the Owner in so doing shall be paid by the Contractor upon demand by the Owner or may be deducted from any money due the Contractor. 31. FINAL PAYMENT AND ACCEPTANCE - Upon written notice from the Contractor that the entire Work or an agreed portion thereof is complete, the Engineer will make a final inspection with the Owner and the Contractor and will notify the Contractor in ' writing of all particulars in which this inspection reveals that the Work is incomplete. The Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. C After the Contractor has completed all such corrections to the satisfaction of the Engineer and delivered in accordance with the contract documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by the contract documents, certificates of inspection, marked-up record documents and other documents, the Contractor may request final payment following the procedure for progress payments. The final request for payment shall be accompanied (except as previously delivered) by: a) all documentation called for in the contract documents, b) consent of the Surety, if any, to final payment, and c) complete and legally effective releases or waivers (satisfactory to the Owner) of all Liens arising out of or filed in connection with the-Work. In lieu of such releases or waivers of Liens and as approved by the Owner, the Contractor may furnish receipts or releases in full and an affidavit of Contractor that: a) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and b) all payrolls, material and equipment bills and other indebtedness connected with the Work for which the Owner or Owner's property might in any way be responsible, have been paid or otherwise satisfied. -25- If any Subcontractor or supplier fails to furnish such a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. If, on the basis of the Engineer's observation of the Work during construction and final inspection, and the Engineer's review of the final request for payment and accompanying documentation as required by the Contract Documents, the Engineer is satisfied that the Work has been completed and the Contractor's other obligations under the contract documents have been fulfilled, the Engineer will, within ten days after receipt of the final request for payment, indicate in writing the Engineer's recommendation of payment and present the request to the Owner for payment. At the same time the Engineer will also give written notice to the Owner and the Contractor that the Work is acceptable subject to the provisions of Paragraph 33. Otherwise, the Engineer will return the request to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the request. A sample Notice of Acceptability of Work is included at the end of these General Conditions. Unless the final request for payment shall be found by the Owner to be incorrect, the Owner shall make a payment in accordance with the requirements of Paragraph 21 of these General Conditions. All prior estimates and payments shall be subject to correction in the final request and payment, but in the absence of error or manifest mistakes, it is agreed that any estimate, when approved by the Owner, shall be conclusive of the Work done and materials furnished as shown therein. Any payment, however, final or otherwise, shall not release the Contractor or his Surety from any obligations under the contract documents and the Bid Guaranty Bond or Performance Bond. If, through no fault of the Contractor, final completion of the Work is significantly delayed and if the Engineer so confirms, the Owner shall, upon receipt of the Contractor's final request for payment and recommendation of the Engineer, and without terminating the contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Contract, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 32. GUARANTEE - The Contractor shall guarantee that all materials and equipment furnished and Work performed under this Contract are free from all defects for a period of one year from the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the contract documents or by any specific provisions of the contract documents. The provisions of Paragraphs 29 and 30 shall apply to any defect in the Work, materials, apparatus or workmanship of the Project or failure in the operation or performance of any part thereof or guarantees required hereunder determined by the Engineer to have occurred, developed or appeared during the guarantee period. -26- E ' For Work (and damage to other Work resulting therefrom) that has been corrected, removed or replaced under this Paragraph 34, the guarantee period hereunder with respect to such Work will be extended for an additional period of one year after such ' correction or removal and replacement has been satisfactorily completed. The Contractor shall be required to show proof of insurance coverages meeting the ' requirements of Paragraphs 11 and 13 prior to performing any Work on the Project during the guarantee period. ' 33. WAIVER OF CLAIMS - The making and acceptance of final payment will constitute: a) a waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 31, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or ' from the Contractor's continuing obligations under the Contract Documents; and b) a waiver of all claims by the Contractor against the Owner other than those previously made in writing and still unsettled. 34. INSPECTI ON BEFORE BIDDIN G - It is required that the Contractor make a ' careful inspection (including test borings) of the conditions under which these improvements are to be installed. This is to be done before a Bid is submitted. ' 35. SHOP DRAWINGS - In order that the Engineer may determine conformance with information given in the Drawings and Specifications and compatibility with the design ' concept of the completed Project as a functioning whole as indicated by the Drawings and Specifications, the Contractor shall cause to be prepared and shall submit to the Engineer details of equipment and materials. ' After execution of these contract documents by the Owner and the Contractor and prior to the start of construction, the Contractor shall prepare and submit to the Engineer a shop drawing schedule which shall list each required submittal and the time for submitting. The schedule shall be acceptable to the Engineer as providing a workable arrangement for reviewing the required submittals prior to approval of the first monthly estimate for payment. ' A copy of the shop drawing schedule revised, as applicable, to specifically note each change in the schedule or noting that there are no changes from the last acceptable schedule shall be included with each monthly estimate submitted for payment. ' Failure to submit a revised shop drawing schedule will delay the Engineer's approval of any pending estimates. ' Shop Drawing Requirements for this Project are included in Standard Specification G. The Engineer's review of any shop drawing shall not release the Contractor from responsibility for deviations from the Drawings and Specifications. ' 36. CONSTRUCTION SCHEDULE - After execution of these contract documents by the Owner and the Contractor and prior to the start of construction, the Contractor shall 1 -27- prepare a construction schedule, utilizing the critical path method or the bar graph method. The schedule shall reflect operations to minimize the length of time portions of existing facilities will be out of service, and shall be submitted to and approved by the Engineer. The schedule shall be maintained monthly thereafter to indicate the actual progress and the Contractor shall so direct his operations that this schedule is faithfully equalled or exceeded to the end that the Project is completed within the time specified. A copy of the construction schedule revised to indicate actual progress shall be included with each monthly estimate submitted for payment. Failure to submit a revised construction schedule will delay the Engineer's approval of any pending estimates. The proposed Work will be performed at existing facilities which must be kept in operation 24 hours per day and 365 days per year. All activities of the Contractor shall be coordinated with the Owner and the Engineer. Prior to the start of any construction activity which would or could result in the shutdown of a water main, sewer, drain, force main, treatment basin, electrical power, etc., the Contractor shall submit to the Owner, through the Engineer, a statement outlining in detail the procedure or procedures expected to be followed, together with any necessary drawings. Requests for such shutdowns shall be made through the Engineer as far in advance as possible, but will not be considered unless a minimum of seven calendar days prior notice is given. 37. CHANGES BY OWNER - The Owner reserves the right to change the position of the Project or any of its features and appurtenances as shown on the drawings in order to avoid existing water, gas or sewer lines or other obstructions encountered in the progress of the Work, or to secure a more readily accessible position for construction. 38. LOCATION OF UTILITIES - Such information as is included in the contract documents relative to the identity and location of existing underground utility facilities is the best information presently available. Neither the Owner nor the Engineer assumes any responsibility for the accuracy of their location or that all utilities are shown. The Contractor shall verify the location of the existing utilities in the work area. Existing utilities and obstructions that will be encountered during construction shall be located and their elevations determined in advance of construction. 39. NUMBER OF CONTRACTS - It is the intention of the Owner to award a single contract for the construction of all of the Work described in these Specifications as previously specified in the Information to Bidders. 40. RIGHTS-OF-WAY AND EASEMENTS - Work under this Contract is to be performed at the Project site on property of the Owner or within public streets, highways or alleys or within specified rights-of-way or easements acquired for the purpose. The Contractor is cautioned that the activities of his agents and employees and of all equipment operators, truckers and delivery men employed by him or his Subcontractors or material suppliers must be confined to such areas. Any damages to property, streets, highways, rights-of-way or easements are the sole responsibility of the Contractor and must be promptly settled by him. -28- i L C The Contractor shall perform all required Work within the rights-of-way and easements provided. If the Contractor determines that the required Work dictates the need for additional work areas, such additional work areas shall be acquired by the Contractor at no additional cost to the Owner, and a copy of the agreement between the Contractor and the land owner provided to the Owner and to the Engineer. Same shall hold true if the Contractor performs the Work at his own preferred location and procedure. 41. BARRICADES AND LIGHTS - The Contractor shall provide, erect and maintain barricades, suitable and sufficient warning lights, and take all necessary precautions for the protection of the public. All barricades and obstructions shall be illuminated at night for the full period of reduced visibility and at least from sunset to sunrise. 42. STAKING - The Engineer will establish the location and elevation of control points on the Project. The Contractor shall give the Engineer at least five working days prior notice of the need for any surveying by the Engineer. 43. RECORD DOCUMENTS - The Contractor shall keep one record copy of all Specifications, Drawings, addenda, change orders and shop drawings at the project site in an approved location. The record documents shall be kept current, and shall be available to the Engineer for inspection at all times. Record documents shall be properly labeled, shall be kept in a clean, dry and legible condition, with the Contractor to provide files and racks for storage, and shall not be used for construction purposes. The record drawings shall be annotated by the Contractor to show all changes made during construction in accordance with the Record Drawing Requirements for this Project as included in Standard Specification G. Prior to Final Payment, the Contractor shall deliver the record drawings to the Engineer with certification that the record drawings, as submitted, show all changes made during construction as required by the contract documents. 44. CHANGE ORDER WORK - The Contractor agrees to perform change order Work without claim for additional compensation for delay. A change order will not be authorized for Work that could have been determined by a careful examination of the site conditions and the contract documents. 45. COORDINATION - The Contractor shall attend progress meetings when requested by the Owner or the Engineer. These meetings will be held once every month or as deemed necessary. The Contractor shall coordinate Work of his own employees and of his Subcontractors. 46. NO DAMAGE FOR DELAY - If the Work of the Contractor is delayed because of any acts or omissions of any other Contractor of the Owner, the Contractor shall, on that account, have no claim against the Owner or the Engineer other than for an equitable adjustment in the time required for performance of the Work. 47. CHANGES TO ACCOMMODATE MATERIALS AND EQUIPMENT TO BE PROVIDED - The Contractor shall provide materials and equipment to fit and be capable of use and/or -29- operation within the structure dimensions shown. If materials and equipment provided by the Contractor require changes in his Work, the Contractor shall make the required changes at his expense and shall be responsible for all additional expense of the Engineer incurred by the Owner to accommodate the changes. Such expense of the Engineer incurred by the Owner shall be determined using the rates for the Engineer's office and field personnel set forth in Paragraph 26 of. these General Conditions. 48. (NOT USED). 49. SILTATION AND EROSION - The Contractor shall comply with all applicable provisions of the Sedimentation Pollution Control Act of 1973, General Statutes, Chapter 113A, Article 4. The Contractor shall be responsible for incorporating conservational procedures necessary to comply with this Act in minimizing erosion and sediment pollution associated with the construction of this Project as shown and as directed by the Engineer. 50. NORTH CAROLINA SALES TAXES - All contractors are required to pay North Carolina Sales and/or Use Taxes and County Sales Taxes where applicable on all equipment and materials incorporated into the project. The Owner is qualified to receive rebate of the amount of such Sales Taxes as are paid on Materials and/or Equipment incorporated into the project. The Contractor will be required to submit a statement showing the INVOICE NO., the INVOICE DATE, the VENDOR'S NAME, the AMOUNT OF INVOICE and the SALES and/or USE TAXES PAID ON EACH INVOICE for each and every item of material or equipment incorporated into the Project. The Contractor shall be required to submit a Tax Statement each month, properly executed before a Notary and delivered in an original and two copies. The Contractor shall maintain invoices subject to audit for not less than two years from date of submission of certificate. The Contractor shall be responsible for compliance with the above by his Subcontractors. 51. HAUL ROUTES - The Contractor shall be required to obtain approval from the Owner for the use of local streets and roads as haul routes. Haul routes will be reviewed by representatives of the Owner and the Contractor to determine the condition of the streets and roads prior to construction. These same streets and roads will be reviewed after the Project is completed in order to determine the amount of restoration required of the Contractor. Haul routes will be established on the conditions that all hauling will comply with established legal load limits and that all State and local traffic laws will be obeyed. Maximum legal truck capacity shall be posted on or listed in trucks. 