Loading...
HomeMy WebLinkAbout20040054 Ver 1_Complete File_20040120\NAT' f iviicnaei r. rsasiey, vovemor Q William G. Ross Jr., Secretary \01 QG North Carolina Department of Environment and Natural Resources C t Alan W. Klimek, P.E., Director y Division of Water Quality Q Coleen H. Sullins, Deputy Director Division of Water Quality January 20, 2004 DWQ# 04-0054 Wayne County Mr. Terry Gallimore City of Goldsboro 222 N. Center St. Goldsboro, NC, 27533 APPROVAL of 401 Water Quality Certification and AUTHORIZATION CERTIFICATE per the Neuse River Buffer Protection Rules (15A NCAC 2B .0233) with ADDITIONAL CONDITIONS Dear Mr. Gallimore: You have our approval, in accordance with the attached conditions, to temporarily impact 3.3 acres of wetlands and to cross 200 linear feet of intermittent and perennial streams in order to construct the Reedy Branch sanitary sewer and water main improvement project in Wayne County, as described in your application received by the Division of Water Quality on January 14, 2004. After reviewing your application, we have decided that this fill is covered by General Water Quality Certification Number 3374, which can be viewed on our web site at http://h2o.enr.state.nc.us/ncwetlands . This Certification allows you to use Nationwide Permit Number 12 when issued by the Corps of Engineers. This letter shall also act as your approved Authorization Certificate for impacts to the protected riparian buffers per 15A NCAC 2B .0233. In addition, you should get any other federal, state or local permits before you go ahead with your project including (but not limited to) Sediment and Erosion Control, Non-Discharge and Water Supply Watershed regulations. Also this approval will expire when the accompanying 404 permit expires unless otherwise specified in the General Certification. 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 in writing and you may be required to send us a new application for a new certification. If the property is sold, the new owner must be given a copy of the Certification and approval letter and is thereby responsible for complying with all conditions. If total wetland fills for this project (now or in the future) exceed one acre, compensatory mitigation may be required as described in 15A NCAC 2H .0506 (h). For this approval to be valid, you must follow the conditions listed in the attached certification and the additional condition listed below: 1. Upon completion of all work approved within the 401 Water Quality Certification, and any subsequent modifications, the applicant is required to return the attached certificate of completion to the 401/Wetlands Unit, North Carolina Division of Water Quality, 1650 Mail Service Center, Raleigh, NC, 27699-1650; 2. The maintenance corridor shall be limited to ten feet within the protected Neuse Buffers; 3. Erosion and sediment control practices must be in full compliance with all specifications governing the proper design, installation and operation and maintenance of such Best Management Practices in order to protect surface waters standards: a. The erosion and sediment control measures for the project must be designed, installed, operated, and maintained in accordance with the most recent version of the North Carolina Sediment and Erosion Control Planning and Design Manual. b. The design, installation, operation, and maintenance of the sediment and erosion control measures must be such that they equal, or exceed, the requirements specified in the most recent version of the North Carolina Sediment and Erosion Control Manual. The devices shall be maintained on all construction sites, borrow sites, and waste pile (spoil) projects, including contractor-owned or leased borrow pits associated with the project. c. For borrow pit sites, the erosion and sediment control measures must be designed, installed, operated, and maintained in accordance with the most recent version of the North Carolina Surface Mining Manual. d. The reclamation measures and implementation must comply with the reclamation in accordance with the requirements of the Sedimentation Pollution Control Act; NU N. C. Division of Water Quality, 401 Wetlands Certification Unit, 1650 Mail Service Center, Raleigh, NC 27699-1650 (Mailing Address) 2321 Crabtree Blvd., Raleigh, NC 27604-2260 (Location) (919) 733-1786 (phone), 919-733-6893 (fax), (http://h2o.enr.state.ne.us/ncwetiands) Customer Service #: 1-877-623-6748 r Mr. Terry Gallimore Page 2 of 2 January 20, 2004 4. No waste, spoil, solids, or fill of any kind shall occur in wetlands, waters, or riparian areas beyond the footprint of the impacts depicted in the Preconstruction Notice Application. All construction activities, including the design, installation, operation, and maintenance of sediment and erosion control Best Management Practices, shall be performed so that no violations of state water quality standards, statutes, or rules occur. Sediment and erosion control measures shall not be placed in wetlands or waters to the maximum extent practicable. If placement of sediment and erosion control devices in wetlands and waters is unavoidable, they shall be removed and the natural grade restored within six months of the date that the Division of Land Resources has released the project. If you do not accept any of the conditions of this certification, you may ask for an adjudicatory hearing. You must act within 60 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, 6714 Mail Service Center, Raleigh, N.C. 27699-6714. This certification and its conditions are final and binding unless you ask for a hearing. This letter completes the review of the Division of Water Quality under Section 401 of the Clean Water Act. If you have any questions, please telephone Daryl Lamb in our Winston-Salem Regional Office at 336-771-4600 or Cyndi Karoly in our Central Office in Raleigh at 919-733-9721. Sincerely, 11117, Alan W. Klimek, P.E. AW K/cbk Attachments cc: Corps of Engineers Washington Regulatory Field Office Washington DWQ Regional Office Central Files File Copy David Hamilton, One Centerview Drive, Suite 208, Greensboro, NC, 27407 040054 I C2ARCADIS FPS Infrastructure, buildings, environment, communications John Dorney, P.E. Wetlands/401 Division Unit NCDENR - Division of Water Quality 1650 Mail Service Center Raleigh, North Carolina 27699-1650 W PPAMOS ! 0 , GAR OUP JAN 1 4 M4 WWI Esc SECTION Subject: Goldsboro, North Carolina Reedy Branch Sanitary Sewer Improvemgnts Dear Mr. Dorney: ARCADIS-FPS has been retained by the City of Goldsboro to design a sanitary sewer and water main improvement project. On behalf of the City, we are pleased to submit: 1. Seven (7) copies of the Preconstruction Notification Application Form. 2. Seven (7) copies of Jurisdictional Wetland Delineation Report 3. Seven (7) copies of plans and specifications. The City of Goldsboro is seeking approval of plans and specifications and an Authorization to Construct from the Division of Water Quality. Please call me if you have any questions. Sincerely, Finkbeiner, Pettis and Strout, Inc. David A. Hamilton, PE Project Manager Copies: Mr. Terry Gallimore, City of Goldsboro Finkbeiner, Pettis & Strout, Inc. One Centerview Drive Suite 208 Greensboro North Carolina 27407 Tel 336 292 2271 Fax 336 855 5648 Date: 13 January 2004 Contact: David A. Hamilton Phone: 336.292.2271 Email: damilton@arcadis- us.com Part of a bigger picture Office Use Only: Form Version May 2002 4n' USACE Action ID No. DWQ No. (If any particular item is not applicable to this project, please enter "Not Applicable" or "N/A".) I. Processing 1. Check all of the approval(s) requested for this project: ? Section 404 Permit ® Riparian or Watershed Buffer Rules ? Section 10 Permit ? Isolated Wetland Permit from DWQ ® 401 Water Quality Certification 2. Nationwide, Regional or General Permit Number(s) Requested: NWP 12 3. If this notification is solely a courtesy copy because written approval for the 401 Certification is not required, check here: ? 4. If payment into the North Carolina Wetlands Restoration Program (NCWRP) is proposed for mitigation of impacts (verify availability with NCWRP prior to submittal of PCN), complete section VIII and check here: ? 5. If your project is located in any of North Carolina's twenty coastal counties (listed on page 4), and the project is within a North Carolina Division of Coastal Management Area of Environmental Concern (see the top of page 2 for further details), check here: ? II. Applicant Information WER41V3, 1. Owner/Applicant Information Name: City of Goldsboro JAN 1 4 2004 Mailing Address: 222 N. Center St. Goldsboro, NC 27533 WA E°°' QUALI ? A Telephone Number: (919) 580-4333 Fax Number: (919) 580-4344 E-mail Address: zaknci.ggldsboro.nc.us 2. Agent/Consultant Information (A signed and dated copy of the Agent Authorization letter must be attached if the Agent has signatory authority for the owner/applicant.) Name: David A. Hamilton Company Affiliation: ARCADIS-FPS Mailing Address: One Centerview Dr. Suite 208 Greensboro, NC 27407 Telephone Number: (336) 292-2271 Fax Number: (336) 855-5648 E-mail Address: dhamiltongarcadis-us.com III. Project Information Attach a vicinity map clearly showing the location of the property with respect to local landmarks such as towns, rivers, and roads. Also provide a detailed site plan showing property Page 5 of 13 boundaries and development plans in relation to surrounding properties. Both the vicinity map and site plan must include a scale and north arrow. The specific footprints of all buildings, impervious surfaces, or other facilities must be included. If possible, the maps and plans should include the appropriate USGS Topographic Quad Map and NRCS Soil Survey with the property boundaries outlined. Plan drawings, or other maps may be included at the applicant's discretion, so long as the property is clearly defined. For administrative and distribution purposes, the USACE requires information to be submitted on sheets no larger than 11 by 17-inch format; however, DWQ may accept paperwork of any size. DWQ prefers full-size construction drawings rather than a sequential sheet version of the full-size plans. If full-size plans are reduced to a small scale such that the final version is illegible, the applicant will be informed that the project has been placed on hold until decipherable maps are provided. 1. Name of project: Reedy Branch Sanitary Sewer improvements 2. T.I.P. Project Number or State Project Number (NCDOT Only): 3. Property Identification Number (Tax PIN): See attached list. 4. Location County: WoMe_ Nearest Town: Goldsboro Subdivision name (include phase/lot number): Directions to site (include road numbers, landmarks, etc.): South most project limits is located approximately 0.3 miles north of the intersection of US 70 Bypass and CUVIer Best Road. 5. Site coordinates, if available (UTM or Lat/Long): N 35024'l 5"; W 77°56' 15" (Note - If project is linear, such as a road or utility line, attach a sheet that separately lists the coordinates for each crossing of a distinct waterbody.) 6. Property size (acres): 15 Acres 7. Nearest body of water (stream/river/sound/ocean/lake): Reedy Branch Creek 8. River Basin: Neuse (Note - this must be one of North Carolina's seventeen designated major river basins. The River Basin map is available at hLtp://h2o.enr.state.ne.us/admin/maps/.) 9. Describe the existing conditions on the site and general land use in the vicinity of the project at the time of this application: The site has mainly flat topography where much of the land is woodlands and agricultural fields. The portion along Hare Road is moderately developed with single-family homes. The portion of the sewer line along Reedy Branch Creek lies within delineated wetlands and is downslope of the Wayne County Community College. Land use in the surrounding area is light to moderate single-family homes with several apartment/condominium housing. At the south end of the project where the line ties into existing manholes along US 70 it becomes light to moderate commercial development. Page 6 of 13 10. Describe the overall project in detail, including the type of equipment to be used: Section 1: Section 1 consists of the proposed sewer that runs south from the intersection of Tommy's Road and Hare Road for approximately 0.7 miles. This section continues as the sewer travels northwest along New Hope Road and turns to travel south on the west side of Reedy Branch for approximately 0.7 miles. Section 2: Section 2 consists of the proposed sewer that runs from US 70 along Cuyler Best Road approximately 1 mile to the intersection with New Hope Road. It travels approximately 1/2 mile north on New Hope Road to the existing water tank site. The line also travels approximately 1/4 mile south from Best Road along New Hope Road. The project will consist of 24" DIP throughout the wetlands and 12, 8 and 4-inch PVC along the rest of the project area. All sewer pipes will be DIP if the pipe runs within 100 feet of a potable well. Additionally, the sewer pipe will be DIP within 50 feet of any. creek crossings. The sewer pipe will be installed with conventional trenching equipment, except all road and creek crossings will be bore and jack installation. 11. Explain the purpose of the proposed work: The purpose of the project is to providzsanitary sewer servie to a developing area of Goldsboro. IV. Prior Project History If jurisdictional determinations and/or permits have been requested and/or obtained for this project (including all prior phases of the same subdivision) in the past, please explain. Include the USACE Action ID Number, DWQ Project Number, application date, and date permits and certifications were issued or withdrawn. Provide photocopies of previously issued permits, certifications or other useful information. Describe previously approved wetland, stream and buffer impacts, along with associated mitigation (where applicable). If this is a NCDOT project, list and describe permits issued for prior segments of the same T.I.P. project, along with construction schedules. The project extends an existing 24" sanitary sewer that was installed to serve the Wayne County Community College. This original sewer line was installed prior to the Neuse Basin Riparian Buffer Rule Implementation; therefore, there is no prior project history, other than a sewer extension permit. V. Future Project Plans Are any future permit requests anticipated for this project? If so, describe the anticipated work, and provide justification for the exclusion of this work from the current application. None. VI. Proposed Impacts to Waters of the United States/Waters of the State It is the applicant's (or agent's) responsibility to determine, delineate and map all impacts to wetlands, open water, and stream channels associated with the project. The applicant must also provide justification for these impacts in Section VII below. All proposed impacts, permanent and temporary, must be listed herein, and must be clearly identifiable on an accompanying site plan. All wetlands and waters, and all streams (intermittent and perennial) must be shown on a delineation map, whether or not impacts are proposed to these systems. Wetland and stream Page 7 of 13 evaluation and delineation forms should be included as appropriate. Photographs may be included at the applicant's discretion. If this proposed impact is strictly for wetland or stream mitigation, list and describe the impact in Section VIII below. If additional space is needed for listing or description, please attach a separate sheet. 1. Provide a written description of the proposed impacts: The impacts to the jurisdictional wetland delineated on the attached figure, includes mechanized clearing, grading and stabilization back to the existing ground elevations. The forested wetlands within the construction corridor would be converted to herbaceous wetlands.. 2. Individually list wetland impacts below: Wetland Impact Site Number indicate on ma Type of Impact* Area of Impact (acres) Located within 100-year Floodplain** (es/no) Distance to Nearest Stream linear feet) Type of Wetland*** 1 Mechanized Clearing, Grading, Stabilization 3.3 yes 50+ ft Forested wetland. * List each impact separately and identify temporary impacts. Impacts include, but are not limited to: mechanized clearing, grading, fill, excavation, flooding, ditching/drainage, etc. For dams, separately list impacts due to both structure and flooding. ** 100-Year floodplains are identified through the Federal Emergency Management Agency's (FEMA) Flood Insurance Rate Maps (FIRM), or FEMA-approved local floodplain maps. Maps are available through the FEMA Map Service Center at 1-800-358-9616, or online at http://www.fema.gov. *** List a wetland type that best describes wetland to be impacted (e.g., freshwater/saltwater marsh, forested wetland, beaver pond, Carolina Bay, bog, etc.) Indicate if wetland is isolated (determination of isolation to be made by USACE only). List the total acreage (estimated) of all existing wetlands on the property: 31.25 (see figure on attached Jurisdictional Wetland Delineation report). Total area of wetland impact proposed: 3.3 acres. 3. Individually list all intermittent and perennial stream impacts below: Stream Impact Length of Average Width Perennial or Site Number Type of Impact* Impact Stream Name** of Stream Intermittent? (indicate on map) (linear feet) Before Im act (please secify Clearing, grading, 1 excavation, 40 UT-Reedy Branch loft Perennial grass-lined channels. Page 8 of 13 Clearing, grading, 2 excavation, 40 UT-Reedy Branch 4 ft Intermittent grass-lined channels. Clearing, grading, 3 excavation, 40 UT-Reedy Branch 4 ft Intermittent grass-lined channels. Clearing, grading, 4 excavation, 40 UT-Reedy Branch 4 ft Intermittent grass-lined channels. Clearing, grading, 5 excavation, 40 UT-Reedy Branch 6 ft Perennial grass-lined channels. * List each impact separately and identify temporary impacts. Impacts include, but are not limited to: culverts and associated rip-rap, dams (separately list impacts due to both structure and flooding), relocation (include linear feet before and after, and net loss/gain), stabilization activities (cement wall, rip-rap, crib wall, gabions, etc.), excavation, ditching/straightening, etc. If stream relocation is proposed, plans and profiles showing the linear footprint for both the original and relocated streams must be included. ** Stream names can be found on USGS topographic maps. If a stream has no name, list as UT (unnamed tributary) to the nearest downstream named stream into which it flows. USGS maps are available through the USGS at 1-800-358-9616, or online at www.usss.sov. Several internet sites also allow direct download and printing of USGS maps (e.g., www.topozone.com, www.mapguest.com, etc.). Cumulative impacts (linear distance in feet) to all streams on site: 110 feet will be used for a permanent maintenance corridor. Another 120 feet will be disturbed during construction but will be returned to its natural vegetation and existing ground elevations. 4. Individually list all open water impacts (including lakes, ponds, estuaries, sounds, Atlantic Ocean and any other water of the U.S.) below: There are no lakes, ponds, estuaries, sounds, Atlantic Ocean or any other water of the U.S. being impacted for this project. Reedy Branch Creek is the only water system being impacted. Open Water Impact Site Number indicate on ma) Type of Impact* Area of Impact (acres) Name of Waterbody (if applicable) Type of Waterbody (lake, pond, estuary, sound, bay, ocean, etc. * List each impact separately and identify temporary impacts. Impacts include, but are not limited to: fill, excavation, dredging, flooding, drainage, bulkheads, etc. 5. Pond Creation Page 9 of 13 If construction of a pond is proposed, associated wetland and stream impacts should be included above in the wetland and stream impact sections. Also, the proposed pond should be described here and illustrated on any maps included with this application. Pond to be created in (check all that apply): ? uplands ? stream ? wetlands Describe the method of construction (e.g., dam/embankment, excavation, installation of draw-down valve or spillway, etc.): There are no ponds being created in the wetlands area. Proposed use or purpose of pond (e.g., livestock watering, irrigation, aesthetic, trout pond, local stormwater requirement, etc.): There are no ponds being created in the wetlands area. Size of watershed draining to pond: There are no ponds being created in the wetlands area. Expected pond surface area: There are no ponds being created in the wetlands area. VII. Impact Justification (Avoidance and Minimization) Specifically describe measures taken to avoid the proposed impacts. It may be useful to provide information related to site constraints such as topography, building ordinances, accessibility, and financial viability of the project. The applicant may attach drawings. of alternative, lower-impact site layouts, and explain why these design options were not feasible. Also discuss how impacts were minimized once the desired site plan was developed. If applicable, discuss construction techniques to be followed during construction to reduce impacts. The proposed sanitary sewer line ties into an existing manhole that is in the delineated wetlands and in order to meet the tie in point and still have the future customers served by a gravity sewer, the proposed location was the most efficient and practical. The proposed route is outside of the 50' Zone 2 Riparian buffer and contains no permanent structure other than the underground pipe and manholes. By keeping the sewer rg avity operated, the City is able to avoid puttin in n any permanent structures such as a pumping station or permanent access roads to maintain such a facility. The only wet stream crossing (Reedy Branch is designed to be bored, rather than trenched, to minimize impacts to the stream and its banks. Once the area is as well as protect the area from increased sediment. The disturbed area will be returned to natural vegetation and existing ground elevations, once construction is complete. The disturbed area will function as an herbaceous wetland due to the clearing requirements by the Cit T?for utility maintenance corridors. VIII. Mitigation DWQ - In accordance with 15A NCAC 2H .0500, mitigation may be required by the NC Division of Water Quality for projects involving greater than or equal to one acre of impacts to freshwater wetlands or greater than or equal to 150 linear feet of total impacts to perennial streams. USACE - In accordance with the Final Notice of Issuance and Modification of Nationwide Permits, published in the Federal Register on March 9, 2000, mitigation will be required when necessary to ensure that adverse effects to the aquatic environment are minimal. Factors including size and type of proposed impact and function and relative value of the impacted Page 10 of 13 aquatic resource will be considered in determining acceptability of appropriate and practicable mitigation as proposed. Examples of mitigation that may be appropriate and practicable include, but are not limited to: reducing the size of the project; establishing and maintaining wetland and/or upland vegetated buffers to protect open waters such as streams; and replacing losses of aquatic resource functions and values by creating, restoring, enhancing, or preserving similar functions and values, preferable in the same watershed. If mitigation is required for this project, a copy of the mitigation plan must be attached in order for USACE or DWQ to consider the application complete for processing. Any application lacking a required mitigation plan or NCWRP concurrence shall be placed on hold as incomplete. An applicant may also choose to review the current guidelines for stream restoration in DWQ's Draft Technical Guide for Stream Work in North Carolina, available at h"://h2o.enr.state.nc.us/ncwetlands/strmgide.htrnl. 1. Provide a brief description of the proposed mitigation plan. The description should provide as much information as possible, including, but not limited to: site location (attach directions and/or map, if offsite), affected stream and river basin, type and amount (acreage/linear feet) of mitigation proposed (restoration, enhancement, creation, or preservation), a plan view, preservation mechanism (e.g., deed restrictions, conservation easement, etc.), and a description of the current site conditions and proposed method of construction. Please attach a separate sheet if more space is needed. Mitigation will consist of the minimization and avoidance of the impact as described in the above section. The stream crossing is perpendicular and will be bored to avoid having construction activity within Riparian Buffer Zones 1 and 2. The permanent easement corridor width will be 10' within the riparian Zones 1 and 2 and will be approximately 140 linear feet; therefore, designating the practice as allowable. 2. Mitigation may also be made by payment into the North Carolina Wetlands Restoration Program (NCWRP). Please note it is the applicant's responsibility to contact the NCWRP at (919) 733-5208 to determine availability and to request written approval of mitigation prior to submittal of a PCN. For additional information regarding the application process for the NCWRP, check the NCWRP website at http://h2o.enr.state.nc.us/)M/index.htm. If use of the NCWRP is proposed, please check the appropriate box on page three and provide the following information: Amount of stream mitigation requested (linear feet): Amount of buffer mitigation requested (square feet): Amount of Riparian wetland mitigation requested (acres): Amount of Non-riparian wetland mitigation requested (acres): Amount of Coastal wetland mitigation requested (acres): IX. Environmental Documentation (required by DWQ) Does the project involve an expenditure of public (federal/state) funds or the use of public (federal/state) land? Page 11 of 13 Yes ® No ? If yes, does the project require preparation of an environmental document pursuant to the requirements of the National or North Carolina Environmental Policy Act (NEPA/SEPA)? Note: If you are not sure whether a NEPA/SEPA document is required, call the SEPA coordinator at (919) 733-5083 to review current thresholds for environmental documentation. Yes ? No If yes, has the document review been finalized by the State Clearinghouse? If so, please attach a copy of the NEPA or SEPA final approval letter. Yes ? No ? X. Proposed Impacts on Riparian and Watershed Buffers (required by DWQ) It is the applicant's (or agent's) responsibility to determine, delineate and map all impacts to required state and local buffers associated with the project. The applicant must also provide justification for these impacts in Section VII above. All proposed impacts must be listed herein, and must be clearly identifiable on the accompanying site plan. All.buffers must be shown on a map, whether or not impacts are proposed to the buffers. Correspondence from the DWQ Regional Office may be included as appropriate. Photographs may also be included at the applicant's discretion. Will the project impact protected riparian buffers identified within 15A NCAC 2B .0233 (Meuse), 15A NCAC 2B .0259 (Tar-Pamlico), 15A NCAC 2B .0250 (Randleman Rules and Water Supply Buffer Requirements), or other (please identify Neuse )? Yes ? No ® If you answered "yes", provide the following information: Identify the square feet and acreage of impact to each zone of the riparian buffers. If buffer mitigation is required calculate the required amount of mitigation by applying the buffer multipliers. Zone* Impact (square feet) Multiplier Required Mitigation 1 3 2 1.5 Total * Zone 1 extends out 3U teet perpendicular from near banK of channel; Gone L extends an additional 20 feet from the edge of Zone 1. If buffer mitigation is required, please discuss what type of mitigation is proposed (i.e., Donation of Property, Conservation Easement, Riparian Buffer Restoration / Enhancement, Preservation or Payment into the Riparian Buffer Restoration Fund). Please attach all appropriate information as identified within 15A NCAC 2B .0242 or.0260. Page 12 of 13 There is no mitigation required because the perpendicular stream crossing will have a permanent maintenance corridor limited to 10 feet in width. No surface construction disturbance will occur along the 140-foot subterranean bore that passes through the riparian buffer. This practice is allowable per Administrative Code 15A NCAC 02B .0233 (6) - Table of Uses. XI. Stormwater (required by DWQ) Describe impervious acreage (both existing and proposed) versus total acreage on the site. Discuss stormwater controls proposed in order to protect surface waters and wetlands downstream from the property. Entire project area is grassed or wooded, therefore, there is no impervious area associated with the sewer improvements. Limiting erosion and sediment transport off-site through measures shown on drawings and included in Sedimentation and Erosion Control Plan (check dams, silt fencing, ditch stabilization, rip rap, etc.). XII. Sewage Disposal (required by DWQ) Clearly detail the ultimate treatment methods and disposition (non-discharge or discharge) of wastewater generated from the proposed project, or available capacity of the subject facility. This is a non-discharge project/facility. The sewage will be conveyed through the sanitary sewe system and disposed of at the Goldsboro WWTF. XIII. Violations (required by DWQ) Is this site in violation of DWQ Wetland Rules (15A NCAC 2H .0500) or any Buffer Rules? Yes ? No Is this an after-the-fact permit application? Yes ? No XIV. Other Circumstances (Optional): It is the applicant's responsibility to submit the application sufficiently in advance of desired construction dates to allow processing time for these permits. However, an applicant may choose to list constraints associated with construction or sequencing that may impose limits on work schedules (e.g., draw-down schedules for lakes, dates associated with Endangered and Threatened Species, accessibility problems, or other issues outside of the applicant's control). Page 13 of 13 (Agent's signature is valid only if an authorization letter from the applicant is provided.) t ^? ENVIRONMENTAL CONSULTANTS 8480 Garvey Drive Since 1985 Tei:(919)872-1174 or (800)407-0889 Raleigh, North Carolina 27616-3175 Fax:(919)872-9214 e-mail: rooldstein(MriaaCarolina com website: www.riaaCarolina.com May 22, 2003 Mr. David Hamilton, P.E. Finkbeiner, Pettis & Strout, Inc. One Centerview Drive Greensboro, N.C. 27407 RE: Jurisdictional Wetland Delineation, Proposed Sewerline Corridor along Reedy Branch in Wayne County, NC. Mr. Hamilton: Robert J. Goldstein & Associates has completed surveys of the proposed sewerline corridor along Reedy Branch in Wayne County, NC. The route is bounded by New Hope Road to the north, an existing sewerline to the south, Wayne County Community College (WCCC) to the west, and Reedy Branch to the east. Sequentially numbered flags (pink) were hung along the wetland's boundary from south to north (flag WA-1, through WA -184). The area is a wetland complex, dominated by alluvial hardwoods and dense understory vegetation. Numerous seeps and drainage channels were observed. These inputs maintain upslope portions of the wetland. Beaver activity in the lower slope areas of this wetland has created large marsh areas along Reedy Branch. Several areas of this wetland are defined by moderate to steep slopes with obvious boundaries, whereas others are saturated areas reaching upslope to their source. We did not locate the proposed project's transect line, so we instead delineated the entire wetland edge. The area covered should be more than sufficient to accommodate realignments to your proposed corridor. The wetland delineation extents are illustrated on the attached figure. Some portions extend beyond the treeline, upslope into mowed portions of the WCCC property. These areas were not delineated. The attached figure illustrates five unnamed tributaries (Uts) of Reedy Branch. The first three, numbered on Figure 1 accordingly, are depicted on Wayne County soil surveys, and do qualify for protection under 15A NCAC 2B .0233 (Neuse River Riparian Area Buffer Rules). The remaining two streams, numbered 4 and 5 on the attached figure, do not appear on either USGS 7.5 minute topographic maps or Wayne County soil survey. These streams do not qualify for protection. However, local regulations and planning staff should be consulted to determine if protection is mandated under local ordinance. Our biologists also observed a protected species. Lanius ludovicianus (Loggerhead Shrike), during our surveys. This bird, protected as a species of `Special Concern' by the State of North Carolina, was observed upslope of the proposed project, inside WCCC maintained lawn and does not utilize alluvial forests for nesting or forage. Avoidance of upland forest edges and open forage areas should insure no impact to this species. Environmental Assessments # Environmental Impact Statements :Jurisdictional Wetland Delineations a Endangered Species Surveys GIS/GPS Mapping P Reservoirs *Archaeological Surveys and Testing • Water Supply Projects *Real Estate Risk Assessments *Lake Management Watershed Management 0 lnstream Flow Analyses • Mitigation Plans • Stream Restoration • Municipal Solid Waste Landfills • Sewerlines Wastewater Treatment Plants • 404 and 401 Permits • Groundwater Monitoring • Biological Assessments • Expert Witness Testimony ENVIRONMENTAL CONSULTANTS 8480 Garvey Drive Since 9985 Tel:(919)872-1174 or (800)407-0889 Raleigh, North Carolina 27616-3175 Fax:(919)872-9214 e-mail: raoldstein(Md-gaCarolina com website: www.rioaCarolina.com Stream and wetland delineation flag locations were recorded with our sub-meter GPS. The GPS points are being sent to you via email, as AutoCAD r14.dxf files, NAD 83 meters. COE Wetland Determination forms will be mailed out tomorrow morning. These will be necessary if permitting is required. Two links are provided for your information below. DWQ General Certification 3374 is the state's counterpart for the US Army Corps of Engineers Nationwide Permit (NWP) 12, Utility Line Backfill and Bedding, which applies to the proposed project. The text of these regulations are also enclosed for your reference. •DWQ General Certifications: http://h2o.enr.state.nc.us/ncwetlands/certs.html •US Army COE Wilmington District: http://www.saw.usace.army.miI/wetlands/general&nationwide permits.htm •NCAC (Buffers in Title 15A, Chapter 2, subchapter B, section .0233: http://ncrules state nc us/ncadministrativ /title 15aenviron /chapter02enviro /default.htm The permitting process can be complex; don't hesitate to contact us with questions. Your project also requires DWQ approval to impact Neuse River Riparian Buffers, 15A NCAC 2B .0233. Call with questions. Thank you for the opportunity to provide environmental services to FP&S. Sincerely, Christopher D. Hopper, Biologist Robert J. Goldstein & Associates, Inc. 8480 Garvey Drive - Raleigh, NC 27616 (919) 872-1174 fax: (919) 872-9214 URL: www.rigaCarolina.com Email: chopper _rigaCarolina.com Environmental Assessments • Environmental Impact Statements • Jurisdictional Wedand Delineations • Endangered Species Surveys GIS/GPS Mapping *Reservoirs &Archaeological Surveys and Tesdng • Water Supply Projects *Real Estate Risk Assessments *Lake Management Watershed Management • Instream Flow Analyses • Midgation Plans • Stream Restoration • Municipal Solid Waste Landfills • Sewerlines Wastewater Treatment Plants • 404 and 401 Permits • Groundwater Monitoring • Biological Assessments • Expert Witness Testimony it ZM-ZL8(666) :X8b (.U00'i L.lll0.>eoebfTjVtiVW BL£-MLZ ON '4Bie1ea VL66ZL8 (66) enua AGAM0 (381,19 S1NviinSN 00 IVIN3 W N 081AN3 •aul `samoossv :p waisppoD •r magoy ' s •eug01e0 yVoN uno0 au eM '100101 aupaaMeS L a.nBld posodoid aol paaedaid `pueje (peeN 6uole uogeeullaa puegaM ? jl) swesil.s aaglo o} elgeogdde I + F, salru jo} suoll.elnBei leool l,insuoo p # •(salm jejjna JGAIN asnON i r }t -?f 6uliaMpl.) sdL*lN Ilos Sos dasn 3 uo jeadde g pue `z` 6 sweaa}s.Ln SJaleM aofr rtg w?' q •. Ej7 7 pa}eaullap IOU 8003 ?f puelleM leuollol0slanf £ load 00% Q •r Y a alloy 41unwuuoJ Ajuhoo auKeM v_ // ? L"r? ? .. { yet' 1 Y ? t T' Y? h rl'M S a DATA FORM ROUTINE WETLAND DETERMINATION (1987 COE Wetlands Delineation Manual) ProjectYSite:_. ; Date: vie-, a, J , , f R'63 Applicant/Owner: County' ;-, e Investigator ,???? State: Do Normal Circumstances east on the site? e- Community ID: Is the site significantly disturbed (Atypical Situation) ? es Transect ID: Is the area a potential Problem Area? Yes No Plot ID: If needed, a lain on reverse. VEGETATION HYDROLOGY Do inant Plant Species m Stratum Indicator Dominant Plant Species Stratum Indicator 1. ,r ( L Z , ?, l to o- . 3 u , r;k-. 2 _ 9. L y a Vi 'N <- 2. ~ivt? ?• t' ?A r.`. ? e 10. 1 - vC i C+` cue .ac?f? t n c s1 . ? ? _ 3. )) { ? y ? ? 4. ':v e Ll ?' w ?7L7 I 1 !' (? 12. _ 6. 14. 7. 't?X . off:: S ?? ?a1S'v l e lid 15. 8. U;10-, Oy'+? c _ I ?'Y d? i a+ 16. _ Percent of Dominant Species that are OBL. FACW or FAC .. . ...i'?t ( excluding FAC Remarks: _ Recorded Data (Descrbe in Remarks): Stream, Lake, or Tide Gauge _ Aerial Photographs _ Other _ No Recorded Data Avallable Wetland Hydrology Indicators: Primary indicators: _ hnxndated _ Saturated in Upper 12 Inches _ Water Marks _ Drift Lines _ Sediment Deposits Field Observations: Drainage Patterns in Wetlands -' \ Secondary Indicators (2 or more required): Depth of Surface Water. (in.) _ Oxidized Root Channels In Upper 12 Inches Water-Stalled Leaves Depth to Free Water in Pit: (in.) _ Local Sal Survey Data ,/ - FAC-Neutral Test Depth to Saturated Soil: (in.) _ Other (Explain in Remarks) Remarks: Al/A 132 Appendix B Blank and Example Data Forms r SOILS Map Unit Name (Series and Phase): Cra-yc? n -%Z _++r °f . v1? b n -ite `! Drainage Gass: Taxonomy (Subgroup). ti''tcl?i Field Observations Confirm Mapped Type? .Yes __No .:. . Profile Description: Depth Matrix Color ` finches) Horizon (Munsell Mois Mottle Colors Mottle Abundance/ Texture, Concretions, t) (Munseli Moist) Size/Contrast Structure. etc. -(? +? . ???? 1. , .. Hydric Soil Indicators: _ Hstosol - Concretions _ Hstic Epipedon _ Hgh Organic Content in Surface Layer in Sandy We _ Sulfidic Odor _ Organic Streaking In Sandy Solls _ Aquic Moisture Regime - Listed on Local Hydric Soils List _ Reducing Conditions - Listed on National Hydric Soils List Gieyed or Low-Chroma Colors _ Other (EVlain in Remarks) Remarks: WETLAND DETERMINATION Fydrophytic Vegetation Present? Yes No (Circle) y -.(Circle) Wetland Hydrology Present? Yes ? "'^ Hydric Sail Present? Yes Is this Sampling Point Within a Wetland? Yes 0 Remarks: ^ . 4 _? _1 ?1x1L?i? T\OC b-4 Aooroved by Appendix B Blank and Example Data Fors 133 DATA FORM ROUTINE WETLAND DETERMINATION (1987 COE Wetlands Delineation Manual) Project/Site:° Date: HL4 1 _ `? . Z =c . Applicant/Owner: County: Investigator: ?•?w . < ? . a? " \i lcl- State: . Do Normal Circumstances e)dst on the site? Yes) No Community ID: Is the site significantly disturbed (Atypical Situation)? Yes CN7oD Transect ID: Is the area a potential Problem Area? Yes No Plot ID: If needed explain on reverse. VEGETATION Dominant Plant Speci es Stratum Indicator Dominant Plant Species Stratum Indicator 2. Act-s, .rt `Jiri JL} it 1''b`v 4.LirtC, !L e" ;. "C?S?? •. 14 ?C? ?. 12.j1?C?j1.^l?l t:al '-' 13 ';ii ci.Ll a Z? 8. + ? :1at ?t.Smt=.;t lip; ^r'L. Vf 14. :?,`v? , ?d? _ y•-i??a c .tu?hC,d+l',^r? -clrG 7. is.??ilt.i.ticj_ Percent of Dominant (excluding FAG). Species that are OBL, FACW or FAC Remarks: HYDROLOGY Recorded Data (Describe in Remarks): _ Stream, Lake, or Tide Gauge _ Aerial Photographs _ Other _ No Recorded Data Available Wetland Hydrology Indicators: Primary Indicators: X inundated )L Saturated in Upper 12 Inches _ Water Marks _ Drift Lines _ Sediment Deposits Field Observations: \ r* Drainage Patterns In Wetlands Depth of Surface Water. ) }3 (in.) Secondary Indicators (2 or more required): Oxidized Root Channels in Upper 12 Inches Water-Started Leaves Depth to Free Water in Pit' Local Soil Surrey Data _ FAC-Neutral Test Depth to Saturated Soil:` (in.) _ Other (Explain in Remarks) Remarks: e,, s r_+se ?:'ar?c c1"? j ?uiC ?t?ir?c'+d,t) , t l1,Jc? C3 .., i b vI"J ?+ t_t_.? Lf? ?? l?•JSt? y ?,1«?t 1dl C)± i1?ti 'I`i\c'l'? ?l!ilC i? eJe1`?. N? 132 Appendix B Blank and Example Data Forms snit s Map Unit Nacre (Series and Phase): Drainage Gass: \te_a - O C : ?}} Field Observations " ? Yes Q r d T fi M N C . rry . ' Taxorwmy (Subgroup)- ype ... .: _ appe k .,-. on rm .. o Profile Description: Depth Matrix Collor' • chesl Horizon (Mansell Moj) Mottle Colors Mottle Abundance/ Texture, Concretions, (Munsell Moist) Sim/ContrastStructure. etc. Hydric Soil Indicators: _ Hstosol Concretions Hello Epipedon Hgh Organic Content in Surface Layer in Sandy Soils SulNdlo Odor Organic Streaking in Sandy Soils _ Aquic Moisture Regime Listed on Local Hydric Soils List _ Reducing Conditions _ Listed on National RAric Soils List _ Geyed or tow-Chroma Colors _ Other (Explain in Remarks) Remarks: WM ANn nFTFRMINATInN Fydrophytic Vegetation Present? Yes) No (Circle) _(Circle) Wetland Hydrology Present? es No (?'1 Hydrlc Soils Present? ete;i No Is this Sampling Point Within a Wetland? Yom' No Remarks: TEL?1i??`f _$ orl VIJes TI?Ccs?J? 1 fl D? c?. -i L ?t tot \?( RECONSEMEM= Amrtmwi by Appendix B Blank and Example Data Forms B3 Fj Finkbeiner, Pettis & Strout, Inc. r 10166106 Invoice Number Date Voucher Amount Disco P vious Pay Net Amount 1222031 12/22/03 1137026 475.00 475.00 NCDENR -Division of Water Qua Totals 475.00 475.00 001 3 001 II I r a j z v mac" ta ARCADIS FPS Infrastructure, buildings, environment, communications 1 1 1 f 1 1 1 1 CITY OF GOLDSBORO Alfonzo King, Mayor Richard M. Slozak, City Manager W. Harrell Everett, Jr., City Attorney Sandra T. Justice, City Clerk Richard Durham, Finance Director Terry H. Gallimore, City Engineer 0 1 FPS Infrastructure, buildings, environment, communications CONTRACT DOCUMENTS AND DETAILED SPECIFICATIONS FOR THE REEDY BRANCH SANITARY SEWER IMPROVEMENTS ARCADIS PROJECT NO. GRGOL03101 B1 January 2004 BID REQUEST NO. SPECIFICATIONS AND CONTRACT FORMS REEDY BRANCH SANITARY SEWER IMPROVEMENTS FOR THE ' CITY OF GOLDSBORO, NC ALFONZO KING, MAYOR COUNCIL MEMBERS J. B. RHODES CHARLES J. WILLIAMS DELMUS BRIDGERS CHUCK ALLEN BOB WALLER JR GOODMAN WILLIAM C , . . CITY MANAGER RICHARD M. SLOZAK CITY ATTORNEY W. HARRELL EVERETT, JR. CITY CLERK SANDRA T. JUSTICE FINANCE DIRECTOR RICHARD DURHAM CITY ENGINEER TERRY H. GALLIMORE ENGINEERING BY ARCADIS FPS ONE CENTERVIEW DRIVE SUITE 208 GREENSBORO, NC 27265 (336) 292-2271 J ENGINEER CERTIFICATION HEREBY CERTIFY THAT SPECIFICATIONS CONTAINED HEREIN AND THE ACCOMPANYING DRAWINGS WERE PREPARED BY ME OR UNDER MY DIRECT SUPERVISION. SIGNED, SEALED AND DATED THIS ?