52. WORK IN STATE HIGHWAY RIGHT-OF-WAY - Work on the Project in State Highway right-of-way shall be subject to inspection by the North Carolina Department of Transportation at the discretion of the State. During such inspection, representatives of the North Carolina Department of Transportation shall have the same authority over Work on the Project as afforded the Owner by the Contract Documents. -30- n 1 The Contractor shall be responsible for paying all costs for such inspection, and for meeting the requirements of the North Carolina Department of Transportation for Work in State Highway right-of-way, and shall provide all required information and required notification prior to the start of such Work. The Owner and the Engineer ' shall not be responsible for any additional cost to the Contractor to comply with North Carolina Department of Transportation requirements. All State Highway regulatory signs must be maintained by the Contractor. ' 53. (NOT USED) I r. -31- 1 TO: PROJECT: SPECIFIED ITEM: Page Paragraph Description ' A. The undersigned requests consideration of the following as an "or-equal" item in accordance with Paragraph 10 of the General Conditions: APPLICATION FOR USE OF "OR-EQUAL" ITEM ' B. Change in contract price (indicate 4- or -) $ C. Attached data includes product description, specifications, drawings, photographs, references, past problems and remedies, and performance and test data adequate for ' evaluation of the request; applicable portions of the data are clearly identified. For consideration of the attached data as SHOP DRAWINGS, submittal shall be in accordance with the requirements of Paragraph G.20 of Standard Specification G. D. Signature: Firm Address ' Telephone Date Attachments ' For use by Engineer: Accepted as evidenced by affixed SHOP DRAWING REVIEW stamp. Accepted as evidenced by included CHANGE ORDER. ' Not accepted as submitted. See Remarks. Acceptance requires completion of submittal as required for SHOP DRAWINGS. Not accepted. Do not resubmit. Page 1 of 2 ("Or-Equal" Item) 1 L By Remarks Date r Page 2 of 2 ("or-Equal" Item) u n APPLICATION FOR USE OF SUBSTITUTE ITEM TO: ' PROJECT: ' SPEC IFIED ITEM: Page Paragraph Description A. The undersigned requests consideration of the following as a substitute item in ' accordance with Paragraph 10 of the General Conditions: ' B. Change in contract price (indicate + or -) $ C Attached data includes product description, specifications, drawings, photographs, ' . references, past problems and remedies, and performance and test data adequate for identified arl l h d f . y e ata are c t e evaluation of the request; applicable portions o For consideration of the attached data as SHOP DRAWINGS, submittal shall be in ' accordance with the requirements of Paragraph G.20 of Standard Specification G. D. Attached data also includes a description of changes to the contract documents that ' the proposed substitution will require for its proper installation. The undersigned certifies that the following paragraphs, unless modified by attachments, are correct: s n Drawin n h i i g . ow o ons s mens 1. The proposed substitution does not affect d 2. The undersigned will pay for changes to the building design, including ' engineering design, detailing, and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other contractors, the construction schedule, or specified warranty requirements. (If proposed substitution affects construction schedule, indicate below using + or -.) DAYS CONSECUTIVE CALENDAR 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item; and agrees 1) to reimburse the Owner for the charges of the Engineer for evaluating this proposed substitute item, and 2) to the requirements set forth in Paragraph 49 of ' the General Conditions. Page 1 of. 2 (Substitute Item) E. Signature: Firm Address Telephone _ Attachments Date For use by Engineer: Accepted as evidenced by affixed SHOP DRAWING REVIEW stamp. Accepted as evidenced by included CHANGE ORDER. Not accepted as submitted. See Remarks. Acceptance requires completion of submittal as required for SHOP DRAWINGS. Not accepted. Do not resubmit. By Date Remarks Page 2 of 2 (Substitute Item) State of North Carolina, County of AFFIDAVIT OF CONTRACTOR SS: Affiant is the (1) (Affiant), being first duly sworn, says that: of (2) the Contractor having a contract with (3) the Owner, for (4) SUBCONTRACTORS Affiant further says that all bills for material and labor included in preceding estimates have been paid in full, that all bills for material and labor included in Estimate No. dated , 19 _, have been or will be paid from the proceeds thereof, and that the following shows the names and addresses of every subcontractor in the employ of said (2) b' L V L11 Ll1C i31l1UU11L., 11 killy, W1111:11 L, UUU, UL LU UCl:U111C UUC LU l.l1C111, Ur ally UL them, for work done or machinery, material or fuel furnished to date hereof under said contracts; all of the foregoing pursuant to the terms of the General Conditions of the contract documents. NAME ADDRESS TRADE Page 1 of 3 (Affidavit of Contractor) AMOUNT DUE OR TO BECOME DUE TO DATE HEREOF MATERIALMEN Said affiant further says that all bills for machinery, material or fuel included in preceding estimates have been paid in full, that all bills for machinery, material or fuel included in Estimate No. dated , 19 _, have been or will be paid from the proceeds thereof, and that the following shows the names and addresses of every person furnishing machinery, material or fuel to (2) giving the amount, if any, which is due, or to become due to them, or any of them, for machinery, material or fuel furnished to date hereof under said contracts; all of the foregoing pursuant to the terms of the General Conditions of the contract documents. AMOUNT DUE KIND OF MACHINERY, OR TO BECOME DUE NAME ADDRESS MATERIAL OR FUEL TO DATE HEREOF Page 2 of 3 (Affidavit of Contractor) LABOR Said affiant further says that the following shows the names and addresses of every unpaid laborer in the employ of (2) furnishing labor under said contract, giving the amount, if any, which is due for labor done to date hereof: NAME ADDRESS AMOUNT DUE OR TO BECOME DUE HOURS TO DATE HEREOF Affiant says that the amounts due or to become due to said subcontractors, materialmen and laborers for work done or machinery, material or fuel furnished, to date hereof to (2) is fully and correctly set forth opposite their names, respectively, in the aforesaid statements. Affiant says that (2) has not employed or purchased or procured machinery, material or fuel from, or subcontracted with any person, firm or corporation, other that those above mentioned, and owes for no labor performed or machinery, material or fuel furnished, under said contracts, other then above set forth. AFFIANT SWORN TO before me and subscribed in my presence this day of , 19 NOTARY PUBLIC Note: (1) Sec'y., Treas., one of firm, or agent, as case may be. (2) Name and Address of Contractor (3) Name and Address of Owner (4) Project title per contract documents Page 3 of 3 (Affidavit of Contractor) State of North Carolina County of AFFIDAVIT FOR FINAL PAYMENT SS: We, Contractor on hereby certify that all bills for material and labor, including subcontractors, incurred in connection with the above mentioned project, have been fully paid and that there are no taxes due or owing to the State of North Carolina or any political subdivision thereof. We also certify that no liens have been filed against or notice of such action received by our company or our subcontractors. CONTRACTOR By By SWORN TO before me and subscribed in my presence this , 19_. NOTARY PUBLIC Page 1 of 1 (Affidavit for Final Payment) day. of CERTIFICATE OF SUBSTANTIAL COMPLETION + w r r w• r+ w w w a w w w•• w w a w w• w• a w+ a• r+ a w• w w w• w w w w w w w w w r PROJECT (Title per Contract Documents) DATE OF ISSUANCE « « « « a « r « « « « « a w • • « « « « « w « « w « « « « « « + + « « « « r « « r w « r w « « w « OWNER OWNER'S CONTRACT NO. (if applicable) CONTRACTOR ENGINEER Finkbeiner Pettis & Strout Limited « r w« w«« r w w«« w«« w w«+« w w« w w w w w« w w w« w« w w« w w w•+ w w a a a w This Certificate of Substantial Completion applies to all Work under the contract documents or to the following specified parts thereof: To OWNER And To CONTRACTOR w w w w w w« w+• w w«• w a a w w« a r w w w« a««« w w a«««« w a a w a r«+ w w w w The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the contract documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibiltiy of Contractor to complete all the Work in accordance with the contract documents. The items in the tentative list shall be completed or corrected by Contractor within days of the above date of Substantial Completion. Page 1 of 2 (Certificate of Substantial Completionl From the date of Substantial Completion the responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: RESPONSIBILITIES: CONTRACTOR: M N M N N N N M M M N N N N N N N N N N N N N w N N N N N N N N N w N N M N w N M N M N M N N N w The following documents are attached to and made a part of this Certificate: (For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by contract documents.) N N M N N N N N N N N N N N N N M N M N N N N N N N N N N N N k M N N M N N N N N N N N N N N N N This certificate does not constitute an acceptance of Work not in accordance with the contract documents nor is it a release of Contractor's obligation to complete the Work in accordance with the contract documents. N N N N N N N N N N N N N N N M N N N N N M N N N N N N N N N N N N• •F N N N N• M M N N N N N N Executed by Engineer on • 19 Finkbeiner Pettis & Strout, Limited ENGINEER By: (Authorized Signature) Contractor accepts this Certificate of Substantial Completion on ,19 CONTRACTOR By: (Authorized Signature) Owner accepts this Certificate of Substantial Completion on • 19 OWNER By: (Authorized Signature) C: Page 2 of 2 (Certificate of substantial Completion) NOTICE OF ACCEPTABILITY OF WORK (To Accompany Final Payment Request) PROJECT (Title Per Contract Documents) OWNER OWNER'S CONTRACT NO. (if applicable) CONTRACTOR CONSTRUCTION CONTRACT DATE ENGINEER Finkbeiner, Pettis & Strout, Limited To And To OWNER CONTRACTOR The undersigned hereby gives notice to the above Owner and Contractor that the completed Work furnished and performed by Contractor under the above Contract is acceptable expressly subject to the provisions of the. above Contract and the terms and conditions set forth on the reverse side hereof. (Authorized Signature) Finkbeiner, Pettis & Strout, Limited One Centerview Drive Greensboro, North Carolina 27407 Dated: ,19 Page 1 of 2 (Notice of Acceptability of Work) (Reverse side of Notice) CONDITIONS OF NOTICE OF ACCEPTABILITY OF WORK The Notice on the front side of this paper is expressly made subject to the following terms and conditions to which all persons who receive said Notice and rely thereon agree: 1. Said Notice is given with the skill and care ordinarily used by members of the Engineering profession practicing under similar conditions at the same time and in the same locality. 2. Said Notice reflects and is an expression of the professional judgement of Engineer. 3. Said Notice is given as to the best of Engineer's knowledge, information and belief. 4. Said Notice is based entirely on and expressly limited by the scope of services Engineer has been employed by Owner to perform or furnish during construction of the Project (including observation of the Work) under Engineer's Agreement with Owner and under the Contract referenced on the reverse hereof, and applies only to facts that are within Engineer's knowledge or could reasonably have been ascertained by Engineer as a result of carrying out the responsibilities specifically assigned to Engineer under Engineer's Agreement with Owner and the Contract referenced on the reverse hereof. 5. Said Notice is not a guarantee or warranty of Contractor's performance under the above- referenced Contract referenced on the reverse hereof nor an assumption of responsibility for any failure of Contractor to furnish and perform the Work thereunder in accordance with the contract documents. Page 2 of 2 (Notice of Acceptability of Work) 1 P11 G. GENERAL WORK AND REQUIREMENTS G.1. SCOPE - The Contractor shall furnish all labor, materials, tools and equipment necessary to complete all General Work and Requirements as herein specified and shown on the accompanying drawings. Included are the following: a) Mobilization b) Temporary Utilities and Facilities c) Temporary Environmental Controls d) Monuments e) Removal and Repair of Trees f) Maintaining Traffic g) Maintenance of Flow and Drainage h) Maintenance of Trenches and Excavations i) Removal of Excavated Material and Storage of Materials k) Progress 1) Replacements m) Seeding n) Testing for Compaction in Trenches o) Cleanup p) Shop Drawing Requirements q) Record Drawing Requirements The requirements herein shall in no way relieve the Contractor of his legal responsibilities or liabilities for the safety of the public or the work. G.2. MOBILIZATION - Mobilization shall be in accordance with Section $00 of the latest North Carolina Department of Transportation (NCDOT) "Standard Specifications for Roads and Structures". G.3. (NOT USED) G.4. (NOT USED) ' G.5. TEMPORARY UTILITIES AND FACILITIES - The Contractor shall arrange for and pay for all temporary utilities required for construction and for his facilities on the Project site, which shall include the Engineer's office. G.6. TEMPORARY ENVIRONMENTAL CONTROLS - The Contractor shall provide and maintain methods, equipment, and temporary construction as necessary to provide controls over environmental conditions along the route of construction and related areas under the Contractor's control, and remove physical evidence of such temporary controls upon completion of work. All such temporary controls shall be in accordance with applicable Federal, State and local laws, rules and regulations governing noise, dust, water, pollution and erosion control, and the requirements of these contract documents. In the event of conflict between the requirements of these contract documents and Federal, State and local laws, rules and regulations, the more restrictive shall apply. G-1 Temporary environmental controls, as applicable to soil erosion and sediment control, shall be in accordance with the rules and regulations set forth in the latest edition of the North Carolina Administrative Code, Title 15, Chapter 4, Sedimentation Control. The Contractor shall prepare a schedule for the implementation of erosion and sedimentation control measures. Implementation of such measures shall include, but is not limited to, the following: a) Plan buffer zone erosion control measures in advance. b) Install preliminary control in advance or concurrent with clearing and grubbing. c) Prohibit pumping of ditches directly into any stream or lake. Provide settling basins. d) Require excavated materials to be piled uphill from ditch - NOT on stream side of ditch. e) Protect backfill material against accelerated erosion. f) Tamp, seed and mulch as rapidly as possible after backfilling. g) Maintain buffer zone protection until area is stabilized. Temporary environmental controls shall be at the expense of the Contractor except for certain erosion and sedimentation control measures for which payment will be made under an Item subsequently specified and at the appropriate unit prices included in the contract. Work and materials not included in these specifications shall be in accordance with the requirements of all applicable NCDOT Sections as approved by the Engineer. For this Project, particular attention shall be given to dust and dirt control in the streets, sidewalks and drives within the limits of the Project and any haul roads leading to or away from the Project that are used by the Contractor, his subcontractors and his material suppliers. The following methods of control shall be used: a) The streets and haul roads shall be swept by an automatic self- contained mechanical sweeper with integral water spray and vacuum equipment. b) All excessive dirt that gets on the pavement shall be removed by means of hand shoveling or appropriate mechanical equipment and the area swept as in method a) above. c) Sidewalks and driveways shall be cleaned by means of shovels and hand brooms or approved mechanical equipment. G-2 ' The Contractor shall comply with the, above requirements on a daily basis. If the Contractor fails to perform the above work in a satisfactory manner, all work, except cleanup operations will be stopped immediately until the Contractor ' has complied with the above requirements to the satisfaction of the Owner and the Engineer. ' G.7. MONUMENTS - The Contractor shall, prior to actual construction, erect protective barricades around all visible survey monuments that are in or adjacent to the construction area and as noted on the Drawings. Any other monument or property corner stake, pin or marker discovered or uncovered during progress of the work shall be protected from damage or loss and the Engineer shall be notified in writing as to the exact location. ' Any survey monument, property corner, right-of-way or other marker damaged or destroyed by the Contractor's forces shall be replaced by a licensed surveyor, employed by and at the expense of the Contractor. The Contractor shall provide the Owner and the Engineer certification by the surveyor as to the replacement of the marker. G.8. REMOVAL AND REPAIR OF TREES - Trees and bushes which are in the immediate vicinity of the route of construction and the complete destruction'of which cannot be prevented, despite extreme care on the part of the Contractor, shall be removed and disposed of by the Contractor, if not previously removed by the Owner. The Engineer shall be consulted and his permission shall be obtained prior to the removal of any tree or bush not labeled to be removed. The Contractor shall consult the Engineer well in advance of pipe laying concerning ' such removals. Trees to be removed shall be felled so as not to injure trees to remain. Removal shall include the removal of stumps and roots to a minimum of 12 inches below grade. ' Other trees, tree limbs and bushes that are so located that equipment of the Contractor will damage same during construction shall be carefully trimmed and shaped by workmen skilled in tree trimming. All limbs and branches shall be flush cut. Trees and bushes, other than those whose removal is approved by the Engineer, which are destroyed or damaged to the extent that their continued life is impaired shall be replaced by the Contractor at his expense and to the satisfaction of the Owner. Prior to Final Payment, the Contractor shall employ a competent arborist to inspect all trees and shrubs along the line of the work and to properly trim, prune, repair and protect any that have been damaged, and to designate those which have been so damaged as to require replacement. G.9. MAINTAINING TRAFFI C - The Contractor shall so conduct his work that ' inconvenience to residents, bus inesses and the traveling public is minimized. At least limited traffic shall be permitted, except for those periods when, because of actual construction, curing of concrete, etc., travel is impossible, or when travel by the public is too hazardous. At least one half of the pavement width shall be left in passable condition when pipes are b eing installed across streets or highways. G-3 Prior to the start of construction the- Contractor shall meet with and obtain the permission of the Owner for the closing of any street to traffic or for modifying traffic flow on any street and to establish requirements for signing, flashers, flagmen, etc. Maintaining and protecting vehicular and pedestrian traffic and work area protection and work area lighting both within and outside the work limits shall be the responsibility of the Contractor involved, and shall be in accordance with NCDOT Section 150. During construction, subsequent notice of the closure of any street to traffic or of the modification of traffic flow on any street shall be given to the Owner 24 hours prior to same, with requirements for signing, flashers, flagmen, etc. as earlier agreed upon by the Owner and the Contractor. G.10. MAINTENANCE OF FLOW AND DRAINAGE - During construction, where existing sewers are encountered and are interfered with, flow shall be maintained in the existing sewers. Sewage or other liquid must be handled by the Contractor either by connection into other sewers, with the approval of the Engineer; by providing temporary conduit to maintain flow through the trench or other excavation; or by temporarily pumping to a satisfactory outlet; and shall not be pumped, bailed or flumed over the street or ground surface. Existing field tile drains shall be free to drain at all times. The Contractor shall be responsible for maintaining drainage in new and existing structures as required to protect his work, and shall be responsible for maintaining drainage on the Project site where his construction operations alter the existing conditions. G.11. MAINTENANCE OF TRENCHES AND EXCAVATIONS - At all times during the progress of the work and until release of the Contractor from his guarantee by the Owner, the Contractor shall maintain the backfilled trenches and other excavations. In particular, those trenches or excavations which are within 15 feet of the edge of pavements or the edge of traveled roadways shall be kept filled up to the same level as the adjacent undisturbed ground. Any settlement which occurs during this period shall be immediately filled in to prevent the possibility of accidents. G.12. REMOVAL OF EXCAVATED MATERIAL AND STORAGE OF MATERIALS - All excess excavated material which has been stockpiled at the work site, and which will not be used for backfill or other fill purposes, must be removed from the project area within 48 hours. In all cases, stockpiles of all excavated material and all construction materials shall be of limited size and shall be neatly maintained in such a manner that they will not block existing drainage or be hazardous to pedestrian or vehicular traffic in any way. The limitation relative to the stockpiling of all excavated material and all construction materials shall be controlled by the Owner and the Engineer. In the event the Contractor fails to remove excess excavated material as required above, or fails to satisfactorily modify his operations relative to the stockpiling of excavated or construction materials upon order of the Owner or the Engineer, all work except cleanup operations will be stopped, and remain stopped, until the order of the Owner or the Engineer has been complied with. G-4 1 ' The removal and disposal of surplus excavated material shall be the responsibility of the Contractor. The Owner shall be provided with any surplus material desired, but the Contractor shall not be required to haul such material for a greater distance than would be required to otherwise dispose of the material. ' Silt barriers shall be placed around long term stockpiles of soil (unless temporary seeding is used) as well as along the down slope, or drainage course, and portions of staging sites. Also, excavated materials and stored materials shall not be placed next to or against trees. ' G.13. PROGRESS - The Contractor shall be required to complete backfilling operations and general cleanup within a reasonable distance of trenching and pipe laying operations, and other excavations. The specific limitations of this paragraph shall be at the discretion of the Owner and the Engineer, but the general intent is to require the Contractor to minimize the inconvenience to ' nearby residents or businesses. The Owner and the Engineer shall be permitted to require the Contractor to cease trenching and pipe laying operations at such time as he feels that backfilling and cleanup have not progressed satisfactorily. At no time shall the exposed trench length exceed 100 feet. G.14. SNOT USED) G.15. REPLACEMENTS -Where any pavements, driveways, parking areas, curbs, gutters, berm stone, sidewalks, water lines, gas lines, sewers, catch basins, ' headwalls, drains, field tile, conduit pipes, cables, fences or other existing facilities are removed or otherwise disturbed in carrying out this Contract, they shall be replaced in as good a condition as found at the expense of the Contractor and to the approval of the Owner. Any such material broken or ' disturbed to such an extent as to require replacement shall be replaced with new material at the expense of the Contractor. ' Exception to the above shall be made in the case of work and materials for which payment will be made under Items subsequently specified and at the appropriate unit prices included in the Contract. ' Work and materials shall be in accordance with all applicable requirements of these Contract Documents and, where not included herein, the requirements of all applicable NCDOT Items as approved by the Engineer. In any event, the Contractor shall be liable for any damage to public or private property caused by movement of equipment or by other operations and he ' shall repair or replace, to the condition existent prior to his operations, any public or private property damaged by his operations. G.16. SEEDING - The Contractor shall seed all lawns and all other earth areas disturbed in the performance of his work. The Contractor shall take special care to insure that backfilling over trenches and other excavations is well compacted prior to seeding. If settlement occurs after the seeding is ' completed and during the duration of the term of the Contract, the Contractor I G-5 shall fill the settled areas with approved topsoil, refertilize and reseed the areas as herein specified. Lawn areas shall be as determined by the Owner and ' the Engineer. In all lawn areas to be seeded, a 4 inch layer of loose, friable, loamy topsoil shall be provided. Topsoil shall be free of refuse or any foreign ' materials, and shall contain not less than five percent nor more than twenty percent organic matter. Topsoil shall be denuded of all burnable materials prior to stripping and shall be free of subsoil. The surface of the topsoil and all , other areas to be seeded shall then be raked, rolled and graded smooth with adjoining areas. All wheel marks or other evidence of damage shall be similarly carefully prepared for seeding. ' After the topsoil has been applied and leveled as above specified, all areas to be seeded shall be given an application of an approved commercial fertilizer. Immediately prior to seeding, the area shall be raked sufficiently , to thoroughly mix the fertilizer with the topsoil. The kinds of seed and fertilizer, and the rates of application of seed, ' fertilizer, and limestone, shall be as stated below. During periods of overlapping dates, the kinds of seed to be used shall be as determined by the Owner or Engineer. ' All rates are in pounds per acre. August 1 - June 1 May 1 - September 1 ' 120# Ky. 31 Tall Fescue 70# Ky. 31 Tall Fescue or Altan Tall Fescue or Altan Tall Fescue 500# Fertilizer SO?k Kobe or Korean Lespedeza ' 4000# Limestone 500# Fertilizer 4000# Limestone Between July 15 and August 31 add 35# millet. ' Between November 1 and January 31 add 25# rye. On fill slopes 2:1 or steeper add 25# rye grain August 1 - June 1. On cut and fill slopes 2:1 or steeper add 30# Sericea Lespedeza January ' 1 - December 31. Fertilizer shall be 10-20-20 analysis. Upon written approval of the Owner ' or Engineer, a different analysis of fertilizer may be used provided the 1-2-2 ratio is maintained and the rate of application adjusted to provide the same amount of plant food as 10-20-20 analysis. ' If certain disturbed lawns are of better quality than the specified seed will produce, the Contractor shall furnish approved seed for these specific lawns that will produce a lawn of equal quality. The extra cost for the better quality ' seed shall be the actual invoice price differential between the seeds. Seed shall be 98% pure, with 85% germination, and shall contain no noxious weeds. , Only unmixed seeds shall be purchased unless certified as to quality and mixture. All mixing shall be done at the project site, from the original ' packages, in the presence of a representative of the Owner or the Engineer. G-6 ' n ' The specified seed shall be uniformly sown, by means of mechanical distributors, or hydraulically. No seeding shall be done during windy weather or when the ground is frozen, muddy or otherwise non-tillable. After seeding, the ground shall be raked so as to cover the seed to a depth of approximately 1/4 inch and the area mulched. ' Areas having a slope of less than 3:1 shall be mulched with grain straw at the rate of 1-1/2 to 2 tons per acre, or other approved material. Mulching material shall be applied and held in place in accordance with NCDOT Section 880- 6. ' Areas having a slope of 3:1 or greater (steeper) shall be mulched with straw and anchored with netting for erosion control. The net shall be white polypropylene plastic which will break down within the first growing season after placement. The net shall have a mesh not larger than 1-1/2" x 2" nor smaller than 7/8" x 1", and shall be furnished in widths not less than 35 inches. Devices used to hold the net in place shall be approved by the Engineer. If permitted, steel staples or pins shal be at least 6 inches long and shall be made from No. 11 wire. In the event any mulching material is displaced, it shall be replaced, but only after the seeding, and other work preceding the mulching, damaged because of the displacement of the mulching material, has been acceptably repaired. ' The Contractor shall properly protect and care for all lawn areas until the grass is a well established dense uniform growth at least 4 inches high. At that time, all excess mulch shall be removed from the seeded areas, and then the grass shall be mowed. The Contractor shall be responsible for the grass for two weeks after this mowing. If the grass shows a good growth and a dense stand at this time, the Contractor's obligations shall have been fulfilled except for the repair of future settlement. For all seeded areas, any spots that do not show a prompt "catch" shall be reseeded at intervals of 21 days, which shall continue until a good growth is established over the entire seeded area. The kinds of seed shall be the same as previously specified, and the rate of application may vary from 25# to 75# per acre. The actual rate per acre will be determined by the Owner or Engineer prior ' to the time of topdressing and the Contractor will be notified in writing of the rate per acre, total quantity needed, and areas on which to apply the supplemental seed. Minimum tillage equipment shall be used for incorporating seed into the soil so as to prevent disturbance of existing vegetation. Areas damaged due to acts of neglect by residents or vandalism shall be resown only at the request of and at the expense of the Owner. G.17. TESTING FOR COMPACTION IN TRENCHES - For compacted earth and granular backfill in trenches, the Owner may employ a testing laboratory to make tests on the site and will pay all costs for the first set of tests performed per lift. If compaction fails to meet that which is specified, all succeeding tests for that lift shall be at the expense of the Contractor. I r] G-7 G.18. CLEANUP - At the conclusion of all work, the Contractor shall , cleanup all rubbish and foreign materials and leave all areas of work in a first class condition, ready for use. G.19. (NOT USED) G.20. SHOP DRAWING REQUIREMENTS - For the shop drawings required by Paragraph 35 of the General Conditions, all shop drawings shall be checked, approved and certified by the Contractor as being in conformance with the requirements of the Drawings and Specifications by initialing, dating and indicating each item number before being forwarded to the Engineer. Sufficient shop drawings shall be submitted to provide for the retaining by the Engineer of four copies. Drawings will be reviewed and returned by the Engineer with appropriate comments. Neither fabrication, shipment nor installation shall begin until such drawings have been returned (with review stamp affixed) by the Engineer. If the 'Coritractor installs any piping or material prior to the returning of the shop drawings (with review stamp affixed) by the Engineer, the Contractor will be required to remove all or any part of the items which are not satisfactory. For this Project, as a minimum, shop drawings are required for those items as indicated in the Equipment and Material Checklist included at the end of this Standard Specification G (page CL-1). Shop drawings for additional items shall be furnished when deemed necessary as determined by the Engineer. When submitting shop drawings to the Engineer, the quantity of drawings submitted and the descriptions of the items for which the shop drawings are being submitted shall be indicated on the Contractor's transmittal. Shop drawing submittals in the form of blueprints, such as piping layouts, manholes, steps, frames and covers, and erosion control materials, etc., at the Contractor's option, may include two copies - one blueprint and one sepia. The sepia will be returned with the Engineer's comments noted. The use of sepias will eliminate errors in transferring comments from copy to copy and is encouraged whenever possible. G.21. RECORD DRAWING REQUIREMENTS - For the record drawings required by Paragraph 45 of the General Conditions, the annotating of drawings for changes made during construction shall include those as indicated in the Record Drawings Contents List included at the end of this Standard Specification G (pages RD-1). The required certification shall be by an Affidavit for Record Drawings as similarly included (page RD-2). G.22. (NOT USED) G.23. (NOT USED) G.24. (NOT USED) G-8 I u ' G.25. PAYMENT - The cost of General Work and Requirements, except for work and materials for which payment will be made under Items subsequently specified and at the appropriate unit prices included in the Contract, shall be ' included in the price bid for the various items on the Project. G-9 RECORD DRAWINGS CONTENTS LIST The following is a list of items to use when compiling record drawings. A general rule to follow when compiling record drawings is that any important deviations from original plans made during construction shall be noted on record drawings. I. TITLE SHEET A. Prime Contractor - Name and Address 1. Any Major Sub-Contractors - Name and Address B. Resident Project Representative C. Buried or concealed materials used on project D. For all valves, indicate the number of turns to open and indicate direction to open (clockwise or counter-clockwise). E. A bold note to indicate that the set of plans are "Record Drawings". II. SEWER CONSTRUCTION A. Show distance between manholes. (Center to center of M.H. lids to the nearest foot). B. Show correct elevations for inverts and manhole tops (inverts to the nearest hundredth and tops to the nearest tenth). C. Show correct stationing for manholes. D. Show correct horizontal location dimension for sewers. E. Show references for all service connections by stationing. F. Show correct beginning and ending stationing and type of encasement pipes. Note type of annular space fill material used. III. DETAIL SHEETS A. Any details not used or not applicable shall be so noted. Example - If 3 alternates for pavement are on detail sheet, the two not used shall be so noted. (Box and cross out unused details). IV. ALL CONSTRUCTION A. Denote any area where any existing utility was repaired, replaced or relocated. Show correct location if plan location was incorrect. B. Note and accurately locate all existing underground utilities encountered during construction, whether shown on the drawings or not. RD-1 AFFIDAVIT FOR RECORD DRAWINGS (Contractor) , the Contractor on (Job Title from plan cover sheet including reference to applicable sections) , hereby certifies that the enclosed Record Drawings show all changes made during construction, as specified on page _,, paragraph of the General Conditions in the Contract Documents. By Sworn to and subscribed before me this day of 19 NOTARY PUBLIC RD-2 EQUIPMENT AND MATERIAL CHECKLIST ITEM NO. EQUIPMENT OR MATERIAL SHOP DRAWINGS REQUFiED MFR'S SERVICES REQUIRED SPARE PARTS REQUIRED O&M MANUAL REQUNED C.4/3.9 Corxxete Mix Design X C.12.5 Sealer x 2.3. Manholes x 2.3. Steps x 2.4. Frames and Covers x 5.3. Silt Fence x 5.7. Ditch Stabilization Material X " For Items marked "LIST", a typed list of equipment, manufacturer and catalog number Is acceptable. CL-1 ' C. CONCRETE AND CONCRETE WORK C.1. SCOPE - Concrete and concrete work shall include the furnishing of ' all labor, materials, formwork, reinforcing, tools and equipment required to construct, place and finish all cast-in-place concrete work for a complete and functioning installation in accordance with the Contract Documents. ' C.2. REFERENCE DRAWINGS - The Contractor shall consult all drawings of the Contract Documents for items (openings, sleeves, inserts, anchorages, etc.) to be embedded in the concrete work. C.3. REFERENCE SPECIFICATION - The American Concrete Institute's Standard Specifications for Structural Concrete for Buildings ACI 301-84 is hereby made ' part of this item as amended below, unless otherwise noted on the drawings or specified herein. The Contractor shall familiarize himself with, and his work shall be guided by, ACI 301-84 and the Supplemental Requirements as listed below. All ASTM and ACI Standards and Recommended Practices as referenced in ACI 301:84 are also hereby made a part of these specifications. C.4. SUPPLEMENTAL REQUIREMENTS - The Supplemental Requirements listed below are to be used in conjunction with ACI 301-84. Their numbering refers to the Chapter and Paragraph Number of ACI 301-84 and is intended to explain or modify the requirements therein. 