-t'14 DAY OF --TkN ut Act 2004 BY DAVID A. HAMILTON, P.E. BY MICHAEL S. CALDWELL, P. E. TITLE PROJECT MANAGER TITLE PROJECT ENGINEER (Seal) (Seal) `,,,t4/111111/1j N CAR941 ' FESS/ % y .o Q L 19697 ?i F ?P: ?? CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS PROPOSAL CONTRACT CONTRACT BOND GENERAL CONDITIONS SPECIAL CONDITIONS EQUIPMENT CHECKLIST SCHEDULE OF DRAWINGS SALES TAX DETAIL SPECIFICATIONS 1. (NOT USED) II. STORM SEWERS AND APPURTENANCES III. CONCRETE CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS IV. BITUMINOUS CONCRETE PLANT MIXES AND TACK COATS IV A. (NOT USED) V. (NOT USED) VI. CONTROL OF EROSION, SILTATION, AND POLLUTION VII. SANITARY SEWER AND APPURTENANCES VII A. (NOT USED) VIII. WATER LINES AND APPURTENANCES IX. BORED ENCASEMENT PIPE X. (NOT USED) XI. (NOT USED) PAGE NUMBER Total NO. of Pages I-1 1 IB-1 : IB-6 6 P-1: P-10 10 C-1 : C-3 3 CB-1 : CB-4 4 GC-1 : GC-30 30 SC-1 : SC-17 17 CL-1 I SD-1 1 ST-1 : ST-3 3 DS II-I : DS II-7 7 DS III-1 : DS III-10 10 DS IV-i : DS IV-10 10 DS VI-1 : VI-5 5 DS VII-I : DS VII-14 14 DS VIII-1 : DS VIII-14 14 DS IX-I : DS IX-3 3 XII. (NOT USED) XIII. (NOT USED) XV. (NOT USED) XVI. (NOT USED) XVII. FENCE RELOCATION XVIII. PROGRESS MEETINGS 0270. SEEDING AND MULCHING 210 (NOT USED) DS XVII-1 : DS XVII-2 DS XVHI-I : DS XVIII-2 DS 0270-1 : DS 0270-6 2 2 6 CITY OF GOLDSBORO NC INVITATION TO BID Sealed bids will be received by the City of Goldsboro, North Carolina, until , at which time at a meeting in the , Goldsboro, NC, the sealed bids will be publicly opened. The work shall consist principally of: Reedy Branch Sanitary Sewer Improvements Formal Bid 14,500 Linear Feet of Sanitary Sewer Line and 2,380 LF of Water Line Accessory Construction Proposals must be enclosed in a sealed envelope addressed to the City Purchasing Agent, P. O. Drawer A, or 214 N. Center Street, City of Goldsboro, North Carolina 27530. The outside of the envelope must be marked NORMAL BID REQUEST , "Reedy Branch Sanitary Sewer Improvements". All proposals must be made on the blank forms provided for that purpose. The name, address, and license number of the bidder shall be plainly marked on the sealed envelope. Each proposal must be accompanied by a certified check, drawn on a bank or trust company authorized to do business in North Carolina, payable to the City of Goldsboro, in an amount to at least equal five percent (5%) of the total amount of the bid, as a guarantee that a contract will be entered into and that a satisfactory performance bond will be executed. In lieu of a certified check, the bidder may submit a bid bond in the form prescribed by G.S. 143-129 as amended by Chapter 1104 of the Public Laws of 1951. Contractors are notified that Legislative Acts relating to licensing of contractors will be observed in receiving bids and awarding the contract. Plans and specifications are on file and may be examined at the office of the City Engineer, ' Goldsboro, North Carolina; in AGC offices in Raleigh, Charlotte, High Point, and Fayetteville, North Carolina; and, in the Dodge Plan Rooms in Raleigh and Greensboro, North Carolina. Plans and specifications may be obtained upon application to FPS accompanied by a payment in ' the amount of Fifty Dollars ($50.00). The deposit will be refunded to those who return plans and specifications in a usable condition within ten (10) days after date of receiving bids. The right is reserved to reject any or all bids, to add or delete work, to waive informalities, and to award contract which, in the opinion of the City, appears to be in its best interest. The right is reserved to hold any or all proposals for a period of sixty (60) days from the opening thereof. I I-I CITY OF GOLDSBORO, NC INSTRUCTIONS TO BIDDERS 1. BID FORM The Contract Documents include a complete set of bidding and Contract forms, which are for the convenience of bidders and are not to be detached from the Contract Documents, filled out, or executed. Separate copies of Bid Forms are furnished for that purpose. Bid Forms must be completed in ink or by typewriter without erasure, interlineation, changes, or special conditions. All Bids shall be subject to all requirements of the Contract Documents, including the Drawings, and these Instructions to Bidders. All Bids must be regular in every respect. The Owner may consider as irregular any Bid on which there is an alteration of or departure from the Bid Form hereto attached and at its option may reject the same. Bid Documents including the completed Bid Form and the Bid Bond shall be I enclosed in a sealed envelope marked as specified in the Invitation to Bid (Advertisement). Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature, and the official address of the partnership and names of all partners must be typed or printed below the signature. The Bid shall contain an acknowledgment of receipt of Addenda. 2. BID SECURITY The amount and type of Bid Security is stated in the Invitation to Bid ' (Advertisement). The required security must be in the form of a certified check made payable to the City of Goldsboro or a bid bond issued by a surety licensed to conduct business in North Carolina and named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The Bid Security of the successful Bidder will be retained until he has executed the Contract and furnished the required Contract Security, whereupon it will be returned; if he fails to execute and deliver the Contract and furnish the required Contract Security within ten (10) days of the Notice of Award, the City of Goldsboro may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom the City of Goldsboro believes to have a reasonable chance. of receiving the award may be retained by the City IB-1 until the earlier of the seventh day after the executed Contract is delivered by Owner to Contractor and the required Contract Security is furnished or the sixty-first day after the Bid opening. Bid Security of other Bidders will be returned within seven days of the Bid opening except that Bid Bonds will only be returned upon request. Revised Bids submitted before the opening of Bids, if representing an increase in excess of two percent (2%) of the original Bid, must have the Bid guaranty adjusted accordingly; otherwise, the Bid will not be considered. 3. MODIFICATION AND WITHDRAWAL OF BIDS Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the Work; and (d) carefully correlate his observations with the requirements of the Contract Documents. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. The Contractor by the execution of the Contract shall in no wise be relieved of any obligation under it due to his failure to receive or examine any form or legal instrument or to visit the site and acquaint himself with the conditions there existing and the City of Goldsboro will be justified in rejecting any claim based on facts regarding which he should have been on notice as a result thereof. 5. BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the City of Goldsboro, submit a statement of the Bidder's qualifications, his experience record in constructing the type of improvements embraced in the project, his organization and equipment available for the work contemplated, and, when specifically requested, a detailed financial statement. The City of Goldsboro shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the City of Goldsboro all such information and data for this purpose as it may request. The right is reserved to reject any Bid where an investigation of the available evidence or information does not satisfy the City of Goldsboro that the Bidder is qualified to carry out properly the terms of the Contract. IB-2 1 6. INTERPRETATIONS OR ADDENDA All questions about the meaning or intent of the Contract Documents shall be submitted to the Engineer in writing by prospective Bidders who have obtained Contract Documents from the office of the Engineer. Replies will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the bidding documents. Questions received less than five days prior to the date for opening of Bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall ascertain prior to submitting his Bid that he has received all Addenda issued, and he shall acknowledge their receipt with his Bid. 7. UNIT PRICES The unit price for each of the several items in the Proposal of each bidder shall include its pro rata share of overhead so that the sum of the products obtained by ' multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this requirement may be rejected as informal. It is hereby agreed that the preliminary measurements and estimated quantities are not necessarily correct and that payments to be received by the Contractor shall be the actual quantities developed by construction of the work at the unit prices contained in this Contract or as otherwise provided. The City of Goldsboro reserves the right to extend the Contract upon the same terms and at the same unit prices provided that such extensions shall not exceed in cost twenty- five percent (25%) of the original total amount of bid. Such extensions will automatically extend the time of completion in proportion to the dollar value as stipulated in paragraph 1-35 of the General Conditions. If the conditions under the contract result in an increase of more than 25% in the quantities of such item, then the City and the Bidder shall negotiate a reasonable unit price based upon the quantities cost to Bidder, comparable unit prices in the Goldsboro area, and other factors presented to the City by the Bidder. If the Bidder and the City are unable to agree upon the unit price, the City may have said item of work performed by it or a third party and this item will be deducted from the contract . It is agreed that the City of Goldsboro shall have the right to determine the amount of work to be done under this contract and may, at any time, make any changes in the dimensions, grades, and alignment, and may increase or decrease the quantity of work to be done or may entirely exclude any of the items or work without thereby altering or invalidating any of the prices herein named in this contract in any respect. If such alterations diminish the quantity of work to be done, they shall not constitute a claim for damages for loss of anticipated profits. If such action be taken, unit prices appearing in l h ll t l th f th P l t id roposa s a con ro e ina e amoun pa . 'J IB-3 8. ALTERNATIVE BIDS No alternative bids will be considered unless alternative bids are specifically requested in the Bid form. 9. TIME FOR RECEIVING BIDS Bids received prior to the advertised hour of opening will be kept securely sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered; except that when a Bid arrives by mail after the time fixed for opening, but before the reading of all other Bids is completed, and it is shown to the satisfaction of the City of Goldsboro that the nonarrival on time was due solely to delay in the mails for which the Bidder was not responsible, such Bid will be received and considered. 10. OPENING OF BIDS At the time and placed fixed for the opening of Bids, the City of Goldsboro will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and other persons properly interested may be present, in person or by representative. 11. BIDS TO REMAIN OPEN All Bids shall remain open for the time stated in the Invitation to Bid (Advertisement) or in the Special Conditions after the day of the Bid opening, but the City of Goldsboro may, its sole discretion, release any Bid and return the Bid Security prior to that date. 12. AWARD OF CONTRACT The City of Goldsboro reserves the right to reject any and all Bids and waive any and all informalities, and the right to disregard all nonconforming or conditional Bids or counter proposals. In evaluating Bids, the City shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid Forms. The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Special Conditions. The City may conduct such IB-4 F1 investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, and other persons and organizations to do the Work in accordance with the Contract Documents to the satisfaction of the City within the prescribed time. The City of Goldsboro reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to the City's satisfaction. If a contract is to be awarded, it will be awarded to the lowest responsible Bidder whose evaluation by the City indicates that the award will be in the best interests of the city. 13. EXECUTION OF AGREEMENT - PERFORMANCE AND PAYMENT BOND Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the City of Goldsboro a contract in the form included in the Contract Documents in such number of 1 copies as the City may require. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful Bidder shall, within the period specified above, furnish a surety bond in a penal sum not less than the amount of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. Such bond shall be in the same form as that included in the Contract Documents and shall bear the same date as, or a date subsequent to that of the Contract. The current power of attorney for the person who signs for any surety company shall be attached to such bond. This bond shall be issued by a surety licensed to conduct business in North Carolina and named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The failure of the successful Bidder to execute such Agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Goldsboro may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award the Contract to the next lowest responsible Bidder or readvertise for Bids, and may charge against the Bidder the difference between the amount of the Bid and the amount for which a Contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the Bid bond. If a more favorable Bid is received by readvertising, the defaulting Bidder shall have no claim against the City for a refund. IB-5 14. CONTRACT TIME AND LIQUIDATED DAMAGES The number of days for the completion of Work (the Contract Time) is set forth in the Proposal or in the Special Conditions and will be included in the executed Contract. Any provisions for liquidated damages are set forth in the Special Conditions and/or Proposal. IB-6 1 11 PROPOSAL TO THE MAYOR AND COUNCILMEMBERS OF THE CITY OF GOLDSBORO GOLDSBORO, NORTH CAROLINA The undersigned hereby signifies that it is his intention and purpose to enter into a contract to furnish labor, materials, equipment, apparatus, etc. required and to do all work necessary for and because of the construction of Reedy Branch Sanitary Sewer Improvements of Goldsboro, North Carolina, in accordance with the terms of the Invitation to Bid (Advertisement), Instructions to Bidders, General Conditions, Special Conditions, Specifications, Drawings, and this Proposal and the following form of Contract, and pursuant with the requirements of the Invitation to Bid (Advertisement) and the Instructions to Bidders, there is deposited herewith a (bid bond) (certified check) in the amount of dollars ($ ) payable to the City of Goldsboro, the same to be refunded to the undersigned under the conditions and in compliance with the terms of this Proposal, which are as follows: THAT: The undersigned carefully examined the Invitation to Bid, Instructions to Bidders, General Conditions, Special Conditions, Specifications, Drawings, and this Form of Proposal and the Contract and fully understands them. THAT: The undersigned carefully examined the site or sites of the project or projects and is familiar with the conditions under which the work, or any part of it, is to be done and the conditions which must be fulfilled in furnishing and/or erection or construction of any or all items of the project, and the furnishing only of any materials, equipment, or apparatus specified in connection therewith. THAT: The undersigned will provide all necessary tools, machinery, apparatus, and all means necessary to do all the work and will furnish all materials, equipment, apparatus, and all else necessary to complete such Contract as may be entered into, in the manner prescribed in the Contract and Specifications and according to the Drawings and requirements under them of the Engineer, in a first class manner. THAT: It is the intention of the City of Goldsboro, subject to the conditions set forth, to award contracts for the project on the basis of bids received at this letting and in such manner as they may decide on being in the best interest of the City. THAT: Should this Proposal not be accepted by the City, the amount of the (bid bond) (certified check) in the amount of . dollars ($ ) deposited herewith will be returned to the undersigned. Bid bonds will not be returned except on request of the bidder. P-1 THAT: Should this Proposal be accepted by the City, and the undersigned fail or neglect to execute such proposed contract, and to furnish the required bond within ten (10) days after receiving notification from the City of Goldsboro that such Proposal was accepted, the above amount of dollars ($_ ) deposited herewith shall be retained as liquidated damages. The City reserves the right to extend the time allowed for executing the Contract and furnishing the bond. THAT: The City reserves the right to reject any or all Proposals. THAT: On being awarded the Contract, the undersigned will execute a Contract Bond, satisfactory to the City, on the form included hereinafter, equal to one hundred percent (100%) of the contract price, as surety for the faithful performance of the Contract. THAT: A Proposal made by a corporation must be signed by its proper officers in a legal manner and its official address stated therein. THAT: A Proposal made by a firm shall be signed with the name of each member of said firm and the firm name added, with the official address of said firm. THAT: The undersigned will complete such contracts as it is hereby proposed to enter into within the time stated herein. THAT: The undersigned proposes to enter into a contract in accordance with this Proposal and the Plans and Specifications and the Contract attached for Reedy Branch Sanitary Sewer Improvements for the City of Goldsboro for the following price or prices: A (certified check) (bid bond) in the amount of dollars ($ ) the total of such amount being not less than five percent (5%) of the total amount of the bid submitted under this Proposal, as required by the Invitation to Bid, is hereto attached in the space provided below: (PIN CERTIFIED CHECK OR BID BOND IN THIS SPACE) The undersigned hereby certifies that he is licensed as a General Contractor under the provisions of the Act of the North Carolina Legislature, Session of 1925, regulating the practice of General Contracting, and that the number of his license under which he is now operating is It is fiu-ther agreed that the Bidder is to complete work included in the award within the time and under the conditions set forth, and that if default is made in such completion and conditions, the City shall deduct as liquidated damages the sum of Eight Hundred Dollars ($800.00) per day for each and every calendar day that the completion P-2 of the contract is delayed and above the contract time or conditions not met as set forth below. The undersigned agrees to begin work on a date to be set by the Engineer after contract award has been made and to complete all work included in the project within 180 (One hundred and Eighty) days from the date of Notice to Proceed. Time is of the essence in the completion of this contract. The schedules set forth above will be strictly enforced by the City due to the inconvenience and expense any delays will cost the City and abutting property owners. The City reserves the right to terminate this contract as provided for in GC 1-48, if the Contractor fails to complete any segment of said work in accordance with the above schedule. The receipt of the following Addenda is hereby acknowledged: Number Date Number Date Number Date Respectfully submitted the day of 2004. Signature of Person, Firm, or Corporation Making Bid By: (CORPORATE SEAL) Address: P-3 It is understood that only the names of the bidders given above are to be made public, but for the full information of the City of Goldsboro, there is to be stated in the following space the names of all persons interested in this Proposal. F1 U LJ The bidder shall state in the following space where he has or they have executed work of a similar nature to this, as proposed, the extent of such work, for whom executed, and the names of persons for personal and business references. P-4 I PROPOSAL FOR REEDY BRANCH SANITARY SEWER IMPROVEMENTS ITEM. ESTIMATED NO. DESCRIPTION QUANTITY UNIT SANITARY SEWER IMPROVEMENTS CUYLER BEST ROAD & NEW HOPE ROAD 1 8" PVC (6'-8') Sewer Line 972 Linear Feet 2 8" PVC (8'-10') Sewer Line 2,273 Linear Feet 3 8" PVC (10'-12') Sewer Line 130 Linear Feet 4 8" D.I. (6'-8') Sewer Line 5 Linear Feet 5 8" D.I. (8'-10') Sewer Line 65 Linear Feet 6 12" PVC (0'-6') Sewer Line 26 Linear Feet 7 12" PVC (6'-8') Sewer Line 71 Linear Feet 8 12" PVC (8'-10') Sewer Line 507 Linear Feet 9 12" PVC (10'-12') Sewer Line 2,245 Linear Feet 10 12" PVC (12'-14') Sewer Line 1,280 Linear Feet 11 12" PVC (14'-16') Sewer Line 614 Linear Feet 12 I2" PVC (16'-18') Sewer Line 72 Linear Feet 13 12" D.I. (8'-10') Sewer Line 179 Linear Feet 14 12" D.I. (10'-12') Sewer Line 28 Linear Feet p - 5 UNIT TOTAL COST PRICE INPLACE ITEM. NO DESCRIPTION 15 12" D.T. (12'-14') Sewer Line 16 12" Pipe Sewer in Tunnel or Bored 17 18" Steel Casing Pipe w/8" MIDI Pipe by Dry Bore 18 24" Steel Casing Pipe w/12" MIDI Pipe by Dry Bore 19 Manhole Including Ring and Cover 20 4" PVC Schedule 40 (open cut) 21 4" PVC Schedule 40 (bored) 22 4" Sewer Tap w/Cleanout 23 Select Borrow 24 Remove and Replace Existing Fence 25 Remove and Replace Storm Drainage Pipe 26 Remove and Replace Existing DOT Guard Rail 27 Traffic Control 28 Testing Allowance 29 Silt fence 30 Stone Check Dam 31 Temporary Sediment Trap P - 6 ESTIMATED QUANTITY UNIT 13 Linear Feet 150 Linear Feet 188 Linear Feet 50 Linear Feet 326 Vertical Feet 234 Linear Feet 198 Linear Feet 9 Each 222 Cubic Yards 100 Linear Feet 300 Linear Feet 40 Linear Feet I Lump Sum I Lump Sum 4,643 Linear Feet 24 Each I Each UNIT TOTAL COST PRICE IN PLACE i t r ITEM. ESTIMATED NO. DESCRIPTION QUANTITY UNIT 32 Temporary Ditch Stabilization Material 1,740 Square Yards 33 Rock Pipe Inlet Sediment Trap Type "B" I Each 34 Seeding and Mulching 8,700 Square Yards SANITARY SEWER IMPROVMENTS - CUYLER BEST & NEW HOPE ROAD SUBTOTAL WATER MAIN IMPROVEMENTS CUYLER BEST ROAD 1 12" D.I. RJ Water Main 2,230 Linear Feet 2 12" HDPE Pipe, Directionally Drilled 150 Linear Feet 3 Fire Hydrant Assembly Type "2" 4 Each 4 Select Borrow 10 Cubic Yards 5 Replace 3" Sewer FM w/DIP 250 Linear Feet 6 Remove and Replace Storm Drainage Pipe 100 Linear Feet 7 Traffic Control I Lump Sum 8 Testing Allowance 1 Lump Sum 9 Stone Check Dam 4 Each 10 Temporary Ditch Stabilization Material 440 Square Yards 11 Rock Pipe Inlet Sediment Trap Type "B" 1 Each 12 Seeding and Mulching 2,200 Square Yards P - 7 UNIT TOTAL COST PRICE INPLACE ITEM. ESTIMATED UNIT TOTAL COST NO. DESCRIPTION QUANTITY UNIT PRICE IN PLACE WATER MAIN IMPROVEMENTS - CUYLER BEST ROAD SUBTOTAL SANITARY SEWER IMPROVEMENTS REEDY BRANCH, NEW HOPE ROAD & HARE ROAD 1 12" PVC (6' w 8') S Li 59 Li - e er ne near Feet 2 12" PVC (8'-10') Sewer Line 1,063 Linear Feet 3 12" PVC (10'-12') Sewer Line 607 Linear Feet 4 12" PVC (12'-14') Sewer Line 638 Linear Feet 5 12" PVC (14'-I6') Sewer Line 890 Linear Feet 6 12" PVC (16'-18') Sewer Line 1,232 Linear Feet 7 12" D.I. (0'-6') Sewer Line 48 Linear Feet 8 12" D.I. (6'-8') Sewer Line 42 Linear Feet " ' ' , 9 12 D.I. (8 -10 ) Sewer Line 564 Linear Feet 10 I (10'-12') Sewer Line 12" D 171 Linear Feet . . 11 12" D.I. (14'-16) Sewer Line 110 Linear Feet 12 24" D.I. (6'-8') Sewer Line 141 Linear Feet 13 24" D.I. (8'-10') Sewer Line 872 Linear Feet 14 24" D.I. (10'-12') Sewer Line 1,049 Linear Feet 15 24" D.I. (12'-14') Sewer Line 480 Linear Feet p - a ' ITEM. ESTIMATED NO. DESCRIPTION QUANTITY UNIT 16 24" D.I. (14'-16') Sewer Line 306 Linear Feet 17 24" D.T. (16'-18') Sewer Line 145 Linear Feet 18 24" D.I. (18'-20') Sewer Line 152 Linear Feet 19 24" D.I. (20'-22') Sewer Line 112 Linear Feet 20 24" D.I. (22'-24') Sewer Line 136 Linear Feet 21 24" D.I. (24'-26') Sewer Line 101 Linear Feet 22 24" D.T. (26'-28') Sewer Line 104 Linear Feet 23 24" D.I. (28'-30') Sewer Line 19 Linear Feet 24 24" Steel Casing Pipe w/l2" MJDI Pipe by Dry Bore 185 Linear Feet 25 36" Steel Casing Pipe w/24" MIDI Pipe by Dry Bore 50 Linear Feet 26 Manhole Including Ring and Cover 449 Vertical Feet 27 Additional Cost for Watertight MH Ring & Cover 4 Each 28 4" PVC Schedule 40 (open cut) 669 Linear Feet 29 4" PVC Schedule 40 (bored) 875 Linear Feet 30 4" Sewer Tap w/Cleanout 26 Each 31 Anti-Seep Collar, 24" 1 Each 32 Select Borrow 95 Cubic Yards P - 9 UNIT TOTAL COST PRICE IN PLACE ITEM. NO. DESCRIPTION 33 Remove Existing Concrete Pavement 34 Replace Conc. Pvmt. to Match Original Thickness 35 Remove and Replace Existing Fence 36 Remove and Replace Storm Drainage Pipe 37 Saw Asphalt or Concrete 38 Remove and Replace Existing DOT Guard Rail 39 Traffic Control 40 Testing Allowance 41 Silt fence 42 Stone Check Dam 43 Temporary Ditch Stabilization Material 44 Rock Pipe Inlet Sediment Trap Type "B" 45 Seeding and Mulching ESTIMATED QUANTITY UNIT 12 Linear Feet 12 Linear Feet 100 Linear Feet 300 Linear Feet 24 Linear Feet 50 Linear Feet I Lump Sum I Lump Sum 3,632 Linear Feet 29 Each 2,504 Square Yards 1 Each 9,200 Square Yards SANITARY SEWER IMPROVEMENTS REEDY BRANCH CREEK, NEW HOPE ROAD & HARE ROAD SUBTOTAL TOTAL P - 10 UNIT TOTAL COST PRICE IN PLACE i CONTRACT THIS CONTRACT, made this _ day of in the year 20 , by and between of party of the first part, hereinafter called the Contractor, and the City of Goldsboro, N.C., party of the second part, hereinafter called the Owner. WITNESSETH: THAT WHEREAS, a contract for has recently been awarded to the Contractor by Owner, at and for a sum equal to the aggregate cost of the work to be done and labor, materials, equipment, apparatus, and supplies furnished at the prices and rates respectively named therefore, in the Proposal attached thereto. AND WHEREAS, it was one of the conditions of said award that a formal contract should be executed by and between the Contractor and the Owner, evidencing the terms of said award and that the Contractor shall commence the work to be performed under this agreement on a date to be specified in a written order of the Owner, and shall fully complete all work thereunder within consecutive calendar days from said date. 0 I NOW, THEREFORE, THIS CONTRACT FURTHER WITNESSETH that the Contractor doth hereby covenant and agree with the Owner, that will well and faithfully perform and execute such work and furnish such labor, materials, equipment, apparatus and supplies, in accordance with each and every one of the conditions, covenants, stipulations, terms and provisions contained in said specifications and in accordance with the plans, at and for a sum equal to the aggregate cost of the work done and labor, materials, equipment, apparatus, and supplies furnished at the prices and rates respectively named therefore on the Proposal attached hereto, and will well and faithfully comply with and perform each and every obligation imposed upon by said plans and specifications or the terms of said award. The Contractor shall promptly make payments to all persons supplying materials in the prosecution of the work and to all laborers and others employed thereon. The Contractor shall be responsible for all damages to the property of the Owner that may be consequent upon the normal procedure of work or that may be caused by or result from the negligence of the Contractor, his, its, or their employees or agents, during the progress of, or connected with the prosecution of the work, whether within the limits of the work or elsewhere. The Contractor must restore all property so injured to a condition as well as it was when the Contractor entered upon the work. C-1 The Contractor shall furthermore be responsible for and required to make good at his, its, or their expense any and all damages of whatever nature to persons or property, arising during the period of this Contract, caused by carelessness, neglect, or want of due precaution on the part of the Contractor, his, its, or their agents, employees, or workmen. The Contractor shall also indemnify and save harmless the Owner and the officers and agents thereof from all claims, suits, and proceedings of every name and description which may be brought against them or the officers and agents thereof, for or on account of any injuries or damages to persons or property received or sustained by any person or persons, firm, corporation, or by or in consequence of any materials used in said work or by or on account of any improper materials or workmanship in its connection or by or on account of any accident, or of any other acts or omission of said Contractor, his, its, or their agents, employees, servants, or workmen. It is agreed and understood that the advertisement for bids, the information for bidders, the accepted Proposal, the general conditions, the detailed specifications, and the enumerated addenda and drawings are a part and parcel of this Contract, to the same extent as if incorporated herein in full. It is further mutually agreed between the parties hereto that if, at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance the second party shall deem the surety or sureties upon such bond to be unsatisfactory, of it, for any reason, such bond ceases to be adequate to cover this performance of the work, the first party shall, at its expense, within five (5) days after the receipt of notice form the second party so to do: furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the second party. In such event, no further payment to the first party shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in the manner and form satisfactory to the second party. And the Owner doth hereby covenant and agree with the Contractor that it will pay to the Contractor, when due and payable under the terms of said specifications and said award, the above mentioned sum, and that it will well and faithfully comply with and perform each and every obligation imposed upon it by said specifications of the terms of said award. IN WITNESS WHEREOF, said ha_ hereunto set hand and seal (or) has caused these presents to be signed in its corporate name by its and its corporate seal to be hereto affixed and attested by its Secretary and the City of Goldsboro, has caused this presents to be signed in its corporate name by the Mayor and its seal to be hereto affixed and duly attested by its City Clerk, by authority of the City of Goldsboro duly given, all as of the day and year first above written. C-2 1 1 1 1 1 i 1 1 1 1 1 1 i 1 1 FURTHER AGREEMENTS BY TITLE (SEAL) ATTEST: SECRETARY BY: ATTEST: CITY CLERK CITY OF GOLDSBORO, N.C. MAYOR "Provisions for the payment of monies to fall due under this agreement has been made by appropriation duly made or by bonds or notes duly authorized, Approved as to Form and as required by the Municipal Fiscal Legal Sufficiency: Control Act." CITY ATTORNEY CITY FISCAL OFFICER C-3 1 t CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS, that we of as Principal, and of as Surety, are held and firmly bound unto the City of Goldsboro, N. C. in the full and just sum of (dollars) ($ ) lawful money of the United States, to be paid to the City of Goldsboro or its certain attorney, to which payment well and truly to be made and done we bind ourselves, our heirs, executors, and administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, has entered into a contract with the said City of Goldsboro, N. C., dated the - day of ,20 ,for upon certain terms and conditions in said contract more particularly mentioned, a copy of which said contract is incorporated herein by references and is made a part hereof as if fully copied herein, and WHEREAS, it was one of the conditions of the award by said City, pursuant to which said contract was entered into, that these presents should be executed. NOW, THEREFORE, the condition of this obligation is such that if the principal shall faithfully perform the terms and conditions of the contract in all respects on part, and shall fully pay all obligations incurred in connection with the performance of such contract on account of labor and materials used in connection therewith, and all such other obligations of every form, nature and character, and shall save harmless the City from all and any liability of every nature, kind and character which may be incurred in connection with the performance or fulfillment of such contract or other such liability resulting from negligence or otherwise on the part of such principal and further shall save harmless the City from all costs and damage which may be suffered by reason of failure to fully and completely perform said contract and shall fully reimburse and repay the City for all expenditures of every kind, character and description which may be incurred by them in making good any and every default which may exist on the part of the principal in connection with the performance of said contract; and further that the principal shall pay all lawful claims of all persons, firms, partnerships, or corporations for all labor performed and materials furnished in connection with the performance of the contract, and that the failure so to do with such persons, firms, partnerships or corporations shall give them a direct right of action against the principal and surety under this obligation; then this obligation shall become null and void, otherwise to remain in full force and effect. Provided, however, that no suit, action or proceeding by reason of any default whatever shall be brought on this bond after twelve months from the date on which the final payment on the contract falls due. CB-1 And 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 the work to be performed thereunder or the specifications accompanying same shall in any wise affect its obligations 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 specifications. IN WITNESS WHEREOF, the said as Principal, ha hereunto set hand and seal (or) has caused these presents to be signed in its corporate name by its and its corporate seal to be hereto affixed and attested by its Secretary, all by authority of its Board of Directors, duly given, and as Surety, has caused these presents to be signed in its and its corporate seal to be affixed and attested by its all by authority of its Board of Directors duly given. This day of 20 BY TITLE ATTEST: BY TITLE (Seal) ATTEST: CB-2 E GENERAL CONDITIONS OF THE CONTRACT 1-01. General 1-02. Definitions 1-03. Drawings and Specifications 1-04. Drawings and Specifications at the Job Site 1-05. Intent and Workmanship 1-06. Accident Prevention 1-07. Ownership of Drawings 1-08. Materials and Products 1-09. Engineer's Status 1-10. Engineer's Decisions 1-11. Survey Information 1-12. Subsurface Conditions 1-13. Permits and Taxes 1-14. Codes and Regulations 1-15. Shop Drawings 1-16. Samples 1-17. Pipe and Conduit Sleeves 1-18. Responsibility for Connecting to Existing Work 1-19. Field Measurements 1-20. Lines of Reference 1-21. Progress Schedule and Cost Breakdown 1-22. Cooperation with Governmental Departments, Public Utilities, Etc. 1-23. Work in Street, Highway, and Other Rights-of-Way 1-24. Insurance 1-25. Surety Bond 1-26. Responsibility, Risk, Blame, Etc. 1-27. Work During Inclement Weather 1-28. Inspection of Work 1-29. Superintendence 1-30. Testing and Use of Incomplete Portions of the Work INDEX 1-31. Sanitary Provisions 1-32. Public Convenience and Safety 1-33. Measurement of Quantities 1-34. Patents and Royalties 1-35. Changes in the Work 1-36. Delays and Extension of Time 1-37. Deductions for Uncorrected Work 1-38. Correction of Work 1-39. Cash Allowances 1-40. Assignment 1-41. Use of Premises 1-42. Protection of Existing Property Improvements 1-43. Temporary Heat 1-44. Electrical Power and Lighting 1-45. Contractors' Cooperation and Coordination 1-46. Cutting, Digging, Fitting, and Patching 1-47. Subcontracts 1-48. Owner's Right to Terminate Contract 1-49. Contractor's Right to Terminate Contract 1-50. Removal of Equipment 1-51. Use of Completed Portions 1-52. Cleaning Up 1-53. Inspection Certificates, Bonds, and Guarantees 1-54. Partial Payments 1-55. Final Inspection 1-56. Final Certificate of Payment 1-57. Acceptance of Final Payment Constitutes Release 1-58. Guarantee of Work 1-59. Occupational Safety and Health Administration (OSHA) 1-01. GENERAL These conditions and every part herein are binding upon the Contractor and ' Owner insofar as they can or do apply to him, his work, and on the Owner. Each shall be responsible for neglect to read or to attend to any paragraph or item contained herein. The Engineer shall decide as to the meaning and the applicability of any part of these General Conditions, or of anything in the Specifications, in each case, and his decision shall be binding and final subject to Section 1-10 of these General Conditions. 1-02. DEFINITIONS ' Whenever in these contract documents the following terms or pronouns in place of them are used, the intent and meaning shall be interpreted as follows: ' ENGINEER: The Individual, Partnership, Corporation, or Association named in the Special Conditions, acting directly through a partner, an officer, or other representatives duly authorized, by whom all explanations and directions ' necessary for the satisfactory prosecution and completion of the work will be given. ' INSPECTOR: CONSTRUCTION INSPECTOR: PROJECT REPRESENTATIVE: CONSTRUCTION OBSERVER: An authorized representative of the Engineer assigned to observe the work performed and materials furnished by the Contractor or such other person as may be appointed by the Owner as his representative. The Contractor shall be notified in writing of the identity of this representative. BIDDER: Any individual, firm, partnership, or corporation submitting a proposal for the work contemplated. ' CONTRACTOR: Any individual, firm, or corporation with whom a contract is made by the ' Owner. SUBCONTRACTOR: The term subcontractor, as employed herein, includes only those having a direct contract with the Contractor, and it includes one who furnishes ' GC-2 material worked to a special design according to the plans or specifications for this work, but does not include one who merely furnishes material not so worked. SURETY: The corporate body which is bound with and for the Contractor and which engages to be responsible for the Contractor and his acceptable performance of the work. PERFORMANCE BOND: SURETY BOND: The approved form of security furnished by the Contractor and his surety as a guaranty of good faith on the part of the Contractor to execute the work in accordance with the terms of the Contract. WORK: The term "work" as used herein, refers to and includes only the products, materials, and workmanship or labor entering into the project or any portion thereof as designed by the Engineer, in accordance with the terms and conditions of the contract. Unless otherwise specifically required by the Special Conditions or the technical provisions of these specifications, the selection and operation of the equipment and tools to be used in completing the work shall be full and complete responsibility of the Contractor; such equipment and tools shall, in all respects, be adequate and suitable for the purpose intended. CHANGES AND ALTERATIONS: These terms, as used herein, refer to any deviation from the contract drawings, specifications, and other documents. WRITTEN NOTICE: The term "Notice" as used herein shall mean and include all written notices, demands, instructions, claims, approvals, and disapprovals required to obtain compliance with the contract requirements. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or to an authorized representative of such individual, firm, or corporation, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. Unless otherwise stated in writing, any notice to or demand upon the Owner under this contract shall be delivered to the Owner through the Engineer. GC-3 1 n u CONTRACT DOCUMENTS: The "Contract Documents" consist of the Agreement or Contract, the Advertisement, the Instructions to Bidders, the General Conditions, the Special Conditions, the Technical Specifications, the Drawings (including such detail drawings as may be furnished and/or approved by the Engineer from time to time during the performance of the work in explanation of said drawings), the accepted Proposal, and all required bonds, powers-of-attorney, and insurance certificates. See Special Conditions section for additional definitions. 1-03. DRAWINGS AND SPECIFICATIONS (a) The drawings and these specifications, whether taken separately or together, are to be interpreted according to their full intent, meaning, and spirit, and shall be deemed to mutually explain each other and to be descriptive of the work to be done under this contract. Should any discrepancy appear in or between the specifications and drawings, the Engineer shall decide which is applicable and his decision shall be final. (b) The detail specifications which follow are divided into sections for convenience of reference and the materials, work, etc. mentioned or specified in one part are not intended to be limited to that part only, but shall be applied with equal force to any other part where such materials, work, equipment, etc. are mentioned or required to properly provide a complete structure, installation, equipment, etc. according to the true intent of the drawings and specifications. (c) On the drawings, figured dimensions shall be taken in preference to scaled ' dimensions and large-scale drawings shall be followed in preference to smaller scale drawings and descriptive literature. Should there be anything shown on the drawings and not called for in the specifications, or vice versa, the same shall be carried out as if ' required by both. Should any errors be noticed in the drawings or specifications, they shall be referred to the Engineer for correction before bids are submitted. The Contractor shall notify the Engineer of any errors which he may discover in the drawings or specifications before the work is performed. The Contractor shall make no alterations or corrections without prior approval of the Engineer. (d) In the preparation of the drawings certain devices, abbreviations, conventions, symbols, diagrams, and schedules have been used, the meaning and use of which are illustrated and explained herein or on the drawings. Drawings cannot be fully or ' correctly interpreted without reference to these specifications and such sheets. (e) When any feature of the construction occurs more than once, it is drawn in full once only and repetitions of the same features are indicated in outline. It is intended that all such features indicated in outline shall be complete in every detail as shown in the typical instance. Features which are shown in detail at a larger scale may be indicated in GC-4 outline only when shown at smaller scales. When any feature is continuous, a portion only may be shown in full and the remainder in outline. Information shown on plans may not be repeated on elevations or sections and vice versa. Where practical, information has been given on the form of schedules. (f) The Engineer may issue additional instructions by means of supplemental drawings or otherwise, from time to time during the progress of the contract, to illustrate more fully the intent of the contract documents or to illustrate changes in the work. (g) The Owner is responsible for the adequacy of the general design of the finished work; however, the design of standard products used in the work shall be the responsibility of the Contractor. Any temporary work required to protect existing work or adjoining property, or to provide for operation of existing or new facilities, shall be the entire responsibility of the Contractor. (h) The Contractor shall be furnished without cost to him, the number of sets of drawings and specifications stipulated in the Special Conditions. 1-04. DRAWINGS AND SPECIFICATIONS AT THE JOB SITE The Contractor shall maintain, in readable condition at the job site, one complete set of working drawings and specifications for his work, including all shop drawings. Such drawings and specifications shall be available for use by the Engineer or his representative at all times. This set shall be marked, or notes acceptable to the Engineer provided, in order to reflect as-built conditions; changes indicating such conditions shall be kept current at all times. Upon completion of the project, this complete set of drawings and specifications or notes, showing as-built conditions, shall be returned to the Engineer. 1-05. INTENT AND WORKMANSHIP It is the intent under this Contract that the work shall result in a complete and properly usable and operating installation, structure, or plant; and that workmanship shall be of the best quality consistent with the materials and construction methods shown on drawings and specified. (a) The words "furnish", "furnish and install", "install", and "provide" or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". (b) Miscellaneous items and accessories which are not specifically mentioned, but which are essential to produce a complete and properly operating installation, or usable structure or plant, providing the indicated function, shall be furnished and installed without change in the contract price. Such miscellaneous items and accessories shall be of the same quality standards, including material, style, finish, strength, class, weight, and GC-5 (e) The cost of extra work resulting from lack of notices, untimely notices, defective work, or lack of coordination shall be borne by the Contractor responsible for such lack of notices, etc. 1-46. CUTTING, DIGGING, FITTING, AND PATCHING (a) Each Contractor shall cut, fit, and patch his work as necessary to properly connect the various parts and to prepare his work to meet, fit, and connect to the work of other contractors as indicated or reasonably implied by the Contract Documents. Any such cutting and fitting as may be required in connecting the work of various trades shall be executed by the respective trade. The patching and finishing of area or items altered by cutting and fitting shall be done by the Contractor responsible for the finished work at the expense of the other contractor requiring such alterations. (b) Where practicable, the General Construction Contractor shall build around the work of other separate contractors or shall leave chases, slots, and holes as required to receive and to conceal within the general construction work the work of such other separate contractors as directed by them. Where such chases, slots, etc. are impracticable, the work shall require specific approval of the Engineer. 1B (c) Necessary chases, slots, and holes not built or left by the General Construction Contractor shall be cut by the separate contractor requiring such alterations after approval of the General Construction Contractor. The General Construction Contractor shall do all patching and finishing of his work where cut by other contractors at the expense of such other contractors. (d) No alterations shall be made which will be detrimental to any of the work. No Contractor shall endanger any work by cutting, digging, or in any other manner, nor shall he alter the work of any other contractor without the prior approval of both the Engineer and such other contractor. 