2.1.2 Unless otherwise permitted or required, cement shall be Type I or Type II, ASTM C150-85; or Type IP, ASTM C595-85 except that the ' pozzolan content shall not exceed 25% by weight and the pozzolan shall meet the chemical requirements of ASTM C618-85 Class F with loss on ignition not exceeding 6%. ' 3.2. There shall be two classes of concrete indicated in these drawings. Structural concrete shall be Class I. Concrete for fillets and fills and mud mats shall be Class II. Class I concrete shall have a 4000 psi minimum 28 day compressive ' strength. Class II concrete shall have a 2500 psi minimum 28 day compressive strength, except concrete for mud mats shall have a 1,000 psi minimum compressive strength. Grout used as a filler, for leveling or to start wall lifts shall be of similar proportions to the mortar in the concrete and shall ' be approved by the Engineer. 3.4 Class I concrete which will be subject to freezing and thawing shall be air-entrained in accordance with Table 3.4.1 of ACI 301- 84. 3.5 Unless otherwise permitted or specified, Class I concrete shall be ' proportioned, produced and placed with a slump of 4 inches or less. Class II concrete shall be proportioned, produced and placed with a slump of 6 inches or less. The slump shall be determined by the "Test for Slump of Portland Cement Concrete" (ASTM C143- ' 78). C-1 3.7.1 Prohibited Admixtures: Calcium chloride, thiocyanates or , admixtures containing more than 0.05% chloride ions are not permitted. 3.9 Use 3.9.1 (prior field test data) for developing mixture , proportions. The Contractor shall furnish for the Engineer's approval all records to show that his Concrete Supplier is in compliance with all provisions of 3.9.1. If the Concrete Supplier ' is unable to furnish all records to comply with 3.9.1, 3.9.3.3 (trial mixes) shall be used for determining mixture proportions. The Contractor shall furnish for the Engineer's approval mix ' proportions prepared by a Testing Laboratory approved by the Engineer. 4.1.3 Earth cuts as forms for vertical surfaces will be permitted, when , neat and clean, for footings and foundations, subject to Engineer's approval. 4.2.1 Dimensions and details of equipment foundations shall be supplied by the equipment manufacturer and approved by the Engineer. h ' 4.2.4 e Chamfer size shall be 3/4 inch unless otherwise noted on t drawings. All edges shall be chamfered. 4.4.2.1 In areas which are permanently exposed to view, a nonstaining form coat agent shall be used on the surfaces. The Contractor shall submit the name of the material proposed to be used with sufficient supportive documentation to the Engineer for approval. , 5.1.2 Special attention shall be paid to the following areas and reinforcement allowed as specified if not indicated on the drawings: ' a) Corners - Provide corner bars matching wall horizontal bars at the outside face of all corners. Corners shall have a ' minimum of #4 bars at 12 inches center to center in the outside face extending 2 feet in each direction from the corner. b) Slabs - Slabs shall have a minimum of #4 bars at 12 inches center to center, each way, placed in the bottom of the slab. ' c) Walls - Walls less than 10 inches thick shall have a minimum of one face of #4 bars at 12 inches center to center, horizontal and vertical. All other walls shall have two , faces of #4 bars at 12 inches center to center, horizontal and vertical. i i h d ' d) raw ngs. se on t e Lap all bars 36 dia. unless noted otherw 5.2.2.1 Reinforcing bars shall be deformed bars conforming to ASTM A615-82 or A616-82, all Grade 60 unless otherwise noted. ' C-2 I I5.2.5 Welded wire fabric shall be fabricated using plain wire and shall conform to ASTM A185-79. 5.5.1.1 Minimum concrete protective covering for reinforcement in concrete ' deposited on mud mat shall be 1-1/2 inches. 5.5.1.3 Minimum concrete protective covering for reinforcement at building ' interior surfaces not in contact with liquid shall be as follows: 1-1/2 inches for beams, girders, and columns; 1 inch for slabs and walls. ' 5.5.3 On mud mat, metal or other approved bar chairs or precast concrete blocks not less than 4 inches square and having a compressive strength equal to the specified compressive strength of the ' concrete being placed shall be used. Accessories within 1/2 inch of a concrete surface exposed to the ' weather shall be stainless steel or stainless steel protected. 6.5 Anchor bolts for equipment shall be furnished under the appropriate equipment items and shall be placed herewith in ' accordance with certified shop drawings furnished by the equipment manufacturer and approved by the Engineer. ' 8.6 Concreting under water will not be permitted except when so authorized in writing by the Engineer. 9.2 Repair of defective areas may be done by using manufactured non- shrink cementitious materials specifically formulated for patching concrete in conjunction with a compatible bonding material. The complete alternate repair procedure along with a list of all t materials to. be used must be submitted to and approved by the Engineer before any repair work is started. ' No patching shall be started until the preparation of the defective areas has been approved by the Engineer. 9.3 Tie holes shall be thoroughly and liberally coated with a bonding agent and then thoroughly filled with a non-shrink patching mortar using a plunger type or other mechanical injecting device to force ' mortar through holes passing through walls. 10.1 All concrete surfaces not permanently exposed to view and not in ' contact with flowing liquid shall have a rough form finish. All concrete surfaces not permanently exposed to view and in contact with flowing liquid shall have a smooth form finish. All concrete surfaces permanently exposed to view shall have a smooth rubbed finish or a grout cleaned finish as described in section 10.3 of ACI 301-84. ' C-3 11.1 Floors containing sumps, gutters or floor drains shall be sloped ' positively to these outlets. 11.2 Mud mats of 3 inch minimum thickness shall be required under all footings and foundation slabs. , 11 7 Where concrete surfaces will be exposed to freezing and thawing, . extreme care shall be taken not to destroy the entrained air in ' the surface of the concrete. 12.3.1 When the mean daily outdoor temperature is less than 40°F, the Contractor shall, not less than 24 hours prior to placement, ' submit to the Engineer for review arrangements for heating, covering, insulating or housing the concrete work. , 12.3.2 When the rate of evaporation of surface moisture from concrete as estimated from Figure 2.1.4 of ACI 305-77 (1982), "Recommended Practice for Hot Weather Concreting", exceeds 0.15 lb/sq ft/hr, ' the measures of this paragraph shall be put into practice. As a supplement to or in lieu of certain of these measures, a monomolecular film, such as Master Builders "Confilm", Euclid Chemical "Eucobar", or equal, shall be used to help prevent rapid , drying of fresh concrete and as a finishing aid. 12.5 Sealing - The Contractor shall make two applications three days ' apart of a clear, penetrating liquid sodium silicate sealer to concrete surfaces exposed to freezing and thawing and not coated with waterproofing. These surfaces shall be saturated thoroughly with the sealer at each application and rinsed off with water every 24 hours for two days after each application to wash away the excess alkali and foreign matter which has migrated to the surface and to aid in the absorption of the sealer. Sealer shall be stored, handled and applied in strict accordance with the manufacturer's recommendations. Sodium silicate sealer shall be Maso Products, Inc. "Maso-Seal"; Geo. P. Reintjes Co. ' "Sealcrete"; Sinak Dynamic Solutions Sinak Concrete Sealer No. 102"; The Evercrete Corp. "Evercrete"; Euclid Chemical Co. "Eucosoil"; or equal. ' The Contractor shall submit the name of the material proposed to be used with sufficient supportive documentation to the Engineer for approval. ' C.S. PAYMENT - The cost of Concrete and Concrete Work and appurtenances shall be included in the price bid for the various items on the Project. ' However, if at the written direction of the Engineer the Contractor is required to provide Concrete and Concrete Work in addition to that shown or specified, he shall be paid for such additional work at the unit prices included in his ' Contract, or if not included, at a price mutually agreed upon by the Owner and the Contractor. C-4 ' L 1. PIPE SEWERS 1. 1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 1.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . . 1 1.3. PIPE AND FITTINGS . . . . . . . . . . . . . . . . . . . . . . . . . 1 A. Requirements . . . . . . . . . . . . . . . . . . . . . . . 1 B. PVC Plastic Pipe and Fittings . . . . . . . . . . . . . . . . 2 C. Concrete Pipe and Fittings . . . . . . . . . . . . . . . . . 3 D. Ductile Iron Pipe . . . . . . . . . . . . . . . . . . . . . . 4 1.4. TRENCHES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 1.5. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . 5 1.6. TRENCH PROTECTION . . . . . . . . . . . . . . . . . . . . . . . . . 7 1.7. PIPE EMBEDMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 7 1.8. PIPE LAYING . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 1.9. BACKFILLING . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 1.10. SERVICE CONNECTIONS . . . . . . . . . . . . . . . . . . . . . . . . 11 1.11. CONNECTIONS TO STRUCTURES AND PIPES . . . . . . . . . . . . . . . . 11 1.12. TESTING FOR DEFLECTION . . . . . . . . . . . . . . . . . . . . . . 12 1.13. TESTING FOR LEAKAGE . . . . . . . . . . . . . . . . . . . . . . . . 13 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 B. Infiltration Tests . . . . . . . . . . . . . . . . . . . . . 14 C. Exfiltration Tests . . . . . . . . . . . . . . . . . . . . . 15 D. Air Tests . . . . . . . . . . . . . . . . . . . . . . . . . . .15 E. Manholes . . . . . . . . . . . . . . . . . . . . . . . . . . 16 1.14. ROCK EXCAVATION . . . . . . . . . . . . . . . . . . . . . . . . . . 17 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . 17 B. Excavation . . . . . . . . . . . . . . . . . . . . . . . . . 17 C. Disposal of Rock . . . . . . . . . . . . . . . . . . . . . . 17 D. Method . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 E. Damage to Existing Facilities . . . . . . . . . . . . . . . . 18 1.15. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 i-1 U 1. PIPE SEWERS 1.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Pipe Sewers, including all pipe, fittings and appurtenances for sanitary sewers of the types and sizes installed in open trench, or otherwise, as herein specified and as shown on the drawings. Also included are provisions for reconnection of existing services. Fittings shall include tees, wyes, bends, etc. necessary for service connections or as otherwise required in connection with the work. Sanitary sewer bypass pumping provisions will be required for sewer flow maintenance as specified in Item 1.2. Pipe and fittings required to construct drop connections at manholes will be paid for under Item 2, but shall comply with the requirements of this Item. Pipe sewers less than 12 inches in diameter shall be of PVC plastic pipe and fittings, and pipe sewers 12 inches in diameter shall be of PVC plastic pipe and fittings or of concrete pipe and fittings. An exception shall be made for ductile iron pipe as noted on the drawings. All pipe sewers shall be tested for leakage as subsequently specified. 1.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as specified in Standard Specification G. As necessary to complete the work, the Contractor shall bypass flow in the existing sewer. A bypass pump of adequate size shall be provided at the sanitary manhole and the sewage shall be pumped through a separate self-contained conduit (hose) to a sanitary manhole downstream. When pumping and bypassing is required, the Contractor shall supply the necessary pumps, conduits and other facilities comprising the pumping and bypass system. The pumping and bypass system shall be of sufficient capacity to handle normal flows. The Contractor shall also be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24 hour basis, engines shall be equipped in a manner to keep noise to a minimum. 1.3. PIPE AND FITTINGS - A. Requirements - Pipe, fittings, and appurtenances shall conform to the latest edition of the referenced Standards. The manufacturer shall furnish an affidavit indicating that the pipe, fittings and appurtenances have been manufactured and tested in accordance with 1-1 the requirements of the applicable referenced Standards. A copy of the affidavit, indicating the project on which the material is to be used, shall be submitted as a shop drawing to the Owner and the Engineer prior to construction. All pipes, fittings and appurtenances shall be appropriately marked for purposes of identification. The materials and methods of manufacture, and the completed pipes, fittings and appurtenances shall be subject to inspection and rejection at all times. The Owner and the Engineer have the right to make inspections. B. PVC Plastic Pipe and Fittings - PVC plastic pipe and fittings shall have a minimum pipe stiffness of 46 psi at 5% deflection when tested in accordance with ASTM D2412, and, as applicable for the sizes involved, shall meet the requirements of ASTM D3034 or ASTM F794. The pipe shall be of the elastomeric gasket joint (integral bell) type. Joints shall provide a watertight seal and shall be made in accordance with the pipe manufacturer's instructions. Joints shall be of the push-on type meeting the requirements of ASTM D3212, and, in addition, the bell shall be designed to retain the gasket to prevent pull-out during the making of the joint. PVC plastic fittings for use with ASTM D3034 pipe 8 inch in size and smaller shall meet the requirements of ASTM D3034 with a minimum wall thickness of SDR 35 as defined in section 7.4.1., and shall be molded in one piece with elastomeric joints and minimum socket depths as specified in sections 6.2. and 7.3.2. PVC material shall have a cell classification of 12454-B or C as defined in ASTM D1784. Gaskets shall have minimum cross sectional area of 0.20 sq. in and shall meet the requirements of ASTM F477. PVC plastic fittings for use with ASTM D3034 pipe 10 inch in size and larger, and for use with all sizes of PVC plastic pipes other than ASTM D3034 shall be molded or fabricated in accordance with, and have joints meeting the requirements of the ASTM Standard as specified for the pipe. At the end of all fittings, premanufactured tee's, etc. of all installations with "ribbed" pipe, the final fitting at the "plug" shall be SDR 35 compatible. Non-compatible joints shall be made using banded neoprene couplings as manufactured by Fernco, Inc., or equal. All cost of extra fittings shall be the responsibility of the Contractor and will not be an extra pay item. All adapters necessary for the proper connection of ribbed pipe to a manhole and random lengths of pipe required to properly locate the structures shall be paid 1-2 II ' for on the same per linear foot basis as the diameter of the pipe and will not be an extra pay item. 1 The pipe shall be installed in accordance with ASTM D2321, and with the requirements of these specifications. Any requirements in these specifications ' which may be in conflict or inconsistent with the requirements of ASTM D2321 shall be void to the extent of such conflict or inconsistency, except in all ' cases material for pipe embedment shall be as subsequently specified in Paragraph 1.7. PVC plastic pipe shall be tested for deflection as subsequently specified in this Item. For the purpose of establishing limits for the payment of items based upon trench width, the maximum allowable trench width at the top of the pipe for the ' various sizes of pipe shall be in accordance with the following table. The actual trench width used for installation may be in accordance with ASTM D2321. MAXIMUM TRENCH WIDTH ' (As measured at top of pip e) Pipe Diameter Trench Width 4„ 2'-3" 10" 2'-6" 12" 2'-9" C. Concrete Pipe and Fittings - Concrete pipe and fittings shall be of the spigot and socket pattern meeting the requirements of ASTM C76 and shall be Class III unless otherwise shown on the drawings. Pipes shall be of the greatest lengths commercially available. Circular pipes having elliptical reinforcing shall have the word "Top" or "Bottom" clearly stenciled on the inside of the pipe at the correct place to indicate the proper position when laid. Joints shall be of the rubber "0" ring gasket type meeting the requirements of ASTM C443. The gasket shall be confined in a groove and shall be installed in ' accordance with the manufacturer's instructions. Branches on fittings in the main line for connections shall be of the same material as the pipe which will be connected. The branches shall be cast with ' the concrete pipe by the pipe manufacturer and shall not be done in the field. The joint in the branch shall be as specified for the respective type of pipe. 1-3 For pipes installed in open trench, the maximum allowable trench width at the top of the pipe for the various sizes and classes of pipe shall be as follows: MAXIMUM TRENCH WIDTH (As measured at top of pipe) Pipe ASTM C76 - CLASS Diameter (inches) II III IV V (feet-inches) 12 2-9 2-9 2-9 3-0 D. Ductile Iron Pipe - Ductile iron pipe shall be designed in accordance with AWWA C150 and manufactured in accordance with AWWA C151, and shall be Thickness Class 50. The pipe shall be of the push-on joint type incorporating rubber gaskets in accordance with AWWA C111. Pipe shall be coated with a bituminous material on the outside and shall be cement mortar lined in accordance with AWWA C104. For pipes installed in open trench, the maximum allow trench width at the top of the pipe shall be 2'-6". 1.4. TRENCHES - Trenching shall include the removal of existing sewer pipe and manholes. The Contractor shall dispose of the pipe and manhole materials in a proper manner. Except where otherwise specifically required or permitted by the Engineer, sewers shall be laid in open trench, shall be started at the lowest point, and shall have spigot ends pointing in the direction of flow. Prior to trenching, in lawn areas and in fields used for farming, both as determined by the Engineer, all topsoil shall be removed and stockpiled for replacement during backfilling. The use of equipment with metal tracks or treads will not be permitted on paved surfaces which will not be removed during trenching operations without some type of pavement protection, such as matting or rubber tracks. The width of trenches below the level of the top of the pipe shall not exceed the dimensions previously specified for the various types and sizes of pipe, and shall not be less than 12 inches greater in width than the outside diameter of the pipe barrel. Whenever the maximum allowable trench width (below the level of the top of the pipe) is exceeded for any reason, the Owner or the Engineer reserves the right to direct the Contractor to utilize pipe of greater 1-4 t I strength, to modify the type of backfill, to embed the pipe in concrete, or to utilize a combination of these procedures, all at the expense of the Contractor. Trenches in earth shall be excavated to a depth of not less than one-eighth the outside diameter of the pipe being installed, or 4 inches below the outside bottom of the pipe barrel and bell when the pipe is laid on its final grade, or to the bottom of the existing bedding material, whichever is greater. Trenches in rock shall be excavated to a depth of one-third the inside diameter of the pipe, but within the limits of 4 inches to 12 inches, below the outside bottom of the pipe barrel and bell when the pipe is laid on its final grade and the pipe shall then be laid on a cushioning layer of bedding material as specified or as approved by the Engineer and provided by and at the expense of the Contractor. Rock excavation shall be in accordance with the requirements subsequently specified in Paragraph 1.14. Prior to open trenches entering the paved limits of a street, alley, driveway, or parking area, the pavement shall be neatly cut for its full depth, removed, and disposed of off the Project site. Street and road crossings shall be constructed in accordance with the requirements previously specified in Standard Specification G. Trenches shall be kept sufficiently free of water during pipe laying and jointing to prevent damage to the joints. When water exists in the trenches at the time of pipe laying, the Contractor shall dewater the trench at his expense. 1.5. PROTECTION OF EXISTING UTILITIES - Existing underground utilities along the route of construction, as shown on the drawings or marked at the time of construction by the utility owner, shall be uncovered by the Contractor and their elevations determined at least 400 feet in advance of pipe installation. The cost of such work shall be included in respective prices bid for the pipes being installed. ' All underground utilities, when encountered, shall be adequately supported, shored up or otherwise protected whenever exposed in the excavation. Timber ' supports shall be a minimum of 6 inches square. Supports shall extend into undisturbed earth a minimum of 12 inches each side of the trench and the pipe, ' conduit, etc., banded or tied to the bridging for its full length. Where bridging cannot be supported by a firm foundation, the Contractor shall provide ' vertical support for the bridging, including any lateral bracing necessary to provide a firm and substantial support. Supports and bracing shall be of native 1-5 I hardwood and shall be furnished and installed by the Contractor. However, an exception shall be made for supports and bracing required for protection of underground utilities not shown on the drawings or marked at the time of construction by the utility owner where payment will be made for the supports and bracing at the appropriate Supplement Unit Price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment for wood supports and bracing provided for underground utilities not shown on the drawings or marked at the time of construction by the utility owner will be made for a length installed within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main line pipe being installed. Wood supports and bracing beyond the line of measurement shall be at the expense of the Contractor. While the drawings indicate the location of existing utilities, in accordance with the best information presently available, neither the Owner nor the Engineer assumes any responsibility for the accuracy of their location or that all utilities are shown. A listing of utility company contacts is included on the drawings. Prior to performing any excavation, written or oral notification shall be given to all utilities within the area to be excavated not less than two working days nor more than ten working days in advance of the work. The notice shall include: a) the name, address, and telephone number of the person filing the notice; b) the name, address, and telephone number of the person doing the excavation; c) the anticipated starting date of the excavation; d) the anticipated duration of the excavation; e) the types of excavation to be conducted; f) the location of the proposed excavation; and g) whether or not explosives will be used. The excavation work shall be so planned as to avoid damage to and minimize the interference with existing underground utilities in the area. Adequate clearance between the cutting edge of the excavating equipment and the underground utility shall be maintained to avoid damage to the utility. Above ground (aerial) utilities, including power, telephone and cable television, shall remain in service at all times. Any anticipated disruption of service shall be with the full knowledge of the utility company and required 1-6 ' advance notice to the affected users. Removal of guy wires and holding of poles shall be done as required to complete the work, shall be as agreed upon by the utility company and the Contractor, and shall be at the expense of the Contractor. ' Arbitrary disruption of underground and aerial utility services will not be permitted. 1.6. TRENCH PROTECTION - Where necessary to prevent caving of the trench ' and other excavation, and for protection of workmen and nearby structures, trench protection shall be provided by and at the expense of the Contractor. Trench ' protection shall be by trench box, wood sheeting and bracing or such other methods as determined by the Contractor. ' Wood sheeting and bracing shall be of sound lumber suitable for the purpose intended and shall be so arranged as to support the trench walls and existing ' structures and utilities. Sheeting left in place shall be cut off not less than 18 inches below ground surface. Sheeting and bracing may be removed at the discretion and responsibility ' of the Contractor after backfill has been placed and compacted to a level at least two feet above the top of the pipe. In no case shall sheeting be pulled ' in increments exceeding three to four feet in order to avoid the danger of breaking the pipe due to the weight of the backfill. Upon removal of sheeting and bracing, voids left due to such removal shall immediately be filled and the backfill recompacted. ' Where it is necessary to drive sheeting below the centerline of the pipe, it shall be driven below the bottom of the pipe as determined by the Engineer, ' and that sheeting below a point two feet above the top of the pipe shall be left in place. 1.7. PIPE EMBEDMENT - Pipe embedment shall include the material placed ' beneath the pipe to the depths of excavation previously specified and around and over the pipe for a distance of 12 inches above the top of the pipe barrel.' ' The material shall be Standard Size #67 coarse aggregate meeting the requirements of NCDOT Section 1005, except no slag is permitted. ' The bedding material shall be shaped to conform to the bottom quadrant of the pipe barrel. The Engineer reserves the privilege of altering the type of ' bedding material and regulating the exact grading of the bedding material depending upon the water characteristics of the trench. At least the minimum of 1 1-7 J bedding shall be provided under pipe bells. After the pipe is laid, the bedding material shall be shovel placed and tamped to fill all voids. The bedding material shall be placed in 6 inch layers, loose measurement, and compacted by hand or mechanical tamping to secure a good compaction. All embedment material shall be carefully placed and tamped so as not to damage or displace the joints or pipe, and no material shall be dropped directly on the pipe. The material shall be compacted to not less than 90% of maximum density as determined in accordance with ASTM D698 (Standard Proctor). An exception shall be made where concrete encasement is noted on the drawings. Concrete encasement shall be of Class II concrete, shall be square in cross section, shall have a minimum thickness of 6 inches at pipe bells, and shall be of the length noted. Class I concrete shall be as previously specified in Standard Specification C. All pipe embedment shall be at the expense of the Contractor. If the material found at the specified depths of excavation below the elevation of the outside bottom of the pipe barrel is not suitable to provide adequate foundation for the pipe, a further depth shall be excavated and filled with granular bedding material approved by the Engineer. Such additional granular bedding material will be paid for under the unit price included in the Contract for Granular Backfill, and required excavation will be paid for under the appropriate Supplemental Unit Price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment for additional excavation and granular bedding material will be made only for depths excavated below the specified depths of excavation below the outside bottom of the pipe barrel and only when such additional excavation shall have been ordered by the Engineer. Unauthorized excavation below same shall be filled with the specified bedding material at the expense of the Contractor. Payment for additional excavation and bedding material shall be limited to the maximum trench widths previously specified for the various sizes of pipe, although the bedding shall be utilized for the full trench width. 1.8. PIPE LAYING - Pipes shall be laid with their full lengths true to line and grade with the aid of batterboards, grade pole and grade string, or other method approved by the Engineer, and shall rest on the bedding material provided. When batterboards are used, not less than three, set at 25 foot intervals, 1-8 I shall be installed and maintained in proper position at all times as a check on the accuracy of the grade line. When laser beam equipment is used, it shall be checked a minimum of twice daily, once in the A.M. and once in the P.M., in the presence of the Owner or the Engineer to verify that the equipment is maintaining the established line and grade. In addition, when temperature and other atmospheric conditions prevent the laser beam from maintaining grade, the Contractor shall provide additional ventilation through the pipeline by the use of blowers as recommended by the equipment manufacturer or as directed by the Engineer. Regardless of the method used, the Owner or the Engineer shall be immediately notified of any misalignment of the pipe when laid in accordance with established cuts or elevations. 1.9. BACKFILLING - Backfill shall include the material placed above the pipe embedment material previously specified. No heavy or large quantities of backfill material shall be placed over the pipe until backfilling has progressed to a depth of at least 3 feet over the top of the pipe barrel. All backfill material shall be carefully placed so as not to damage the joints or displace the pipe. Backfilling shall immediately follow trenching and pipe laying operations to reduce the possibility of damage to pavements and utilities. Trenches coming within existing and proposed paved or stoned streets, alleys, driveways and parking areas shall be backfilled with granular material. The granular material shall meet the requirements of NCDOT Section 520, Type A, except no slag is permitted. The granular material shall be placed and compacted to not less than 95% of maximum density as determined in accordance with ASTM D1557 (Modified Proctor). Where sewers are installed along and across existing and proposed paved or stoned streets, alleys, driveways and parking areas, the specified compacted granular material shall also be provided for backfilling any portion of the trenches falling within that area below a line drawn at 45 degrees to the horizontal from the surface at the edge of the pavement or back of curb and above the horizontal plane of the pipe embedment material. The Owner or the Engineer may check compaction of the backfill at any time. The cost of providing granular backfill will be paid for at the appropriate unit price bid per cubic yard, compacted in place, and in accordance with the following: 1-9 Payment for granular backf ill, within the specified limits, shall be on the basis of the number of cubic yards required, but shall not exceed the quantity required for the maximum trench widths previously specified (centered over the pipe) for the various types and sizes of pipe and, at structures, shall be limited to that area between the outside dimensions of the structure and vertical planes 2 feet beyond these dimensions on all sides. In computing the number of cubic yards for which payment will be made, it will be assumed that the trench walls are vertical. Granular backfill required for areas outside the limits previously defined shall be provided by and at the expense of the Contractor. Where trenches are backfilled with granular material, excess excavated material shall be removed by the Contractor as specified in Standard Specification G. For backfilling the remainder of the trenches, as much of the excavated material as possible shall be replaced. Until backfilling has progressed to a depth of at least 3 feet over the top of the pipe barrel, the material shall be finely divided, free of stones 3 inches or greater in any dimension, boulders or other harmful debris, and shall be placed in 6 inch layers, loose measurement, and compacted by mechanical tamping. The remainder of the backfill shall then be placed in 6 inch layers, loose measurement, and compacted by mechanical tamping. Special care shall be taken in backfilling any trenches under sidewalks to compact the backfill material such that it shall be equal to the degree of compaction of the adjacent undisturbed earth; however, in no case shall the compaction be less than 90% of maximum density as determined in accordance with ASTM D1557 (Modified Proctor). After backfilling, along weed or unsodded areas the material shall be graded to conform to the original ground profile. In lawn areas and in fields used for farming, all topsoil removed and stockpiled prior to trenching shall.be replaced and graded to conform to the original ground profile. In lawns and other areas where grass exists, as determined by the Owner or the Engineer, the area shall be graded and made ready for seeding as specified in Standard Specification G. In lawn areas, if the existing replaced topsoil does not provide the required minimum depth as specified in Standard Specification G, the Contractor shall provide additional topsoil at his expense. The Contractor shall be required to regrade and reshape all road shoulders 1-10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 and all ditches or swales from existing high points to existing drainage structures or other outlets along the proposed improvement. The Contractor, the Owner and the Engineer shall mutually agree and establish all ditch grades to be restored prior to construction. Ditches which are reshaped shall have reasonable side slopes. Vertical or steep slopes will not be permitted. 1.10. SERVICE CONNECTIONS - Service connections for sanitary sewers shall be 4 inches in diameter, unless otherwise shown, and shall be furnished and installed to replace portions of existing sanitary sewer service connections removed for the sanitary sewer replacement. Number, locations and depths of service connections, where shown on the drawings, are approximate only. Final locations and depths will be established by the Owner and the Engineer at the time of construction. Connections to the main sewer shall include the furnishing and installation of an appropriate wye in the new sewer. The cost of furnishing and installing wyes for connections to the new main sewer will be paid for at the appropriate unit prices bid. The pipe shall be installed true to line and on at least a 1% grade, or as otherwise required to connect to the existing service as approved by the Owner and the Engineer. The requirements for construction shall, in all respects, comply with those specified in this Item for the main sewers. The cost of furnishing and installing service connections will be paid for on a price per linear foot basis, installed complete. Lengths shall include the lengths of fittings laid in the service connection, and shall be the length as measured along the centerline of the service connection from the connection to the main sewer to a point 5'-0" as measured horizontally from the connection to the main sewer. No separate payment will be made for furnishing and installing fittings. The furnishing and installatino of pipe and fittings required beyond a point 5'-0" as measured horizontally from the connection to the main sewer to connect to existing service to the new sewer shall be at the expense of the Contractor. Service connections shall not be backfilled until the location is ' referenced on the drawings. 