1 1-47. SUBCONTRACTS (a) The Contractor shall, within thirty (30) days after the signing of the Contract, submit to the Engineer, in writing, the names of subcontractors proposed for the work unless otherwise agreed upon by the Engineer. No request for payment will be approved until this list has been received and approved by the Engineer. (b) Nothing contained in the specifications or drawings shall be construed as creating any contractual relationship between any subcontractor and the Owner. The divisions or sections of the specifications are not intended to control the Contractor in dividing the work among subcontractors or to limit the work performed by any trade. I GC-24 (c) The Contractor shall be as fully responsible to the Owner for the acts and omissions of subcontractors, and of persons employed by them, as he is for the acts and omissions of persons directly employed by him. (d) The Contractor shall be responsible for the coordination of the trades, subcontractors, and material men engaged upon his work. (e) The Contractor shall, without additional expense to the Owner, utilize the services of specialty subcontractors on those parts of the work which are specified to be performed by specialty subcontractors. (f) The Owner or Engineer will not undertake to settle any differences between the Contractor and his subcontractors or between subcontractors. (g) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of these General Conditions and other Contract Documents insofar as applicable to the work of subcontractors, and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provisions of the Contract Documents. (h) If in the opinion of the Engineer, any subcontractor on the project proves to be incompetent or otherwise unsatisfactory, he shall be replaced if and when directed in writing. 1-48. OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged as bankrupt; or if he should make a general assignment for the benefit of his creditors; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials; or if he should fail to make prompt payment to subcontractors or for material or labor; or if he should persistently disregard codes, laws, ordinances, or the instructions of the Engineer or otherwise be guilty of substantial violation of any provisions of the Contract; then the Owner, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right of remedy and after giving the Contractor seven (7) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the Owner as herein provided, and the damage incurred through the Contractors' default, shall be certified by the Engineer. GC-25 I 1 i] 1-49. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority, for a period of three (3) months, through no act or fault of the Contractor or anyone employed by him; or if the Engineer fails to issue any certificate of payment within thirty (30) days after receipt of a request for payment acceptable to him, or if the Owner fails to honor a certificate of payment within thirty (30) days after presentation of such certificate; then the Contractor may, upon seven (7) days written notice to the Owner and the Engineer, stop work or terminate this Contract and recover from the Owner payment for all work executed, plus any loss sustained upon any plant or materials plus reasonable profit and damages. 1-50. REMOVAL OF EQUIPMENT In the case of termination of this Contract before completion, for any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of his equipment and supplies from the property of the Owner. Should the Contractor not remove such equipment and supplies, the Owner shall have the right to remove them at the expense of the Contractor. 1-51. USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the fact that the time for completing the entire work or any portion thereof may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time or both, except by prior agreement, as the Engineer may determine. 1-52. CLEANING UP (a) Site. The Contractor shall clean up behind the work as much as is reasonably possible as the work progresses. Upon completion of the work and before acceptance of and Final Payment for the project by the Owner, the Contractor shall remove all his surplus and discarded materials, excavated material, and rubbish from the roadways, sidewalks, parking areas, lawns, and all adjacent property; shall restore, in an acceptable manner all property, both public and private, which has been disturbed or damaged during the prosecution of the work; and shall leave the whole in a neat and presentable condition. (b) Building. Clean up operations shall consistently be carried on by the Contractor at all times to keep the premises free of accumulation of waste materials and rubbish. Upon completion of the work, he shall remove all rubbish, tools, scaffolding, GC-26 surplus materials, etc. from the building and shall leave his work "broom clean", or its equivalent, unless more exactly specified. The General Construction Contractor shall do the following special cleaning for all trades upon completion of the work: (1) Remove putty stains and paint from and wash and polish all glass. Do not scratch or otherwise damage glass. (2) Remove all marks, stains, fingerprints, and other soil and dirt from painted, stained, and decorated work. (3) Remove all temporary protections and clean and polish floors. (4) Clean and polish all hardware for all trades; this shall include removal of all stains, dust, dirt, paint, etc. (c) General. In case of dispute, the Owner may remove the rubbish and charge the cost to the several contractors as the Engineer shall determine to be just. 1-53. INSPECTION CERTIFICATES, BONDS, AND GUARANTEES Upon completion of project and prior to submission of certificate for final payment, the Contractor responsible for such work shall have had electrical, plumbing, heating, and other work, as applicable, inspected by proper authorities as required by technical sections of specifications and all applicable codes, laws, and ordinances. Before final payment will be made, Contractor must submit inspection certificates to Engineer covering such work, signed by proper authorities, together with bonds and guarantees as required. 1-54. PARTIAL PAYMENT After the work has been started and materials and subcontractors lists have been received and approved by the Engineer, partial payments will be made monthly. The amount will be ninety percent (90%) of the work done, plus ninety percent (90%) of the materials stored or stockpiled in an approved manner and location on the site, all as estimated by the Engineer. The Owner may, however, subject to the approval of the Engineer and provided satisfactory progress is being made on the project, at any time after 50 percent of the work has been completed, make partial payments on the basis of 95 percent of the value of work completed and of materials stored or stockpiled on the site. No expense incurred by the Contractor in planning the work, purchasing materials, and performing similar operations not resulting in tangible construction or materials on the site will be considered for partial or final payment. Payment for bonds and insurance required under the contract shall not be a separate pay item, but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. The Contractor's requests for payment shall be submitted to the Engineer on or before the fifth (5th) day of the month for work performed during the preceding month. The estimate submitted by GC-27 ' other applicable characteristics, as specified for the major component of which the miscellaneous item or accessory is an essential part, and shall be approved by the Engineer before installation. The above requirement is not intended to include major ' components not covered or inferable from the drawings and specifications. (c) The work of all trades under this contract shall be coordinated by the ' Contractor in such a manner as to obtain the best workmanship possible for the entire project and all components of the work shall be installed or erected in accordance with the best practices of the particular trade. (d) The Contractor shall be responsible for making the construction of habitable structures under this contract rainproof, and for making equipment and utility installations properly perform the specified function. If he is prevented from so doing by any limitations of the drawings or specifications, the Contractor shall immediately notify ' the Engineer in writing of such limitations before proceeding with construction in the area where the problem or limitation exists. ' (e) Materials or methods described by words which, when applied, have a well- known technical or trade meaning will be held to refer to such recognized standard. Standard specifications or manufacturer's literature, when referenced, shall be of the ' latest revision or printing unless otherwise stated, and are intended to establish the minimum requirements acceptable. i L D I L (f) Brand names where used in the Technical Specifications are intended to denote the standard of quality required for the particular material or product. The term equal or equivalent, when used in connection with brand names, shall be interpreted to mean a material or product that is similar and equal in type, quality, size, capacity, composition, finish, color, or applicable characteristics to the material or product specified by trade name, and that is suitable for the same use and capable of performing the same function, in the opinion of the Engineer, as the material or product so specified. Proposed equivalent items must be approved by the Engineer before they are purchased or incorporated in the work. 1-06. ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons, including employees, and property. The safety provisions of applicable laws, rules, and regulations, and building and construction codes shall be observed. Machinery and equipment shall be guarded, and all hazards shall be eliminated in accordance with the safety provisions of the latest edition of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. GC-6 1-07. OWNERSHIP OF DRAWINGS All drawings, specifications, and copies thereof furnished by the Engineer are his property. They shall not be used on other work and, with the exception of the signed Contract set, shall be returned to him, upon request, at the completion of work. 1-08. MATERIALS AND PRODUCTS (a) Materials and products incorporated in the work must be approved for use before being purchased by the Contractor. The Contractor shall submit to the Engineer a list of such materials or products, together with such samples as may be necessary for him to determine their acceptability and obtain his approval, within ninety (90) calendar days after award of Contract unless otherwise stipulated in the Special Conditions. No request for payment after this date will be approved until this list has been received and approved by the Engineer. Delay caused by obtaining approvals for substitute materials will not be considered justifiable grounds for an extension of construction time. (b) Any materials not approved by the Engineer that are used or placed on the site shall be immediately removed upon the order of the Engineer and replaced to his satisfaction at the Contractor's expense. Substitute materials, even though approved by the Engineer, must meet all performance requirements for the project, and the Contractor shall be fully responsible for the life and service performance of such materials. (c) When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or approved, such materials shall be delivered to the site in their original packages or containers with seals unbroken and labels intact and shall not be opened until the Engineer is given an opportunity to inspect and approve. (d) Should any work or materials not conform with requirements of the drawings and specifications or become damaged during the progress of the work, such work or materials shall be removed and replaced, together with any work disarranged by such alterations, at any time before completion and acceptance of the project. All such work shall be done at the expense of the Contractor. (e) Unless otherwise specifically provided in the specifications, all equipment, materials, and articles incorporated in the work shall be new and of the best grade of their respective kinds for the purpose. No materials or supplies for the work shall be purchased by the Contractor or by any Subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. GC-7 1 1-09. ENGINEER'S STATUS The Engineer will be the Owner's representative during the construction period and will observe the work in progress on behalf of the Owner. He has the authority to act on behalf of the Owner only to the extent expressly provided in the Contract Documents or otherwise in writing, which shall be shown to the Contractor. He has authority upon ' written notification to the Contractor to stop the work whenever such stoppage may be necessary in his reasonable opinion to insure the proper execution of the Contract. (a) The Engineer will be, in the first instance, the interpreter of the conditions of the Contract and the judge of its performance. He shall side neither with the Owner nor with the Contractor, but shall use his powers under the Contract to enforce its faithful performance by both. (b) In case of the termination of employment of the Engineer, the Owner shall appoint a capable and reputable Engineer against whom the Contractor makes no reasonable objection, whose status under the contract shall be that of the former ' Engineer. 1-10. ENGINEER'S DECISIONS The Engineer shall, within a reasonable time, make decisions on all claims of the Owner or Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. 1 1 1-11. SURVEY INFORMATION (a) Unless otherwise specified, the Owner will furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of bench marks adjacent to the work. See Special Conditions for additional information on extent of survey work required of the Contractor. (b) The Contractor shall carefully preserve bench marks, reference points, and stakes. In case of their willful or careless destruction, he shall be charged with the resulting expense of replacement and shall be responsible for any mistakes that may be caused by their loss or disturbance. 1-12. SUBSURFACE CONDITIONS The Engineer shall make available to all prospective bidders, prior to the receipt of bids, all information that he may have as to subsurface conditions in the vicinity of the work, topographical maps, or other information that might assist the bidder in properly evaluating the amount and character of the work that might be required in the construction. Such information is given, however, as being the best information available GC-8 1 to the Engineer at the specific location with the assumption of responsibility for its accuracy or for any conclusions that the Contractor might draw therefrom. The Contractor shall satisfy himself as to the nature of the work, shall investigate all other matters which can in any way affect the work under this Contract, and shall determine the character of equipment and facilities needed preliminary to and during the prosecution of the work. No verbal agreement or conversation with any officer, agent, or employee of the Owner or the Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 1-13. PERMITS AND TAXES (a) Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits and licenses for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Contractor, unless otherwise specified. (b) Cost of all sales and other taxes for which the Contractor is liable under the Contract shall be included in the Contract Price stated by the Contractor. (c) The Contractor shall be responsible for procuring any permits for the use of property beyond the limits of the Owner's property or of permanent rights-of-way as necessary for working or storage space during the prosecution of the work. 1-14. CODES AND REGULATIONS The Contractor shall give all notices and comply with all applicable building and construction codes and all applicable laws, ordinances, rules, and regulations. If the Contractor observes that the requirements of the drawings and specifications are less than code requirements, he shall promptly notify the Engineer in writing and the cost of any necessary modifications shall be adjusted as provided for under "Changes in the Work". The Contractor shall abide by all local, county, and state laws, rules, and regulations relating to his work and regulations. 1-15. SHOP DRAWINGS (a) The Contractor shall furnish outline and principal dimension drawings of all manufactured articles furnished under this Contract, reinforcement setting drawings, schedules, and catalog cuts and illustrations, as called for in the specifications or required by the Engineer. Where specific materials, finishes, etc. are specified, they shall be shown on shop drawings. Materials and items required to be shown on shop drawings shall not be purchased, fabricated, or delivered to job site until shop drawings covering such materials or items have been approved. GC-9 1 1 1 (b) Shop drawings and/or catalog cuts of all fabricated parts and items shall be submitted for the approval of the Engineer. All such data shall be submitted through the prime Contractor with such promptness as to cause no delay to any of the work. When catalog cuts are submitted, the specific item to be considered shall be identified by the same nomenclature and/or item number used on the drawings or the specifications. The same identifications shall be used on shop drawings. Submission of catalog pages containing no such indications will be returned to the Contractor without action. Original submissions shall be in quadruplicate. The Engineer shall check, with reasonable promptness, such drawings, schedules, and data only for conformance with the design concept of the project and compliance with the information given in the Contract Documents. The Contractor shall make any corrections required by the Engineer and shall submit the corrected copies for final approval. Upon approval, three copies of each approved submission shall be retained by the Engineer. The Contractor shall furnish such additional copies as may be required for the use of other prime contractors; these will be distributed by the Engineer. (c) Submissions at variance with the requirement of the specifications or contract drawings shall be accompanied with a letter setting forth such variations and the credit to be allowed where such variations are less expensive than contract requirements. If, in the opinion of the Engineer, such variations are of a minor nature, and comply with the intent of the Contract Documents, approval will be given in writing. When variations are such as involve a credit to the Owner, approval will be given only upon receipt of a reasonable and proper credit. In the absence of such approvals, the Contractor shall comply with all specification and drawing requirements. (d) Submission of shop drawings shall be scheduled sufficiently far in advance of job requirements to allow time for checking, correcting, and resubmitting and recheck, as necessary. Delay to the job or to the work of other Contractors caused by late submission of shop drawings shall be the responsibility of the prime Contractor making such late submission. Repairs, modifications, and corrections to other work due to lack of shop drawing data shall be the responsibility of the prime Contractor who failed to supply such data in sufficient time. t (e) The Engineer's check of shop drawings covers general design only and will not include a quantity check or dimensional verification. The Engineer will not undertake the determination of dimensions which, by their nature, must be established from field measurements. The determination of such dimensions shall be a part of the Contractor's checking and coordination of shop drawings. The approval of shop drawings shall not relieve the Contractor from the responsibility for conforming with drawings and specifications unless there is an accompanying letter from him which explicitly states that a deviation is to be made and written approval is obtained for such deviation, nor shall approval of shop drawings relieve him of the responsibility for errors in or coordination of his work. (f) Before submitting shop drawings for approval, the Contractor shall check them for compliance with specifications and contract drawings, and shall coordinate them with other work under this contract. NO SHOP DRAWINGS WILL BE ACCEPTED GC-10 0 FOR APPROVAL UNLESS THEY HAVE BEEN CHECKED, COORDINATED, AND APPROVED BY THE CONTRACTOR AND BEAR A NOTE OR STAMP TO THAT EFFECT. Shop drawings without such a note or stamp will be returned to the Contractor without action. 1-16. SAMPLES Samples required under various sections of these specifications shall be submitted by Contractor for approval prior to and in ample time for delivery on the job, in accordance with Section 1-08. Unless otherwise specified in the applicable technical section, three samples of each type or grade of material, showing construction color, finish, etc. are required, shall be submitted for approval of Engineer. 1-17. PIPE AND CONDUIT SLEEVES (a) Sleeve location and setting drawings shall be provided by plumbing, sprinkler, heating, ventilating, air conditioning, and electrical trades requiring pipe or sheet metal sleeves in concrete or masonry construction. Sleeve location and setting drawings shall be submitted in accordance with requirements specified for shop drawings. (b) All sleeves shall be furnished, placed, and maintained until completion of concrete pours and/or placing of surrounding masonry by the trades requiring such sleeves. The Contractor placing the concrete or masonry shall cooperate fully with other trades in this matter. (c) Cast-in-place sleeves shall be used for all piping passing through concrete construction. (d) Pipes or large conduit passing through concrete floor and roof construction in pipe chases or furred areas which are completely enclosed by partitions may be run through sheet metal sleeves. (e) Pipes or large conduit passing through floors in all finished areas shall be run in pipe sleeves made of standard black steel pipe placed so as to extend 3/8-inch above finished floor. The size of the sleeves shall be as small as practical. Pipe sleeves for such areas shall be in place and checked before concrete is poured and shall provide a watertight joint with the concrete. After pipe or conduit is placed through such sleeves, escutcheons shall be installed so as to conceal pipe sleeve projection above floor. (f) Pipes or conduit passing through concrete or masonry walls shall be provided with black steel pipe sleeves with ends set flush with wall faces. Where water-tightness is necessary through such walls, or through floors, the joint between pipe or conduit and pipe sleeves shall be thoroughly caulked. GC-11 (g) The General Contractor shall provide double joists, headers, filler slabs or widened beams, additional framing, bracing, or other supports, as applicable, where the structural system is affected in any manner by sleeves. See Paragraphs 1-45 and 1-46. 1-18. RESPONSIBILITY FOR CONNECTING TO EXISTING WORK It shall be the express responsibility of the Contractor to connect his work to each part of the existing work or work previously installed as required by the drawings and specifications to provide a complete installation. I 1-19. FIELD MEASUREMENTS Field measurements shall be taken at the site by the Contractor to verify all dimensions and conditions affected by existing work or by new work that has already been installed. 1-20. LINES OF REFERENCE (a) The General Contractor shall establish, for use by electrical, mechanical, plumbing, and all other contractors and trades, all necessary lines and reference points for partitions, walls, floors, ceilings, openings, etc. both before and after concrete, masonry, lath and plaster, and other "roughing-in" materials are placed. (b) Locations of all lines and points shall be verified by an overall distance check, end to end or side to side as applicable, of all intermediate dimensions. 1-21. PROGRESS SCHEDULE AND COST BREAKDOWN (a) For lump sum items and contracts, the Contractor shall furnish the Engineer, within three (3) weeks after notice to proceed, a detailed cost breakdown, to be used as a basis for authorizing partial payments, and a construction Progress Schedule showing estimated dates for commencing and completing each major phase of construction . (b) Cost breakdown shall consist of a detailed estimate giving a complete breakdown of the contract price arranged and itemized as required for the Engineer's approval. (c) Progress Schedule shall correspond to the major subdivisions of the approved cost breakdown and shall incorporate information from the breakdown as required. Progress Schedule shall show the proposed dates of starting and completing each of the various branches of the work and shall be based on delivery commitments for each major item. GC-12 t (d) The Progress Schedules of all prime Contractors shall be coordinated and consolidated as approved by the Engineer. 1-22. COOPERATION WITH GOVERNMENTAL DEPARTMENTS, PUBLIC UTILITIES, ETC. (a) The Contractor shall be responsible for making all necessary arrangements with governmental departments, public utilities, public carriers, service companies, and corporations owning or controlling roadways, railways, water, sewer, gas, electrical, telephone, and telegraph facilities such as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc. including incidental structures connected therewith, that are encouraged in the work in order that such items may be properly shored, supported, and protected, or the Contractor may relocate them if he so desires. He shall give all proper notices, shall comply with requirements of such parties in the performance of his work, shall permit entrance of such parties on the project in order that they may perform their necessary work, and shall pay all charges and fees made by such parties for this work. (b) The Contractor's attention is called to the fact that there may be some delays on the project due to work to be done by governmental departments, public utilities, and others in repairing or moving poles, conduits, etc. The Contractor shall cooperate with the above parties, in every way possible, so that the construction can be completed in the least possible time. (c) The Contractor shall have made himself familiar with all codes, laws, ordinances, and regulations which in any manner affect those engaged or employed in the work, or materials and equipment used in or upon the work, or in any way affect the conduct of the work, and no plea of misunderstanding will be considered on account of his ignorance thereof. 1-23. WORK IN STREET, HIGHWAY, AND OTHER RIGHTS-OF-WAY (a) Excavation, grading, fill, storm drainage, paving, and other construction or installations in rights-of-way of streets, highways, public carrier lines, utility lines (either aerial, surface, or subsurface), etc. shall be done in accordance with requirements of the authorities having jurisdiction and of applicable requirements of these specifications. Contractor shall make all necessary arrangements with the proper authorities, including the obtaining of permits, approval of construction methods, etc. and shall pay all costs charged in connection with the work. Upon completion of such work, Contractor shall present to Engineer certificates, in triplicate, from the property authorities stating that the work has been done in accordance with their requirements, and that all costs charged to the work by them have been paid in full. (b) The Contractor shall be responsible for obtaining elevations of curbs and gutters, pavement, storm drainage structures, and other such items which must be established by governmental departments as soon as grading operations are begun on the GC-13 site and, in any case, sufficiently early in the construction period to prevent any adverse effect on the project. The Engineer shall assist the Contractor in obtaining the above .? information. (c) Any variation from the requirements to paragraph (a) above shall be stated in the Special Conditions. 1-24. INSURANCE (a) LIABILITY INSURANCE -STATUTORY. (1) The Contractor shall maintain, in a company acceptable to the Owner, Liability Insurance as follows: a. Workmen's Compensation - Statutory b. Manufacturers' and Contractors' Liability, covering operations performed by the Contractor or by any Subcontractor, with limits of not less than: Bodily Injury - $100,000/300,000 Property Damage - $100,000. c. Automobile Liability, covering owned, non-owned, and hired automobiles, with limits as required in (b) above. d. Contractual Liability, covering liability of the Owner or others assumed by the Contractor elsewhere in this contract under "Hold Harmless" Agreements or similar assumptions of liability, with limits as required in (b) above. (2) The Contractor shall provide the Owner with insurance certificates certifying that the foregoing insurance is in force; and such insurance certificates shall include provisions that the insurance shall not be canceled, allowed to expire, or be materially changed without giving the Owner fifteen (15) days advance notice by registered mail. (3) The Contractor agrees that if any part of the work under the contract is sublet, he will require the subcontractor(s) to carry insurance as required in (1), (a), (b), and (c) above, and that he will require the subcontractor(s) to furnish to him insurance certificates similar to those required by the owner in (2) above. (b) FIRE AND EXTENDED COVERAGE INSURANCE (BUILDERS' RISK) (1) The Contractor shall maintain, in an insurance company or insurance companies acceptable to the Owner, Fire, Extended Coverage, and Vandalism and Malicious Mischief Insurance on buildings and structures, while in the course of GC-14 1J construction, including foundations, additions, attachments, and all permanent fixtures belonging to and constituting a part of said buildings or structures. The amount of insurance must at all times be at least equal to the actual cash value of the insured property. The policy shall be in the name of the Owner and the Contractor, as their interests may appear. (2) The Contractor shall provide the Owner with satisfactory evidence certifying that the foregoing insurance is in force; and such evidence shall include provisions that the insurance shall not be canceled, allowed to expire, or be materially changed without giving the Owner fifteen (15) days advance notice by registered mail. (e) CANCELLATION AND RE-INSURANCE (1) If any insurance should be canceled or changed by the insurance company or should any insurance expire during the period of this contract, the Contractor shall be responsible for securing other acceptable insurance to provide the coverage specified in this section to maintain continuous coverage during the life of this contract. 1-25. SURETY BOND (a) A Performance Bond, in the full amount of the Contract price, will be required of the successful bidder to guarantee the faithful performance of the work in compliance with the Contract Documents. Unless otherwise required by Special Conditions, the Performance Bond shall be written on A.I.A. Standard Form A-311,1958 Edition, entitled "Performance Bond". The Bond shall be dated the same as the Contract and must be accompanied by a current copy of the Power of Attorney for the Attorney-in- Fact representing a Surety Company licensed to do business in the state in which the work is performed. This bond must be executed with the Contract and delivered to the Owner within ten (10) days after the day of the official notice of award and transmittal of Contracts for execution. (b) Payment bond in the full amount of the contract price will be required of the successful bidder to guarantee the payment of all labor and material bills in connection with compliance of the Contract. Unless otherwise required by Special Conditions, the Payment Bond shall be written on A.I.A. Standard Form A-311 entitled "Labor and Material Payment Bond". This bond shall be dated, executed, and delivered in the same manner as the Performance Bond. (c) Cash or a certified check made payable to the Owner in the full amount of the contract price will be acceptable in lieu of a Performance Bond of a Surety Company. This cash or check will serve as a Performance Bond to guarantee that the provisions of the Contract Documents are complied with, and the Contractor hereby agrees that in default of such performance the cash or certified check, or such portion thereof, as is required to satisfactorily complete the work accompanying this proposal and Contract, shall be forfeited and become the property of the Owner. GC-15 I 1 1-40. ASSIGNMENT Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the Contractor assign any sums of money due or to become due to him hereunder without the previous written consent to the Engineer. 1-41. USE OF PREMISES (a) Contractor shall confine his apparatus, storage of materials, and operations of his workmen to limits required by law, ordinances, permits, and directions of Engineer and Owner, and shall not unnecessarily encumber any part of the site. (b) Contractor shall not overload or permit any part of any structure to be loaded with such weight as will endanger its safety. j (c) Contractor shall enforce Engineer's and Owner's instructions in connection with signs, advertisements, fires, and smoking. (d) Contractor shall arrange and cooperate with Owner in routing and parking of automobiles of his employees, subcontractors, and other personnel; and in routing material delivery trucks and other vehicles to the project site. (e) Contractor shall notify the Engineer with a copy to the Owner of all blasting operations at least 48 hours before such blasting unless otherwise approved by the Engineer. 1-42. PROTECTION OF EXISTING PROPERTY IMPROVEMENTS (a) Any existing surface or subsurface improvements, such as pavement, curbs, sidewalks, pipes or utilities, footings, or structures (including portions thereof), trees and shrubbery, not indicated on the drawings or noted in the specifications as being removed or altered shall be protected from damage during construction of any project. (b) Any such improvements damaged during construction of the project shall be restored to a condition equal to that existing at time of award of contract. 1-43. TEMPORARY HEAT The General Contractor shall provide heat fuel and services as necessary to protect all work and materials, within all habitable areas of permanent building construction, for all contracts against injury from dampness and cold until final acceptance of all work and materials for the project, unless building is fully occupied by the Owner prior to such acceptance in which case the Owner shall assume all expenses of GC-22 heating from date of full occupancy. In areas outside those covered above, each prime Contractor shall be responsible for providing such temporary heat, fuel, and services as required to protect his work or shall make all necessary arrangements with the General Contractor for providing such temporary heat, fuel, and services. Unless otherwise specifically permitted by Special Conditions, the permanent heating system shall not be used to provide temporary heat. Contractor's proposed methods of heating shall be submitted for approval. 1-44. ELECTRICAL POWER AND LIGHTING Electrical power required during construction shall be provided by each prime Contractor as required by him. This service shall be installed by a qualified electrical contractor approved by the Engineer. Lighting shall be provided by the General Construction Contractor in all spaces at all times where necessary for good and proper workmanship, for inspection, or for safety. No temporary power shall be used off temporary lighting lines without specific approval of the General Construction Contractor. 1-45. CONTRACTOR'S COOPERATION AND COORDINATION (a) The Owner reserves the right to let other contracts in connection with the work on the project. (b) Cooperation is required in the use of site facilities and in the detailed execution of the work. Each Contractor shall coordinate his operations with those of the other Contractors for the best interest of the work in order to prevent delay in the execution thereof. (c) Each Contractor shall keep himself informed of the progress of the work of other Contractors. Should lack of progress or defective workmanship on the part of other Contractors interfere with his operations, the Contractor shall notify the Engineer immediately. Lack of such notice to the Engineer will be construed as acceptance by the Contractor of the status of the work of other Contractors as being satisfactory for proper coordination of his own work. (d) Each Contractor shall give notices of the progress of his work so as to allow other Contractors adequate opportunity to properly direct and coordinate their work. The General Construction Contractor shall give notices of the progress of his work so that work of other contractors, when required to be concealed, may be placed before the general construction work. All such notice shall be submitted to the Engineer with copies to other prime Contractors on the project sufficiently ahead of job progress to permit adequate time for the other prime contractors to coordinate their work. GC-23 the Contractor shall reflect the true conditions and be acceptable to the Engineer. The Engineer may withhold such monthly estimate when the estimate in his opinion will amount to $1,000 or less. Payment will be due within thirty (30) days after receipt by the Owner of the certificate of payment. Should the Contractor desire to obtain partial payment for materials stored in a bonded warehouse off the site, he may assign such materials to the Owner and request the Engineer to inspect the materials so stored to determine that they are properly stored and protected against damage or theft and that there is insufficient storage space on the site. Should the Engineer so determine, he will approve partial payment for such materials; however, the Contractor will be entirely responsible for them until they are incorporated in the work in accordance with the drawings and specifications. The Contractor shall make the following certification on each request for payment: "I hereby certify that the labor and materials listed on this request for payment have been used in the construction of this work, or that all materials included in this request for payment and not yet incorporated into the construction is now on the site; and that all lawful charges for labor, materials, etc. covered by previous Certificates of Payment have been paid and that all other lawful charges on which this request for payment is based have been paid for in full or will be paid for in full from the funds received in payment of this request within ten (10) calendar days from receipt of this partial payment from Owner." 1-55. FINAL INSPECTION The Engineer will make a final inspection of all work included in the Contract as soon as possible after notification by the Contractor and confirmation by the Engineer's representative on the project that the work is completed and ready for inspection. If any portion of the work is not acceptable at the time of the inspection, the Engineer will advise the Contractor, in writing, as to the particular items to be corrected before the work can be given final approval. 1-56. FINAL CERTIFICATE OF PAYMENT (a) Upon completion of all work whatsoever required and upon receipt from the Contractor of acceptable affidavits, certificates, or waivers showing that no right to lien exists in connection with the work, the Engineer will file a Final Certificate of Payment with the Owner and with the Contractor as to the entire amount of work performed and compensation earned by the Contractor including extra work and compensation therefore. (b) Within thirty (30) days after the filing of the Final Certificate of Payment, the Owner shall pay to the Contractor the amount stated in the Agreement, less all prior payments whatsoever to or for the account of the Contractor. All prior estimates and payments, including those relating to extra work, shall be subject to correction by this payment, which is throughout this Contract called Final Payment. 28 GC - 1-57. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE (a) The acceptance by the Contractor of Final Payment shall be and shall operate as a release to the Owner of all claims and of all liability work and for every act and neglect of the Owner and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from any obligations under the Contract or the Performance Bond. (b) If any lien should remain unsatisfied after Final Payment is made, all money which the Owner pays in discharging such lien, including all costs and a reasonable attorney's fee, shall be refunded by the Contractor. 1-58. GUARANTEE OF WORK (a) Except as otherwise specified all work shall be guaranteed by the Contractor and his Sureties against defects resulting from the use of faulty or inferior materials, equipment, or workmanship for one year from the date of final completion of the work as signified by acknowledgment of receipt of Final Payment by the Contractor, or from date of notice of full occupancy of the facility by the Owner, whichever is earlier, or from the date of final completion as established by the Owner, the Engineer, and the Contractor in a joint meeting as applicable. (b) If, within any guarantee period, repairs or changes are required in connection with guaranteed work, which, in the opinion of the Engineer, are rendered necessary as the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the Contract, the Contractor shall, promptly upon receipt of notice from the Owner, and without expense to the Owner: work; (1) Place in satisfactory condition, in every particular, all of such guaranteed (2) Correct all defects therein; (3) Make good all damage to the building or site, or equipment or contents thereof, which, in the opinion of the Engineer, is the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the Contract; and (4) Make good any work or materials, or the equipment and contents of said building or site, disturbed in fulfilling any such guarantee. (c) If in fulfilling the requirements of the Contract or of any guarantee embraced therein or required thereby, the Contractor disturbs any work guaranteed under another contract, he shall restore such disturbed work to a condition satisfactory to the Engineer, and shall guarantee such restored work to the same extent as it was guaranteed under such other contract. GC-29 (d) If the Contractor, after notice, fails to proceed promptly to comply with the terms of the guarantee, the Owner may have the defects corrected and the Contractor and his Surety shall be liable for all expenses incurred. (d) All special guarantees applicable to definite parts of the work that may be stipulated in the specifications or other papers forming a part of the Contract shall be subject to the terms of this paragraph during the first year of the life of such special guarantee. 1-59. OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) t The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-054). s GC-30 (d) Cash or certified check made payable to the Owner in the full amount of the contract price will be acceptable in lieu of a Payment Bond of a Surety Company. This cash or check shall serve as a Labor and Material Payment Bond to guarantee that all legal claims for labor and material in connection with the performance of the Contract will be satisfactorily settled, and the Contractor hereby agrees that in case of default of the payment of any legal claims for labor and material, the cash or certified check, or such portion thereof as is required to satisfy all legal claims for labor and material in connection with this proposal, shall be forfeited and become the property of the Owner. 1-26. RESPONSIBILITY, RISK, BLAME, ETC. (a) The Contractor shall indemnify and save harmless the Owner and his agents from and against all losses, claims, demand, payment, suits, actions, recoveries, and judgments of every nature and description brought or recoverable against it or them by reason of any act or omission of the Contractor, his agent, employees or subcontractor in the execution of the work or in consequence of any negligence or carelessness in guarding the same. (b) The Contractor shall assume all risk or bear any loss or injury to property or persons occasioned by neglect or accident during the progress of work, until the same shall have been completed and accepted. He shall also assume all blame or loss by reason of neglect or violation of any local, State, or Federal law, rule, regulation, or order. The Contractor shall give to the proper authorities all required notices relating to the work, obtain all official permits and licenses, and pay all proper fees. He shall make good any injury that may have occurred to any adjoining building, structure, or utility in consequence of this work. (c) The Contractor shall provide adequate protection against injury or loss arising in connection with this Contract for all his work, including the work of any subcontractor, and the property of the Owner. He shall make good any such damage, injury, or loss, except such as may be due directly to errors in the drawings or specifications or caused by agents or employees of the Owner. He shall adequately protect adjacent property as provided by law and by the specifications and drawings. He shall provide passageways, guard fences, lights, watchmen, and other facilities for protection as required by public " authority and local conditions. (d) In an emergency affecting the safety of life or of the work, the Contractor, without special instruction or authorization from the Engineer, is hereby permitted to act, at his discretion, to prevent such threatened loss or injury, and he shall act, without appeal, if so instructed or authorized. Any compensation claimed by the Contractor on account of emergency work shall be determined in accordance with the terms of the Contract Documents. (e) The Contractor shall indemnify and save the Owner harmless from any liability resulting to it as a result of any inherently dangerous activities engaged in by the 1 Contractor or its subcontractor which would result in injury or death to an employee of GC-16 either the Contractor, subcontractor, or anyone else. (f) If the Contractor or a subcontractor engages in any "inherently dangerous" activity, the Contractor or subcontractor shall comply with all Federal, State, and local safety standards, and the Contractor shall insure that any subcontractor complies with all Federal, State, and local safety standards in engaging in its activities and that such covenants and assurances are an essential part of his contract with the subcontractor. 1-27. WORK DURING INCLEMENT WEATHER No work shall be done under these specifications except by permission of the Engineer when the weather is unfit for good and careful work to be performed. Should the severity of the weather continue, the Contractor, upon the direction of the Engineer, shall suspend all work until instructed to resume operations by the Engineer, and the Contract time shall be extended to cover the duration of the order. Work damaged during periods of suspension due to inclement weather shall be repaired and/or replaced by the Contractor at his own expense. 1-28. INSPECTION OF WORK (a) The Engineer and his representatives shall have access to the work at all times. The Contractor shall provide proper facilities for such access and for inspection. (b) If the specifications, the Engineer's instructions, codes, laws, ordinances, or any public authority require any work to be specifically tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and, if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer will be promptly made, and where practicable, at the source of supply. If any work should be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. (c) Reexamination of any work may be ordered by the Engineer, and if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner will pay the cost of reexamination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. 1-29. SUPERINTENDENCE (a) The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The superintendent shall not be changed except with the consent of the Engineer, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his GC-17 1 employ. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given directly to the Contractor. The Contractor shall give efficient superintendence to the work, using his best skill and attention. If, in the opinion of the Engineer, the Contractor's superintendent or any workman on the project proves to be incompetent or otherwise unsatisfactory, he shall be replaced if and when directed. (b) If the Contractor, in the course of the work, finds any discrepancy between the drawings and physical conditions of the locality, or any errors or omissions in drawings or in the layout as given by survey points and instructions, he shall immediately inform the Engineer, in writing. The Engineer will promptly investigate the reported conditions and issue such instructions as may be necessary for the proper execution of the work. Any work done after such discovery and prior to receipt of such instruction shall be at the risk of the Contractor. 1-30. TESTING AND USE OF INCOMPLETE PORTIONS OF THE WORK The Contractor shall be responsible in every respect for failure to observe the necessary precautions to avoid injury to personnel or property during testing and use of any incomplete portions of the work in whole or in part while the tests are being conducted, and the Owner or his agents shall not be liable therefore. 1-31. SANITARY PROVISIONS The General Contractor shall furnish necessary toilet conveniences, secluded from public observation, for use of all personnel on the work, whether or not in his employ. They shall be kept in a clean and sanitary condition and shall comply with the requirements and regulations of the Public Authorities having jurisdiction. He shall commit no public nuisance. Temporary sanitary facilities shall be removed upon completion of the work and the premises shall be left clean. 1-32. PUBLIC CONVENIENCE AND SAFETY The Contractor shall, at all times, conduct the work in such a manner as to insure the least practicable obstruction to public travel. The convenience of the general public and of the residents along and adjacent to the area of the work shall be provided for in a satisfactory manner, consistent with the operation and local conditions. "Street Closed" signs shall be placed immediately adjacent to the work, in a conspicuous position, at such locations as traffic demands. At any time that streets are required to be closed, the Contractor shall notify law enforcement agencies, fire departments, and parties operating emergency vehicles before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times. 't GC-18 11 1-33. MEASUREMENT OF QUANTITIES All work completed under the contract will be measured by the Engineer according to the United States Standard Measures. All linear surface measurements will be made horizontally or vertically as required by the item measured. 1-34. PATENTS AND ROYALTIES (a) The Contractor and his sureties shall assume all responsibility for damage arising through infringements of patent rights connected with any or all of the materials, appliances, articles, or systems used in the performance of this work and shall pay all royalties on apparatus or methods installed by him except as provided in (b). (b) The Contractor shall be responsible for determining the application of patent rights or royalties on materials, appliances, articles, or systems prior to bidding. However, he shall not be responsible for such determination on systems which do not involve purchase by him of materials, appliances, and articles. 1-35. CHANGES IN THE WORK (a) The Owner, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract Sum being adjusted accordingly, provided, however, that nothing herein shall be construed to authorize any North Carolina city, county, town, or other governmental unit to violate the provisions of G.S. 143-129. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change; however, any claim for extension of time that is not resolved at the time of execution of an order for changes may be reconsidered and the construction time may be adjusted upon completion of the project. Any claim for extension of time shall include substantiating reasons and evidence for such extension. (b) In giving instructions, the Engineer shall have authority to make minor changes in the work not involving extra cost, and not inconsistent with the purposes of the work, but otherwise, except in an emergency endangering life or property, no extra work shall be done or changes made unless pursuant to a written order of the Engineer, and no claim for an addition to the Contract Sum shall be valid unless such additional work or changes were so ordered. (c) The value of any such extra work or change shall be determined in one or more of the following ways: (1) By estimate or acceptance in a lump sum. (2) By unit prices named in the Contract or subsequently agreed upon. GC-19 (3) By cost plus a percentage for overhead and profit or by cost and a fixed fee. (d) If none of the above methods is agreed upon, the Contractor, provided he receives a written order, shall proceed with the work. In such case and also under case (3), he shall keep the present in such form as the Engineer may direct, a correct breakdown showing the method of arriving at the cost listed together with the vouchers. (e) Under Methods (1) and (3), the allowances for overhead and profit combined shall not exceed twenty percent (20%) of net cost, except that where the change involves a subcontractor allowance shall not exceed 20% for the subcontractor and 7-1/2% for the Prime Contractor. Under Method (2) no allowance shall be made for overhead and profit. In the case of deductible change order, under Methods (1) and (3), the Contractor shall include not less than 10% profit, but no allowance for overhead. J? (f) When requested, all change orders shall be supported by a breakdown and vouchers as specified for Method (3) under paragraph (c) above. (g) No extra work or material will be paid for without a written order from the Engineer. 11, 1-36. DELAYS AND EXTENSION OF TIME (a) If the Contractor is delayed at any time in the progress of the work by any act of the Owner or the Engineer, or of any employee of either, or by any separate Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes by the Contractor's control, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide except as stipulated in Paragraph 1-27. (b) No such extension shall be made for delay occurring more than seven (7) days before the claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. (c) No claim for delay shall be allowed because of failure to furnish drawings until two (2) weeks after demand for such drawings and not then unless such claim be reasonable. (d) This article does not exclude the recovery of damages for delay by either party under other provisions in the contract documents. (e) No claim for extension of time will be considered because of unusual weather conditions, and no reparation shall be made to the Contractor for damages to the work resulting therefrom, except as stipulated in paragraph 1-27. GC-20 1-37. DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it inexpedient to correct work that had been damaged, or that was not done in accordance with Contract requirements, an equitable deduction from the Contract price shall be made therefore. However, the Contractor will have the option of correcting the work within an agreed-upon time. 1-38. CORRECTION OF WORK (a) The Contractor shall promptly remove from the premises all materials and work condemned by the Engineer as failing to meet Contract requirements, and shall promptly replace and reexecute his own work in accordance with the Contract, without expense of the Owner, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. (b) If the Contractor does not remove such condemned work and materials within ten (10) days after written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten (10) days thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or at private sales and shall pay to the Contractor the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the Contractor. 1-39. CASH ALLOWANCES (a) Contractor shall include in his contract price all cash allowances named in the Contract Documents and shall cause work covered by such allowances to be done by such subcontractors or furnished by such suppliers as the Engineer may select, for such sums as he may approve. If the actual cost to the Contractor of items covered by allowances varies from the specified sums, either more or less, the Contract Price shall be adjusted accordingly. (b) The Contract Price shall include such sums, over and above the amount of the cash allowances, for overhead, profit, and other expenses on account of such cash allowances as the Contractor may deem proper, and no request for expenses other than those included in the Contract Price will be allowed. (c) The Contractor will not be required to employ any persons against whom he has a reasonable objection to perform work or furnish materials covered by cash allowances. GC-21 11 I 11 SPECIAL CONDITIONS 1. BONDS (a) Bid Bond: Bid bonds, when submitted, shall be in the form prescribed by G. S. 143-129 as amended by Chapter 1104 of the Public Laws of 1951. (b) Contract Bond: The Contract Bond is a combined Performance Bond and Payment Bond. It shall be written on the forms contained in the bound documents. 2. DEFINITIONS (a) Engineer: The Engineer is the City Engineer for the City of Goldsboro, North Carolina. 3. DRAWINGS AND SPECIFICATIONS The Contractor shall be furnished four (4) sets of drawings and specifications. Additional sets will be made available at a cost of twenty-five dollars ($25.00) per set paid in advance. 4. EXISTING UTILITIES AND DRAINAGE STRUCTURES (a) Location of existing utilities and drainage structures shown on the drawings have been taken from public records and field investigation. However, locations and completeness of utilities are not guaranteed and the Contractor should not only make his own investigations but should allow for contingencies which might arise by reason of encountering unrecorded lines or of being in different locations than shown on the plans. (b) There is a possibility that the proposed construction may conflict with existing utility lines or drainage structures. Therefore, should such conflicts arise, the Contractor shall take such actions as are necessary to protect the utility lines and structures to prevent damage to same and to maintain service until such utility lines can be relocated by the utility owner. Relocation of the utility will be the responsibility of the utility owner. (c) Extreme care shall be exercised when excavating with heavy equipment near existing utility lines and drainage structures. The City will not assume nor accept any responsibility for charges assessed by the private or public utility companies for damages sustained by the utility to their property by virtue of action on the part of the Contractor, nor for such charges as may be imposed by the utility for personnel to furnish field location of the facility. All such costs are to be borne by the Contractor within the unit prices and/or lump sum prices stated in his Proposal. SC-1 safe travel of local residential traffic. As a guide, street maintenance shall include, but not be limited to, street grading and eliminating excessively muddy conditions by excavation and replacing with stone to a depth as directed by the Engineer. Payment for street maintenance will not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. In addition, there will be no payment for any stone or any other materials that are used for street maintenance. 13. TRAFFIC MAINTENANCE The following requirements shall apply to traffic maintenance in addition to those specified in Section 1-32 of the General Conditions. The Contractor shall keep all streets open to traffic at all times unless permitted otherwise by the Engineer. The Contractor shall provide, place and maintain temporary traffic control devices as directed by the Engineer. The 1988 edition of the Manual on Uniform Traffic Control Devices for Streets and Highways as prepared by the National Joint Committee of Uniform Traffic Control Devices shall be used as a guide in the placement of devices, and all devices shall meet the requirements of said manual. The Contractor shall keep driveways open to traffic at all times except for a curing period of 4 to 6 days after placement of concrete drives or for a reasonable amount of time to install utility lines or appurtenances crossing individual driveways. 14. TRAFFIC CONTROL (a) Description: This work shall consist of furnishing, installing, and maintaining necessary traffic signs, barricades, lights, signals, cones, and other traffic control devices, and shall include flagging and other means for guidance of traffic through the work zone. The work shall be done in accordance with the national Manual on Uniform Traffic Control Devices and with the design details included in the plan where applicable. (b) Materials: All devices described above shall be manufactured in conformity with the requirements specified in the Manual on Uniform Traffic Control Devices and in accordance with any special requirements in the plans or special provisions. Types of barricade supports or devices not specifically described in the Manual on Uniform Traffic Control Devices, but which would cause a hazard to traffic if used by the Contractor, will not be permitted in the work. The methods used by a Contractor to control traffic for lane changes or other diversion, when details regarding same are not included in the Contract, shall produce a safe condition for travel to the maximum extent possible at all times. SC-4 (c) Construction Methods: All traffic control devices necessary for the first stage of construction shall be properly placed and in operation before any construction is allowed to start. When work of a progressive nature is involved, such as resurfacing a road under traffic, the necessary signs shall be moved concurrently with advancing operation. When the plans or special provisions contain special details regarding specific signs, sequence of erection or special staging for handling traffic, the work shall conform thereto. If at any time the Engineer determines that proper provisions for safe traffic control are not being provided or maintained, he may order suspension of the work until the proper level is achieved. In cases of serious or willful disregard for safety of the public or his employees by the Contractor, the Engineer may proceed forthwith to place the traffic control measures in proper condition and deduct the cost thereof from monies due or becoming due the Contractor. I The Contractor shall designate or otherwise provide personnel to furnish continuous surveillance over his traffic control operations. This designee will also be available at night to respond to calls involving damage to barricades, lights, signs, etc. either through vandalism or traffic accident. The Contractor shall make known the name of the person providing the surveillance both at the preconstruction conference and to local police establishments. (d) Method of Measurement: The item of Traffic Control will be measured as a single complete unit of work, unless the Contract contains a different method of measurement. (e) Basis of Payment: This item of work, measured as provided above, will be paid for at the lump sum price for Traffic Control, which price shall be full compensation for furnishing, erecting, and maintaining traffic signs, barricades, and other control devices; for furnishing required flagging services; for furnishing and maintaining lights and signals, including necessary fuel or power; and for all labor, tools, equipment, services, and incidentals necessary to complete the work. 15. CONSTRUCTION STAKING The Contractor shall provide surveying services for construction stakeout of all proposed improvements to include, but not be limited to, offset/grade staking for curb and gutter construction, offset/grade staking for gravity sanitary sewer line construction, and offset staking water line construction. The Contractor shall be responsible for preparation of all cut sheets. The City will locate all proposed manholes. SC-5 11 16. SUBCONTRACTORS The following requirements for Subcontractors shall be in addition to those set forth in Section 1-40 and 1-47 of the General Conditions. (a) The Contractor shall not sublet the Contract, nor any portion thereof, without the written consent of the Engineer. (b) If such consent is given, the Contractor will be permitted to sublet a portion thereof, but shall perform with his own organization, work amounting to not less than 60 percent of the total contract amount. (c) A Subcontractor shall not sublet, sell, transfer, assign, or otherwise dispose of his contract with the Contractor, or any portion thereof, or of his right, title, or interest therein. 17. TREE TRIMMING AND PRUNING The Contractor shall trim and prune trees at the locations directed by the Engineer. Each tree shall be pruned in accordance with standard horticultural practice to preserve the natural character of the tree. Tree trimming and pruning shall include, but not be limited to, removing all dead wood, broken or badly bruised branches, low hanging limbs, and tree roots in conflict with proposed curb and gutter or other proposed construction. Tree roots shall be cut in accordance with standard horticultural practice to preserve the natural character of the tree. Cuts over 3/4-inch in diameter shall be painted with an approved tree paint. Paint shall cover all exposed cambium as well as other exposed living tissue. Paint shall be waterproof, adhesive and elastic, antiseptic, free from kerosene, coal, tar, creosote, or any other material injurious to the life of the tree and shall be approved before it is used. Below are the names and addresses of three firms which offer tree wound dressings for sale: Forestry Supplies, Inc 205 W. Rankin Street P. O. Box 8397 Jackson, MS 39204 Ben Meadows Company 3589 Broad Street P. O. Box 85049 Atlanta, GA 30366 General Supply Corp. 303 Commerce Park Drive P. O. Box 9347 Jackson, MS 39205 Compensation paid to the Contractor for such trimming and pruning shall not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. 18. PAVEMENT REMOVAL AND REPLACEMENT SC-6 Where necessary to permit the installation of the project improvements, the Contractor shall remove and replace existing pavement within the limits shown on the plans or directed by the Engineer in accordance with this paragraph. The Contractor shall remove asphalt pavement for its entire depth in a neat and workmanlike manner. Pavements shall be cut with jack hammers in the straightest possible line using this type of equipment. The Contractor shall dispose of all removed pavements. Pavement areas which must be removed shall be replaced as follows: The excavated areas shall be backfilled and thoroughly compacted. The backfilled areas shall be backfilled and thoroughly compacted. The backfilled areas shall be graded to a uniform surface to permit 6 inches of coarse aggregate base course and 3 inches of bituminous concrete to be placed at the original grades. Bituminous concrete shall be Type I-2 and shall be made and placed in accordance with Section IV of the Detail Specifications. Coarse aggregate base course material shall consist of crushed stone, crushed or uncrushed gravel, or other similar material having hard, strong, durable particles free of adherent coatings. The aggregate shall meet the following gradation requirements: Sieve Designation Percent Passing 1'/2" 100 i" 75-97 1/z" 55 - 79 No. 4 35 - 55 No. 10 25 - 45 No. 40 14 - 30 No. 200 4-12 The aggregate material shall be placed on the subgrade by methods such that the material will not segregate. After placement of the subgrade, the material shall be compacted by suitable methods to a density equal to at least 100 percent of that obtained by compacting a sample of the material in accordance with AASHTO T180. The Contractor shall dry or add moisture to the material when required to provide a uniformly compacted base. Payment for removing and replacing pavement under this paragraph shall be at the unit price as shown in the Proposal. Such payment shall be full compensation for all work performed under this paragraph. 19. DISPOSAL AND SHIFTING OF EXCESS EXCAVATED MATERIAL Excess excavated soil from individual projects shall be disposed of by transporting it to other projects within the scope of this contract which need additional material or to the Contractor's own disposal site. Material suitable for subgrade construction shall not be disposed of at the disposal site until all projects which need SC-7 additional subgrade material, including streets requiring undercutting in accordance with paragraph 1-2(b) of the Detail Specifications, have been supplied with such material. Select borrow material shall not be authorized until all suitable excess material has been depleted. Therefore, the Contractor in scheduling his earthwork operations shall familiarize himself with the soil conditions on each individual project so that material needed for subgrade construction can be obtained from projects having excess suitable material. Material containing large roots, limbs, broken pavement, and other debris shall not be disposed of at the City of Goldsboro disposal site. The Contractor shall provide suitable disposal sites for such materials. Trees, concrete, asphalt, broken pipe, etc. shall be disposed of at a suitable site provided by the Contractor. 20. SELECT BORROW Select borrow shall be used for backfill when authorized by the Engineer. Select borrow shall be approved by the Engineer as meeting the requirements for the intended use, and it shall be free from brush, roots, rubbish, weeds, logs, stumps, or other unsuitable material. When authorized by the Engineer, the Contractor shall dispose of excavated materials that are unsuitable for backfill, and he shall provide and place select borrow as directed by the Engineer. The quantity estimate shown in the Proposal is an arbitrary amount. The actual amount which could possibly be needed may be more or less than that quantity. Payment for select borrow shall be at the unit price per cubic yard as shown in the Proposal. Such payments shall be full compensation for excavating and disposing of unsuitable material and for furnishing and placing select borrow for backfill. 21. VERIFICATION OF TAP SIZE AND LOCATION The City will provide the location of new water and sanitary sewer service taps to the Contractor. However, the Contractor shall verify the tap size and location for replacement taps at the locations shown on the plans for water main and sanitary sewer improvements. Compensation paid to the Contractor for locating and verifying the size of the existing taps shall not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. 22. SANITARY SEWER MANHOLES Manholes may be brick or concrete block masonry or precast concrete as specified in Section VII of the Detail Specifications. If the Contractor chooses to use precast concrete, he shall assume responsibility for adjustments which may be necessary due to changes in grade or conflicts with unknown utilities. SC-8 ' 23. RELOCATION OF EXISTING TAPS, WATER METERS, AND BOXES The Contractor shall be responsible for locating taps and water meters and boxes ' before beginning any construction which might cause damage to them. Generally, taps and meter boxes will be located at each business on the street. The locations of taps and meter boxes as shown on the plans or by the City are not guaranteed and the Contractor should not only make his own investigation but should allow for contingencies which might arise by reason of encountering taps and meter boxes in different locations. I 1 a When it is determined that an existing tap and/or water meter and box is in conflict with proposed construction, proposed driveway entrance or existing driveway entrance, the Contractor shall relocate the existing tap and/or water meter and box behind the proposed curb line or out of the proposed driveway entrance or existing driveway entrance as directed by the Engineer. Relocations of taps and/or water meters or boxes shall include, but not be limited to, extensions and lowering of copper service lines as directed by the Engineer. Relocations shall be made to a point in the existing business service line utilizing materials and methods as specified in Section VIII of the Detail Specifications. Prior to relocating a water meter and box, the Contractor shall notify the water customer at least 24 hours in advance. In the event that the water main must be turned off to relocate a water meter and box, the Contractor shall notify the Engineer at least 72 hours in advance so that the City can notify appropriate City departments and water customers. The Contractor shall complete the work of relocating a meter in as short a time period as possible. Payment for relocating taps and/or water meters and boxes shall be at the unit price shown in the Proposal and shall include the cost of all materials, couplings and adapters, labor, equipment, and incidentals required for a complete and satisfactory job. 24. RELOCATION OF EXISTING FENCES The Contractor shall relocate existing fences at the locations shown on the plans and/or as directed by the Engineer. Fence relocations shall be made using methods as specified in Section XVII of the Detail Specifications. Payment for relocating fences shall be at the unit price shown in the Proposal and shall include the cost of all materials, equipment, labor, and incidentals required for a complete and satisfactory job. 25. RIGHT-OF-WAY AND PERMITS The Owner is in the process of obtaining the necessary right-of-way agreements, as well as the necessary permits from the State of North Carolina and Norfolk Southern railroad for the installation of the work. If construction is delayed by the right-of-way, or permit acquisition process, the contract completion date will be extended an equal period of time. 26. QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be done and materials to be SC-9 furnished under the Contract are shown on any of the documents including the Proposal, they are given for use in comparing bids, and the right is especially reserved to increase or diminish them as they may be deemed reasonably necessary or desirable by the City to complete the work contemplated by this Contract; and such increase or diminution shall in no way vitiate this Contract, nor shall any such increase of diminution give cause for claims or liability for damages. 27. REMOVING AND PLUGGING EXISTING SERVICE TAPS Existing water and sanitary sewer service taps which are found to be in conflict with proposed construction, or which in the opinion of the Engineer should be removed, shall be removed by the Contractor. Removal of such service taps shall include plugging the tap by acceptable methods and removing the service line. Payment for removing and plugging service taps will not be a separate pay item but shall be absorbed in the appropriate unit prices of items in the Proposal. 28. AVAILABILITY, TIME OF COMPLETION, AND LIQUIDATED DAMAGES The project shall be made available to the Contractor on or about April 2004. The Contractor may be permitted to begin work prior to this date, subject to the approval of the Engineer. Time is of the essence for the completion of the work; therefore, the Contractor shall be required to complete all work within 180 calendar days. Liquidated damages for this contract shall be Eight Hundred Dollars ($800.00) per calendar day for each and every calendar day that the work remains incomplete beyond the completion date. The Owner and Contractor agree that the actual damage suffered as a result of the delay would be difficult, if not impossible to calculate, and that the above amount of liquidated damages set forth herein is a reasonable estimate of damages which the Owner shall suffer. The Owner and Contractor agree that the amount of liquidated damages specified herein does not constitute a penalty and that the amount of damages payable for the delay is not mutually exclusive of any other cost recovery or damages provided under this contract. 29. CONSTRUCTION PROCEDURE The Contractor shall be required to complete the various phases of the project in accordance with the time limits specified in the Construction Schedule such that the entire project will be completed by the completion date. The Contractor shall be required to follow the Construction Schedule in the SC-10 1 performance of the work. Should actual construction progress fall behind scheduled construction progress, the Contractor shall immediately adjust his construction operations to insure that the work under this contract will be completed within the designated contract period, and he shall at that time furnish the Engineer with a revised construction schedule. The Contractor shall be required to provide continuous construction progress. Extended delays between successive phases of construction shall not be permitted and shall not be considered as valid justification for requests to extend the completion date. It is the intent of the Engineer that the Contractor shall pursue the work diligently with workmen in sufficient numbers, abilities, and supervision, and with equipment, materials, and methods of construction as may be required to complete the work described in the contract, or as may be amended, by the completion date. Every two weeks, the Contractor shall be required to submit to the Engineer progress reports detailing the amount and location of pipe installed, erosion/sedimentation control measures installed/maintained, and areas where ground cover has been provided within the previous two-week period. These reports are required to be submitted for the duration of this project. 1 30. CONSTRUCTION SCHEDULE The Contractor shall complete the utility improvements in the following order: Sanitary Sewer Improvements (Cuyler Best Road) ' Water Main Improvements (Cuyler Best Road) Sanitary Sewer Improvements (all other locations) 31. TESTING AND INSPECTION SERVICE An independent test agency selected by the Contractor and approved by the Engineer shall perform soil testing and inspection services. The Contractor shall cooperate with the testing agency and shall furnish such equipment and personnel as required. The testing agency will be paid by the Contractor from the testing allowance as set forth in the Proposal with the following exceptions: Testing or inspection services not specifically required by the Contract documents or specifically authorized by the Engineer shall be paid for by the Contractor and the amount of such payment shall be deducted from the testing allowance. The cost of any routine or special tests or investigations which result in the identification of defective work or material or improper placement or compaction shall be borne by the Contractor and shall not be deducted from the testing allowance. The costs for testing services which identify both acceptable and unacceptable or SC-11 defective work will be allocated between the Owner (testing allowance) and the Contractor. The percentage of the cost borne by the Contractor shall be the same as the percentage of the test results which fail. Two copies of reports on authorized tests shall be submitted directly to the Engineer from the testing services, with a copy to the resident project representative and the Contractor. The Engineer anticipates approximately 10 density tests for the entire project. 32. UNDERGROUND DAMAGE PREVENTION ACT The Contractor shall be required to comply with the Underground Damage Prevention Act, G. S. 87-100. This act requires persons planning to excavate to notify each utility owner having underground utilities in the area at least 2 days in advance of the excavation. This Act further requires that the excavation shall be planned to avoid damage and minimize interference with underground utilities in and near the construction area. 33. SPECIFICATIONS FOR EROSION CONTROL FOR ENCROACHMENTS ON STREETS MAINTAINED BY THE N.C. DEPARTMENT OF TRANSPORTATION Erosion control shall be performed as detailed in the NCDOT Standard Specifications for Roads and Structures - January 1, 1990. The use of temporary erosion control measures shall be included to prevent sedimentation of waterways and adjacent property. The use of silt basins, rock silt check dams, silt fence, temporary slope drains, and temporary seeding and mulching as needed is recommended. Permanent erosion control shall be performed as follows: All disturbed areas shall be dressed to typical sections and scarified to a depth of 5 inches. The top 2 inches shall be pulverized to provide a uniform seedbed. Notes: Lime should be applied before tillage operation. 2. Lime, seed, and fertilizer shall be applied with necessary equipment to give uniform distribution of these materials. The hand/bucket method is not acceptable. Following are rates and kinds of these materials to be applied per acre: September 1 - April 1 75# KY 31 Fescue 50# Pensacola Bahiagrass 5# Centipede 500# 10-20-20 Fertilizer 4000# Limestone April 1 - September 1 75# Pensacola Bahiagrass 50# Ky 31 Fescue 5# Centipede 500# 10-20-20 Fertilizer 4000# Limestone SC-12 Seeded area shall be cultipacked to firm seedbed and cover seed. 4. Grain straw shall be applied over seeded areas as a mulch within 24 hours of the initial seeding operation. No bare ground shall be visible when riding by a mulch area if proper application is achieved. Thick clumps of straw are not permissible as a uniform coverage is expected. 5. Mulched area shall be tacked with liquid asphalt sufficient to hold straw in place. Hydraulic tacking materials shall be used in High Quality Water Zones and Critical Habitat Areas. 6. Ditch treatment shall be used in areas where steep grades could cause ditch erosion. Use of excelsior matting, or fiberglass/synthetic roving is acceptable. Ditch treatment should be installed before mulching operation. 34. CLEARING AND GRUBBING Clearing and grubbing of construction sites, parking lots, pipeline easements, and roadway areas, shall consist of removing all vegetation and debris, including but not limited to trees, logs, stumps, junked vehicles, snags, lumber, sawdust piles, fences, leaf piles, brick, tile, rubble, masonry, walls, chimneys, column footings, other footings, foundation slabs, basements, other foundation components, railroad tracks and ties, and rubble and debris and filling the holes and depressions with select backfill material. Compensation paid to the Contractor for such clearing and grubbing shall not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. 35. ENVIRONMENTAL PROTECTION A. Environmental impacts shall be minimized by dhering to the U.S. Army Corp of Engineers Nation Wide Permit #12, NCDI&R - Division of Environmental Management, Section 401 Water Quality Certification, NCDENR - Division of Land Resources (Land Quality Section), The Neuse Riparian Buffer Protection Rules, and other regulatory agency provisions governing the construction of this project. During construction, the Contractor shall satisfy the following conditions as a minimum: 1. A minimum 50-foot buffer will be maintained between a construction corridor and any stream, except at stream crossings. 2. Excavated material will be stockpiled away from any stream. 3. Heavy equipment working in wetlands must be placed on mats or other measures must be taken to minimize soil disturbance. 4. Wet concrete will be precluded from contacting surface waters to avoid toxic shock to aquatic organisms. SC-13 5. Stream crossings will be made as close to perpendicular as practicable to minimize impacts to riparian vegetation. 6. Riparian vegetation, especially trees, will be preserved as much as possible at stream crossings. Trees that must be removed will be cut near ground level with the stumps and roots remaining to preserve bank stability. 7. Natural materials will be used as much as possible to restore stream banks at crossings. The placement of riprap will be limited to the stream bank below the high water mark, and vegetation will be used for stabilization above the high water mark. 8. Permanent herbaceous vegetation in disturbed areas will be established within 15 days of ground disturbing activities. If practical, a "seed as you go" approach will be applied. 9. Extra sedimentation control measures will be applied to any area where circumstances prevent leaving at least a 50 foot undisturbed buffer zone. These might include silt fencing in front of hay bales or brush piles. 10. A sedimentation and erosion control plan will be implemented to avoid significant runoff to streams. 11. No discharge of dredged or fill material may consist of unsuitable material (e.g., trash, debris, car bodies, etc.) and material discharged must be free from toxic pollutant in toxic amounts. 12. Any temporary fills must be removed in their entirety and the affected areas returned to their pre-existing elevation. 13. Material resulting from trench excavation may be temporarily sidecast into waters of the U.S. provided that the material is not placed in such a manner that it is dispersed by currents or other forces and must be removed within three months. The temporary placement of excavated or fill material in waters or wetlands will be for the absolute minimum period of time necessary to accomplish the work. 14. In wetlands, the top 6" to 12" of the trench should generally be backfilled with topsoil from the trench. 15. Excess material must be removed to upland areas immediately upon completion of construction. 16. Any exposed slopes and streambanks must be stabilized immediately upon completion of the utility line. 17. The construction corridor in Wetlands is limited to 40 feet in width and must be minimized to the maximum extent practicable. Permanently maintained access corridors in Wetlands shall be restricted to the minimum width practicable and may not exceed 10 feet in width except in locations specified on maps for vehicular access purposes or at manhole locations. 18. Annual species suitable for wet locations shall be planted within jurisdictional Wetlands for soil and erosion control. Perennials such as fescue are prohibited. 19. No fertilizer shall be applied within 10 feet (3 meters) of streams 20. Contractor shall establish all necessary Erosion and Sedimentation Control measures in accordance with NCDENR - Division of Land Resources requirements (including, but not limited to, silt fence, stone check dams, sediment traps, etc.) on the Project and at all Contractor staging areas. Sedimentation and Erosion Control measures must be in place prior to utility construction and must be in place during the clearing stage of the Project. 21. The Contractor shall establish Temporary Gravel Construction Entrances/Exits at all points of vehicular entrance/exit to prevent transporting mud and sediment on to public roads, control erosion and dust. The Entrances/Exits shall be SC-14 constructed of 2 to 3-inch diameter washed stone, placed a minimum of 6-inches in thickness, 14 feet wide, for a minimum of 50 feet in length as measured from the edge of the public road. An apron of suitable dimensions shall be used as well. 22. The Contractor shall dispose all construction debris and waste at permitted landfill sites. If other arrangements are made with local property owners, the contractor shall establish all necessary Erosion and Sedimentation Control measures in accordance with NCDENR - Division of Land Resources requirements specified here-in. 23. Contractor is responsible for following all requirements of regulatory and governing agencies during Project construction that are in place at the time of the Owner Contractor Agreement (including, but not limited to monitoring and testing requirements for Sedimentation and Erosion Control). Contractor also is responsible for following all the requirements that take effect during the life of the Project. 36. SEEDBED PREPARATION AND SEEDING SPECIFICATIONS - Wetland Areas 1. Surface water control measures to be installed according to plan. 2. Areas to be seeded shall be ripped and spread with available topsoil 6" deep. Total seedbed prepared depth shall be 6" to 8" deep. 3. Loose rocks, roots and other obstructions shall be removed from the surface so that they will not interfere with establishment and maintenance of vegetation. Surface for final seedbed preparation, at finish grades shown, shall be reasonably smooth. 4. Provide agricultural lime at rate required to bring soil acidity to slightly acid - ph 6, according to soil test report. 5. Lime and fertilizer shall be applied uniformly and mixed with the soil during seedbed preparation. 6. Apply 0-20-10 commercial fertilizer at the rate of 20 lbs/1000 s.f. for warm season mix (see schedule). 7. Apply 10-20-10 commercial fertilizer at the rate of 20 lbs/1000 s.f. for cool season mix (see schedule). 8. Apply 10-10-10 commercial fertilizer at the rate of 201bs/1000 s.f. for temporary cover crops. In addition, provide 15 lbs/1000 s.f. of superphospate. 