1.11. CONNECTIONS TO STRUCTURES AND PIPES - When required, new and existing ' sewers shall be connected to structures through stubs, wall castings, wall sleeves, etc. provided for same or an opening shall be made at the proper 1-11 elevation in the wall of the structure, the pipe inserted and the opening around the pipe neatly and permanently closed with a non-shrinking and non-corrosive grout. Grout shall be Five Star Grout as manufactured by Five Star Products, Inc.; Sealtight 588 Grout as manufactured by W.R. Meadows, Inc.; or equal. All connections shall be watertight. Where necessary, the bottoms of existing structures shall be reshaped to give a smooth flow in all directions. Connections to unlike types and sizes of pipe shall be accomplished using the proper adapter and/or connector as manufactured by Fernco, Inc.; Joints, Inc.; or equal. All connections shall be at the expense of the Contractor. 1.12. TESTING FOR DEFLECTION - All mainline sanitary sewers of PVC plastic pipe shall be tested for a maximum deflection of 5% of the pipe average inside diameter not less than 30 days after final full backfill has been placed, as determined by the Engineer. Such tests shall be conducted with a representative of the Engineer present. All pipes exceeding a deflection of 5% of the average inside diameter shall be repaired or replaced and then retested until satisfactory test results are obtained. The Contractor shall pay all costs for the tests. The tests shall be conducted using electronic equipment specifically designed for measuring and recording deflection in flexible pipe or by the use of an approved deflection probe, having a diameter equal to 95% of the average inside diameter of the pipe being tested, pulled through the sewer line. If the deflection probe is used, test shall be performed without mechanical pulling devices, and a proving ring, having an I.D. equal to the O.D. of the probe, shall be available at the time the probe is used to verify that the probe has the proper diameter by inserting the probe into the ring. The deflection probe shall be as available from Wortco, Inc.; Burke Concrete Accessories, Inc.; or equal, and shall be designed specifically for testing the deflection of the type and size of pipe subject to test. The probe shall incorporate an odd number (no less than 9) of 1/2" x 3/16" bar stock runners equally spaced on edge around and welded to the circumference of two minimum 1/4 inch thick circular steel plates. The diameter of the probe for the type and nominal size of the pipe to be tested shall be equal to 95% of the average inside diameter of the respective pipe as specifically given or determined by the Engineer from information given in the appropriate ASTM 1-12 r L I i C 7 r Standard for the pipe. , The distance between plates, out-to-out, shall not be less than 2 inches smaller than the nominal diameter of the pipe to be tested. The runners shall extend approximately 1-1/2 inches beyond each plate, being bent inward for this distance at approximately 30°. A continuous 3/4 inch threaded rod shall be provided through the center of the plates, having a hex nut drawn tight against the inside face of each plate, and extending each side as required for providing a 3/4 inch ferrule loop insert or similar piece for attaching the pulling medium. 1.13. TESTING FOR LEAKAGE - A. General - The Contractor shall include in his bid all costs for labor and materials, including any water and all equipment, necessary to complete the leakage tests specified herein. Such tests shall be conducted after testing for deflection is complete, where applicable, and with a representative of the Engineer present, and his judgment shall be final as to the acceptance of all tests. Leakage tests shall be conducted on the entire length of the Project, including manholes. Manholes shall be tested as subsequently specified in Paragraph 1.13.E. Each section of pipe shall be tested for obstructions prior to testing for leakage. Either mandrels, solid cylinders, or balls with diameters of 95% of the pipe diameter may be used to test for obstructions. All obstructions shall be removed. Also, prior to conducting leakage tests, the Contractor shall make a determination of ground water level by installing ground water gauges in manholes as selected by the Engineer. These gauges shall consist of a rigid section of 1/2 inch diameter pipe, approximately 10 inches long, inserted horizontally through the manhole wall as near as possible to the crown of the pipe, with any opening around the pipe sealed so as to be watertight, and a clear plastic tube attached to the pipe within the manhole and extended vertically to the top of the manhole. Prior to connecting the tube, air shall be blown through the pipe with sufficient pressure to clear the line. Upon satisfactory completion of the tests, the ground water gauges shall be removed and the openings in the manhole walls neatly and permanently closed with a non-shrink and non-metallic grout. When the crown of the pipe is covered with two feet or more of water at the highest point in the test section, an infiltration test shall be conducted. Should ground water not provide sufficient head, the Contractor shall flood the 1-13 trench within the test section, bulkheading each end of the section, to obtain or maintain the specified external head, or an air test or exfiltration test shall be conducted. In addition, for all main line sewers tested by infiltration or exfiltration, air tests shall be conducted for the purpose of testing service connections even when the crown of the pipe is covered with two feet or more of water. For such tests, the internal air pressure shall never exceed 5.0 psi, and the acceptability of the tests shall be based on the minimum holding time subsequently specified for the size of the main line sewer. In all cases, for any test section failing to meet the limits of the specifications, the Contractor shall be required to locate and remedy the defects causing the failure and the section shall be retested and repairs or replacement continued until the limits of the specifications are satisfied. For sewers not accessible, should a test fail due to other than a leaking plug, a closed circuit television inspection of the test section shall be conducted to determine the cause of the failure. When the failure is the result of a leaking joint(s), the joint may be chemically grouted. The television inspection and chemical grouting of joints shall be in accordance with all applicable "Recommended Specifications for Sewer Collection System Rehabilitation of The National Association of Sewer Service Companies and as approved by the Engineer. The Owner shall be furnished video tapes of all television inspections. The Contractor shall pay all costs for inspection and grouting. All visible leakage in sewers and manholes shall be repaired, even though tests may have been satisfactory. All plugs used during leakage tests shall be of a length at least equal to the diameter of the pipe being tested to assure a watertight seal. Pneumatic plugs for air testing shall be able to resist internal test pressures without requiring external blocking. B. Infiltration Tests - The length of sewer subject to each test shall be the distance between two adjacent manholes as a minimum, but shall be left to the discretion of the Engineer. No test shall exceed 900 feet. The test section shall be isolated and all service connections and stubs within the section shall be capped or plugged to prevent the entry of ground water. The infiltration shall be measured by a V-notch weir located in the downstream manhole. The test head shall be maintained for not less than 24 hours before a 1-14 i weir measurement is made. The maximum allowable leakage, including manholes, shall be 100 gallons per inch of diameter per mile of pipe per day. C. Exfiltration Tests - The length of sewer subject to an exfiltration test shall be the distance between two adjacent manholes as a minimum, but shall be left to the discretion of the Engineer. No test shall exceed 900 feet. The inlets of the upstream and downstream manholes shall be closed with watertight plugs and the test section filled with water until the elevation of the water in the upstream manhole is two feet above the crown of the pipe in the line being tested, or two feet above the existing ground water in the trench, whichever is higher. A standpipe may be used instead of the upstream manhole for providing the pressure head when approved by the Engineer. ' Exfiltration shall be measured by determining the amount of water required to maintain the initial water elevation for one hour from the start of the test. n 0 C C With absorptive pipe, the one hour period shall begin after allowing the water to stand for a minimum of 45 minutes to allow for saturation of the pipe. The maximum allowable leakage, including manholes, shall be 100 gallons per inch of diameter per mile of pipe per day. D. Air Tests - After backfilling, air tests shall be conducted between two consecutive manholes. Prior to conducting air tests on air permeable pipe, the walls of the pipe shall be dampened. Dampening of the pipe walls and obstruction testing may be accomplished at the same time by propelling a snug- fitting inflated ball or other approved device through the pipe with water.. For all sewers, each end of the section to be tested and all pipe outlets in the section shall be plugged with suitable test plugs. One plug used at a manhole shall have an inlet tap or other provision for connecting an air hose from the air supply equipment. The equipment shall include valves to control the rate at which air flows into the test section and pressure gauges with minimum graduations of 0.1 psi and an accuracy of +0.04 psi to monitor the air pressure within the test section. Air pressure shall be applied slowly to the test section until the pressure reaches 4.0 psi, plus an adjustment of 0.433 psi for each foot of ground water above the crown of the pipe being tested. Internal air pressure, including adjustment for ground water, should never exceed 5.0 psi. When the pressure reaches 4.0 psi, plus adjustment for ground water, the air supply shall be throttled so that the internal pressure is maintained between 1-15 4.0 and 3.5 psi for at least two minutes to permit temperature stabilization. When the pressure has stabilized and is at or above 3.5 psi, the air supply shall be disconnected and a stop watch started and allowed to run until the pressure has dropped 1.0 psi. The permissible time allocated for the 1.0 psi pressure drop shall be calculated on the basis of the diameter and length of main sewer tested and no adjustment shall be made for service connections included in the test section. The air test for a section shall be considered acceptable if the time elapsed for the 1.0 psi pressure drop is equal to or greater than the time indicated, and shall be considered unacceptable if the elapsed time is less than that indicated in the following table: MINIMUM HOLDING TIME IN MINUTES REQUIRED FOR 1.0 PSI PRESSURE DROP LENGTH OF MAIN LINE TESTED* Pipe Diameter 100, M 300' 400' 500, 600, 10" 1-3/4 3-3/4 4-3/4 4-3/4 4-3/4 4-3/4 12" 2-3/4 5-1/4 5-3/4 5-3/4 5-3/4 5-3/4 x Time for intermediate lengths shall be interpolated. The Contractor may air test sections before backfilling the trench as a check for defects and workmanship. Such tests are at the option of the Contractor and are not a substitute for tests required after backfilling has been completed. E. Manholes - Each manhole shall be tested after assembly and after all lift holes have been plugged with an approved non-shrink grout, and, at the option of the Contractor, before or after backfilling is completed. . Testing shall be by drawing a vacuum on the manhole using equipment specifically designed for such testing. All pipes entering the manhole shall be plugged and braced to prevent being drawn into the manhole. A test head with necessary gauges and connections shall be placed at the inside of the top of the cone section and sealed in accordance with the manufacturer's instructions. A vacuum of 10 inches of mercury shall then be drawn and the vacuum pump shut off. With valves closed, the time shall be measured for the vacuum to drop 9 inches. The test shall be successful if the time measured is greater than 60 seconds. 1-16 l?] i 1 If the test is unsuccessful, necessary repairs shall be made and retesting shall proceed until a satisfactory test is obtained. 1.14. ROCK EXCAVATION - A. General - The term "rock excavation" shall include the removal of such material as cannot be broken and removed by ordinary excavating equipment. Disintegrated, weathered, rotten and loose rock particles capable of removal by ordinary methods are not included within the scope of rock excavation. All costs for rock excavation, within the limits defined, will be paid for at the appropriate supplemental unit price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. The price shall include required excavation, removal and disposal, and shall represent the additional cost over and above the cost of earth excavation included in the price bid for pipe laying and other appropriate bid items. Allowances for payment for rock excavation shall be confined to the depths and widths subsequently specified, no allowance being made for over-breakage. Trench walls for all types of pipe laying shall be assumed to be vertical, based on the specified trench width. B. Excavation - Excavation shall be carried to a sufficient depth to provide for a cushioning layer of bedding material as previously specified in Paragraph 1.4. Width of trench shall be not more than previously specified for the respective type of pipe. Excavation for structures shall extend to a plane 4 inches below the underside of the concrete foundations and be confined to limits two feet beyond the outside of such foundations. C. Disposal of Rock - Except under special permission from the Engineer, rock removed by excavation shall not be used for backfill, but shall be disposed of by the Contractor off the Project site. Necessary bedding and backfill for trenches and other excavations in rock excavation, where payment is not provided for under other items, shall be provided by the Contractor and shall be approved by the Owner and the Engineer. D. Method - Where rock is encountered which cannot be removed by ordinary excavating methods, rock excavation, unless otherwise specified, may be accomplished by the use of explosives, subject to compliance with all Federal, State and Local laws and the following requirements: 1-17 1) All required permits shall be secured by the Contractor well in advance of such operations. 2) The transporting, handling and firing of explosives shall be performed by someone thoroughly familiar, experienced and, if applicable, licensed in this type of work, preferably a representative of the manufacturer of the explosives to be used. 3) Prior to removing rock in any area, the type of explosives to be used, the number, depth and loading of holes to be detonated at any one time; and any special precautions to be observed shall be determined at a conference between representatives of the Owner, the Engineer, the Contractor, the Contractor's Insurance Company and the person directly responsible for detonation. The procedure thereafter followed 'in that area shall conform to the decisions reached; subject to any modifications which may be required because of unsatisfactory or unsafe results or the procedure agreed upon. 4) Suitable timber mats or other coverings shall be provided to confine all materials lifted by blasting within the limits of the excavation. 5) All public and private utility companies having facilities in the vicinity shall be notified by the Contractor of the location and time of contemplated detonation in sufficient time to allow them to protect their facilities. Likewise, where operations are to be carried on in any location where traffic on streets or highways may be affected, proper notice shall be given the local Police Department. 6) For purpose of protecting the general public, the Contractor and the Owner, the utmost cooperation will be required between the Contractor and all other interested parties. All safety precautions shall be strictly enforced. 7) Should permit limitations or the nearness of existing structures and utilities prohibit the use of explosives, rock excavation shall be performed by an approved alternate method. 