9. The following is for the warm season mix: a. All warm grass seed shall be debearded or conditioned by brushing to create a product nearly the same as debearding. This does not apply to Switchgrass. b. Disc two times to break-up crop residue and dirt clods prior to seeding. C. Pack soil to create a firm seedbed with a cultipacker or roller. d. If a rain shower should fall after the seedbed is prepared but before planting break-up any crust formation. e. Seeding shall be installed to a depth of 3/4" utilizing a rangeland drill or conventional grass drills. It is extremely important that seed not be planted deeper than ''/z" depth. Do not disc or harrow after seeding. This will put the seed too deep. A Brillion seeder will be acceptable. SC-15 10. Seed in accordance with the following schedule and application rates: Wetland Areas Dates Types Rate Apr. I -Jul. 15 Warm Season Mix Switchgrass, Cave-in-rock, Alamo 8pls #/acre or 4 oz./ 1000 s.f. Smartweed 2 bulk #/acre or 1 oz./1000 s.f. and Japanese Millet or 20 lb/acre or Sorghum Sudan Grass Hybrids 'h lbs/1000 s.f. (Mow prior to maturity) Jul 16 -Sept. 1 Temporary crop of Japanese Millet or 20 lb/ acre or Sorghum Sudan Grass Hybrids '/2 Ibs/1000 s.f. (To be followed by permanent mixture) Sept. 2 - Nov. 1 Cool Season Mix Reed Canary Grass 12 bulk #/acre or 6 oz./1000 s.f. Smartweed 2 bulk #/acre or 1 oz./1000 s.f. Nov. 1- March 31 Temporary Crop of Wheat 40 lbs/acre (To be followed by permanent mixture 11. Contractor shall be required to provide a permanent mixture according to the schedule. 12. Temporary crops must be incorporated prior to seeding of permanent mixtures. 13. Cover crops or temporary crops must be mowed at proper time to prevent seed heads from maturing. Wheat may be harvested. 14. Grass mix and temporary covers shall be mulched with straw applied at the rate of 75 lbs to 100 lbs/1000 s.f.. Use clean Wheat Straw. 15. If hydroseeded use Virgin Paper Mulch only. Note: Seed and additional information for the wetland mix as well as for other grass areas my be purchased from, but not limited to: Sharp Brothers Seed Company Route 4, Box 237 A Clinton, Missouri 64735 Phone 1-800-451-3779 Contact: Jef Hodges 16. Yards and Golf Course lawn areas shall be returned to existing conditions and grass mixtures. 17. Wetlands crossings shall be covered with "Terra Jute" erosion control netting or equal installed per manufactures directions: SC-16 t Local Distributor: ' Web Tee, Inc. P.O. Box 240302 Charlotte, NC 28224 800-438-0027 or 704-552-6722 ' 37. SPECIAL NOTICES & SCHEDULING OF WORK: At least 48 hours prior to interruption of any utilities, flushing of existing water mains, operation of valves in existing water mains, or connections to existing water main, notices shall be given to the local newspaper and radio station. Notices shall include information on the area affected, type of interruption or potential problem anticipated, and the anticipated duration of the interruption or potential problem. At least 48 hours prior to interruption of any utilities or preclusion of street or driveway vehicular access, affected residents shall be notified by tagging doors with notices or personally issuing appropriate notices. I Construction shall be planned and scheduled so that all work shall be completed on one street at a time. If more than one construction crew is employed, each crew may work on a separate street, provided the crew and equipment are working full-time on each street. Before the Contractor shall move to begin work on other streets, the work on the previous street shall be completed, in total, including: pipe installation, service taps and service lines, manholes, valves, fire hydrants, pavement replacement, cleanup, seeding, testing, etc. Failure of the Contractor to totally complete work on any one street prior to commencing work on a separate street shall be grounds for withholding payment to the Contractor. Construction work shall be planned and scheduled to minimize interruption of access to commercial establishments and residences in the work area. H SC-17 EQUIPMENT AND MATERIAL CHECKLIST SECTION NO. EQUIPMENT OR MATERIAL SHOP * DRAWINGS REQUIRED DRSHOP ** AWING SUBMITTAL DATE MFR'S START-UP SERVICES REQUIRED SPARE PARTS REQUIRED O&M MANUAL REQUIRED DS II, IV, VIII Granular Backfill X 0270 Seed Mixture X DS III Concrete Mix Design X DSIV Bituminous Concrete Plant Mix X DS II, IV Sewer Pipe X DS II, IV Manholes and Appurtances X DS VIII Waterline Pipe X DS VIII Frames and Covers X DS VIII Fire Hydrant Assemblies X DS VIII Waterline Fittings and Valves X DS X Bored Encasement Pipe X DS VII Fence X DS VI Rip Rap X DS VI Filter Blanket Lining X DS VI Fence Posts X DS VI Filter Fabric X For Items marked "LIST", a typed list of equipment, manufacturer and catalog number is acceptable. For items marked "NAME", shop drawings not required if manufacturer named in Specifications; if other than named, see requirements for Substitutes and "Or-Equal" Items, Paragraph 6.05 of General Conditions. For all items, manufacturer's installation instructions as required under Section 01300 shall accompany the equipment or material when delivered to the Project Site, or when delivered and suitably stored at another approved location. ** CONTRACTOR may use a copy of this form for the shop drawing schedule required by Paragraph 2.05.13 of the General Conditions and enter dates in this column for submittal of Shop Drawings to the Engineer. CL- I SCHEDULE OF DRAWINGS The City of Goldsboro expects to construct utility improvements under this contract as covered by the following drawings, bearing the Title Reddy Branch Sanitary Sewer Improvements, provided funds are available for the complete program. The City reserves the right to take from and add to the list at its option. Sheet No. Cover Sheet 1 Standard Sanitary Sewer Installation Details 19; 21-24 Erosion and Sedimentation Control Details 20 Project Street Number New Hope Road Hare Road From Reedy Branch Creek New Hope Road To ± 2100 ft Southeast 5-8; 15-18 of Cuyler Best Road ± 3550 ft. Northeast 8-10 Tommys Road ± 4500 ft Southeast of 11-14 SR 1003 Cuyler Best Road New Hope Road Reedy Branch New Hope Road Creek SD - 1 t 3700 ft Southeast 3-5 ' SALESTAX ' The following procedure in handling North Carolina Sales Tax is applicable to this project. Contractors shall comply fully with the requirements outlined hereinafter, in order that the Owner may recover the amount of the tax permitted under the law. 1. It shall be the Contractor's responsibility to furnish the Owner documentary evidence showing the materials used and sales tax paid by the Contractor and each of his Subcontractors. 2. The Contractor and each of its Subcontractors shall submit to the Owner as documentary evidence all invoices for materials used on the project in addition to a certified statement. The certified statement shall show the total purchases of materials from each separate vendor, invoice number(s), and inclusive dates of such invoices. ' 3. Materials used from Contractor's or Subcontractor's warehouse stock shall be shown in a certified statement at warehouse stock prices in addition to invoices for materials utilized from warehouse stock. 4. The Contractor shall not be required to certify the Subcontractor's statements. ' 5. The documentary evidence to be furnished to owners eligible for sales or use tax refunds covers sales and/or use taxes paid on building materials used by the Contractors and Subcontractors in the performance of contracts with churches, orphanages, hospitals not operated for profit, educational institutions not operated for profit, and other charitable or religious institutions or organizations not operated for profit and incorporated cities, towns, and counties in this State. The documentary evidence is to be submitted to the above-named institution, organizations, and governmental units to be included in claims for refunds to be prepared and submitted by them to obtain refunds provided by G.C. 105-164.14 (2) and (3) of the 1961 Statute as ' amended, and is to include the purchases of building materials, supplies, fixtures, and equipment which become a part of or annex to buildings or structures being erected, altered, or repaired under contracts with such institutions, organizations, or governmental units. The Contractor's statements must not contain sales or use taxes paid on purchases of tangible personal property purchased by Contractors for use in performing the contract which does not annex to, affix to, or in some manner become a part of the building or structure being erected, altered, or repaired for the governmental units or agencies referred to in this Regulation. The Contractor or Contractors to whom award is made on this project will be required to follow the procedure outlined above. ST-1 Bidders are reminded that a Sales Tax Report and invoices must be sent with each request for payment. This report shall give the vendor's name, invoice number(s), total amount(s), date of invoice(s), the amount of the 4% State tax and the 2% County tax paid, and the County in which the purchase was made. On any materials used which were purchased in counties not collecting the additional 2% County tax, the Contractor shall pay this tax to the North Carolina Department of Revenue, and shall include these payments in their certified statement to the City. 6. Fiscal Year Sales Tax Certification. The City of Goldsboro prepares an Annual Sales Tax Refund Report each fiscal year in accordance with North Carolina General Statutes. The City of Goldsboro's fiscal year begins on July 1 and ends on June 30. Contractors shall submit a fiscal year sales tax certification to the City of Goldsboro confirming that they have submitted all sales tax reports and invoices for the fiscal year in accordance with these Sales Tax specifications after they receive written notification from the City of Goldsboro. The Contractor shall submit the fiscal year sales tax certification to the City of Goldsboro within 30 days of receipt of notification. No partial payment shall be made to the Contractor until the fiscal year sales tax certification is submitted to the City of Goldsboro. The amount of any sales tax refunds that the City of Goldsboro does not receive due to the failure of the Contractor to comply with these Sales Tax specifications shall be deducted from future payments due the Contractor. ST-2 M M M M M i M M M M M M M M M M M M M SALES TAX REPORT PROJECT OWNER: CONTRACTOR: FOR PERIOD TO CONTRACT # ESTIMATE # ADDRESS A r r ___ 4- - __---------_T_-.-.-_-.---_w---__-__-_-_- -------__ -------------------- --- r---_-------- ................ ---------------------------.---_ r------------------- ........_.... ..... _........ ------ . 1 ? L---------------------L------------ --------------- -? ----------------- -------------------/---------------- -----t------------- ----•----.------------ ------------ L---------------------------- ---------i 1 1 -------------------- ---- ----------------------------- --------------- -------------------- --------------------- ------------- --------- ----------------------- --------------------------- --------- 1 1` 1 1i 1L 1l 1 ---------------- ------------- ------- 1i,, 1 ---------LL ------------------------yy -------------------- ------------------- --- i------------ -;---------------- - h------ - ---------------- ; ; 1 i ? ? ? ? F----------------- --- ------------ ------------- -----------------+---------------- - ----------------------------------------- ---------------------------- ------------------------ --------- 1 --------- 1 1 1 1 1 1 1 j 1 ------------------- 1 ---- 1 1 1 1 1 I ? 1 ------------------- 1 I -------- 1 1 1 1 1 1 1 1 1 I f 1 1 1 L.------------------- ----L------------ ---------------- 1---------------- L------------------- 1---------- 1 I 1 1 1 1 1 I 1 ----------- - --- -------------1---------------------------- ---------- ?-------------------- ----------------- --------------------------------- ?-------------------T--------------- 1 1 I ---T-------w---- 1 ---- -- 1 1 ? 1 1 1 1 1 1 I 1 -------------------------- --------- 1 1 1 ------------------- being duly sworn, certifies that the foregoing statement of sales taxes paid in connection with the referenced contract is true to the best of his or her knowledge and belief. Signature Title Sworn to before me this day of , 20 My Commission expires 20- NOTARY PUBLIC ST-3 DETAIL SPECIFICATIONS SECTION II STORM SEWERS AND APPURTENANCES 71 1 n 2-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, and miscellaneous items necessary to install and construct storm sewers and appurtenances as shown on the plans and where directed by the Engineer in accordance with these specifications. 2-2. MATERIALS All materials shall meet the following requirements as they may apply to the particular material being used unless otherwise specified in the Special Conditions. (a) Reinforced Concrete Pipe. Reinforced concrete pipe shall meet the requirements of ASTM C76. Reinforced concrete arch pipe shall meet the requirements of ASTM C506. The size, class, and wall thickness of the pipe shall be as shown on the plans or called for in the Proposal. Concrete flared end sections shall be of a design approved by the Engineer. All concrete flared end sections shall be reinforced and the concrete used shall attain a strength of 3500 psi when tested in accordance with AASHTO T23. (b) Joint Material for Concrete Pipe. Flexible plastic joint material for concrete pipe shall meet the requirements of AASHTO M 198 for Type B gaskets. (c) Metal Castings. Construction castings shall be gray iron meeting the requirements of ASTM A48 for Class 30 iron. Castings shall be constructed to the design and dimensions shown on the plans. Castings shall be free from pouring faults, sponginess, cracks, blow holes, and other defects, and they shall be cleaned of scale and sand so as to present a smooth, clean, and uniform surface. (d) Concrete for Footings. Portland cement shall conform to the requirements of ' ASTM C150 for Type I. Fine aggregate and coarse aggregate shall conform to the requirements of ASTM C33 except for the gradation which shall be as follows: 1 fl DS II-1 Fine Aggregate Coarse Aggregate Sieve Designation Percent Passing Sieve Designation Percent Passing No. 4 97-100 2'/2" 100 No. 8 80-100 2" 95-100 No. 30 25-75 1" 35-70 No. 50 10-30 ''/2" 10-30 No. 100 2-10 No.4 0-5 No. 200 0-4 Water shall be clean and free from salt, oil, or organic substance. The concrete shall be proportioned in accordance with a design mix approved by the Engineer. The proportions shall be based on laboratory determinations so that the mix will meet the following requirements. Minimum Compressive Strength at 28 days - 3000 lbs/sq inch. Maximum Water-Cement Ratio - 6.2 gal/bag cement Maximum Slump - 4 inches Minimum Cement Content - 5.3 bags/cu yd. The concrete shall be thoroughly and uniformly mixed by approved means. It shall be placed and finished before the initial set has begun. (e) Brick. Brick shall be new, solid, whole brick confirming to ASTM C32 Grade MS or ASTM C55 Grade U-I or Grade U-II. (f) Mortar. Mortar shall meet the requirements of ASTM C270 for mortar type M. Retempering of mortar in which initial set has begun will not be allowed. (g) Rip Rap. Stone for rip rap shall consist of field stone or rough unhewn quarry stone. The stone shall be sound, tough, dense, resistant to the action of air and water, and suitable in all other respects for the purpose intended. Where broken concrete from demolished structures or pavement is available, it may be used in place of stone subject to the approval of the Engineer. However, the use of broken concrete which contains reinforcing steel will not be permitted. The stone or broken concrete shall be graded to meet the following requirements: Class 1 Rip Rap: Stone shall vary in weight from 5 to 200 pounds. At least 30 percent of the total weight of the rip rap shall be in individual pieces weighing a minimum of 60 pounds each. Not more than 10 percent of the total weight of the rip rap may be in individual pieces weighing less than 15 pounds each. DS II-2 2-3. CONSTRUCTION REQUIREMENTS It is intended that the construction described in this section shall be accomplished by skilled workmen experienced in storm sewer installation. (a) Unloading and Handling. All materials shall be unloaded and handled with care. When any joint of pipe is damaged, the undamaged portion may be used where partial lengths are needed. Materials shall be so stored as to insure the preservation of their quality and fitness for the work. Damaged or unfit material shall be removed from the project at once. (b) Excavation and Foundation Preparation. The Contractor shall excavate trenches to the required line and grade. All excavation shall be unclassified as to its nature or composition and shall be included in the contract unit price for each item except that Undercut Excavation shall be paid separately. The width of the trench at the top of the pipe shall be no greater than is necessary to permit satisfactory jointing of the pipe and tamping backfill material under and around the pipe. For installations using pipe sizes under 54 inches in diameter or span, the width of the trench at the top of the pipe shall not exceed the outside diameter or span plus 24 inches and for installation using pipe sizes 54 inches or larger in diameter or span, the width of the trench at the top of the pipe shall not exceed 1'/2 times the outside diameter or span of the pipe. Where bell and spigot type pipe is used, recesses shall be excavated or receive the bells. Excavation for catch basins, manholes, junction boxes, etc. shall be to the required grade. Excavation shall not exceed that which is reasonably necessary to construct the particular structure. Where the foundation material is found to be of extremely hard material, such as ' rock, the foundation shall be conditioned by excavating the trench 8 inches or % inch per foot of height of fill over the top of the pipe, whichever is greater, and this depth of f excavation shall be backfilled with number 57 stone or other suitable material and thoroughly tamped . In the event that unstable conditions are found at the invert elevation and it is found that dewatering or other similar measures will not prevent or cure this condition, the Engineer may require that stabilizing material be placed in the ditch. Stabilization material shall be number 57 stone, or other materials as directed by the Engineer, and shall be placed in the trench in such quantities and manner as the Engineer may direct but in no case less than 4 inches deep. Material used to bring the ditch bottom to uniform grade after excess and faulty excavation will not be paid for. The Engineer may require that stabilization material be placed at no cost to the Owner if the Contractor has not taken sufficient action to dewater the trench. When necessary and/or directed by the Engineer, the Contractor shall provide for the temporary diversion of water in order to maintain foundations in a dry condition. ' (c) Laying Rigid Pipe: The pipe shall be carefully laid on the prepared foundation starting at the downstream end, bell or groove end upgrade with the spigot or tongue fully DS II-3 1 inserted. Each joint shall be checked for alignment and grade as the work proceeds. Joints shall be sealed using flexible plastic joint material as specified above. The inside of the bell or groove and the outside of spigot or tongue shall first be painted uniformly and completely with a bituminous primer as recommended by the manufacturer of the joint material. The joint material shall then be applied to the pipe at the proper temperature. This may require heating in cold weather. After the joint material is applied to the pipe, the pipe shall be carefully set in place such that the joint shall be completely sealed. (d) Laying Flexible Pipe: The pipe shall be carefully laid on the prepared foundations starting at the downstream end. The pipe shall be handled with special care to avoid damage to the coatings. Pipes with paved inverts shall be installed with the paved inverts centered on the bottom. The pipe sections shall be joined with coupling bands fully bolted. Coupling bands shall provide circumferential and longitudinal strength sufficient to preserve the alignment of the pipes, prevent separation of the sections, and prevent infiltration of backfill material. The joints shall also be sufficiently tight to prevent excessive exfiltration of water. (e) Catch Basins, Manholes, Junction Boxes, etc.: After the foundation has been prepared, concrete footings shall be formed and poured according to the dimensions shown on the plans. The surface of the concrete shall be finished off smooth and level such that the entire surface is covered with cement space. The concrete footing shall be allowed to cure at least 24 hours prior to beginning masonry work. Concrete shall meet the requirements given above in this section. After the concrete footing has cured for at least 24 hours, masonry work may begin. Brick shall be laid by the shove joint method with completely filled mortar joints and all cavities shall be filled with mortar. When necessary to reduce the rate of absorption, brick shall be dampened before use. Joints shall be %2 inch plus or minus 1/8 inch in thickness. Joints in exposed exterior surfaces shall be finished with a concave joiner and all other joints shall be finished flush. Exposed exterior surfaces shall also be cleaned of spilled mortar. Masonry shall be built plumb and true to the required dimensions. It shall be bonded by constructing every third course as a header course. No spalls or bats shall be used except for shaping around irregular openings or when unavoidable to finish out a course in which case a full brick shall be placed at the corner and the bat placed in the interior of the course. Pipe connections shall be cut off flush with the inside wall of the drainage structure and grouted as necessary to make smooth and uniform surfaces on the inside of the structure. Metal frames for grates and covers shall be set in full mortar beds to the line and grade established by the Engineer. The masonry shall be given time to sufficiently set up DS II-4 I before the frames are set so as to prevent any movement. No masonry or concrete footings shall be placed when the temperature is below 40 F. Masonry or concrete which is less than 3 days old shall be protected from freezing. (f) Laying Underdrain Pipe: The trench shall be excavated to the width and depth shown on the plans or directed by the Engineer. The pipe shall be firmly joined together by coupling bands or with a smooth sleeve type coupler or by other approved methods. The pipe shall be laid with the perforated side down except when directed otherwise by the Engineer. Subdrain fine aggregate shall be placed around the pipe as shown on the plans. After the pipe has been laid, the backfill material shall be carefully placed so that the pipe will not be disturbed. The backfill material shall be firmly tamped unless permitted otherwise by the Engineer. (g) Backfilling: Backfill material shall be free from cinders, ashes, refuse, organic material, boulders, rocks, or other material which in the opinion of the Engineer is unsuitable. When the type of backfill material is not specified, the excavated material may be used provided it consists of clean earth, loam, clay, sand, or gravel which in the opinion of the Engineer is satisfactory for backfill. Should there be a deficiency of suitable backfill material, the Contractor shall furnish and place such additional material as may be required. Material not needed for backfill shall be disposed of as directed by the Engineer. Backfill material shall be placed carefully so as to not disturb or damage pipes and structures. Backfill shall be placed around pipes by hand to completely fill all spaces around the pipe. This material shall be thoroughly tamped to maximum density. This procedure shall be followed until the backfill has been brought above the top of the pipe for a height of one foot. After this point, backfill material may be placed by machine in layers not to exceed 6 inches and compacted thoroughly. Backfill around masonry structures shall be uniformly deposited on all sides simultaneously and tamped thoroughly in such manner as to avoid injuring the structures or producing unequal pressures on them. Backfill operations may begin immediately after placing pipes but around masonry structures they shall be delayed until the masonry has cured at least 36 hours. All backfill areas shall be graded and maintained in such condition that erosion and saturation will not damage the pipe bed or backfill. Heavy equipment shall not be operated over any pipe until it has been properly backfilled with the minimum cover as shown on the plans. Pipe which becomes misaligned, shows excessive settlement, or has ' s expense. been otherwise damaged shall be removed and replaced at the Contractor (h) Plugging Pipe: Plugging of existing pipe to be abandoned shall be as shown on the plans or directed by the Engineer. Plugging shall be accomplished by using brick masonry at least 8 inches in thickness. Masonry shall be placed on the interior of the pipe with masonry units laid with full bed and head joints. All voids shall be filled with mortar. No direct payment shall be made for plugging pipe. The Contractor will absorb the cost of plugging pipe in his price for the various sizes of pipe. (i) Maintaining and Cleaning Out Pipe: The Contractor shall maintain all installations in a condition such that they will function continuously from the time the DS II-5 pipe is installed until the project is accepted. Should any section be filled entirely or partially, it shall be thoroughly cleaned before acceptance. 0) Rip Rap: Rip rap materials shall be placed by hand or other methods approved by the Engineer to the lines and grades shown on the plans or as directed by the Engineer. The minimum thickness shall be as shown on the plans or called for in the Proposal. The stone shall be graded so that the smaller stones are uniformly distributed throughout the mass. The stones shall be arranged with the minimum practical space between them such that when completed the rip rap forms a dense, neat layer of stone. (k) Dressing Up: After completing the installations, all construction areas shall be graded as directed by the Engineer and all debris shall be collected and removed from the site. 24. WEATHER AND SEASONAL LIMITATIONS No construction shall be performed during rain which might saturate the foundation. Should rain saturate the foundation due to the Contractor's failure to prevent same, the Contractor shall be responsible for undercutting the wet foundation and backfilling with suitable dry material. No masonry work shall be performed unless the air temperature in the shade away from artificial heat is at least 40 F. 2-5. METHOD OF MEASUREMENT Measure of work performed under this section shall be as follows: (a) For reinforced concrete pipe, the actual number of linear feet measured by the joint of the various types, sizes, and classes of pipe installed complete in place and accepted. (b) For reinforced concrete flared end sections, the actual number of pieces of each size installed complete in place and accepted. (c) Manholes may be brick or concrete block masonry or precast concrete as specified in the detail drawings and detail specifications. If the Contractor chooses to use precast concrete, he shall assume responsibility for adjustments which may be necessary due to changes in grade or conflicts with unknown utilities. Measurement of work for manholes will be by the vertical foot measured from the lowest invert to the top of the concrete or brick structure. The unit price per vertical foot shall include furnishing and installing manhole steps, rings and covers, and the construction of inverts. (d) Measurement of work for catch basins will be per each structure. Payment will be based on the size of the catch basin as shown under the appropriate unit prices in the Proposal. The unit price per each shall include furnishing and installing steps, frames, DS II-6 I I grates, backs, and the construction of inverts as shown on the plans or as directed by the Engineer. (e) For reinforcing foundations, by the cubic yard of undercut excavation as determined by the Engineer. (f) For rip rap, the actual number of tons of rip rap material used when quarry stone is used and the actual number of square yards of rip rap measured along the surface for the thickness shown on the plans when broken concrete is used. (g) Measurement of approved stabilization material shall be on a cubic yard basis with 2700 pounds per cubic yard being used to convert weight measure to volumetric measures. Volumes will be determined by the depth of bed authorized, the allowed trench width, and the length of the ditch authorized by the Engineer. The Contractor shall carefully record the quantities of stabilization materials used, and it shall be his responsibility to notify the Engineer at the end of each day of the quantities; however, the Engineer shall be the sole judge as to whether material deposited is a "Pay Item". (h) Removal of existing catch basins, junction boxes, or manholes shall be at the contract unit price as specified. The contract unit price shall include removal, hauling away, and proper disposal of existing structures. 1 2-6. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above. Such payments shall be full compensation for all work covered by this section including but not limited to furnishing, hauling, and placing pipe and furnishing all materials, equipment, and labor for excavation, backfilling, disposal of surplus materials, removal of existing pipe to be replaced, cleaning out pipe, and other incidentals necessary to complete the work. A DS II-7 w or uncrushed gravel, or other inert material having similar characteristics. It shall be composed of clean, tough, durable fragments free from organic matter or other deleterious materials. That portion of the coarse aggregate retained on the No. 4 sieve shall contain at least 60 percent by weight of crushed pieces having one or more fractured faces. Coarse aggregate shall contain not more than 20 percent of flat or elongated pieces determined by particle count. Flat pieces are those having a width to thickness ratio greater than 4. Elongated pieces are those having a length to thickness ratio greater than 5. The maximum weighted average loss shall be 15 percent when subjected to 5 cycles of the soundness test, AASHTO T104, using sodium sulfate. Coarse aggregate shall have a maximum percentage of wear of 55 percent as determined in accordance with AASHTO T96. The maximum percentage by weight of clay lumps shall be 0.3 percent when tested in accordance with AASHTO T112. s. (c) Fine Aggregate: Fine aggregate shall be well graded from coarse to fine and consist of natural sand and stone screenings. It shall be composed of rough surfaces and angular grains of quartz or other hard durable rock and shall be clean and free from lumps of clay, loam, roots, or other foreign matter. Fine aggregate containing sticks, roots, trash, or other unsatisfactory material shall be cleaned before being placed in the cold feeder at the asphalt plant. Sand shall be from approved pits and shall contain not more than 0.3 percent clay lumps by weight when tested in accordance with AASHTO TI 12. Sand contaminated by industrial wastes shall not be.used. Stone screenings shall be produced from stone having a maximum percent of wear of 55 percent when tested in accordance with AASHTO T96 using test grading A. The maximum weighted average loss shall be 15 percent for stone screenings when subjected to 5 cycles of the soundness test, AASHTO T104, using sodium sulfate. Stone screenings shall be so graded that no more than 20 percent by weight will pass the No. 200 sieve. The total natural sand or sands in the mixture will be tested in accordance with AASHTO TI I to determine the amount of material which can be washed through the No. 200 sieve. The total amount of such washed material shall not exceed 8 percent by weight of the total aggregate in the mixture or, for type I-2 mixture, 8 percent by weight of the total natural sand in the mixture. The above test will be performed prior to establishing the design mix and, when deemed necessary by the Engineer, prior to the entry of the sand into the dryer. (d) Mineral Filler: Mineral filler shall consist of limestone dust, dolomite dust, portland cement, or other inert mineral matter which has been approved by the Engineer. It shall be free from foreign or other objectionable material and shall exhibit a plasticity index of not more than 5 when tested in accordance with AASHTO T90. It shall be dry and free from lumps. When fly ash is used, the loss on ignition shall not exceed 10 percent by weight of the fly ash. Mineral filler shall meet the following grading requirements when tested in accordance with AASHTO T37: DS IV-2 l i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sieve Designation Percent Passing by Weig_ht, No. 30 100 No. 80 95 - 100 No. 200 65 - 100 (e) Job Mix Formulas: Asphalt cement, coarse aggregate, fine aggregate, and mineral filler shall be mixed in such proportions that the resulting mixture meets the requirements of the job mix formula for the type mix being produced. Aggregate which will not produce a job mix within the allowable tolerances shall not be used. The Contractor shall submit a job mix formula within the design limits below to the Engineer for approval. Once a job mix formula has been approved, the Contractor shall not change the source of any material without the specific written approval of the Engineer. (1) Design Limits: The job mix formula shall conform to the following design limits for the particular type mix. DESIGN LIMITS Mix Type HB Base H Binder 1-2 Surface Sieve Designation Percent Passing by Weight 2" 100 -- 1 %2 90 - 100 100 -- 3/4" 60- 85 90 - 100 100 '/2" -- 67- 88 96- 100 3/8" -- -- 90 - 100 No. 4 25- 50 -- 70- 95 No. 8 20- 40 25- 45 55- 75 No. 40 -- -- 15- 45 No. 80 -- -- 7- 22 No. 200 0- 6 1- 7 3- 9 Asphalt Content % 3.0-6.0 3.5-6.5 4.5-8.5 Temperature Range 250 F - 300 F DS IV-3 Scales for weighing aggregates may be either of the beam or springless dial type, of approved make and sensitive to %2 of 1 percent of the maximum load that may be required. Beam scales shall be equipped with multiple weigh beams for each separate material weighed and for weigh box tare. They shall be balanced on knife edges and fulcrums and be constructed in such manner as to remain in alignment and adjustment. Dial scales shall be of standard make, or proper capacity. Size shall be such that numerals on the dial can easily be read. Construction shall be substantial and not subject to frequent adjustments. They shall be located in plain view of the operator. Scales for weighing asphalt cement shall be as specified for aggregate scales except that beam scales shall be equipped with a tare beam and a full capacity beam. Graduations shall not be of greater value than 2 pounds. Dial scales shall read to the nearest pound. The Contractor will provide, at all times, the necessary devices and weights for frequent testing. Asphalt weigh buckets shall have a capacity of 12 percent of the maximum capacity of the mixer, and it shall be supported on fulcrums and knife edges in the same manner as the weigh box. Type must be approved by the Engineer. Tanks for heating bituminous materials shall be equipped with steam coils designed to insure uniform heating of the entire contents with positive control of temperatures. The bituminous circulating system shall be of adequate size to provide for the continuous circulation of such material at all times. Storage bins shall be provided for each size of aggregate above No. 4 and one bin for aggregate of a size to pass No. 4. Dry storage for mineral filler shall be provided separately. Provisions shall be made for adequately weighing all filler or dust. A dial scale, mercury activated thermometer, and an electric pyrometer shall be installed to register the temperature of the heated aggregates. This shall be in the view of the employee controlling the temperatures. The mixer shall be a batch mixer of a standard twin pug mill type, steam jacketed, equipped with sufficient blades and set in proper order to produce satisfactory batches. (b) Preparation of Mixture: Asphalt cement shall be heated to a temperature of between 250 F and 350 F. The aggregate shall be heated in dryers heretofore described to a temperature between 250 F and 350 F. The dried aggregate, prepared as stated herein, shall be combined in uniform batches by weighing and conveying into the mixer the amounts of each aggregate required. Hot asphalt cement in the specified quantity shall not be added until all aggregate, including filler, shall have been thoroughly mixed. After addition of asphalt cement, the mixing shall be continued for at least 45 seconds and additional time DS IV-6 if required for production of a homogeneous mixture. Each batch shall be kept separate throughout the mixing operations. After mixing, the product shall, when discharged, be at a temperature not less than 250 F nor more than 300 F. 4-4. TRANSPORTING MIXTURE Vehicles used for hauling the mixture from the plant shall have tight, clean, smooth metal beds. The inside surface of the bodies shall be sprayed with a suitable oil to prevent the mixture from adhering to the surface. Each vehicle shall be covered with a canvas or other suitable material. Loads shall not be mixed or sent from the plant if laying and compacting cannot be completed during daylight hours. The mixture shall be delivered at a temperature between 250 F and 300 F. A ticket shall accompany each truck from the plant to the job site to be given to the Engineer or his representative. Each ticket shall meet the following requirements. (a) It shall show the date and time of departure from the plant. (b) It shall show the name of the firm producing the mix. (c) It shall show the contract number. (d) It shall show the type mix. (e) It shall show the following weights: -Gross weight of truck and asphalt mix. - Tare weight of truck. - Net weight of asphalt mix. - Cumulative weight of asphalt mix for that day. (f) Tickets shall be numbered consecutively for each day's operation. ' 4-5. SPREADING AND FINISHING The bituminous mixture shall be spread and struck off to the required grades, cross-sections, and thickness by self-contained power-propelled pavers equipped with an activated screed or strike-off assembly. A paving machine shall be used on straight runs of pavement. Finishing by hand will only be allowed on areas where it is impracticable to use a machine. Paving machines shall be operated at forward speeds consistent with satisfactory laying of the mixture. Should unevenness of texture, tearing, or shoving occur during the paving operation, the Contractor shall immediately take appropriate action to correct the problem and the unsatisfactory work. The mixture from the plant shall be dumped from trucks directly into the hopper of the paving machine. The gauge shall be such that after compaction, the depth specified on the plans will be attained. After initial compaction, straight edging shall be carried out and all areas not conforming to true grade and crown shall be patched or otherwise corrected. DS IV-7 4-6. COMPACTING MIXTURE As soon as practical after the mixture has been placed and while the mixture is still workable, it shall be uniformly and thoroughly compacted to the relative densities called for in the materials section. Rollers used to compact the mixture shall be in good condition, capable of reversing without backlash. The rollers shall be operated with the drive wheels nearest the paver and at speeds slow enough to avoid displacement of the mixture. Steel wheel rollers shall be equipped with wetting devices to prevent the mixture from sticking to the roller wheels. The first rolling shall be done with a steel wheel roller followed by a self- propelled pneumatic-tired roller followed by a steel-wheeled roller. Rolling shall be continued until the mixture is thoroughly compacted and the surface is smooth and free from roller marks. Rolling shall begin at the sides and proceed longitudinally toward the center, overlapping on successive trips by at least one-half the roller width. When paving adjacent to a previously placed lane, the longitudinal joint shall be rolled first allowing the roller to extend 8 to 12 inches onto the newly laid mixture. Regular rolling procedures shall then follow. Adjacent to headers, curbs, and other places inaccessible to rollers, hand tamps, and sealing irons shall be used to secure proper joints. Steel wheel rollers shall be tandem type and size not less than 6 tons nor more than 10 tons and weighing not less than 200 pounds to the inch width of tread. 4-7. JOINTS At the end of a work period or where undue delays are occurring, the Contractor shall construct a slope wedge ahead of the end of the full depth pavement. Before paving operations are resumed, the Contractor shall remove the sloped wedge and cut back to the point of full pavement depth. The exposed edge shall then be given a light application of tack coat. When laying of the mixture is resumed, the joint construction shall be completed while the mixture is still workable. When constructing new pavement adjacent to an existing old pavement, the Contractor shall cut back the existing pavement to full depth. This shall be accomplished by sawing the tie-in joint in a straight line by methods approved by the Engineer. The sawed joint shall then be given a light application of tack coat. When laying of the mixture is resumed, the joint construction shall be completed while the mixture is workable. DS IV-8 grates, backs, and the construction of inverts as shown on the plans or as directed by the Engineer. . (e) For reinforcing foundations, by the cubic yard of undercut excavation as determined by the Engineer. (f) For rip rap, the actual number of tons of rip rap material used when quarry stone is used and the actual number of square yards of rip rap measured along the surface for the thickness shown on the plans when broken concrete is used. (g) Measurement of approved stabilization material shall be on a cubic yard basis with 2700 pounds per cubic yard being used to convert weight measure to volumetric measures. Volumes will be determined by the depth of bed authorized, the allowed trench width, and the length of the ditch authorized by the Engineer. The Contractor shall carefully record the quantities of stabilization materials used, and it shall be his responsibility to notify the Engineer at the end of each day of the quantities; however, the Engineer shall be the sole judge as to whether material deposited is a "Pay Item". h h ll b h oles s a e at t e (h) Removal of existing catch basins, junction boxes, or man contract unit price as specified. The contract unit price shall include removal, hauling away, and proper disposal of existing structures. 1 2-6. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above. Such payments shall be full compensation for all work covered by this section including but not limited to furnishing, hauling, and placing pipe and furnishing all materials, equipment, and labor for excavation, backfilling, disposal of surplus materials, removal of existing pipe to be replaced, cleaning out pipe, and other incidentals necessary to complete the work. 1 DS II-7 I DETAIL SPECIFICATIONS I SECTION III CONCRETE CURB AND GUTTER, SIDEWALKS, AND DRIVEWAYS 3-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, and accessories for the construction of concrete curb and gutter, curb, gutter, sidewalks, driveways, and other related items as shown on the plans and where directed by the Engineer. 3-2. MATERIALS All materials shall meet the following requirements as they may apply to the particular material being used unless otherwise specified in the Special Conditions. (a) Cement: Portland cement shall be of a standard brand and shall conform to the requirements of ASTM C150, except as hereinafter stated. One bag of cement shall be considered as weighing 94 pounds. Type I shall be used unless high early cement is specified in which event Type III shall be used. For Type I the maximum amount of tricalcium silicate shall be 60 percent. Air-entraining portland cement shall not be used. Cement may be shipped either in paper or cloth sacks. Each sack shall have the brand and name of manufacture plainly marked on the outside. Shipments shall be segregated by car lot for identification. Cement may also be shipped by carload in bulk. Where carload lots are used, a certificate of compliance with the specifications shall be issued from an approved testing laboratory and submitted to the Engineer prior to use of such cement on the job. Cement shall be fully protected from contamination or damage during handling and storage. Cement which has been damaged, which is partially set, or which is lumpy or caked shall not be used. (b) Fine Aggregate: Fine aggregate shall consist of natural sand or manufactured sand having clean, durable, hard, uncoated particles. It shall be free from dirt, trash, or other foreign material. The source shall be approved by the Engineer. 1 DS III-1 Fine aggregate shall be graded from coarse to fine within the following limits: U.S. Standard Square Opening Sieve Percent of Total By Weight Passing Min. Max. No. 4 No. 8 No. 30 No. 50 No. 100 No. 200 (by washing) 97 100 80 100 25 75 10 30 2 10 0 4 Fine aggregate shall have a fineness modulus of 2.35 to 2.45. Blending fine aggregate shall be permitted provided the blend meets all the requirements for fine aggregate. When subjected to 5 cycles of the soundness test, AASHTO T104 using sodium sulfate, the weighed average loss shall not be more than 15 percent. Not more than 0.5 percent by weight of clay lumps, as determined by AASHTO Tl 12, shall be allowed. Not more than 1.0 percent by particle count of soft, friable particles, as determined by ASTM C142, shall be allowed. When tested in accordance with AASHTO T21, fine aggregate shall show a color not darker than standard. When tested for mortar strength in accordance with AASHTO T71, mortar made with the fine aggregate shall have a tensile strength at 3 days for Type III or at 7 days for Type I, not less than 95 percent of that developed by mortar having the same water-cement ratio and consistency made of the same cement and graded Ottawa sand having a fineness modulus of 2.40 plus or minus 0.05. Fine aggregate shall be stored on a well drained site which has been cleared, grubbed, and cleaned. Stockpiles shall be built up so as to prevent segregation of large and small particles. (c) Coarse Aggregate: Coarse aggregate shall consist of crushed stone or gravel. It shall be washed to remove clay, loam, and dust. At his discretion, the Engineer may waive the washing requirement for stone having a loss of not more than 30 percent when tested in accordance with AASHTO T96. Coarse aggregate shall be free from dirt, trash, and other foreign material. DS III-2 I Coarse aggregate shall be graded from coarse to fine within the following limits: Passing Square' Percent Opening Sieve By Weight 1'/z inch 100 1 inch 90 -100 %2 inch 25- 60 No. 4 0- 10 No. 8 0- 3 When subjected to 5 cycles of the soundness test, AASHTO T104 using sodium sulfate, the weighed average loss shall not be more than 15 percent. Not more than 0.2 percent by weight of clay lumps, as determined by AASHTO T112, shall be allowed. Not more than 3.0 percent by weight of soft, friable, partially disintegrated particles, as determined by ASTM C142, shall be allowed. Not more than 0.5 percent by weight shall be finer than the No. 200 sieve. Not more than 10.0 percent by particle count shall be flat or elongated pieces. When tested in accordance with AASHTO T96, coarse aggregate shall not show a wear of more than 55 percent. Stockpile sites shall be cleared, grubbed, cleaned, and drained before use. Stockpiles shall be constructed in layers not exceeding 3 feet in height and material shall be deposited in such manner as to prevent segregation of materials. Each type aggregate shall be placed in a separate stockpile. (d) Water: Water shall be clean and free from salt, oil, or organic substances. Laboratory tests shall be made to determine suitability of any water for use in concrete unless same is secured from a City water supply after filtration. 1 r (e) Admixtures: No admixtures other than approved air entraining agents shall be used without the expressed permission of the Engineer. Where conditions indicate that a set retarding admixture would be advantageous, the Engineer may approve the use of a suitable one. When permitted by the Engineer, calcium chloride may be used as a set accelerating agent in proportions not to exceed 2 pounds per bag of cement. Calcium chloride shall not be used where the concrete will be in contact with metal or when the temperature of the air or the concrete is greater than 70 F. Cold weather protection shall be provided for concrete containing calcium chloride in the same manner as is provided for concrete without calcium chloride. (f) Air Entrainment: Unless otherwise indicated on the plans on in the Special Conditions, concrete shall be air entrained by an approved air entraining agent meeting the requirements of ASTM C260. It shall be added to the fine aggregate at the time of batching or dispensed along with the mixing water. The air content of the freshly mixed concrete shall be 5.0 percent plus or minus 1.0 percent expressed as a percent of the volume of the concrete. DS III-3 3-3. CONCRETE PROPORTIONING Concrete shall be proportioned in accordance with a design mix approved by the Engineer. The Contractor shall submit a mix design from an approved testing laboratory and receive written approval from the Engineer prior to beginning the production of concrete. The proportions will be based on laboratory determinations so that the mix will meet the following requirements: Minimum Compressive Strength at 28 Days - 30001bs/sq inch Maximum Water-Cement Ratio - 6.2 gallbag cement Maximum Slump - 4 inches Minimum Cement Content - 5.3 bags/cu yd. Mix proportions shall be based on the minimum cement content if the required slump can be obtained without exceeding the maximum allowable water-cement ratio. If the required slump cannot be obtained at the minimum cement content with the maximum allowable water-cement ratio, the cement content shall be increased by whatever amount is required to produce the required slump without exceeding the allowable water-cement ratio. The slump shall be kept to a minimum consistent with keeping a workable mixture but in no case shall it exceed 4 inches. 11 After a mix design has been approved by the Engineer, it shall not be changed so long as materials of the same characteristics are used. If the Contractor proposes to use a different type material, he shall submit a revised mix design and receive the Engineer's written approval prior to using the new material. 3-4. CONCRETE MIXING Concrete shall be batched by an approved batching plant. The plant shall be equipped with scales and such other devices as necessary to batch the materials within the following tolerances of the required weights: cement ±l percent; aggregate ±2 percent; water ±l percent; admixtures f3 percent. Any water added with the admixtures shall be considered as mixing water. Admixtures shall be added in such a manner that they will not come in contact in concentrated form. Mixers may be stationary mixers or truck mixers. Each mixer shall have attached a metal plate or plates on which is plainly marked the mixing speed of the drum or paddles and the maximum capacity of the drum or container in terms of volume of mixed concrete. On truck mixers, the manufacturer's recommended agitating and mixing speeds shall also be shown. Stationary mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. Truck mixers shall be equipped with counters to readily verify the number of revolutions of the drum or blades. The counters shall be actuated at the time of starting mixing at mixing speed. Mixers shall be examined periodically for general mechanical DS III-4 1 1 condition to ensure their proper operation. Mixers shall be capable of combining the materials into a thoroughly mixed and uniform mixture and of discharging the concrete uniformly. The length of mixing time shall be that specified by the manufacturer of the mixer unless otherwise specified by the Engineer. Mixing shall not exceed the time necessary to obtain satisfactory mixing. 3-5. ELAPSED TIME FOR PLACING CONCRETE Concrete shall be placed before the elapsed time between adding the mixing water to the mix and placing the concrete in the forms exceeds that set forth in the following table. Concrete not placed within the time period as shown in the table shall be rejected. Any concrete which shows initial set within the following period shall also be rejected. Air or Concrete Maximum Elapsed Time Temperature No Retarding Retarding (Whichever is Higher) Admixture Used Admixture Used 90 F or above 30 Minutes 1 Hour 15 Minutes 80 F through 89 F 45 Minutes 1 Hour 30 Minutes 79 F or below 60 Minutes 1 Hour 45 Minutes 3-6. CONSTRUCTION REQUIREMENTS It is intended that the construction described in this section be accomplished by skilled workmen. Strict adherence to these specifications shall be demanded and any work other than such will not be acceptable. (a) Forms: Steel forms shall be used throughout the work except for short, odd length sections. Forms shall be kept in good condition at all times. Any forms which have become out of shape or otherwise unsuitable shall be removed from the work. Forms shall be of such section and design that they will adequately support the concrete and any construction equipment used in the work. Form sections shall be provided with interlocking joints to ensure that the forms are tightly joined together free from movement. Forms shall be held in place by metal pins, not less than 18 inches in length, with fastenings of metal and wedges to ensure a correct, rigid setting. Forms shall be of the dimension required for the designated cross- section shown on the plans. Built-up sections to attain the required depth will not be permitted. When set up, the forms shall be set such that the deviation from true line and grade does not exceed 1/8 inch. L Dividing plates or templates made of steel with sufficient rigidity to prevent warping or bending shall be used to form contraction joints as directed herein or by the Engineer. These plates shall have the same shape and dimension as the cross-section r DS III-5 shown on the plans for the particular item being constructed. They shall be connected to the side forms by suitable means to hold them rigidly in place throughout the concreting operation. They shall be set plumb and normal to the side forms as required. After being removed from the set concrete, all forms shall be thoroughly cleaned, oiled, and stored in a manner to maintain them in good condition. (b) Slip-Forming Curbing Machine: Sidewalks and driveways shall be constructed by using forms. Curb and gutter, curb, gutter, and related items shall ordinarily be constructed by using forms. With the approval of the Engineer, the Contractor may use a slip-form concrete curbing machine to place curb and gutter, curb, or gutter. If a machine is used, a deduct shall be allowed as named in the Proposal. If, at any time, the Engineer determines that the machine is not doing satisfactory work, the machine shall be removed and the unsatisfactory work shall be repaired or replaced at the Contractor's expense. Should the cause of the problem be remedied, the machine may be put back in use. During the time the machine is not being used, the concreting operations shall be done by using forms. (c) Grading and Setting Forms: Grading shall be to grade and dimensions as established by the Engineer. Excavation to an elevation slightly above finished subgrade shall be completed prior to setting forms. The Contractor shall use every effort to observe any possible misalignments in line or grade and will call such to the attention of the Engineer promptly. The Contractor is cautioned that he shall be responsible for any damage to utility lines caused by his negligence. After rough grading to any elevation slightly above finished subgrade, the side forms shall be set to exact grade and secured. The dividing plates shall then be inserted and trued up, followed by fine grading to exact subgrade elevation by hand methods. Where required, face forms shall then be set. The forms shall then be checked for conformity with true line and grade and any deviations in excess of 1/8 inch shall be corrected. The Engineer or his representative shall then inspect the forms and if approved, pouring operations may begin. The Contractor shall at all times have at least 100 feet of forms set and fine grade completed ahead of pouring operations. Where unsuitable material is encountered, it shall be removed and replaced with suitable material to the depth required to provide a stable subgrade. Where required because of soft subgrade or where the subgrade is in a fill section, the subgrade shall be tamped with suitable tamping machines until it has attained suitable stability. When the concrete will be machine placed, the subgrade shall be graded to the required grade and compacted to the stability required to support the concrete and the curbing machine. The subgrade shall be inspected and approved by the Engineer prior to placing concrete. DS III-6 (d) Placing Concrete: After the forms have been set and checked by the Engineer, the concrete shall be placed in the forms. It shall be placed so as not to disturb the concrete already in place and in such a manner as to require the minimum amount of lateral movement. As the concrete is being placed, it shall be spaded thoroughly to remove any voids and after the removal of the forms, no honeycomb shall be present. Should any honeycombs be present, the Engineer shall determine if the concrete should be replaced. If he decides that the honeycombs are of a minor nature they shall be filled with mortar. No mortar shall be applied unless directed so by the Engineer. Care shall be taken not to upset any forms during the concreting operations. Any concrete showing misalignment due to form movement shall be removed and replaced immediately. (e) Finishing Concrete Surfaces and Tolerances for Same: After pouring the concrete, the surface shall be struck off with a straight edge following by floating, troweling, and edging. At the proper time, the surface shall be given a light broom finish. All finishing shall be carefully done in a uniform manner by expert finishers. All dividing lines, joints, and edges shall be finished by edging tools to make them sharp and true. Any concrete which is not finished in a proper workman-like manner will not be accepted. Finished surfaces shall not vary from the required line and grade by more than 1/4 inch in 10 feet. (f) Curing Concrete: The entire surface of the concrete shall be sprayed uniformly with a wax-free, resin-base curing compound meeting the requirements of ASTM C309 immediately after the surface finishing is completed. Either clear or white pigmented types may be used. The rate of coverage shall be that recommended by the manufacturer but not less than one gallon per 150 square feet of surface. The compound shall be thoroughly and uniformly mixed at the time of use. The treated surfaces shall be protected for a 7 day curing period to prevent damage to the membrane. Should damage occur during this period, the damaged area will be re-treated immediately. All material, equipment, and labor necessary to promptly apply the curing compound shall be on the site before any concrete is placed. Any concrete which is not properly cured may be declared defective by the Engineer and shall be replaced at the Contractor's expense. (g) Backfilling and Dressing Up: Immediately after the forms have been removed, earth backfill material shall be placed adjacent to the finished concrete and smoothed off to prevent an accumulation of standing water and consequent subgrade saturation in the event of rain. Any construction debris present shall be removed in order to keep the site neat. DS III-7 (h) Intersections and Driveways: At street intersections, curb and gutter shall be constructed to a radius as shown on plans or designated by the Engineer. Where directed by the Engineer, the Contractor shall construct driveways. Driveways shall conform to the typical section shown on the plans. Widths shall be as staked on the ground or directed by the Engineer. 3-7. JOINTS The Contractor shall construct joints as outlined below. (a) Curb and Gutter; Curb; Gutter: Joints shall be formed by templates described above. Joint spacing shall normally be 10 feet but shall not be less than 5 feet. Joints shall not be sealed. Expansion joints shall be spaced at 90 foot intervals, and adjacent to all rigid objects. Expansion joint filler shall meet the requirements of ASTM D1751 or D 1752 and shall be 1 /2 inch in thickness. (b) Sidewalks: The Contractor shall construct expansion joints at 50 foot intervals and as shown on the plans. Expansion joints shall also be constructed adjacent to driveways and any other existing rigid structures. Joint filler shall be '/z inch in thickness and shall meet the requirements of ASTM D1751 or D1752. The filler material shall be cut to exact size and placed properly so that the filler material is flush with the sidewalk. Grooved contraction joints shall be constructed at 5 foot intervals unless directed otherwise by the Engineer. When placing sidewalk adjacent to existing sidewalk, joints shall be made to match. (c) Driveways: The Contractor shall construct expansion joints between the curb cut section and the driveway, between the new driveway and existing driveway sections, and at 50 foot sections. Joint filler shall be the same as that used for sidewalk and shall be placed in the same manner. When the driveway crosses a sidewalk section, grooved contraction joints shall be constructed transverse to the driveway in line with the edges of the sidewalks to delineate that portion of the driveway which is also part of the sidewalk. 3-8. THICKNESS Sidewalks shall be constructed to a uniform thickness of 4 inches except where driveways occur. The section included in the driveway shall be the same thickness as the driveway. DS III-8 Driveways and gutters shall be constructed to a uniform thickness of 6 inches unless directed otherwise by the Engineer. Curb and curb and gutter shall be constructed to the dimensions shown on the plans. a 3-9. WEATHER AND SEASONAL LIMITATIONS Concreting operations shall not be undertaken or continued when any of the following conditions exist: (a) When atmospheric temperature during the preceding 24 hours has not risen above 40 F. (b) When atmospheric temperature has not reached 40 F by 10 a.m. (c) When the subgrade is frozen. (d) When aggregate, either coarse or fine, contains frozen particles. (e) When atmospheric temperature is falling and reaches 40 F. (f) When local weather reports or conditions indicate the possibility of temperatures of 32 F or lower within the ensuing 24 hours. Concrete less than 24 hours old that may be subjected to temperatures of less than 32 F shall be protected by the customary curing method, and in addition, a layer of not less than 12 inches of loose, dry hay or straw, or other acceptable thermal insulation, shall be placed on the concrete and retained in place until the required curing period is completed. All temperatures referred to in this section will be considered to be temperature taken at the actual location of the work in the shade and away from artificial heat. No more concrete shall be laid than can be properly finished and covered during daylight, unless adequate, artificial light satisfactory to the Engineer is provided. 3-10. METHOD OF MEASUREMENT Measurement of work performed under this section shall be as follows: (a) For curb, curb and gutter, the actual number of linear feet of each type of curb or curb and gutter, which have been completed and accepted. Measurement shall be along the flow line, straight run and around street intersections. DS III-9 1 (b) For 6-inch gutter, by the square yard in place complete and accepted as determined by the Engineer. (c) For 4-inch sidewalk, by the square yard in place complete and accepted as determined by the Engineer. (d) For 6-inch driveway, by the square yard removed and replaced complete and accepted as determined by the Engineer. (e) For other related items, by the unit complete and accepted as shown on the plans as determined by the Engineer. 3-11. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above. Such payments shall be full compensation for all work covered by this section. J w DS III-10 I DETAIL SPECIFICATIONS SECTION IV BITUMINOUS CONCRETE PLANT MIXES AND TACK COATS 4-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, plant, and accessories for the production, delivery, and placement of bituminous concrete base and surface courses and the application of tack coats to existing bituminous or concrete surfaces prior to the placement of bituminous plant mixes and other related items as shown on the plans and where directed by the Engineer. 4-2. MATERIALS All materials shall meet the following requirements as they may apply to the particular material being used unless otherwise specified in the Special Conditions. (a) Asphalt Cement: Asphalt cement for plant mixtures shall be made from petroleum. It shall be homogeneous, free from water, and shall not foam when heated to 347 F. It shall meet the requirements of AASHTO M226 except as modified by the following requirements: Viscosity, 140 F, Poises 23000 ± 400 Viscosity, 275 F, Cs., Minimum 300 Penetration, 77 F, 100 g., 5 sec., minimum 60 Flash point, Cleveland Open Cup, 450 degrees F, minimum Solubility in trichloroethylene, 99 percent, minimum Viscosity, 140 F, Poises, maximum 10,000 (residue from Thin Film Oven Test) Ductility, 77 F, 5 cm/min., cm., minimum 50 (residue from Thin Film Oven Test) (b) Coarse Aggregate: Coarse aggregate shall consist of crushed stone, crushed DS IV-1 or uncrushed gravel, or other inert material having similar characteristics. It shall be composed of clean, tough, durable fragments free from organic matter or other deleterious materials. That portion of the coarse aggregate retained on the No. 4 sieve shall contain at least 60 percent by weight of crushed pieces having one or more fractured faces. Coarse aggregate shall contain not more than 20 percent of flat or elongated pieces determined by particle count. Flat pieces are those having a width to thickness ratio greater than 4. Elongated pieces are those having a length to thickness ratio greater than 5. The maximum weighted average loss shall be 15 percent when subjected to 5 cycles of the soundness test, AASHTO T104, using sodium sulfate. Coarse aggregate shall have a maximum percentage of wear of 55 percent as determined in accordance with AASHTO T96. The maximum percentage by weight of clay lumps shall be 0.3 percent when tested in accordance with AASHTO T112. (c) Fine Aggregate: Fine aggregate shall be well graded from coarse to fine and consist of natural sand and stone screenings. It shall be composed of rough surfaces and angular grains of quartz or other hard durable rock and shall be clean and free from lumps of clay, loam, roots, or other foreign matter. Fine aggregate containing sticks, roots, trash, or other unsatisfactory material shall be cleaned before being placed in the cold feeder at the asphalt plant. Sand shall be from approved pits and shall contain not more than 0.3 percent clay lumps by weight when tested in accordance with AASHTO Tl 12. Sand contaminated by industrial wastes shall not be used. Stone screenings shall be produced from stone having a maximum percent of wear of 55 percent when tested in accordance with AASHTO T96 using test grading A. The maximum weighted average loss shall be 15 percent for stone screenings when subjected to 5 cycles of the soundness test, AASHTO T104, using sodium sulfate. Stone screenings shall be so graded that no more than 20 percent by weight will pass the No. 200 sieve. The total natural sand or sands in the mixture will be tested in accordance with AASHTO TI 1 to determine the amount of material which can be washed through the No. 200 sieve. The total amount of such washed material shall not exceed 8 percent by weight of the total aggregate in the mixture or, for type I-2 mixture, 8 percent by weight of the total natural sand in the mixture. The above test will be performed prior to establishing the design mix and, when deemed necessary by the Engineer, prior to the entry of the sand into the dryer. (d) Mineral Filler: Mineral filler shall consist of limestone dust, dolomite dust, portland cement, or other inert mineral matter which has been approved by the Engineer It shall be free from foreign or other objectionable material and shall exhibit a plasticity index of not more than 5 when tested in accordance with AASHTO T90. It shall be dry and free from lumps. When fly ash is used, the loss on ignition shall not exceed 10 percent by weight of the fly ash. Mineral filler shall meet the following grading requirements when tested in accordance with AASHTO T37: DS IV-2 4-8. FINISHED SURFACE The surface of the pavement after compaction shall be smooth and true to establish crown and grade. Any portion found to be defective in finish, density, or composition, or which does not comply in all respects to the requirements of the specifications, shall be removed and replaced with suitable material, properly laid according to specifications, at the Contractor's expense. The finished surface shall be checked with a 10-foot straight-edge, applied parallel to the center of the pavement. Any places that vary more than 1/4 inch from the bottom of the straight-edge to the finished pavement surface shall be corrected or removed and replaced as directed by the Engineer. 4 THICKNESS AND RATES OF APPLICATION 9 - . Bituminous plant mix shall be applied at the following rates, as applicable: Thickness Rate Inches (Pounds Per Square Yard) 1 105 1%2 155 2 210 3 320 4-10. TACK COAT When bituminous plant mixes are to be placed on existing asphalt or concrete surfaces, these surfaces will be treated with a tack coat meeting the requirements of the materials section. The rate of application shall be 0.10 gallons per square yard. Contact surfaces of headers, curbs, gutters, manholes, old pavement joints and like structures shall be painted or sprayed with tack coat prior to placing the bituminous mixture adjacent to such structures. The existing surfaces to which tack coat is to be applied shall be cleaned of all loose materials dirt and foreign material prior to placing the tack coat , . , No tack coat shall be applied without the permission of the Engineer and in all cases, no more tack coat shall be applied than can be covered during the following day's operations. When the distributor is being operated, curb and gutter and other appurtenances shall be protected to prevent tracking or splattering of tack coat by means of paper strips DS IV-9 n or other approved methods. These strips shall be laid, not only to protect the curb and gutter, but to allow full coverage of the area to be treated. The Contractor shall be responsible for clearing by appropriate methods any areas which are marred by tack coat. The Contractor shall also remove any spillage which may occur, whether inside or outside the area to be covered. The tack coat shall be applied by a distributor capable of distributing the tack coat at even head and proper temperature. It shall distribute the tack coat uniformly at predetermined rates. The distributor shall be equipped with a hand hose for hand application in areas that are inaccessible to the machine. 4-11. WEATHER AND SEASONAL LIMITATIONS No bituminous plant mixture shall be produced or placed between December 1 and March 15, unless otherwise approved by the Engineer. Bituminous mixture shall not be produced or placed during rainy weather, when the subgrade or base course is frozen or shows any evidence of excess moisture, or when the moisture on the surface to be paved would prevent proper bond, or when the air temperature is less than 40 F in the shade away from artificial heat. Tack coat shall not be applied when the surface to be treated is damp, or when the weather is foggy, rainy, or threatening rain, or when the temperature is less than 40 F in the shade away from artificial heat. 4-12. METHOD OF MEASUREMENT Measurement of work performed under this section shall be as follows: (a) For bituminous concrete plant mixes on the basis of the actual number of square yards of type placed at the various rates which have been accepted. (b) For sawing existing pavement, the actual number of linear feet of sawing which has been done properly and as directed by the Engineer. 4-13. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above. Such payments shall be full compensation for all work covered by this section. No direct payment shall be made for tack coat. Payment for tack coat shall be included in the contract unit prices for the various rates of application of the surface courses. DS IV-10 I DETAIL SPECIFICATIONS SECTION VI CONTROL OF EROSION, SILTATION, AND POLLUTION f 6-1. DESCRIPTION This section covers the furnishing of materials, labor, and equipment necessary to minimize erosion, siltation, and pollution on the project or projects covered by these specifications. 6-1. GENERAL REQUIREMENTS The Contractor shall take whatever measures are necessary to minimize soil erosion and siltation, water pollution, and air pollution. The Contractor shall also comply with the applicable regulations of all legally constituted authorities relating to pollution prevention and control. The Contractor shall keep himself fully informed of all such regulations which in any way affect the conduct of the work. In the event of conflict between such regulations and the requirements of these specifications, the more restrictive requirements shall apply. Failure on the part of the Contractor to perform the necessary measures to control erosion, siltation, and pollution will result in the Engineer notifying the Contractor to take such measures. In the event that the Contractor fails to perform such measures within 24 hours after receipt of such notice, the Engineer may suspend the work with no extension of contract time, or may proceed to have such measures performed by others at the Contractor's expense, or both. The Contractor's attention is directed to the project plans showing minimum erosion and sedimentation control measures to be taken during the construction. Bidders are further advised that all construction operations shall meet all requirements of the Sedimentation Pollution Control Act of 1973 GC I I3A-54; that all work shall be subject to review and inspection by the Land Quality Section, North Carolina Department of Environment, Health, and Natural Resources (DEHNR); and that corrective action relative to erosion and sedimentation control measures required by the DEHNR during the course of the work shall be complied with even though such measures are not described in detail in the project specifications or shown on the project plans. The successful bidder shall schedule his construction activities so that erosion problems will be minimized during the course of the work. Where land disturbing activities occur, except under proposed pavements, the disturbed area shall be seeded and mulched within 30 days of the disturbance or protected by other means. All erosion and sedimentation structures or measures shall be cleaned, replaced, and maintained, etc. as DS VI-1 required during the course of the work. 6-3. EROSION AND SILTATION CONTROL The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent the eroding of soil and the silting of rivers, streams, lakes, reservoirs, ditches, ground surfaces, or other property. Should any erosion or siltation occur, the Contractor shall take immediate action to correct the situation. The Contractor shall remove and properly dispose of any material washed into rivers, streams, lakes, reservoirs, ditches, storm sewers, or other property. The Contractor shall be liable for any damage to private or public property resulting from insufficient erosion and siltation control measures. Construction operations in rivers, streams, ditches, and water improvements shall be restricted to those areas which must be entered for the performance of work shown on the plans. Excavated materials shall not be deposited in rivers, streams, ditches, or impoundments except that temporary earth dikes may be used when approved by the Engineer, but such dikes shall be completely removed in such manner as to prevent siltation. Frequent fording of flowing streams with equipment will not be permitted. Temporary bridges or other structures shall be used wherever frequent stream crossings are necessary. Materials: FILTER FABRIC A. Woven polyester filter fabric for use with heavy rock overlay in rip rap pads or as temporary silt fencing. B. Conform to the requirements of NCDOT Section 1456 as follows: 1. Under rip rap - Type 2 Engineering Fabric. 2. Silt fencing - Type 3 Engineering Fabric, Class A or B. FENCE POSTS A. Wood posts: 3 to 4 inch diameter, 6 to 7 feet in length. B. Steel posts: 5 feet in length, self-fastener angle steel type. FIBER BLANKET LINING A. Fiber matrix sewn between two photo-degradable nets. B. Wire staples: No. 11 gage steel wire formed into a "U" shape, 6 inches long with 1 inch wide throat. C. Manufacturer: DS VI-2 L 1 1 t 1. North American Green. 2. Or equal. STONE CHECK DAM MATERIAL A. Crushed stone and/or crushed or uncrushed gravel. B. Conform to NCDOT Class 1 or Class B erosion control stone as specified in Section 1042, Table 1042-1. RIP RAP A. NCDOT, Section 1042-1, Plain rip rap, Class 1. B. Filter Fabric: NCDOT, Section 1056-7, Type 2. Installation: TEMPORARY SILT FENCE A. Install silt fence prior to start of construction activities. B. Install fence along continuous linear alignments as shown on Drawings, and down slope of all other disturbed areas on site, including borrow/stockpile areas, which are outside the limits of disturbance as identified on the Drawings. C. Install fence at a location approximately 10 feet down slope of the proposed limits of disturbance. D. Dig a small trench (minimum 6" depth, 6" width) along the upstream side of prescribed fence line location. E. Roll the filter fence, position the posts along the downhill side of the trench, and hammer posts at least 18 inches into the ground. F. Lay the bottom 6 inches of fabric material into the trench and backfill. Thoroughly compact trench backfill such that fabric is securely embedded in trench. DITCH STABILIZATION MATERIAL (FIBER BLANKET LINING) A. Place immediately following seeding. Place material where noted on plans or where a ditch is disturbed during construction. The RPR and contractor will determine placement. B. Preserve the required line, grade, and cross section of area covered. DS VI-3 C. Unroll matting in the direction of the flow of water, and apply without stretching. D. Bury the up-channel end of each piece of lining material in a narrow trench at least 5 inches deep and tamped firmly. E. Overlap the down-channel end of the previous piece by 6 inches. F. Place a line of staples at 6 inch spaces along 50 foot longitudinal intervals along the ditch. G. Place staples at 3 foot spaces along the tops and centerline of ditch. TEMPORARY STONE CHECK DAMS A. Conform to construction details on Drawings. EROSION CONTROL SCHEDULE A. Construct erosion control measures. B. Contact OWNER for inspection and approval of the placement of erosion control measures. C. Complete clearing and grubbing operations. D. Install pipelines and construct site improvements. E. Complete final grading and re-vegetate all disturbed areas. F. Immediately repair erosion control measures as necessary. G. No erosion control measure shall be removed unless prior approval is obtained by the OWNER. H. After the work site is stabilized, remove all temporary measures and install permanent vegetation on the disturbed areas. 1. Estimated time before final stabilization is 9 months. MAINTENANCE AND REPAIR A. Repair and maintain erosion control measures provided in fully operable condition throughout the duration of the construction project, until they are to be removed. DS VI-4 ( B. Check all erosion and sediment control practices for stability and operation at least once a week, and following every rainfall that produces runoff. Immediately make any needed repairs to maintain all measures as designed. REMOVAL OF TEMPORARY EROSION CONTROL MEASURES A. Verify with ENGINEER the most appropriate time for removal of specific measures. B. Excavate sediment collected behind control measures and load and transport to an approved location for disposal. Replace topsoil which was stripped and stockpiled when erosion control measures were installed. Re-grade all affected areas to existing contours, and re-vegetate these areas; Follow Section 02930. I Temporary and permanent erosion control measures shall be provided as shown on the plans or as directed by the Engineer. Temporary erosion control measures shall include but not be limited to the use of temporary berms, dikes, drainage ditches, silt basins, silt ditches, slope drains, structures, vegetation, mulches, mats, netting, gravel, or other necessary methods. Temporary erosion control may include work outside the right-of-way or construction limits. The Engineer may limit the area over which excavation, embankment, and grading operations are performed whenever the Contractor's operations are not effectively minimizing erosion and/or siltation. 6-4. WATER AND AIR POLLUTION The Contractor shall take every precaution throughout the life of the project to prevent the pollution of rivers, streams, and water impoundments. Pollutants such as chemicals, fuels, lubricants, bitumens, sewage, and other harmful waste shall not be discharged into or alongside rivers, streams, or impoundments, or into natural or manmade channels leading thereto. The Contractor shall also comply with all Federal, State, and local water and air pollution laws. 1 6-5. PAYMENT No direct payment shall be made for temporary erosion control measures as such measures will be considered incidental to the work. Permanent erosion control measures as shown on the plans or directed by the Engineer shall not be considered a separate pay item but shall be absorbed in the lump sum bid of the Proposal. I DS VI-5 FJ I DETAIL SPECIFICATIONS I SECTION VII SANITARY SEWER AND APPURTENANCES 7-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, and miscellaneous items necessary to construct sanitary sewer and appurtenances as shown on the plans and as specified herein, complete, tested, and ready for service. 7-2. MATERIALS All sanitary sewer pipe shall be epoxy lined Ductile Iron Pipe (DIP) for 18" diameter and greater. All sanitary sewer pipe 15" diameter and smaller shall be Polyvinyl Chloride (PVC) and all 4-inch PVC shall be Schedule 40. All materials and appurtenances shall meet the following minimum standard requirements therefore. It shall be each manufacturer's responsibility to check the proposed installation and to furnish material that will be fully capable of performing its intended function. Pipe shall be of the type, size, class, and diameter as hereinafter specified and called for by the Plans and/or Proposal. Pipe shall be ductile iron, ABS composite type, polyvinyl chloride, or concrete. Trench width for buried pipe design shall be considered as the outside diameter of the pipe plus 2 feet at the bottom, and up to 1 foot above the top of the pipe. Buried pipe shall be designed to withstand all internal pressures and external loads with a minimum depth to cover of 3 feet, and greater depths of cover where required by the Plans, plus an H-20 live load in accordance with AASHTO specifications. (a) Ductile Iron Pipe: Ductile iron pipe shall be used for all sewer pipe 18-inches and greater in diameter. Ductile iron pipe shall be Class 50 or as specified on the plans and conform to AWWA C-151. Ductile iron and gray iron fittings shall conform to AWWA C-110. Joints for ductile iron pipe and fittings shall conform to AWWA C-111. Pipe shall have a bituminous coating on the outside and epoxy coating on the inside. Interior Lining: Protecto 401 Ceramic Epoxy, or equal 1. All ductile pipe and fittings shall be delivered to the application facility without asphalt, cement lining, or any other lining on the interior surface and no coating shall have been applied to the first six inches of the exterior of the spigot ends. DS VII-1 t 2. The material shall be an amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment. Any request for substitution must be accompanied by a successful history of lining pipe and fittings for sewer service, a test report verifying the following properties, and a certification of the test results. a. A permeability rating of 0.00 when tested according to Method A of ASTM E-96-66, Procedure A with a test duration of 30 days. b. The following test must be run on coupons from factory lined ductile iron pipe: 1.) ASTM B-117 Salt Spray (scribed panel) - Results to equal 0.0 undercutting after one year. 2.) ASTM G-95 Cathodic Disbondment 1.5 volts @ 77° F. Results to equal no more than 0.5 mm undercutting after 30 days. 3.) Immersion Testing rated using ASTM D-714-87. a. 20% Sulfuric Acid - No effect after one year. b. 25% Sodium Hydroxide - No effect after one year. c. 160° Distilled Water - No effect after one year. d. 120° Tap Water (scribed panel) - 0.0 undercutting after one year with no effect. 3. The lining shall be applied by a competent firm with a successful history of applying linings to the interior of Ductile Iron pipe and fittings. 4. Prior to abrasive blasting, the entire area to receive the protective compound shall be inspected for oil, grease, etc. Any areas where oil, grease, or any substance which can be removed by solvent is present shall be solvent cleaned using the guidelines outlined in DIPRA-1 Solvent Cleaning. After the surface has been made free of grease, oil or other substances, all areas to receive the protective compounds shall be abrasive blasted using compressed air nozzles with sand or grit abrasive media. The entire surface to be lined shall be struck with the blast media so that all rust, loose oxides, etc., are removed from the surface. Only slight stains and tightly adhering annealing oxide may be left on the surface. Any area where rust reappears before lining must be reblasted. 5. After the surface preparation and within 8 hours of surface preparation, the pipe interior shall receive 40 mils nominal dry film thickness of Protecto 401. No lining shall take place when the substrate or ambient temperature is below 40 degrees Fahrenheit. The surface also must be dry and dust free. If flange pipe or fittings are included in the project the lining shall not be used on the face of the flange. 6. Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum Protecto Joint Compound. The Joint Compound shall be applied by brush to ensure coverage. Care should be taken that the Joint Compound is smooth without excess buildup in the DS VII-2 gasket seat or on the spigot ends. Coating of the gasket seat and spigot ends shall be done after the application of the lining. 7. The number of coats of lining material applied shall be as recommended by the lining manufacturer. However, in no case shall this material be applied above the dry thickness per coat recommended by the lining manufacturer in printed literature. The maximum or minimum time between costs shall be that time recommended by the lining material manufacturer. No material shall be used for lining which is not indefinitely recoatable with itself without roughening of the surface. 8. Protecto Joint Compound shall be used for touch-up or repair in accordance with manufacturer's recommendations. 