8) Seismographic monitoring, pre-blasting and post-blasting inspections shall be performed on those structures nearby to avoid fraudulent damage claims. E. Damage to Existing Facilities - The Contractor shall be responsible for all damage to existing structures, piping, sewers, drains, cables, conduits, equipment and appurtenances resulting from his rock excavation 1-18 L E n 1 operations, and shall repair same to the, satisfaction of the Owner and the Engineer. ' 1.15. PRICE BID - The price bid for Pipe Sewers shall include all necessary labor, materials, tools, and equipment to complete the work in accordance with the foregoing specifications and accompanying drawings, and shall be the price per linear foot, installed complete, for the various sizes and depths included in the bid items. Depths shall be measured from the original surface of the ' ground to the invert of the pipe. Lengths shall include the lengths of fittings which are laid in the main line and shall be the distance measured from center to center of the manholes, except at existing structures where measurement shall be from the wall of the structure. ' Upon the installation of pipe in open cut and the completion of pipe embedment and backfilling operations, an amount equal to at least 10% of the price bid per linear foot will be withheld for the completion of testing, seeding and the replacement of existing facilities, where payment therefor is not made ' under Items subsequently specified. Individual circumstances shall determine whether an amount in excess of the percentage indicated will be withheld. When items for which monies are withheld are completed, or partially completed, the ' amount withheld shall be appropriately reduced. Amounts withheld pursuant to this paragraph shall be in addition to retainage made pursuant to applicable ' requirements of the General Conditions. 1 1-19 1 2. MANHOLES 2.1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . . 2.3. MANHOLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . A. D scription . . . . . . . . . . . . . . . . . . . . . . . . . B. Bases . . . . . . . . . . . . . . . . . . . . . . . . . . . . C. Walls and Tops . . . . . . . . . . . . . . . . . . . . . . . D. Steps . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2.4. FRAMES AND COVERS . . . . . . . . . . . . . . . . . . . . . . . . . 2.5. DROP CONNECTIONS . . . . . . . . . . . . . . . . . . . . . . 2.6. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ii-1 1 1 1 1 2 3 3 4 5 1 2. MANHOLES 2.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Manholes, together with frames and covers, and drop connections, as herein specified and as shown on the drawings. Work shall be in accordance with all applicable requirements previously specified in Item 1. 2.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as specified in Standard Specification G. 2.3. MANHOLES - A. Description - Manholes shall be constructed of precast reinforced concrete sections and appurtenances meeting the requirements of ASTM C478, except as modified by these specifications and the details on the drawings. B. Bases - Bases shall have a minimum 48 inch I.D., and shall be constructed in two pours or monolithically with bottom reinforcement tied to side reinforcement to form an integral structure. Walls shall have a minimum thickness of 1/12 the base I.D. plus 1 inch. Bases shall incorporate provisions for making a flexible joint between the pipe and the manhole for all pipe connections. Flexible joints shall be Press Wedge II as manufactured by Press Seal Gasket Corporation; Kor-N-Seal as manufactured by National Pollution Control Systems, Inc; A-LOK as manufactured by A-LOK Products Corporation, or equal. Flexible joints shall be shock absorbent and shear resistant; shall be designed to prevent any direct contact between the pipe and manhole; and shall provide a tight, infiltration proof sewer connection with the pipe deflected up to 10 degrees in any direction. Should incorporation of the flexible joints require a base I.D. greater than required for the wall sections, the Contractor shall furnish and install the larger base and an approved precast reinforced concrete transition section to go from the larger base to the wall sections at no additional cost. Joints between bases and wall sections shall be as subsequently specified for the walls. ' If not integrally cast with the base, after installation of the pipes provide a Class II concrete invert through the manhole. The invert shall have ' a depth through the manhole equal to one half of the diameter of the sewer pipe and shall slope upward toward the manhole walls approximately 3 inches. Concrete 2-1 1 shall be as previously specified in Standard Specification C, shall be trowelled smooth, and shall be placed so as not to interfere with the flexibility of the joint. Drop pipes shall be included in the invert and shall not discharge on the sloped portion. Bases shall be set plumb and at the proper elevation on a cushion of compacted granular material as approved by the Engineer. C. Walls and Tops - Walls shall be vertical riser sections having an I.D. of 48 inches and a minimum wall thickness of 1/12 the base I.D. plus 1 inch. The top section shall be an eccentric cone narrowing down to an I.D. of not less than 24 inches and an O.D. of not less than that of the subsequently specified grade rings. No pipes shall enter the cone section. Manholes too shallow to accommodate a cone section shall have a reinforced flat slab top. Flat slab tops shall be designed to withstand H-20 traffic loading and design calculations shall be submitted to the Engineer upon request. Adjoining riser sections shall be firmly keyed together by means of tongue and groove joints with rubber "0" ring gaskets meeting the requirements of ASTM C443. In addition, preformed plastic gasket material shall be provided on the outside shoulder of all joints. Installation of the gasket material shall not interfere with the proper sealing of the "0" ring gasket. The preformed gasket material shall meet the requirements of Federal Specification SS-S-210A and shall be as manufactured by Hamilton-Kent Manufacturing Company; K.T. Snyder Company, Inc.; or equal. Each manhole frame shall be set at the proper elevation by use of precast concrete grade rings. The rings shall be provided for a minimum height of 4 inches and shall not exceed 15 inches in height. Rings, unless otherwise subsequently specified, shall have an I.D. equal to the access opening in the manhole top section, and an O.D. not less than the O.D. of the manhole frame. The rings shall each be set in a full bed of mortar composed of 1 part, by volume, Portland cement and 2 parts clean, hard sand. The interior of the grade rings shall be mortared to provide a smooth common surface from frame to top. When the manhole frame is to be anchored to the manhole top, as subsequently specified in Paragraph 2.4, the top section and grade rings shall have four 1 inch diameter holes located to match the holes in the casting and shall be of such dimensions as to provide a minimum 2 inch concrete cover for the 2-2 1 inch diameter holes. Holes in the top section shall extend at least 6 inches into the concrete. Holes shall not be made in the field. D. Steps - Steps shall be provided in all manholes. Steps shall meet the requirements of ASTM C478 and shall be of aluminum or of reinforced polypropylene. Installation of manholes, when in pavement, shall be such that steps are in the center of a traffic lane or between lanes where possible, and, when outside pavement, shall be such that steps are located away from the pavement edge unless the manhole is within a ditch line, in which case they shall be located at the high side of the ditch slope. Aluminum manhole steps shall be of the drop-front design, with non-skid grooves and sheared ends and grooves on the embedded ends, and shall be made of aluminum alloy conforming to Federal Specification QQ-A-200/8, having a minimum tensile strength of 38,000 psi and a minimum yield strength of 35,000 psi. Steps shall have an elongation of not less than 10% in 2 inches and shall carry a load in the center of the cross bar of 1,500 pounds when projected 4 inches from the wall without permanent deformation. Reinforced polypropylene steps shall consist of a 1/2 inch steel reinforcing rod encapsulated in a copolymer polypropylene plastic and shall incorporate a notched tread ridge and retainer lugs on each side of the tread ridge. The steel rod shall be continuous through the entire length of legs and tread. Steps of the press fit type driven into the concrete wall shall have a pullout resistance of not less than 1,500 pounds per leg, as evidenced by test data. 2.4. FRAMES AND COVERS - All frames and covers shall be heavy duty gray iron castings conforming to ASTM A48. Both the underside of the cover and the upper surface of the ledge upon which it rests shall be machined so as to prevent rocking on its supporting surface. All castings shall be cleaned and coated with asphalt paint prior to installation and, after installation, the tops of frames and covers shall be given an additional coat of asphalt paint. The frames shall have a clear opening of not less than 24 inches in diameter and a height of not less than 7 inches. Covers shall have strengthening ribs on the underside, and shall have the words "SANITARY SEWER" cast into the top. No frame and cover unit shall weigh less than 375 pounds. 2-3 L Standard frames and covers shall be Neenah Foundry Company R-1642 with Type B or C lid, East Jordan Iron Works 1040 with Type A solid cover, Dewey Brothers MH-RCR-3000, or equal. Frames shall have four equally spaced anchor bolt holes in the base flange and shall be anchored to the manhole top. Anchors shall be four 3/4 inch diameter all-thread rods, and each shall be complete with washer and nut for holding the frame down. Anchors shall be of a length to extend through the grade rings and to the bottom of the hole in the manhole top, and allow for at least the length of one nut to protrude through the nut when tightened. The anchors shall be set with the entire annular space around the rods filled with epoxy from the top of the rings to the bottom of the hole in the manhole top. The epoxy shall be 100%, 2-part, with a minimum compressive strength of 5,000 psi, and shall be Rawl/Sika Foil-Fast Injection Gel System by The Rawl/plug Company, Inc., or equal. After the epoxy has cured, the frame shall be bolted in place. The manhole frames shall be firmly set on top of the adjusting rings with a full leveling bed of 1:1 cement mortar. Where manholes are located in paved areas, the surface of the cover shall be made flush with the pavement surface. In unpaved streets and alley areas, the cover shall be set not to exceed 1 inch above the ground surface. On right-of-way and in ditches cover elevation shall be as approved by the Owner or the Engineer. 2.5. DROP CONNECTIONS - Drop connections shall be constructed at all points where one gravity sewer intersects another and the difference in invert elevations exceeds 24 inches. The drop connection shall consist of a tee at the upper end connected into the manhole, a vertical section of pipe, and a 90-degree bend at the lower end connected into the manhole at the lowest pipe invert, the whole encased in concrete. Provide hook bolts with expansion shields as shown. The pipe and fittings shall be of the same type as used for the main sewer. The diameter of the drop connection shall be two sizes smaller than the main sewer, but in no case shall it be less than 8 inches. Provide an approved removable watertight plug in the upstream end of the tee, when not immediately connected to a sewer and provide a second in the discharge end of the tee at the inside of the manhole wall to prevent short-circuiting. Drop connections may be integral precast manhole sections constructed in accordance with ASTM C478 with joints in accordance with ASTM C443. The drop 2-4 r 1 n U shall incorporate a PVC liner with cast in place monolithic rubber joints. Precast sections shall be as manufactured by Dura-Crete, Inc., or equal. The Contractor will be paid the price bid, per linear foot, for drop connections, which price shall include the tee, required plugs, vertical section of pipe, the 90-degree bend and the concrete encasement; shall be for the diameter of the vertical section of pipe; and shall be the distance between the upper and lower pipe inverts of the drop. 2.6. PRICE BID - The price bid for Manholes shall include all necessary labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications and accompanying drawings and shall be the price per linear foot, installed complete, for manholes, excluding frames and covers and drop connections, as measured from the invert to the top of the cast iron manhole frame, which shall be at the proper elevation. The price bid for frames and covers shall be the price for each, installed complete. ' The price bid for drop connections shall be the price per linear foot, installed complete, for the diameter of the vertical pipe section, as measured from invert to invert of the drop. 2-5 3. EXISTING SEWER, DRAIN AND WATER MAIN RESTORATION 3.1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . . 3.3. REPLACEMENT OF SEWERS AND DRAINS . . . . . . . . . . . . . . . . . 3.4. RELOCATION OF WATER MAINS . . . . . . . . . . . . . . . . . . . . . 3.5. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iii-i 1 1 1 3 4 3. EXISTING SEWER. DRAIN AND WATER MAIN RESTORATION 3.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Existing Sewer, Drain and Water Main ' Restoration as herein specified and as shown on the drawings. Included is the replacement of sewers and drains and the relocation of water mains. All existing sewers and drains which must be removed or are damaged during ' trenching or other operations, and not noted to be removed or abandoned, shall be replaced with new materials in a workable condition equal to or better than that found. Existing pipes, tiles, etc. in good condition and not damaged during removal may be relaid upon the approval of the Engineer. Payment for replacement of sewers and drains will be made only for those not shown on the drawings or marked at the time of construction by the utility ' owner, and shall be limited to the lines of measurement subsequently described. Replacement of sewers and drains shown on the drawings or marked at the time of construction by the utility owner and replacement of sewer and drains beyond the ' lines of measurement for sewers and drains not shown on the drawings or marked at the time of construction by the utility owner shall be made in a manner ' identical to that within the lines of measurement, but at the expense of the Contractor. ' The Owner, as previously specified in the General Conditions, reserves the right to change the location of the proposed improvements in order to avoid ' existing utilities. 3.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as previously specified in Standard Specification G. 3.3. REPLACEMENT OF SEWERS AND DRAINS - The Contractor is cautioned to use the greatest care in reporting to the Engineer all existing sewers and drains exposed during trenching or other operations. Replacements shall be made in accordance with all applicable requirements of these specifications for new construction and in accordance with all applicable requirements of NCDOT "Standard Specifications for Roads and Structures", as approved by the Engineer. ' In the event of conflict, the requirements of these specifications shall take precedence. ' Pipe for sanitary sewers shall be of premium joint type and approved for I 3-1 such use. Drains of perforated pipe or open joint file shall be replaced with corrugated polyethylene pipe meeting the requirements of AASHTO M252 or M294 with a minimum pipe stiffness of 35 psi at 5 per cent deflection. Open jointed replacements 12 inches in diameter and larger shall be Type SP (smooth inner liner with perforations). When approved by the Engineer, replacements 12 feet or less in length of perforated pipe or open joint tile may be made by using PVC plastic pipe meeting the requirements of ASTM D3034, SDR35, or F679. In any event, all such replacements in cultivated fields shall be with the specified perforated pipe. Drain discharges removed at ditches or other watercourses shall be replaced with one standard length of galvanized corrugated metal pipe, or as otherwise approved by the Engineer. Joints between existing and replacement pipes, when of differing materials or with otherwise non-compatible joints, shall be made using banded neoprene couplings as manufactured by Fernco, Inc., or equal. Payment for replacement of sewers and drains not shown on the drawings or marked at the time of construction by the utility owner will be made for the length installed within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main line pipe being installed. Replacement beyond the lines of measurement shall be at the expense of the Contractor. Existing sewers and drains shall be replaced so as to withstand future settlement by bridging with timber supports a minimum of 6 inches square. Bridging shall extend into undisturbed earth a minimum of 12 inches each side of the trench, and the pipe, tile, etc. banded or tied to the bridging for its full length. Where timber bridging cannot be supported by a firm foundation, the Contractor shall provide vertical support for the timber bridging, including any lateral bracing necessary to provide a firm and substantial support. Supports and bracing shall be of native hardwood, and when required for sewers and drains not shown on the drawings or marked at the time of construction by the utility owner will be paid for at the appropriate Supplemental Unit Price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment for wood supports and bracing provided for sewer and drain replacements not shown on the drawings or marked at the time of construction by the utility owner will be made for a length installed within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main 3-2 H F t F I E r line pipe being installed. Wood supports and bracing beyond the lines of measurement shall be at the expense of the Contractor. When approved by the Engineer and with the Contractor responsible for all testing for compaction, compacted granular material may be used for supporting sewer and drain replacements. The material shall be provided from above the pipe embedment material for the new main line pipe being installed to 12 inches above the top of the replacement sewer or drain pipe barrel, and when provided for sewers and drains not shown on the drawings or marked at the time of construction by the utility owner will be paid for at the unit price bid for granular backfill, with payment limited to that within an excavation having a width limited to 2 feet each side of the nominal inside diameter of the main line pipe being installed and 12 inches each side of the replacement sewer or drain pipe barrel. Compacted granular backfill beyond the lines of measurement shall be at the expense of the Contractor. 