9. Inspection: a.) All Ductile Iron pipe and fittings shall be checked for thickness using a magnetic film thickness gauge. The thickness testing shall be done using the method outlined in SSPC-PA-2 Film Thickness Rating. b.) The interior lining of all pipe and fittings shall be tested for pinholes with a nondestructive 2,500 volt test. Any defects found shall be repaired prior to shipment. c.) Each pipe joint and fitting shall be marked with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 10. The pipe or fitting manufacturer must supply a certificate attesting to the fact that the applicator met the requirements of this specification, and that the material used was as specified. Fittings: Ductile Iron Fittings shall meet all requirements of WWA/ANSI CI I O/A21.10 and will be of the mechanical joint type. 11. The interior and exterior coatings shall be the same as specific for ductile iron pipe. 12. Fittings shall have a minimum pressure rating of 250 psi. 13. Rubber gaskets joints shall conform to AWWA/ANSI CI 11/A21.11. (b) Concrete Sewer Pipe: Concrete sewer pipe 18 inches in diameter and smaller shall conform to ASTM Specification C-14 and shall be Class 3 or stronger. Concrete sewer pipe larger than 18 inches in diameter shall be reinforced type in accordance with ASTM Specification C-76 with minimum Class III pipe used with trench depth up to 12 feet and Class IV pipe used with trench depths equal to or greater than 12 feet. Joints for all concrete sewer pipe shall be rubber gasketed, O-ring type in accordance with ASTM Specification C-443. Interior lining for concrete sewer pipe shall consist of a heavy bitumastic coating applied to a dry film thickness of at least 14 mils. Bitumastic coating shall be applied in strict accordance with the manufacturer's instructions, particularly in regards to surface DS VII-3 moisture and ambient temperature. The coating shall be Koppers Super Service Black, Pittsburgh's Bitumastic, or equal. The lining in the pipe shall be guaranteed for adherence and erosion resistance for a period of 2 years. (c) Polyvinyl Chloride (PVC) Sewer Pipe: All PVC gravity sewer pipe for lines 8 inches to 15 inches in size shall be a maximum of SDR 35. Maximum allowable deflection shall be 5 percent. All PVC gravity sewer pipe and fittings shall comply with ASTM D-3034, all PVC sewer joints shall comply with ASTM D-3212, and the installation of PVC sewer lines shall comply with ASTM D-2321. All PVC gravity sewer pipe shall be required to pass a mandrel test. All cost of deflection testing and corrective work shall be included in the unit price for the sanitary sewer pipe. (d) Acrylonitrile-Butadiene-Styrene (ABS Composite Sewer Pipe: All ABS truss pipe and fittings for lines 8 inches to 15 inches in size shall have a stiffness of 200 psi or more. The pipe shall be manufactured in 12-foot 6-inch laying lengths. All ABS sewer pipe shall comply with ASTM D-2680, all ABS sewer fittings shall comply with ASTM D-2751, all ABS sewer pipe shall be joined together by means of sleeve connectors chemically welded complying with ASTM D-2235, and the installation of ABS sewer pipe shall comply with ASTM D-2321. (e) Gasketed PVC Truss Pipe: All gasketed PVC truss sewer pipe and fittings for lines 8 inches to 15 inches in size shall have a stiffness of 200 psi or greater. The pipe shall be manufactured in 12-foot 6-inch laying lengths. All gasketed PVC truss sewer pipe shall comply with ASTM D2680-90. All fittings for PVC truss sewer pipe shall conform to ASTM D2680-90 Section 7.1 and Tables 5 and 6. All joints shall be made with gasketed bell coupling connections. All joints and gasket materials shall comply with the provisions of ASTM D2680 Section 10.4.2, ASTM Test Method D3212, and ASTM Designation F477. MM. (f) Brick: Brick shall be new, solid, whole brick conforming to ASTM C32 Grade (g) Segmental Concrete Block: Segmental concrete masonry unit shall be new, solid, whole units conforming to ASTM C-139. (h) Mortar: Mortar shall meet the requirements of ASTM C-270 for Type M. Retempering of mortar in which initial set has begun will not be allowed. (i) Gray Iron Construction Castings: Identification: All castings shall bear the name of an approved manufacturer and his approved part number, cast permanently on each casting component. Castings inspected and found to be improperly marked, or furnished by unapproved manufacturers, shall be rejected. Material: Cast iron material shall conform to ASTM A48 Class 30 latest revision. DS VII-4 If so specified at time of order, manufacturer will furnish certified tensile test results performed by an independent testing laboratory at no additional cost to the Owner. Appearance: All castings shall be free from blowholes, shrinkages, or other surface imperfections. Tolerances: All castings shall be true to manufacturer's approved submittal drawings. Actual dimensions of all castings shall have a tolerance of +1/16 inch, and an additional 1/16 inch per foot of dimension. All casting components of the same part number shall be interchangeable. Proper Fit: All round manhole rings, covers, and grates to be installed in traffic areas shall be furnished with machined seating surfaces. All other castings shall be furnished with ground bearing surfaces. Prior to shipping, manufacturer will fit up all casting components to insure that all castings furnished are of proper fit and free from rattle. Weights: All castings shall weigh within f5 percent of weight shown on manufacturer's approved submittal drawings. CASTINGS WILL BE WEIGHED AT RANDOM. THOSE WEIGHING LESS THAN THE MINIMUM WEIGHT ALLOWANCE SHALL BE REJECTED. Paint: All castings shall be painted in black enamel paint. All castings shall be repainted after installation. Certification: Prior to furnishing castings, the manufacturer shall submit ' drawings, warranty, and a legal certificate of compliance to the Engineer for approval. UPON INSPECTION, ANY, AND ALL CASTINGS THAT FAIL TO MEET THE ABOVE SPECIFICATIONS SHALL BE REJECTED, AND ANY ADDITIONAL COST FOR FURNISHING APPROVED CASTINGS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 0) Concrete for Footings: Portland cement shall conform to the requirements of ASTM C-150 for Type I. Fine aggregate and coarse aggregate shall conform to the requirements of ASTM C-33 except for the gradation which shall be as follows: Fine Aggregate Sieve Designation Percent Passing No. 4 97 - 100 No. 8 80 - 100 No. 30 25- 75 No. 50 10- 30 No. 100 2- 10 No. 200 0- 4 Coarse Aggregate Sieve Designation Percent Passing DS VII-5 2%2 inches 100 2 inches 95 - 100 1 inch 37- 70 1/2 inch 10- 30 No. 4 0- 5 Water shall be clean and free from salt, oil, and organic substances. The concrete shall be proportioned in accordance with a design mix approved by the Engineer. The proportions shall be based on laboratory determinations so that the mix will meet the following requirements: Minimum Compressive Strength at 28 days - 3000 lbs/sq inch. Maximum Water-Cement Ratio - 6.2 gal/bag of cement Minimum Slump - 1 inch Maximum Slump - 4 inches Minimum Cement Content - 5.3 bags/cu yd. The concrete shall be thoroughly and uniformly mixed by approved means. It shall be placed before the initial set has begun. (k) Precast Concrete Manholes: Precast concrete manholes shall be concentric type with monolithic base conforming to ASTM C-478. Manholes shall conform to the dimensions shown on the plans. Manhole joint material shall be O-ring gaskets conforming to ASTM C-443. In lieu of O-ring gaskets, approved flexible plastic gaskets meeting the requirements of Federal Specification SS-S-00210 may be used. Plastic gaskets shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents. The gasket sealer shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. It shall be supplied in extruded rope form or flat tape form of suitable cross-section and of such size as to fill the joint space completely according to the manufacturer's recommendations. Prior to the joint installation, joint surfaces shall be painted with a bituminous primer as recommended by the manufacturer of the joint material. Manhole steps shall be set 16 inches on centers and shall conform to ASTM A- 48 Class 30 and be of the design and dimensions shown on the plans. (1) Stabilization Material: Material used to stabilize unstable foundations shall be number 57 stone or other materials as approved by the Engineer. (m) Polyvinyl Chloride (PVC) Pipe - Schedule 40: PVC (Schedule 40) pipe and fittings shall conform to ASTM D-1785 (latest edition). The pipe shall be clearly marked at intervals of 5 feet or less, to indicate (1) manufacturer's name; (2) nominal size; (3) the legend "PVC Sewer Pipe"; (4) the applicable ASTM; and (5) the pipe schedule. 7-3. CONSTRUCTION REQUIREMENTS (a) Handling and Storage of Materials: All materials shall be handled with care and shall be so stored as to insure the preservation of their quality and fitness for the work. When any joint of pipe is damaged, the undamaged portion may be used where partial lengths are needed. Damaged or unfit material shall be removed from the project at once. (b) Clearing Rights-of-Way: The Contractor shall clear and grub the rights-of- DS VII-6 way for the project or projects within the limits shown on the plans. The work of clearing and grubbing shall consist of the cutting, removal, and satisfactory disposal of all ' vegetation and debris. This work shall be performed in compliance with Section VI of these Specifications. The rights-of-way shall be left neat and smooth after clearing and grubbing. j No direct payment shall be made for clearing and grubbing except when shown in the Proposal as a "pay item". In such case, payment shall be on a lump sum basis or by the acre measured horizontally as shown in the Proposal. (c) Excavation and Foundation Preparation: Only a reasonable length of trench shall be opened ahead of pipe laying. A reasonable length may be interpreted to mean a length which ordinarily could be laid and backfilled in a half-day's operation. Streets shall not be blocked so as to prevent operation of emergency vehicles. Ordinarily, not more than one block at a time shall be closed to private driveway usage. The Police and Fire Departments shall be kept informed as to the streets which are closed. The Contractor shall excavate trenches to the required line and grade. All excavation shall be unclassified as to its nature or composition. Trench excavation shall be accomplished with equipment suitable for this type of work. If backhoes or draglines are used, the size of the bucket shall be such that the trench excavated is compatible with the diameter of the pipe being installed. Operations resulting in wide top dimensions sloping directly to the pipe will not be permitted. Trench width from a point 1 foot above the crown of the pipe to the bed of the trench shall not exceed the outside diameter of the bell plus 12 inches on each side of the bell unless special permission of the Engineer is secured. The Contractor shall sheet and brace trenches where necessary to prevent sloughing off. Sheeting shall not be removed until backfilling has progressed to such a ' stage that no damage to pipe lines or structures will result from its removal. All sheeting shall be removed unless directed otherwise by the Engineer. The Contractor shall exercise caution to prevent excavation lower than the established grade, but should this occur, the low places shall be backfilled with suitable material and compacted to the density of the adjoining areas. The trench bottom shall be accurately graded to provide uniform bearing and support for the entire length of the pipe except at the bell where recesses shall be excavated. The trench bottom shall be shaped to conform to the lower one-quarter of the pipe barrel circumference. Where the foundation material is found to be of unsuitable supporting value or of ' extremely hard material, such as rock, the foundation shall be conditioned by removing the existing foundation material and backfilling with a suitable backfill material as directed by the Engineer. In the event that unstable conditions are found at the invert elevation and it is found that dewatering or other similar measures will not prevent or cure this condition, DS VII-7 the Engineer may require that stabilizing material be placed in the ditch. Stabilization material shall be number 57 stone or other materials as directed by the Engineer, and shall be placed in the trench in such quantities and manner as the Engineer may direct but in no case less than 4 inches deep. Material used to bring the ditch bottom to uniform grade after excess and faulty excavation will not be paid for. The Engineer may require that stabilization material be placed at no cost to the Owner if the Contractor has not taken sufficient action to dewater the trench. Measurement of approved stabilization material shall be on a cubic yard basis with 2700 pounds per cubic yard being used to convert weight measures to volumetric measures. Volumes will be determined by the depth of bed authorized, the allowed trench width, and the length of the ditch authorized by the Engineer. The Contractor shall carefully record the quantities of stabilization material used, and it shall be his responsibility to notify the Engineer at the end of each day of the quantities; however, the Engineer shall be the sole judge as to whether material deposited is a "Pay Item". Bedding as specified herein shall be placed beneath all ABS Composite/PVC truss pipe gravity sewer of 8 inch diameter or larger. Bedding shall be a minimum of 4 inches deep beneath the pipe, and shall be along the sides of the pipe at least up to the springline of the pipe. Bedding width shall be at least the width of the pipe O.D. plus 24 inches. Bedding materials shall be either Class I (angular '/a inch to 11/2 inch graded stone) or Class II (coarse sands and gravels with maximum particle size of 11/2 inches; soil types GW, GP, SW, and SP are included in this class). Bedding shall not be a separate pay item, but will be included in the unit price bid for Sanitary Sewer Pipe. Stone bedding shall be placed beneath all PVC (SDR 35) gravity sewer of 15 inch diameter or smaller. Bedding shall be a minimum of 4 inches deep beneath the pipe, and shall be along the sides of the pipe at least up to the top of the pipe. Bedding width shall be at least the width of the pipe O.D. plus 24 inches. Stone bedding shall not be a separate pay item, but will be included in the unit price bid for Sanitary Sewer Pipe. (d) Dewatering Provisions: Trenches and other excavations shall be kept free from water. The Contractor shall use well point systems and other dewatering devices as necessary to keep excavated areas free from water. The use of installed lines for drainage will not be permitted. No direct payment will be made for dewatering measures as such measures will be considered incidental to the work. (e) Laving Pipe: Prior to being lowered into the trench, the pipe shall be cleaned and carefully inspected to see that it is sound and free from defects. The pipe shall be carefully laid on the prepared foundation starting at the downstream end with the bell end laid upgrade. The pipe shall be laid true to line and grade and shall form close abutting joints so as to form a straight, smooth, uniform invert. Each pipe shall be checked for alignment and grade as the work progresses. The use of boards, brick, earthmounds, or other materials to jack-up or support the pipe will not be permitted. Bell holes shall be excavated at each joint to assure bedding support to the barrel of the pipe and to facilitate making a perfect joint. As the work progresses, the interior of the sewer shall be cleared DS VII-8 ' of all dirt and foreign material. At all times, when work is not in progress, open ends shall be closed so that no trench water, earth, or other substance will enter the pipe. Gaskets shall be clean, sound, and free from defects and shall be installed using lubricant in accordance with the manufacturer's recommendation. After laying, an inspection between manholes shall show a light reflection and a perfectly round bore. I (f) Backfilling: All backfill material shall be free from cinders, ashes, refuse, organic materials, boulders, rocks, stones, or other material which in the opinion of the Engineer is unsuitable. When the type of backfill material is not specified on the plans, the excavated material may be used provided it consists of clean earth, loam, clay, sand, or gravel which in the opinion of the Engineer is satisfactory for backfill. After the pipe has been laid and alignment and grade checked, the trench on both sides of the pipe shall be backfilled by hand methods, carefully consolidating the fill under and around the pipe without displacing it. Backfill material shall be placed in a maximum of 6-inch layers and compacted by approved tamping from the bottom of the trench to a depth of 1 foot above the top of the pipe. In operations to and including this point, backfill material shall not be pushed or dropped into the trench in large volumes to insure that alignment and grade are not disturbed. Above this point, backfill material may be placed by machine methods with the backfill evenly distributed along the line. Backfill from 1 foot above the top of the pipe to the ground surface shall be placed in a maximum of 12-inch layers and compacted by means approved by the Engineer to a density equal to at least 95% of that obtained by compacting a sample of the material in accordance with AASHTO T99. Backfill around manholes and other structures shall be uniformly placed on all sides simultaneously and thoroughly compacted in such manner as to avoid injuring the structures or producing unequal pressures on them. Backfill operations around masonry structures shall be delayed until the masonry has cured at least 36 hours. All backfill areas shall be graded and maintained in such condition that erosion or saturation will not damage the pipe bed or backfill. Excess excavated materials shall be disposed of as directed by the Engineer. All backfill areas in streets, parking lots, etc. shall be graded and compacted so as not to hinder traffic. Pipe or structures which become misaligned, show excessive settlement, or have been otherwise damaged shall be removed and replaced at the Contractor's expense. (g) Service Taps: The Contractor shall install service taps at the location shown on the plans or directed by the Engineer. Service taps shall be 4 inches in size unless shown otherwise on the plans. The service tap connections into the main sewer line shall ' be made by using wye or tee fittings in accordance with the requirements of paragraph 7- 2 above. The service tap shall be made using PVC Schedule 40 pipe (ductile iron when ' minimum cover requirements cannot be met) and fittings laid according to the typical installation detail shown on the plans. The minimum slope for service taps shall be 1/4 inch per foot except as directed by the Engineer, in which case the minimum slope shall DS VII-9 1 be no less than 1/8 inch per foot. Each service tap shall be equipped with a clean-out at the right-of-way line. Clean-outs shall be constructed with wye fittings, bends, pipe, and clean-out plugs in accordance with the plans. Clean-out plugs shall be screw type countersunk plugs. Service taps shall be plugged at the right-of-way lines to prevent the entry of water, dirt, or other foreign material. (h) Plugging Pipe: Plugging of existing pipe shall be performed at the locations shown on the plans or directed by the Engineer. Plugging shall be accomplished by using brick masonry at least 8 inches in thickness. Masonry shall be placed in the interior of the pipe with masonry units laid with full bed and head joints. All voids shall be filled with mortar. No direct payment shall be made for plugging pipe. The Contractor will absorb the cost of plugging pipe in the unit prices for installation of new lines. (i) Brick and Concrete Block Manholes: Brick or concrete block manholes shall be constructed to the dimensions shown on the plans or to revised dimensions authorized by the Engineer. All materials used in the construction of manholes shall be as specified in paragraph 7-2. The manhole foundation shall be prepared by excavating to the required grade. The Contractor shall exercise caution to prevent excavation below the required grade, but should this occur, the low places shall be backfilled with suitable material and compacted to the density of the adjoining areas. Where the foundation material is found to be of poor supporting value or of extremely hard material such as rock, the foundation will be conditioned by removing the existing foundation material and backfilling with a suitable material. Where necessary to consolidate the foundation material, the foundation shall be tamped by suitable methods. When completed, the foundation shall be firm and unyielding. After the foundation has been prepared, a concrete footing shall be formed and poured to the dimensions shown on the plans. The surface of the concrete shall be finished off smooth and level such that the entire surface is covered with cement paste. The concrete footing shall be allowed to cure at least 24 hours prior to beginning masonry work. Concrete shall meet the requirements given above in paragraph 7-2. After the concrete footing has cured for at least 24 hours, masonry work may begin. Brick or concrete block shall be laid by the shove joint method with completely filled mortar joints. All cavities shall be completely filled with mortar. When necessary to reduce the rate of absorption, the brick or block shall be dampened before use. Joints shall be I/Z inch plus or minus 1/8 inch in thickness. All interior joints shall be finished flush. The outside of brick manholes shall be plastered with a 1-inch thick layer of cement mortar and finished off smooth. The outside coating shall be kept moist for at least 36 hours in order to cure the coating sufficiently. The Contractor may use a curing compound meeting the requirements of ASTM C-309 for this purpose. Masonry shall be built plumb and true to the required dimensions. Brick masonry shall be laid as header courses with consecutive courses breaking joints. No spalls or bats shall be used except for shaping around irregular openings. DS VII-10 The invert of the manhole shall be constructed by using brick and cement mortar. Brick shall be imbedded in full mortar beds and shall be pargeted over with at least 1 inch of cement mortar. The invert channels shall be smooth and semicircular in shape conforming to the diameters of the pipe entering and leaving the manhole. Changes in direction of flow shall be made with a smooth curve of as large radius as possible. Changes in size and grade of the channels shall be made gradually and evenly. Manhole steps shall be placed at the intervals shown on the plans and shall be of the design and dimensions shown on the plans. Manhole rings and covers shall be of the design and dimensions shown on the plans. Manhole rings shall be set in full mortar beds to the grade established by the Engineer. Masonry shall be allowed to cure sufficiently prior to setting rings to prevent any movement or damage to the manhole. Manholes extending above ground more than two and a half feet shall have steps on the outside of ' the structure for access. No masonry or concrete footings shall be placed when the temperature is below 40 F. Masonry or concrete which is less than 3 days old shall be protected from freezing. 0) Precast Concrete Manholes: Precast concrete manholes shall be constructed to the dimensions shown on the plans. The Contractor may use precast concrete manholes in lieu of masonry manholes unless otherwise shown on the plans or stated in the Special Conditions. The manhole foundation shall be prepared in accordance with the requirements for masonry manhole foundations given above. ' Prior to installation, precast concrete manholes shall be cleaned and inspected to insure that they are sound and free from defects. In the event that a manhole is found ' defective or damaged, the Engineer shall be informed. Repairs to defective or damaged manholes may be made subject to the approval of the Engineer and in accordance with ' his instructions. The openings in the manholes shall be made by the manufacturer and shall be 4 ' inches larger in diameter than the outside diameter of the pipe barrel for which the opening is made. The cutting of pipe holes by means of hammer, chisel, or similar equipment is prohibited. Joints between the pipe and the manhole wall shall be made watertight by using cement grout. Prior to grouting, the pipe and manhole wall shall be cleaned to remove deleterious material that would prevent proper bond. All holes used to facilitate lifting and placing the manhole sections shall be completely sealed with cement grout. Precast concrete manhole points shall be made water tight by using O-ring gaskets or flexible plastic gasket material as specified above in paragraph 7-2. Prior to the installation of gasket materials, the tongue and groove of the joint shall be cleaned and then primed or lubricated in accordance with the gasket manufacturer's recommendation. ' DS VII-11 Precast manholes shall be centered over the pipes. The cone section shall be stopped 8 inches below finished grade. Manholes shall then be brought to finished grade by using two 4-inch extension rings. Extension rings shall be as manufactured by the manhole manufacturer. Manhole rings and covers shall be set in full mortar beds to the grade established by the Engineer. Manholes extending above ground more than two and a half feet shall have steps on the outside of the structure for access. The inverts of precast concrete manholes shall be constructed in accordance with the requirements for masonry manhole inverts given above. Backfilling operations shall not begin until grouted joints or waterproofing has sufficiently cured to insure no damage due to backfilling. (k) Infiltration Limits: Pipe specified for this work is of such character that careful installation should not permit infiltration in quantity. All visible or detectable leaks shall be repaired by the Contractor at his expense. Lines will be checked for infiltration as directed by the Engineer. A maximum of 100 gallons per day per inch diameter per mile of sewer shall not be exceeded upon test. (1) Minimum Separation Requirements 1. Horizontal Separation - Water Mains and Sewers: Water mains shall be laid at least 10 feet horizontally from existing or proposed sewers. Should local conditions prevent a lateral separation of 10 feet, a sewer may be installed nearer to a water main if: a. It is laid in a separate trench, with the top of the sewer at least 18 inches below the bottom of the water main, or if b. It is laid in the same trench with the water main located at one side on a bench of undisturbed earth and with the elevation of the top of the sewer at least 18 inches below the bottom of the water main. 2. Sewer Crossing Under Water Main: Whenever it is necessary for a sewer to cross under a water main the sewer shall be laid at such an elevation that the top of the sewer is at least 18 inches below the bottom of the water main. If local conditions prevent an 18-inch vertical separation, then the water main shall be relocated to provide this separation or constructed of cast iron pipe with mechanical type joints for a lateral distance measured at right angles to the sewer of at least 10 feet on each side of the sewer. One full length of the water main should be centered over the sewer. 3. Whenever it is necessary for a sewer to cross above a water main or whenever the above requirements for horizontal and vertical separation cannot be met, both the DS VII-12 water and sewer should be constructed of cast iron pipe with mechanical type joint and pressure tested to 150 psi before backfilling. 4. Vertical Relation of Sanitary Sewer Mains to Storm Sewer: When a sanitary sewer crosses over or under a storm sewer, a vertical separation of 12 inches shall be maintained unless both lines are of a ferrous material. 5. General Vertical Clearance: When other underground utilities are encountered, 12 inches of separation should be maintained. (m) Pavement Removal and Replacement: Where necessary to permit the installation of sewer line and manholes, the Contractor shall remove and replace existing pavement within the limits shown on the plans or directed by the Engineer. Pavement shall be removed for its entire depth and in a neat and workmanlike manner. The pavement shall be replaced in accordance with typical detail shown on the plans. All asphaltic materials shall be produced and placed in accordance with the applicable requirements of Section IV of these Detail Specifications. (n) Control of Construction Groundwater During installation of new sanitary sewer lines, the connection of the new lines to the City's existing sanitary sewer system shall be plugged to prevent the introduction of construction groundwater into the existing sanitary sewer system. The Contractor is ' responsible for pumping the groundwater to the existing storm sewer system. ' 7-4. TESTS AND CERTIFICATION OF MATERIALS The Contractor shall furnish the Engineer with the manufacturer's certifications ' that pipe, pipe fittings, and precast manholes meet the project specifications. The Contractor shall also furnish certifications for other materials if so specified in the Special Conditions. 7-5. METHOD OF MEASUREMENT ' Measurement of work performed under this section shall be as follows: I (a) For clearing and grubbing, if a "pay item", on a lump sump basis or by the acre measured horizontally as shown in the Proposal. (b) For all pipe, the actual number of linear feet installed by type, diameter, and ' depth from end to end measured through manholes and fittings. (c) For service taps, the actual number installed, complete and accepted by the ' DS VII-13 Engineer. The unit price of the service tap shall include the wye and the clean-out. (d) For masonry manholes, the actual number of cubic yards of masonry and concrete which has been incorporated into the walls and footings of the manholes. The number of cubic yards will be computed from the dimensions shown on the plans or from revised dimensions authorized by the Engineer with deductions made for the volume displaced by the pipes. The concrete in the footings shall be included in and paid for as masonry. The unit price for masonry shall include furnishing and installing manhole steps, rings, and covers and the construction of inverts. (e) For precast concrete manholes, by the vertical foot measured from the lowest invert to the top of the concrete structure. The unit prices shall include furnishing and installing manhole steps, rings, and covers and the construction of inverts. (f) For asphalt and/or concrete pavement removal and replacement, the actual number of linear feet of pavement which has been acceptably removed and replaced as directed by the Engineer. The linear distance shall be measured along the centerline of the installed sanitary sewer line. The unit price in the Proposal shall include all cost of cutting and removing the existing pavement and replacing the base and the same type of pavement. 7-6. PAYMENT Payment for work performed under this section shall be on the basis of the contract unit price as measured above. Such payments shall be full compensation for all work covered by this section. DS VII-14 DETAIL SPECIFICATIONS SECTION VIII WATER LINES AND APPURTENANCES u t E 8-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, and miscellaneous items necessary to construct and install water lines and appurtenances as shown on the plans and where directed by the Engineer in accordance with these specifications. 8-2. MATERIALS All materials shall meet the following requirements as applicable unless specified otherwise in the Special Conditions. (a) Ductile Iron Pipe: Ductile iron pipe shall conform to Class 50, AWWA C151. Fittings for ductile iron pipe shall be cast iron fittings conforming to AWWA C 110. Ductile iron pipe and cast iron fittings shall be cement-mortar lined in accordance with AWWA C104. Joints for pipe and fittings shall be push-on or mechanical type, with restrained type joints conforming to AWWA C111 as specified on the plans or in the Special Conditions. Restrained push-on joints shall be completely boltless; McWane Super-Lock, American Flex-Ring, U.S. Pipe TR Flex, or as approved. Restrained mechanical joints shall be MEGALUG as manufactured by EBAA Iron, Inc., or as approved, of ductile iron and with a working pressure of at least 250 psi and a minimum safety factor of 2:1. (b) Polyyipyl Chloride (PVC) Plastic Pipe: PVC pipe and fittings for lines smaller than 6 inches in size shall be made from Type I, Grade I (PVC 1120) polyvinyl chloride compound conforming to ASTM D1784. Pipe and fittings shall be pressure rated at hydrostatic working pressures of 160 psi at 73.4 F and shall meet the requirements of Commercial Standard CS 256 for a standard dimension ratio of SDR 26. PVC pipe and ' fittings shall also be approved by the National Sanitation Foundation. Joints shall be push-on type sealed with rubber rings in accordance with the manufacturer's recommendations. Cast iron fittings for use with PVC pipe shall conform to AWWA ' C110 and shall have push-on joints conforming to AWWA C111. Cast iron fittings shall be cement-mortar lines in accordance with AWWA C104. (c) Polyvinyl Chloride (PVC) Plastic Pipe: PVC pipe for lines 6 inches to 12 inches in size shall conform to AWWA C900, SDR 18, pressure Class 150, and shall have push-onjoints. Fittings for PVC pipe shall be cast iron fittings conforming to DS VIII-1 AWWA C110 with push-on or mechanical type joints conforming to AWWA C111 as specified on the plans on in the Special Conditions. Cast iron fittings shall be cement- mortar lined in accordance with AWWA C104. Necessary adapters shall be furnished and installed which in every respect meet Class 150 PVC specification. (d) Copper Service Pipe: Copper pipe for service connections shall conform to ASTM B88 for Type K. (e) Gate Valves: Gate valves shall be Mueller Resilient Seat gate valves or approved equal and conform to AWWA C509. Valves shall have ends adapted to the type of pipe or fittings to be installed. Valves shall be iron body, fully bronze mounted, modified wedge disc pattern, O-ring seals, and designed for 150 psi working pressure. Valves shall have a breaking point in the stem that allows the stem to shear off near the operating nut so that the valve can still be controlled if the stem is sheared. Valves shall have non-rising stems and shall open counterclockwise with a 2-inch square operating nut. Gate valves 16 inches in diameter and larger for vertical installation shall be equipped with a bypass valve assembly, spur gearing with grease case, and a shoe on each side of the disc assembly for guiding the disc assembly throughout its entire travel. Gate valves 16 inches in diameter and larger for horizontal installation shall be equipped with a bypass valve assembly, bevel gearing with grease case, and rollers and scrapers on tracks. (f) Tapping Sleeves and Valves: Tapping sleeves shall be either (1) mechanical joint, cast iron body with 125 lb. ANSI Standard outlet flange and shall be designed for 150 psi working pressure. Sleeve shall have a single rubber gasket cemented in place on the inside of the sleeve body. Sleeve shall meet all requirements of ANSUAWWA C1 10/A21.10 and ANSUAWWA Cl 11/A21.11; or (2) Tapping sleeves shall be all 304 stainless steel including the flange, outlet, shell, sidebars, lugs, bolts, nuts, armors, and lifter bars. Sleeve shall be designed for 200-psi working pressure. Sleeve shall be ROMAC "SST" stainless steel tapping sleeve. Tapping valves shall meet the requirements for gate valves. (g) Butterfly Valves: Butterfly valves shall be rubber-seated, manually operated, conforming to AWWA C504 Class 150-B. Valve bodies shall be cast iron ASTM A126 Class B, and shall have integrally cast mechanical joint ends. Each valve shall have a buried service type operator complete with indicating type valve box, cover, extension stem, and 2-inch square operating nut. Valves shall open with a counterclockwise rotation of the nut. Valves shall be suitable for two-way flow. (h) Fire Hydrants: Fire hydrants shall be Mueller Centurion or approved equal. Fire hydrants shall be 4%2-inch traffic model, compression type, cast iron, and shall conform to the requirements of AWWA C502, latest edition. Fire hydrants shall have a 6-inch mechanical joint shoe inlet with a minimum 41/2-inch main valve. Each hydrant shall have two 2%2-inch hose nozzles and one 4%2-inch pumper nozzle with caps and washer chains attached to the hydrant barrel. Barrel lengths shall be generally for 3%2- DS VIII-2 u u foot trenches, except where other lengths are necessitated by the hydrant location. Hydrants shall open with a counterclockwise rotation of the nut. The hydrant stem shall be non-rising. Operating and cap nuts shall be pentagon shaped, l'/Z inches from point to flat. Pumper nozzle and small nozzle threading shall be the City of Goldsboro standard as follows: Pumper Nozzle: Mueller Code 4-550 or equal Major Diameter O.D. 6.162 inches Pitch Diameter 6.000 inches Minor Diameter 5.812 inches 4 threads per inch Pumper nozzle cap must also be threaded to fit. Small nozzles are National Standard Threads. The hydrant barrel shall be made in two sections joined together a few inches above the ground line by a watertight coupling, or break ring, so designed that if a break occurs, it will occur at this point. The ring shall be of ample strength for ordinary service, and be easily and cheaply replaceable. The valve stem shall be in two sections, jointed by a special coupling at the same point as the break ring, so designed that if the hydrant is broken, the coupling will break and the valve will not be disturbed. All working parts shall be removable without disconnecting the hydrant. The color of fire hydrants shall be red. (i) Corporation and Meter Stops: Corporation and meter stops shall be AWWA approved. Corporation stops shall have AWWA threads on the inlet and a connection for copper pipe on the outlet. Meter stops shall have a compression connection for CTS O.D. tubing one end and inside I.P. thread other end. Meter stops shall be Mueller H-14258, Ford KV43, or approved equal. 0) Service Saddles: Service saddles shall be double strap, nylon coated iron ' service saddle with wide stainless steel straps. Service saddles shall be Smith-Blair 317, ROMAC 202N, or approved equal. 0 (k) Valve Boxes and Meter Boxes: Valve boxes and meter boxes shall be gray iron meeting the requirements of ASTM A48 for Class 30 iron. Valve boxes shall be Dewey Bros. #VBX-TI-100, or approved equal. Water meter boxes shall be Dewey Bros. #MBX-l, or approved equal except for water services larger than 1 inches which shall be Dewey Bros. #MBX-5A, or approved equal. The castings shall be free from pouring faults, sponginess, cracks, blow holes, and other defects, and they shall be clean of scale and sand so as to present a smooth, clean, and uniform surface. The boxes and covers shall be given one shop coat of first quality protective asphaltum paint. (1) Concrete: Portland cement shall conform to the requirements of ASTM C150 for Type I. Fine aggregate and coarse aggregate shall conform to the requirements of DS VIII-3 ASTM C33 except for the gradation which shall be as follows: Fine Aggregate Coarse Aggregate Sieve Designation Percent Passing Sieve Designation Percent Passing No. 4 97 - 100 2%2 inches 100 No. 8 80 - 100 2 inches 95 - 100 No. 30 25- 75 1 inch 35- 70 No. 50 10- 30 %2 inch 10- 30 No. 100 2- 10 No. 4 0- 5 No. 200 0- 4 Water shall be clean and free from salt, oil, or organic substances. The concrete shall be proportioned based on laboratory determinations so that the mix will meet the following requirements: Minimum Compressive Strength at 28 days - 3000 lbs./sq. in. Maximum Water-Cement Ratio - 6.2 gals/bag of cement Minimum Slump - 1 inch Maximum Slump - 4 inches Minimum Cement Content - 5.3 bags/cu. yd. The concrete shall be thoroughly and uniformly mixed by approved means. It shall be placed before the initial set has begun. (m) Stabilization Material: Material used to stabilize unstable foundations shall be number 57 stone or other materials as approved by the Engineer. (n) Detectable Tape: A detectable tape for protection of underground water lines shall be used when polyvinyl chloride pipe is used as a material for the water distribution main. The tape shall be an inert, bonded layer plastic with a metallized foil core and shall be resistant to alkalis, acid, or other destructive chemical components likely to be encountered in soil. The tape shall be brightly colored to contrast with soil and shall bear an imprint identifying the type of line buried below. The tape shall be a minimum of 2 inches wide. The tape shall be buried a maximum of 12 inches below the ground surface directly above the water line with the printed side up. The Contractor shall take necessary precaution to insure that the tape is not pulled, distorted, or otherwise misplaced in completing the trench backfill. The tape shall be Terra Tape as manufactured by Griffolyn Co., Inc. or an approved equal. Compensation paid to the Contractor for detectable tape shall not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. DS VIII-4 C 8-3. CONSTRUCTION REQUIREMENTS ' (a) Description: On the rights-of-way provided and shown on the plans, the Contractor shall furnish all materials, labor, equipment, and miscellaneous items ' necessary to construct water line and appurtenances as shown on the plans, complete, tested, and ready for service. Included as principal items of construction, but not limited thereto in detail are: 1. Clearing of rights-of-way; ' 2. Furnishing all materials, labor, equipment, and miscellaneous items; 3. Excavating, pipe laying, backfilling, disinfecting, and testing lines; 4. Pavement cutting, removal, and replacement; 5. Removal and replacement of public and private property such as fences, road signs, mail boxes, shrubbery, culverts, driveways, etc.; and 6. Clean-up of premises after construction. (b) Excavation and Foundation PreRaration: Only a reasonable length of trench shall be opened ahead of pipe laying. A reasonable length may be interpreted to mean a length which ordinarily could be laid and backfilled in a half-day's operation. Streets shall not be blocked so as to prevent operation of emergency vehicles. Ordinarily, not ' more than one block at a time shall be closed to private driveway usage. The Police and drawings and/or ' directed by the Engineer. In all cases, water lines shall be installed with a minimum of 3 feet of cover over the top of the pipe from the finished grade. Excavation shall be made ' by equipment suitable for the type of excavation and the size of the bucket will be compatible to the trench width required. Trench width from a point one foot above the top of the pipe to the bed of the trench shall not exceed the outside diameter of the pipe plus one foot on each side of the pipe unless permitted otherwise by the Engineer. Wide top dimensions sloping directly to the pipe will not be allowed. ' The Contractor shall sheet and brace trenches where necessary to prevent sloughing off. Sheeting shall not be removed until backfilling has progressed to such a stage that no damage to pipe lines will result from its removal. All sheeting shall be removed unless directed otherwise by the Engineer. The trench bottom shall be accurately graded to provide uniform bearing and support for the entire length of the pipe except at joints where recesses shall be excavated. Where the foundation material is found to be of suitable supporting value or DS VIII-5 Fire Departments Excavation shall shall be be kept true to line informed and as to grade the as streets shown on which the are closed. of extremely hard material, such as rock, the foundation shall be conditioned by removing the existing foundation material to sufficient depth and backfilling with a suitable backfill material as directed by the Engineer. In the event that unstable conditions are found at the invert elevation and it is found that dewatering or other similar measures will not prevent or cure this condition, the Engineer may require that stabilizing material be placed in the ditch. Stabilization material shall be number 57 stone, or other materials as directed by the Engineer, and shall be placed in the trench in such quantities and manner as the Engineer may direct, but in no case less than 4 inches deep. Material used to bring the ditch bottom to uniform grade after excess and faulty excavation will not be paid for. The Engineer may require that stabilization material be placed at no cost to the Owner if the Contractor has not taken sufficient action to dewater the trench. Measurement of approved stabilization material shall be on a cubic yard basis with 2,700 pounds per cubic yard being used to convert weight measures to volumetric measures. Volumes will be determined by the depth of bed authorized, the allowed trench width, and the length of the ditch authorized by the Engineer. The Contractor shall carefully record the quantities of stabilization material used and it shall be his responsibility to notify the Engineer at the end of each day of the quantities; however, the Engineer shall be the sole judge as to whether material deposited is a "Pay Item". (c) Dewatering Provisions: Trenches and other excavations shall be kept free from water at all times. The Contractor shall use well point systems and other dewatering devices as necessary to keep excavated area free from water. The use of installed lines for drainage will not be permitted. No direct payment will be made for dewatering measures as such measures will be considered incidental to the work. (d) Laving Pipe: Prior to being lowered into the trench, pipe and fittings shall be cleaned and carefully inspected to see that they are sound and free from defects. Defective pipe and fittings shall be removed from the project. The pipe shall be laid to the line and grade shown on the plans. Prior to placement of the pipe in the trench, the bottom of the trench shall be smooth to insure that the barrel of the pipe is evenly supported along the full length. The use of boards, brick, earthmounds, or other materials to jack-up or support the pipe will not be permitted. Whenever the nature of the soil will permit, the excavation at the bottom of the trench shall have the shape and dimensions of the outside lower one-third of the circumference of the pipe. A space shall be excavated around each bell or coupling of sufficient depth to relieve it of any load and to insure that the pipe is supported along its full length. In case the foundation prepared for the pipe is not firm enough to support the pipe and the superimposed loads, the Engineer may require the Contractor to consolidate the subgrade by tamping or other means until the foundation is satisfactory. Gaskets shall be clean, sound, and free from defects and shall be installed as recommended by the manufacturer using lubricant recommended by the manufacturer. Flanged joints shall be placed in absolute true alignment so that the flange faces will be true and square before bolting the same together in order to guarantee that no stresses DS VIII-6 F r other than hydrostatic pressure will be imposed on the flanges. All flanged pipe, valves, fittings, etc. shall be securely supported against settlement and misalignment with such lasting material and in such manner as will meet the approval of the Engineer. Abrupt changes in grade or alignment of pipe will not be allowed unless shown on the plans. With the use of MEGALUG or other type of restrained joint which, as determined by ENGINEER, will abrade, score or otherwise damage the bituminous coating on the pipe, provide polyethylene encasement for each joint for a distance of 5 feet each side thereof; comply with AWWA C105 Method A and manufacturer's instructions. Completely tape all overlaps and seams. Repair all rips, punctures and other damage to the polyethylene. The water line shall be kept free from debris and soil during construction. At all times when work is not in progress, open ends shall be plugged or covered to prevent the entry of trench water, debris, or soil. (e) Backfillina: All backfill material shall be free from cinders, ashes, refuse, organic material, boulders, rocks, stones, or other material which in the opinion of the Engineer is unsuitable. When the type of backfill is not specified on the plans, the excavated material may be used provided it consists of clean earth, loam, clay, sand, or gravel which in the opinion of the Engineer is satisfactory for backfill. 