3.4. RELOCATION OF WATER MAINS - The Contractor is cautioned to use the greatest care in reporting to the Engineer all existing water mains exposed during trenching or other operations. Water mains shall be relocated as required to provide a minimum clearance of 18 inches in all directions with respect to other utilities. Installation shall be in accordance with all applicable requirements of these specifications and the following: Pipe and fittings shall be of ductile iron. Ductile iron pipe shall be designed in accordance with AWWA C150 and manufactured in accordance with AWWA C151, and shall be Thickness Class 52. Ductile iron fittings shall conform to AWWA C110 or AWWA C153. All pipe and fittings shall be coated with a bituminous material on the outside and shall be cement mortar lined in accordance with AIWA C104. Joints shall be of the restrained type, shall be of the pipe manufacturer's standard design, and shall be rated for a minimum 250 psi working water pressure. All pipe and fittings shall be field wrapped with a minimum 8 mil thick polyethylene tube meeting the requirements of AWWA C105, with installation in accordance with Method A and the instructions of the manufacturer. All overlaps and seams shall be completely taped. All rips, punctures and other damage to the polyethylene shall be acceptably repaired. Tape shall be 2 inch wide plastic backed adhesive tape which will bond securely to both metal surfaces and the polyethylene film. 3-3 0 No relocations shall be made unless at least 48 hours prior notice is given to the local official in charge of the water works system and to the Engineer. All such work shall be planned so as to reduce the number of shutoffs and to keep the length of shutoffs to a minimum. One day prior to shutting valves on existing mains, the Contractor shall notify all affected property owners, the local official in charge of the water works system and the Engineer of such shut off. The operation of all existing valves shall be accomplished by a representative of the Owner. The Contractor shall not operate existing valves. All connections shall be made in a manner acceptable to the Owner and the Engineer. The Owner and the Engineer assume no responsibility for any delay occasioned by the special requirements or conditions which must be met in making connections. Extreme care shall be taken in making relocations to prevent contamination of the existing mains. Before making connections to existing mains, all pipe and fittings shall be washed with clean water and then disinfected by washing with a chlorine solution having a residual chlorine strength of not less than 50 ppm. Damage to existing facilities to remain in service and resulting from the Contractor's operations shall be repaired to the satisfaction of the Owner and at the expense of the Contractor. Payment for water line relocation will be made at the appropriate unit prices bid per linear foot, and shall be for' the length of pipe and fittings as required to complete the relocation in accordance with the detail shown on the drawings. 3.5. PRICE BID - The price bid for Existing Sewer, Drain and Water Main Restoration shall include the furnishing of all labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications, within the limits defined, and shall be the price, per linear foot, complete, for the sizes of sewer and drain replacements and water main relocation as follows: 3a. 6 inch Diameter and Smaller Sewer and Drain Replacement, complete, per linear foot. 3b. 8 inch thru 12 inch Diameter Sewer and Drain Replacement, complete, per linear foot. 3c. 15 inch thru 21 inch Diameter Sewer and Drain Replacement, complete, per linear foot. 3-4 3d. 24 inch Diameter and Larger Sewer and Drain Replacement, complete, per linear foot. 3e. 6 inch Diameter and Smaller Water Main Relocation, complete, per linear foot. 3f. 8 inch Diameter and Larger Water Main Relocation, complete, per linear foot. 3-5 4. EXISTING PAVEMENT REPLACEMENT 4.1. SCOPE . . . . . . . . . . . 4.2. GENERAL WORK AND REOUIREMENT 4.3. PAVEMENT REPLACEMENT A. Preparation . . . . . . . . . . . . . . . . . . . . . . . . . B. Replacements . . . . . . . . . • . • • • C. Pavement Markings . . . . . . . . • • • • 4.4. SHOULDERS. CURBS. GUTTERS ETC . . . . . . . . . . . . . . . . . . . 4.5. MEASUREMENT 4.6. PRICE BID . iv-1 1 1 2 2 2 3 3 3 4 I I J 4. EXISTING PAVEMENT REPLACEMENT 4.1. SCOPE - This Item shall include the furnishing of all labor, materials, tools and equipment to complete Existing Pavement Replacement, and includes the permanent replacement, except as noted, of paved streets, alleys, driveways, and parking areas which are damaged or removed in connection with trenching or other operations. The cost of removing existing pavements shall be included within the price bid for the appropriate Item requiring same. Gravel and stone roadways, driveways, and parking areas are not classified as pavements and shall be replaced to a condition similar to that existing before the start of the Project, at the expense of the Contractor. Driveways and parking areas shall be classified as pavements according to the materials of construction. Payment for pavement replacement shall be limited to the lines of measurement subsequently described and the replacement of pavements removed or damaged by the Contractor beyond the lines of measurement shall be made in a manner identical to that within the lines of measurement but at the expense of the Contractor. Sections of the latest North Carolina Department of Transportation (NCDOT) "Standard Specifications for Roads and Structures" as subsequently referenced herein shall be followed insofar as applicable. 4.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as previously specified in Standard Specification G. Bituminous concrete pavement shall be placed in accordance with the seasonal and weather and temperature limitations of NCDOT Section 610-4. In the event pavement replacement cannot be completed due to these limitations, a temporary pavement shall be provided and shall remain in place and be properly maintained until such time as the permanent pavement can be placed, all at the expense of the Contractor. The temporary pavement shall be a bituminous plant mix approved by the Engineer, and shall be a minimum of 2 inches thick. The Owner may order the providing of a temporary pavement. The temporary pavement shall be a bituminous plant mix approved by the Engineer, shall be a minimum of 2 inches thick, and will be paid for at the appropriate supplemental unit price included in the Contract or, if not included, at a price mutually agreed upon by the Owner and the Contractor. Payment shall be limited to the lines of measurement subsequently specified for replacement. The temporary 4-1 pavement shall remain in place and be properly maintained by and at the expense of the Contractor until such time as the permanent pavement is placed. Attention is directed to the seasonal and weather and temperature limitations of NCDOT Section 610-4 for bituminous concrete pavement placement. 4.3. PAVEMENT REPLACEMENT - A. Preparation - Prior to the replacement of the permanent pavement, any temporary pavement provided shall be removed, and the existing pavement shall be removed by sawing to a neat straight edge to a point 12 inches beyond each side of the trench excavation, using care to preserve any reinforcement in concrete pavement whenever possible so that it can be bent back into place. For concrete driveways, if after all other preparation any remaining portion measures less than 5'-0" to the nearest joint, it shall be removed and replaced as subsequently specified, all at the expense of the Contractor. Any excess granular backfill material placed under the appropriate Item of construction shall be removed to allow for the placement of the permanent pavement in accordance with the thickness subsequently specified. If required, additional mechanically tamped granular backfill material as specified shall be provided to fill all depressions and bring the base to the proper elevation. If, in the opinion of the Engineer, the aggregate base is not adequately compacted and keyed, the Contractor shall be required to scarify the base to a sufficient depth and work the aggregate in with mechanical tampers or vibratory devices to obtain maximum keying. The compacted aggregate shall have a firm, even surface ready for the placement of the permanent pavement. Excess granular backfill material removed shall remain the property of the Owner and shall be delivered to and placed in storage by the Contractor at a site to be determined by the Owner. All other excess material shall be disposed of by the Contractor. No separate payment will be made for preparation. B. Replacements - Pavements shall be replaced in accordance with the following typical sections and classifications. Residential and commercial classifications shall be as determined by the Owner. 1) Bituminous Concrete or Seal Coated Roadway 1-1/2" - NCDOT Section 645 Bituminous Concrete Surface Course, Type I-2 1-1/2" - NCDOT Section 640 Bituminous Concrete Binder Course, Type H (May substitute Surface Course.) 4-2 1 u n 1 6" - NCDOT Section 630 Bituminous Concrete Base Course, Type HB, or coarse aggregate base course (CABC), whichever matches existing material. For bituminous concrete pavement: a) On an aggregate base, apply an NCDOT Section 600 prime coat at the rate of 0.35 gallons per square yard. b) Seal faces of existing pavement, curb, structures, and the mating surfaces against which the mixture will be placed with bituminous material in accordance with NCDOT Sections 605-8 and 610-12. c) In driveways and parking areas having a pavement sealer, as determined by the Engineer, not less than 60 days after replacement of the permanent pavement apply a pavement sealer on the surface from the right-of-way to the edge of the roadway. The pavement sealer shall be approved by the Engineer and applied in accordance with the manufacturer's instructions. Replacement of pavements, within the limits defined, will be paid for.at the appropriate unit prices bid per cubic yard, complete, for the respective pavement replacement materials. No separate payment will be made for prime coats, for tack coats, or for coating and sealing. C. Pavement Markings - The Contractor shall replace existing pavement markings removed, or otherwise damaged or lost as the result of Work on the Project. Replacement markings shall match existing in location, type, size, color, and material, unless otherwise specified. Work and materials shall be in accordance with applicable requirements of NCDOT Section 920, as approved by the Engineer. No separate payment will be made for replacing pavement markings. 4.4. SHOULDERS. CURBS. GUTTERS. ETC. - All shoulders, curbs, curb drains, and curbs and gutter on either side of the pavement which are damaged, or removed shall be replaced with new in accordance with applicable NCDOT Sections, as approved by the Engineer, and in accordance with applicable details shown on the drawings by and at the expense of the Contractor. Replacements for which no detail is shown shall match existing. An exception to the above shall be made for concrete monolithic curb and gutter for which payment will be made. Payment for curb and gutter replacement shall be limited to the lines of measurement as specified for pavement. 4.5. MEASUREMENT - Payment for replacement of pavements at trenches shall be limited to a width 2 feet each side of the inside diameter of the pipe installed and, at structures, shall be limited to an area equal to that defined 4-3 by the largest outside dimensions of the structure plus 2 feet on all sides. The , replacement of pavements beyond the lines of measurement shall be at the expense of the Contractor. ' 4.6. PRICE BID - The price bid for Existing Pavement Replacement shall include all necessary labor, materials, tools and equipment to complete the work ' in accordance with the foregoing specifications and accompanying drawings, within the limits shown or defined, and shall be the unit prices, complete, for the types of materials and replacements as follows: ' 4a. Bituminous Concrete Pavement Replacement, complete, per cubic yard. 4b. Curb and Gutter Replacement, complete, per linear foot. ' 4-4 5. EROSION AND SEDIMENTATION CONTROL 1 5.1. SCOPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.2. GENERAL WORK AND REQUIREMENTS . . . . . . . . . . . . . . . . . . 1 5.3. SILT FENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.4. STONE CHECK DAMS . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.5. RIP RAP . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5.6. TEMPORARY CULVERTS . . . . . . . . . . . . . . . . . . . . . . . . 2 5.7. DITCH STABILIZATION MATERIAL . . . . . . . . . . . . . . . . . . . 2 5.8. PRICE BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V-1 7 5. EROSION AND SEDIMENTATION CONTROL 5.1. SCOPE - This Item shall include all labor, materials, tools, and equipment to complete certain Erosion and Sedimentation Control measures for which separate payment will be made as herein specified and as shown on the drawings. The Contractor's attention is directed to Paragraph 49 of the General Conditions, and, in particular, Paragraphs G.6 and G.16 of Standard Specification G. 5.2. GENERAL WORK AND REQUIREMENTS - General work and requirements shall be as previously specified in Standard Specification G, and the following: Erosion and sedimentation control measures shall be in accordance with applicable Sections of the 1990 North Carolina Department of Transportation (NCDOT) "Standard Specifications for Roads and Structures" unless otherwise specified herein. All costs for providing temporary and permanent erosion and sedimentation control measures shall be included in the prices bid for the various items on the Project as previously specified in Paragraph G.3 of Standard Specification G, except under this Item separate payment will be made for Silt Fence, Stone Check Dams, Temporary and Permanent Rip Rap, Ditch Stabilization Material, and Temporary Culverts at the appropriate unit prices included in the Contract. For all tempo nary erosion and sedimentation control measures, all materials provided shall be removed by the Contractor from the Project site and the area restored to a condition equal to that as existed prior to the Contractor's operations, unless otherwise required by these contract documents. 5.3. SILT FENCE - Silt fence shall be in accordance with all applicable requirements of NCDOT Section 893. the locations and limits for silt fence shown on the drawings are approximate only. Final locations and limits will be established at the time of construction. 5.4. STONE CHECK DAMS - Stone check dams shall be in accordance with all applicable requirements of NCDOT Section 892 and each shall include a spillway of Class I rip rap or stone for erosion control, Class B. 5.5. RIP RAP - Rip rap shall be Class I plain rip rap meeting the requirements of NCDOT Section 868, and shall be provided in the locations and to the thicknesses shown. Rip rap shall have a d50 and d. as noted on the ' drawings. 5-1 Rip rap for utility crossing stabilization at streams and creeks will be paid for at the price bid per cubic yard, complete, for Permanent Rip Rap. Any Rip rap for Type 1 temporary equipment stream crossings, as applicable, will be paid for at the price bid per cubic yard, complete, for Temporary Rip Rap, which price shall include all required earthwork and the surface of stone over filter fabric. For permanent and temporary rip rap, payment shall be limited to a width 2 feet each side of the inside diameter of the pipe installed. Permanent and temporary rip rap beyond the lines of measurement shall be at the expense of the Contractor. 5.6. TEMPORARY CULVERTS - Temporary culverts for Type 2 temporary equipment stream crossings shall be of materials and construction meeting all applicable requirements of NCDOT Division 3, as approved by the Engineer. Rip rap shall be temporary rip rap as previously specified in Paragraph 5.5, except no separate payment will be made. For temporary culverts, payment will be limited to the length of pipe culvert installed, which length shall not exceed 20 feet for any one culvert. Pipe culvert exceeding 20 feet for any one culvert shall be at the expense of the Contractor. 5.7. DITCH STABILIZATION MATERIAL - Ditch stabilization material shall be straw mulch with an anchored netting as previously specified in Paragraph G.16 for erosion control of disturbed areas. 5.8. PRICE BID - The price bid for Erosion and Sedimentation Control measures for which separate payment will be made shall include all labor, materials, tools and equipment to complete the work in accordance with the foregoing specifications and accompanying drawings and shall be the unit price each, complete, as follows: 5a. Silt Fence, complete, per linear foot. 5b. Stone Check Dam, complete, each. 5c. Temporary Rip Rap, complete, per cubic yard. 5d. Permanent Rip Rap, complete, per cubic yard. 5e. Ditch Stabilization Material, complete, per square yard. 5f. Temporary 36 inch Culvert, complete, per linear foot. 5-2