1? Immediately after the pipe has been installed and alignment checked, the pipe shall be restrained from lateral movement by backfilling on each side of the pipe. Backfill material shall be placed in a maximum of 6-inch layers and compacted by approved tamping from the bottom of the trench to a depth of 12 inches above the top of the pipe. Backfill material shall not be pushed or dropped into the trench in large volumes with backfill evenly distributed along the line. Backfill from 12 inches above the top of the pipe shall be placed in a maximum of 12-inch layers and compacted by means approved by the Engineer to a density equal to at least 95% of that obtained by compacting a sample of the material in accordance with AASHTO T99. In such locations, if in the opinion of the Engineer, the backfill material is not of sufficient quality to restore the roadbed to its original condition, the Engineer may require that material of adequate quality be placed. In such event, the Contractor shall be paid for the placement of such material consistent with unit prices in the Proposal. The method of compaction will vary with the nature of the soils encountered. The Contractor will equip himself with sufficiently diversified equipment so as to obtain optimum compaction regardless of the nature of the soil. Sheeting which has been installed and not ordered left in place by the Engineer will be removed as the backfilling operations progress. All voids created from the removal of sheeting shall be filled. The Contractor shall be responsible for any settlement that occurs over the excavated areas. He shall add material and tamp same thoroughly in all such cases. All backfill areas shall be graded and maintained in such condition that erosion or saturation will not damage the pipe bed or backfill. Excess excavated materials shall be disposed of as directed by the Engineer. All backfill areas in streets, parking lots, etc. shall be graded and compacted so as not to hinder traffic. DS VIII-7 (f) Thrust Blocks: Wedge shaped thrust blocks or footings made of concrete as specified in paragraph 8-2(k) above shall be constructed at all plugs, caps, tees, crosses, valves, hydrants, and bends. Regardless of the method of restraint used, water service shall not be discontinued at any location for more than 6 hours. Thrust blocks shall be formed if necessary to insure that they are wedge shaped and shall be allowed to cure for at least 3 hours when practical or as directed by Engineer before backfilling. They shall be placed such that pipe and fitting joints are accessible for repairs or future connections. In areas where space limitations will not permit thrust blocks or to insure accessibility, pipe and fittings may be self-restrained by harnesses, clamps, etc. in lieu of or in addition to thrust blocks. Details of such self-restraining devices shall be submitted to the Engineer and shall be approved by the Engineer before they are incorporated into the work. Details of thrust block placement are shown on the plans. The minimum required bearing area for concrete thrust blocks against solid undisturbed earth in all cases shall be no less than the quantities shown in the table below: THRUST BLOCK BEARING AREA Minimum Bearing Area Against Undisturbed Trench Wall, in Square Feet of Sand Pipe Tee, Valves Size and Plugs Hydrants 90° Bends 45° Bends 22'/2 Bends 11'/4° Bends 6" 3 3 2 1 1 8" 4 6 3 2 1 10" 7 9 5 3 2 12" 9 11 6 3 2 14" 11 15 8 5 3 16" 13 20 10 6 3 18" 16 25 12 7 4 20" 20 28 14 8 4 24" 28 40 20 11 6 Other Soil Conditions Cemented Sand or Hardpan: Multiply above by 0.5 Gravel: Multiply above by 0.7 Hard Dry Clay: Multiply above by 0.7 Soft Clay: Multiply above by 2.0 Muck: Secure all fittings with approved harness or tie road clamps with concrete thrust blocks the same as listed for sand conditions. DS VIII-8 ' The installation of thrust blocks and/or self-restraining devices shall be considered as incidental to water main construction. Their cost shall be included under the appropriate pipe and/or fitting items in the Proposal. (g) Setting Valves and Hydrants: Valves and hydrants shall be installed at the locations shown on the plans and as directed by the Engineer. Hydrants, valves, and valve boxes shall be set plumb. Valve boxes shall be centered directly over the valve operating nut and the top of the box brought to the finished ground surface. All height adjustments, including extensions, to the fire hydrants and valve boxes due to the depth of the water line shall be included in the unit price of each item. Hydrants shall be set to the established grade as shown on the plans or directed by the Engineer. The backside of the hydrant, opposite the pipe connection, shall be blocked with a concrete thrust block as specified above. Around the base of the hydrant shall be placed sufficient broken stone or rock so that the hydrant will completely drain when closed. Backfill around the hydrant shall be firmly tamped. Valves placed in hydrant connections shall be permanently attached to the tee fitting in the main by flange connections, swivel connections, self-restraining clamps, or other methods approved by the Engineer. ' Valve boxes installed in the shoulder of the road shall be embedded in a concrete pad as shown in a typical detail on the plans and as directed by the Engineer. (h) Connections to Existing Lines: Where connections are made between new and existing work, they shall be made in a workmanlike manner. Each connection with an existing line shall be made at a time and under conditions which will least interfere with water service to affected customers and only as authorized by the Engineer. When connections are made with tapping sleeves and valves, the tapping sleeve shall be installed at the proper location and joints completely sealed. The tapping valve shall be attached and the joint completely sealed. After the valve is attached, the tapping assembly shall be pressure tested at 150 pounds per square inch for at least 15 minutes to insure that there are no leaks. After testing and if there are no leaks, the tap can be made. The tap shall be made in a neat, workmanlike manner, and the cut plug shall be removed. (i) Service Taps: The Contractor shall install service taps at the locations shown on the plans or directed by the Engineer. Service taps shall be 1-inch in size unless shown otherwise on the plans or directed otherwise by the Engineer. The tap into the main shall be made with a corporation stop and service saddle. The service tap line shall be copper tubing and shall be carried to the point shown on the plans. The tap shall be ended with a curb stop installed in a meter box. The corporation stop shall be left in the open position. Within the first 2 feet from the main, the copper service line shall be bent ' upward and left slack so as to prevent the corporation stop from being pulled from the main in the event of the Backfill settlement. The service line shall be kept at least 2 feet below the finished grade from the main to a point behind the existing or proposed curb DS VIII-9 and gutter line, whichever is applicable. 0) Adjustment to Water Meter Boxes: A meter box shall be installed at each service tap and the box shall be set such that the top is in plane with the finished grade. The Contractor shall adjust the elevation of water meter boxes by methods acceptable to the Engineer at the locations directed by the Engineer. Generally, an adjustment will consist of adding or removing bricks below a water meter box. Compensation paid to the Contractor for adjusting water meter boxes shall not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. (k) Air Relief. Where shown on the plans, the Contractor shall install a 2-inch tap to expel air from the main. Each tap shall terminate in a cast iron box with cover and with a 2-inch curb stop. The exact location of each tap shall be recorded by the Contractor. (1) Cleaning of Lines: 1. 1. The interior of all pipelines shall be cleaned using mechanical means, such as a hydraulically propelled foam pig. The cleaning method used shall be approved by the Engineer and shall not force mud or debris into the interior pipe joint spaces. 2. 2. All pipeline cleaning shall be performed in the presence of the Engineer. 3. 3. The Contractor shall furnish all materials, pigs, valves, pipe, fittings, couplings and adaptors, labor, equipment and incidentals required for a complete and satisfactory job of cleaning pipelines. 4. 4. Payment for cleaning pipelines shall not be a separate pay item but shall be absorbed in the appropriate unit prices and/or lump sum prices of items in the Proposal. (m) Testing of Lines: All pipelines shall be tested and sterilized in accordance with the following requirements after the pipelines are cleaned in accordance with Section 8-3 (1) of these Detail Specifications: A. Pressure Test: After the pipe has been laid and service taps, lines, and curb stops installed, all newly laid pipe or any valved section thereof shall be subjected to a hydrostatic pressure of at least 150 percent the working pressure at the point of testing or 150 psi whichever is greater. 1. Test Pressure Restrictions: Test pressures shall: a. Not be less than 125 percent the working pressure or 125 psi whichever is greater at the highest point along the test section. b. Not exceed pipe or thrust restraint design pressures. DS VIII-10 C. Be of at least 2-hour duration. d. Not vary by more than ?:5 psi. e. Not exceed twice the rated pressure of the valves or hydrants when the pressure boundary of the test section includes closed gate valves or hydrants. f. Not exceed the rated pressure of the valves if resilient- seated butterfly valves are used. 2. Pressurization: Each valved section of pipe shall be filled with water slowly and the specified test pressure, based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gage, shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. 3. Air Removal: Before applying the specified test pressure, air shall be expelled completely from the pipe, valves, and hydrants. If permanent air vents are not located at high points, the Contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged, or left in place at the discretion of the Engineer. 4. Examination: All exposed pipe, fittings, valves, hydrants, and joints shall be examined carefully during the test. Any damage or defective pipe, fittings, valves, or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material, and the test shall be repeated until it is satisfactory to the Engineer. B. Leakage Test: A leakage test shall be conducted concurrently with the pressure test. 1. Leakage Defined: Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 2. Allowable Leakage: No pipe installation will be accepted if the leakage is greater than that determined by the following formula: L=ND P viz 7400 1 L = the allowable leakage in gallons per hour N = the number of joints in the length of pipeline tested D = the nominal diameter of the pipe, in inches DS VIII-11 P = the average test pressure during the leakage test, in pounds per square inch gage 3. When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal/hr/in. of nominal valve size shall be allowed. 4. When hydrants are in the test section, the test shall be made against the hydrant. 5. Acceptance of Installation: Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid discloses leakage greater than that specified in Section B.2 the Contractor shall, at his own expense, locate and repair the defective material until the leakage is within the specified allowance. 6. All visible leaks are to be repaired regardless of the amount of leakage. 7. Should any test disclose leakage greater than that allowed above, the Contractor shall, at his own expense, locate and repair the defect until the leakage is within specified allowance. 8. The Contractor shall perform the above testing to his satisfaction for acceptance before having Engineer present for verification and retesting. All assemblies for testing at time of Engineer's witnessing of test shall be broken down and reconnected. (n) (n) Disinfection of Lines: After the lines have been cleaned and tested, they shall be flushed thoroughly to remove all dirt and debris which may have collected in the line. The pipe line shall be tapped on top at the end farthest from the water supply; however, if a hydrant is installed at this point it will serve the same purpose. Water will then slowly be introduced into the line from the water system and as water is entering, chlorine shall be injected into the line through a tap located where the new line is connected to the existing line. Water shall be flushed off the far end of the line at the same time so that the chlorine can penetrate the entire new line. The amount of chlorine used shall be sufficient to give an overall chlorine residual in the water of at least 50 ppm. After the chlorine has been added to the water, the new water line shall be valved off and the chlorinated water allowed to remain in the line for at least 24 hours. After this period, the pipe shall be thoroughly flushed until there is only a normal amount of chlorine present as determined by the orthotolidine test. Disinfection of the lines and bacteriological tests shall be in accordance with AWWA C651 (Latest Edition). In all respects the disinfection of the mains shall meet all requirements of the North Carolina Division of Environmental Health. Responsibility for all tests is the Contractor's, and he shall make all arrangements for having the tests made and any expenses incurred in making the test will be borne by him. DS VIII-12 u 0 C (o) Water: Water used in flushing, testing, and disinfecting the lines will be supplied by the City of Goldsboro at no cost to the Contractor; however, the contractor shall meet all requirements that the City may impose insofar as the supplying of the water is concerned. (p) Minimum Separation Requirements: 1. Horizontal Separation - Water Mains and Sewers: Water mains shall be laid at least 10 feet horizontally from existing or proposed sewers. Should local conditions prevent a lateral separation of 10 feet, a sewer may be installed nearer to a water main if. a. It is laid in a separate trench, with the top of the sewer at least 18 inches below the bottom of the water main, or if b. It is laid in the same trench with the water main located at one side on a bench of undisturbed earth and with the elevation of the top of the sewer at least 18 inches below the bottom of the water main. 2. Sewer Crossing Under Water Main: Whenever it is necessary for a sewer to cross under a water main the sewer shall be laid at such an elevation that the top of the sewer is at least 18 inches below the bottom of the water main. If local conditions prevent an 18-inch vertical separation, then the water main shall be relocated to provide this separation or constructed of cast iron pipe with mechanical type joints for a lateral distance measured at right angles to the sewer of at least 10 feet on each side of the sewer. One full length of the water main should be centered over the sewer. 3. Whenever it is necessary for a sewer to cross above a water main or whenever the above requirements for horizontal and vertical separation cannot be met, both the water and sewer should be constructed of cast iron pipe with mechanical type joint and pressure tested to 150 psi before backfilling. 4. Vertical Relation of Water Mains to Storm Sewer: When a water line crosses over or under a storm sewer, a vertical separation of 12 inches shall be maintained. 5. General Vertical Clearance: When other underground utilities are encountered, 12 inches of separation should be maintained. 8-4. TESTS AND CERTIFICATION OF MATERIALS The Contractor shall furnish the Engineer with the manufacturer's certifications that all pipe and fittings meet the project specifications. The Contractor shall also furnish certifications for other materials if so specified in the Special Conditions. 8-5. METHOD OF MEASUREMENT DS VIII-13 Measurement of work performed under this section shall be as follows: (a) For all pipe, the actual number of linear feet installed by type and size from end to end through fittings, valves, and specials and approved by the Engineer. (b) For valves, the actual number installed by type and size complete and approved by the Engineer. (c) For tapping sleeves and valves, the actual number installed by size complete and approved by the Engineer. The valve box at each tapping valve shall be included with the sleeve and valve for payment. (d) Fittings shown on plans shall not be a separate pay item, but shall be included in the unit price bid for water pipe. Should the number or size of water line fittings change from that shown or required by the drawings, upon written instructions from the Engineer, payment for such fittings will be per pound. (e) For fire hydrant assemblies, the actual number installed complete and approved by the Engineer. (f) For service taps, the actual number installed, complete, and accepted by the Engineer. The unit price of the service tap shall include the corporation, tapping saddle, curb stop, meter box, and necessary fittings. (g) For asphalt and/or concrete pavement removal and replacement, the actual number of linear feet of pavement which has been acceptably removed and replaced as directed by the Engineer. This linear distance shall be measured along the centerline of the installed water line. The unit price in the Proposal shall include all cost of cutting and removing the existing pavement and replacing the base and the same type of pavement. 8-6. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above. Such payment shall be full compensation for all work covered by this section. DS VIII-14 DETAIL SPECIFICATIONS SECTION IX BORED ENCASEMENT PIPE 9-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, and miscellaneous items necessary to dry bore and install encasement pipe as shown on the plans and where directed by the Engineer in accordance with these specifications. 9-2. MATERIALS Steel encasement pipe shall have a minimum thickness of 0.375 inches for bores under highways and railroads and shall meet ASTM Specification A139 with a minimum yield strength of 35,000 psi. In addition, all pipes installed by boring shall meet all Department of Transportation or Railroad specifications, as applicable. Steel encasement pipe shall be bituminous coated inside and outside with a 6 mil. minimum thickness. Casing pipe and joints shall be of leakproof construction and capable of withstanding railway or traffic loading. Carrier pipe, brick, and mortar shall meet specifications described in Sections II, VII, or VIII of the Detail Specifications, as applicable. 9-3. CONSTRUCTION REQUIREMENTS (a) Installation: Encasement pipe which is dry bored under highways and railroads for installation of utility lines shall be installed at the locations and gradients as shown on the plans or as directed by the Engineer. Encasement pipe shall be installed to the tolerances as described below. The diameter of the casing pipe shall be at least 2 inches greater than the largest outside diameter of the carrier pipe, joints, or couplings for carrier pipe less than 6 inches in diameter and at least 4 inches greater for carrier pipe 6 inches in diameter and greater unless indicated differently on the plans. Further, the casing pipe shall be of great enough diameter to allow the carrier pipe to be removed subsequently without disturbing the casing pipe and immediate areas. Pipelines installed through steel encasement pipe shall meet specifications herein ' described and all Department of Transportation or Railroad specifications and guidelines for installing pipelines through steel encasement pipe. Upon insertion of the pipeline through the encasement pipe, the ends of the encasement pipe shall be sealed with brick and mortar or as directed by the Engineer. The seal shall be such to withstand hydrostatic pressure from ground water and all backfill loads. The Contractor shall provide the ' DS IX-1 means to prevent lateral and vertical movementof the carrier pipe within the encasement pipe, to include "spiders", grouting, or other acceptable methods as approved by the Engineer. However, grouting of encasements for water lines will not be allowed. If required, concrete grout and placing operations shall meet ACI Specifications 304.2R-71. The grout shall be pumped into the encasement pipe until all air voids have been displaced with grout. The ends shall then be completely sealed to insure the grout remains in position until cured. All welded joints in the encasement pipe shall meet or exceed the provisions as set forth in the American Welding Society Code for Welding in Building Construction, D 1.0-69. Welds shall be made only by welders, tackers, and welding operators who have been previously qualified by tests as prescribed in AWS D 1.0-69 to perform the type of work required. (b) Tolerances: The steel encasement pipe shall be installed as shown on the plans within the following tolerances. In the event the encasement is installed out of line, the Engineer will determine if the new alignment is acceptable. If acceptable, any additional pipe or other work required as a result of the misalignment shall be completed at the Contractor's expense. In the event the encasement is installed off grade, the following criteria shall apply. For storm drainage when the encasement pipe is the carrier pipe, the maximum deviation from the proposed grade shall be 0.2 ft. vertical per 100 ft. horizontal. However, in no case will an encasement pipe at a reverse gradient be acceptable. For encasement pipe with a carrier pipe inside, the encasement pipe is acceptable if the carrier pipe can be installed at the gradient shown on the plans with a minimum clearance between the encasement pipe and carrier pipe of 2 inches. In the event the installation of the encasement pipe does not meet the above criteria, the Engineer has the option to accept the bore if the overall intent of the design can still be realized without compromising the capacity of the line or the overall area served by the line or any extension thereof. (c) Additional Bores: In the event the encasement is installed off grade or seriously out of line, then another encasement pipe will be dry bored as close as practical to the original pipe with no additional compensation allowed therefore. The original encasement must be sealed with a watertight concrete plug (minimum 3 feet deep) at each end. Any additional pipe or other work required for realignment of the sewer line with an alternate encasement location which was required due to improper gradient or misalignment in the original installation, shall be completed at the Contractor's expense. In event an obstruction is encountered during encasement boring operations which cannot be overcome, a second encasement shall be bored at a location designated by the Engineer. No additional compensation will be allowed for the second encasement installation. In event an obstruction is encountered in the second installation, at the direction of the Engineer, a third attempt shall be made to complete the encasement DS IX-2 installation. Consideration will be given for additional compensation in event a third installation attempt is required. All abandoned encasement pipes shall be sealed as ' specified above. 9-4. TESTS AND CERTIFICATION OF MATERIALS The Contractor shall furnish the Engineer with the manufacturer's certifications that the encasement pipe, carrier pipe, and concrete grout (if required) meet the project specifications. The Contractor shall also furnish certifications for other materials if so specified in the Special Conditions. 9-5. METHOD OF MEASUREMENT Measurement of work performed under this section shall be the actual number of linear feet of encasement pipe installed complete in place and accepted by the Engineer. The guidelines for payment of additional bores shall be followed if additional bores are required. i 9-6. PAYMENT Payment for work performed under this section shall be on the basis of the contract unit price per unit as measured above, and is to include all encasement and carrier pipe, fittings, spiders, and miscellaneous materials required to provide a complete installation. Such payments shall be full compensation for all work covered by this section. H DS IX-3 DETAIL SPECIFICATIONS SECTION XVII FENCE RELOCATION 17-1. DESCRIPTION This section covers the furnishing of materials, labor, equipment, and miscellaneous items necessary to relocate existing fences. 17-2. MATERIALS The Contractor shall use existing fence materials for all fence relocations. Additional fittings and accessories required shall meet the requirements of AASHTO M181. All concrete shall have a minimum compressive strength of 2500 psi at 28 days. 1 17-3. CONSTRUCTION REQUIREMENTS (a) Clearing and Grading: The Contractor shall limit his clearing, if required, to only that absolutely necessary to erect a clear fence line. Such clearing shall include satisfactory removal and disposal of all brush and other objectional material. The fence ' shall be erected to conform to the general contour of the ground. The bottom of the fabric, wire, or other fence material shall be not more than 3 inches above the natural ground or shall match the bottom of the existing fence. (b) Setting Posts: All metal post shall be set in concrete and maintained in a vertical position. The concrete shall cure for at least 48 hours before any load is placed ' on the post. Wood post shall be hand set and maintained in a vertical position. All backfill ' material shall be thoroughly tamped. Wood post shall be set in concrete where required by soil conditions to maintain the position and alignment of the post and where directed by the Engineer. If the wood post is set in concrete, the top of the concrete shall be troweled to a smooth finish and sloped to drain away from the post. The concrete shall cure for at least 48 hours before any load is placed on the post. ' (c) Installing Fabric and Wire: Chain link fabric shall be attached by methods equivalent to the existing chain link fabric attachment. Chain link fabric shall be placed ' by securing or fastening one end and applying sufficient tension to remove all slack before making permanent attachments elsewhere. The tension for stretching shall be applied by mechanical fence stretchers designed for this purpose. ' DS XVII-1 Woven wire fabric shall be stretched taut and securely attached to each post with a staple in each line of wire and as many additional staples as required to firmly secure the wire. When woven wire is attached to metal posts, the wire shall be attached by methods equivalent to the existing wire attachments. The stretching shall be done with an approved stretcher that will produce equal tension in each line of wire. At each end or gate post, at the center post in each line brace, and at corner posts, all vertical strands of wire shall be cut out and each horizontal strand of wire shall be wrapped around the post and securely fastened by winding the end around the strand of wire near the post. (d) Installing Fences Other than Fabric or Wire: Fence materials other than chain link fabric or wire shall be installed by methods equivalent to the existing fence installation or as directed by the Engineer. 17-4. METHOD OF MEASUREMENT The quantity of relocated fence to be paid for shall be the actual number of linear feet of relocated fence, measured in its relocated position from center of end post to center of end post including gate sections, which has been relocated and accepted. 17-5. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above. Such payment shall be full compensation for all work covered by this section. DS XVII-2 ' DETAIL SPECIFICATIONS SECTION XVIII PROGRESS MEETINGS 18-1. DESCRIPTION Periodic progress meetings shall be conducted by the City Engineer throughout the construction period to enable orderly review of progress during construction and to ' provide for systematic discussion of problems. These meetings will be held monthly at the office of the City Engineer, at an ' agreed upon time and date. 18-2. QUALITY ASSURANCE ' Persons designated by the Contractor to attend and participate in progress meetings shall have all required authority to commit the Contractor to solutions as agreed upon in the progress meetings. 18-3. SUBMITTALS d I a tems A. Agen To the maximum extent possible, advise the City Engineer, at least 24 hours in advance of the project meeting, regarding all items to be added to the agenda. ' B. Proposed A eg nda ' 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. ' 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. ' 10. Coordination of projection progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. ' 13. Other business relating to Work. ' DS XVIII-1 C. Minutes The City Engineer will compile minutes of each project meeting and will distribute copies to the project engineer, construction inspector and the Contractor. The Contractor may make and distribute such other copies as he wishes. 18-4. MEETING SCHEDULE The City Engineer to establish a mutually acceptable schedule for project meetings. 18-5. ATTENDANCE The Contractor shall have a representative present at the all periodic progress meetings, unless previous arrangements are approved by the City Engineer. To the maximum extent practicable, the Contractor shall assign the same person or persons to represent his interest at all progress meetings throughout the construction period. Subcontractors, suppliers, and others may be invited to attend progress meetings in which their aspects of the work are involved. DS XVIII-2 7 I d DETAIL SPECIFICATIONS SECTION 0270 - SEEDING AND MULCHING 1.01 DESCRIPTION PART 1.00 - GENERAL The work covered in this section consists of preparing seedbeds; furnishing, placing, and covering limestone, fertilizer, and seed; compacting seedbeds; furnishing, placing, and securing mulch; and other operations necessary for the permanent establishment of grasses and legumes from seed, including temporary erosion control, on all disturbed areas; all in accordance with these specifications. Seeding in Delineated Wetland Areas shall comply with Paragraph 36 of Special Conditions Section of this manual. The Contractor shall adapt his operations to variation in weather or soil conditions as necessary for the successful establishment and growth of the grasses or legumes. In all operations covered by this Section, care shall be taken to preserve and/or to improve the existing landscape of the area treated. Contractor to use seeding specification in supplemental conditions for wetland areas. 1.02 QUALITY ASSURANCE ' Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work ' performed under this section. All materials used in the work of this section shall meet or exceed the ' specifications of Federal, state, and county laws requiring inspection for purity, disease, and insect control. Seeding and mulching shall be performed on a section by section basis immediately upon completion of earthwork except that where seeding materials might contaminate areas to be paved, seeding shall be delayed until after the pavement base ' course has been placed. The pavement surface course shall not be placed until seeding and mulching is completed. DS 0270-1 PART 2.00 - MATERIALS 2.01 FERTILIZER The quality of all fertilizer shall comply with the requirements of the North Carolina Fertilizer Law and with the rules and regulations adopted by the North Carolina Department of Agriculture. All areas to be seeded will receive the following fertilizer application rate: Area Type Quantity (Per Acre) All 5-10-10 10001bs. 2.02 LIMESTONE All limestone shall be agricultural grade ground dolomotic limestone. It shall contain not less than 85 percent of the combined calcium and magnesium carbonates. The limestone shall be so graded that 100% shall pass the 10-mesh screen, and 40% will pass through the 100-mesh screen. All areas to be seeded will receive the following limestone application rates: Area Quantity (Per Acre All 4000 lbs. 2.03 SEED The quality of all seed shall be in strict accordance with rules and regulations adopted by the North Carolina Department of Agriculture. Approved seed must be used on City and NC DOT rights-of-way, and must be tested and certified by the N.C. Department of Transportation. Each of the species of seed shall be furnished and delivered in separate bags with certified seed tags. Seeding in residential areas is to match existing grass already established. All areas to be seeded will receive the following rates of application: Road Rights-of-Way September 1 to April 1:Kentucky 31 Fescue = 100#/acre Abruzzi Rye = 25#/acre April 1 to September 1:Kentucky 31 Fescue = 100#/acre DS 0270-2 1 Hulled Common Bermuda Grass = 8#/acre Yards and Other Areas September 1 to April l:Kentucky 31 Fescue = 100#/acre Abruzzi Rye = 25#/acre April 1 to September l:Kentucky 31 Fescue = 100#/acre Hulled Common Bermuda Grass = 8#/acre 2.04 MULCH ' Mulch for erosion control shall consist of grain straw or other acceptable material, and shall have been approved by the Engineer before being used. Straw mulch that is matted or lumpy shall be loosened and separated before being used. Mulch and asphalt tack shall be applied according to the following rates: ' Mulch: 75 - 100 lbs/1000 square feet Asphalt Tack: 7 - 10 gals/1000 square feet ' Material for holding mulch in place shall be asphalt or other approved binding material. PART 3.00 - EXECUTION 3.01 SEEDBED PREPARATION The soil shall then be scarified or otherwise loosened to a depth of not less than 5 inches or otherwise directed by the Engineer. Clods shall be broken and the top 2 inches ' of soil shall be worked into an acceptable seedbed by the use of soil pulverizers, drags, or harrows; or by other methods approved by the Engineer. All rock and gravel shall be removed by hand raking or as otherwise directed by the Engineer. 3.02 APPLYING AND COVERING LIMESTONE, FERTILIZER, AND SAND ' General Seasonal limitations for seeding operations; the kinds and grades of fertilizers; the ' kinds of seed; and the rates of application of limestone, fertilizer, and seed shall be as directed by the Engineer. ' Equipment to be used for the application, covering, or compaction of limestone, fertilizer, and seed shall have been approved by the Engineer before being used on the ' DS 0270-3 project. Approval maybe revoked at any time if equipment is not maintained in satisfactory working condition, or if the equipment operation damages the seed. Limestone, fertilizer, and seed shall be applied within 24 hours after completion of seedbed preparation unless otherwise permitted by the Engineer, but no limestone or fertilizer shall be distributed and no seed shall be sown when the Engineer determines that weather and soil conditions are unfavorable for such operations. During the application of fertilizer, adequate precautions shall be taken to prevent damage to traffic, structures, guardrails, traffic control devices, and any other appurtenances. The Contractor shall either provide adequate covering or change methods of application as required to avoid such damage. When such damage occurs, the Contractor shall repair it, including any cleaning that may be necessary. Limestone and Fertilizer Limestone should be applied as a part of the seedbed preparation provided it is immediately worked into the soil. If not so applied, limestone and fertilizer shall be distributed uniformly over the prepared seedbed at the specified rate of application and then harrowed, raked, or otherwise thoroughly worked or mixed into the seedbed. Seed Seed shall be distributed uniformly over the seedbed at the required rate of application, and immediately harrowed, dragged, raked, or otherwise worked so as to cover the seed with a layer of soil. The depth of covering shall be as directed by the Engineer. If two or more kinds of seed are to be used which require different depths of covering, they shall be sown separately. When a combination seed and fertilizer drill is used, fertilizer may be drilled in with the seed after limestone has been applied and worked into the soil. If two or more kinds of seed are being used which require different depths of covering, the seed requiring the lighter covering may be broadcast or sown with a special attachment to the drill, or drilled lightly following the initial drilling operations. When a hydraulic seeder is used for application of seed and fertilizer, the seed shall not remain in water containing fertilizer for more than 30 minutes prior to application unless otherwise permitted by the Engineer. Immediately after seed has been properly covered the seedbed shall be compacted in the manner and degree approved by the Engineer. DS 0270-4 P E u 3.03. MULCHING General All seeded areas shall be mulched unless otherwise indicated or directed by the Engineer. Grain straw may be used as mulch at any time of the year. If permission to use material other than grain straw is requested by the Contractor and the use of such material is approved by the Engineer, the seasonal limitations, the methods and rates of application, the type of binding material, or other conditions governing the use of such material will be established by the Engineer at the time of approval. Preparation for Mulching Before mulch is applied on cut or fill slopes which are 3:1 of flatter, medians, shoulders, and ditch slopes, the Contractor shall remove and dispose of all exposed stones and all roots or other debris which will prevent proper contact of the mulch with the soil. ApplyinlZ Mulch Mulch shall be applied within 24 hours after the completion of seeding unless otherwise permitted by the Engineer. Care shall be exercised to prevent displacement of soil or seed or other damage to the seeded area during the mulching operations. Mulch shall be uniformly spread by hand or by approved mechanical spreaders or blowers which will provide an acceptable application. An acceptable application will be that which will allow some sunlight to penetrate and air to circulate but also partially shade the ground, reduce erosion, and conserve soil moisture. Thick clumps of straw are not permissible, as a uniform coverage is expected. Holdine Mulch Mulch shall be held in place by applying a sufficient amount of asphalt or other approved binding material to assure that the mulch is properly held in place. The rate and method of application of binding material shall meet the approval of the Engineer. Where binding material is not applied directly with the mulch, it shall be applied immediately following the mulch application. An extra application may be necessary in bottom of drainage swales to prevent erosion. 3.04. MAINTENANCE OF SEEDING AND MULCHING Areas where seeding and mulching have been performed shall be maintained in a satisfactory condition until final acceptance of the project, at no additional cost to the owner. DS 0270-5 Maintenance shall include mowing at the location and time directed by the Engineer. Areas of damage or failure due to any cause shall be corrected by being repaired or by being completely redone as may be directed by the Engineer. Where correction will require extensive seedbed preparation, or where earthwork repairs or complete reshaping are necessary, the seeding and mulching shall be redone in accordance with this section. 3.05 PRECAUTIONS During the application of asphalt binding material, or other approved binding materials which may cause damage, adequate precautions shall be taken to prevent damage to traffic, structures, guardrails, traffic control devices, or any other appurtenances. The Contractor shall either provide adequate covering or change method of application as required to avoid such damage. When such damage occurs the Contract shall repair it, including any cleaning that may be necessary. The Contractor shall take sufficient precautions to prevent mulch from entering drainage structures through displacement by wind, water, or other causes and shall promptly remove any blockage to drainage facilities which may occur. 3.06. METHOD OF MEASUREMENT Seeding and mulching which has been completed and accepted will be measured along the surface of the ground in units of square yards. 3.07. PAYMENT Payment for work performed under this section shall be on the basis of the contract price per unit as measured above except that when the contract does not contain a unit price for Seeding and Mulching, payment shall be absorbed in the appropriate unit prices of items of the Proposal. DS 0270-6 , 0 FOR THIS SANITARY SEWER ~ . - T. ~ 1 ~ SEE SHEET 9 ~ D o ~ZA ~ FP&S BM 14 ~ ~ ' GURLEY J 1SSAC FARMS ARMS INC i' wAO I I _ - y W NEW HOPE ROAD OPE ROAD ~ a z ~ " o PO BOX 1661 H- - - MH 30 GOLDSBORO NC 2753: )X 1661 CONSTRUC110N ~ NC 27533 - , TAX ID 06- 61 - - h- # 3 0 85 4 MH 31 s ENTRANCE EXIT ~ r, ~ ~ 3610-85-4129 ~ ~ ~ 1 I ~ i _ ; ~ I I MH o 0 ;i N ' V 'r,i I ~ i 4 -0- i I i „ r"" $EtfA"ST"--PA-Tffi0i1?~1.._ - - SANITARY DIS I T ~ it ~l il~ a~s~o ~919j731-2310- - --m~_..,~..- - - - t~ 1 O I ! ; ; ----9 --~-T~- 46+00 47+00 48+00 49+00 50+00 51+00 P ---r; -c------ - ~ .E. VARIES ; ` 52 0 53+00 ~ ~ ~ ~ , ; 54+00 55+00 56+ ~ - _ ~ _ .v___ ~e W W HAR ROAD SR 1570 As c H) m ~ ) l ) 60l R/W _ - D C~ w t ~ fA-.-"~' p~_.-:..~ r-_i.-.-.. max.. . X......_.__ , - i .I fw._ r ~-*-r-_. - 1 r_.._.- x ! 1 $TN I CLF o ~..~-+`~l (r ON ~ ~ ~ q P ~ X ¢ ~ ! I 1 ~ ,I, Vii! ! ON !f pN ~ ~ x ~ l ~ ` " 0 I nJ 0 I ~ ;II r ' ~ WELL { O ~ ; i` 'a I WELL O ~X L~ r z :r_~0 ~ ~ o ~ ~ TPED ~ i~ I i0 I 1' I ~ 4 i~ ! Q i i j! ~ 25 fix ~ FO TPED I ! -0 I I I% I X i;; 4 p I , 1 ~ << 125 _ m a I it;!1' y N I I ~ ~ i I 1 ; ~ ~4 ; SEWER , ; I ~ i I r-1~ X ;I ~i I 11 ' ~ r ! i I i ~ ~ jI ~ ,I,, I ti a I ~ ~ I !SERVICE ~~1 , ! t o N I ti ~'V~ELL Z ~ I ~n i i( Q p I w ~ +j ~~I l'`=a, ~ + ' I ~ 302 ~ ~ r I 292 ' < !Is ; ; 3i8 ~ (TYPICAL i ; I I 336 0 I 1 , : ,r I 0 4 344 I I i'' ! 0 ~ i I ,t~ t I I ?i,. rn ` X I 'r, p 1~~ ! I I~ I I x if'; I. I ~ j~ Q p It~~. t a i I ~ I ~ ~ ~ O ` li% Q f 358 ~ I~; o I 2s I t ~ I ~ i X I I ~I? \ i~ ~ ` A x X I I fl ~ ~ .d I Q x I I /;Ji ' g I ~ I ~ (n { t X i ~ I ~ ~ ~ I ~Y ~~~5~ ~ l f ; X I I x I r'{ 366 r~ I I 1480 x l l p~ ,1, f i f-~ X '-i ! ~I I I ~ 'I ,I I I i r ~ ~ ~ I ` S t i i. ~ i I 1 rt ~'i ~ ~ I I I i u;I A i , I'' j 3028 IDS r~ ~r ~F , + I 130 I I - 130 Z EX ST. ROD A 120 " A ER M 1N r PP 0 1M TED T 12O 3 - 1• v ~ - 4 LF 0 0. 1 0 37 2 V E a 110 rn v ~i N 110 O O O N r O O O rn 100 0 a W 100 Q m .3 a a - o - 3 ~ ~ m W _ ~ 1A v 46+00 m 47+00 48+00 4 9+00 50+00 51+00 52+ 52+00 53+00 54+00 55+00 56+00 CAD NUMBER ~ Rev. NO. DESCRIPTION DATE BASE-GOLD DATE BY APP'D O+ ~ ~ ` ~ _ _ ~ SCALE .~>>~~~UUNUp4,, A ,~~IUI{III111N,. ~ UARO HORIZ. 1" = 50' H ARE ROAD PROJECT NUMBER FP&S BENCHMARK 14 ARCADI!i VERT. 1 = 5' 12 DESIGNED BY PROJECT NUMBER SEAL EAL " ELEVATION: 126.88 - - MSC REEDY BRANCH SANITARY IOL0301 001 B I ; 19697 = - " NAIL IN PP 18101 s 0 % S DRAWN BY DATE ARCADI FPS SEWER IMPROVEMENTS ~Ft o ~0 Om Centerview Drive, suite 206 MSC 11812004 s. cP\, q l-AM\v ~~rrl 11111 ~ 111 A o runic ,~a 111fII11111 Greensboro, North Carolina 27407 Te 336-292-2271 Fox 336-665-5648 CHECKED BY ~ V a www.arcadis-us.com WTR 10 24 GOLDSBORO, NC 1 l t 1 I I i y i 1 r0 1 MMyg RO AD . / ~ t • S 1 ' I r' 's . 1 ^o i o~- 1 ~ ~P 0 ~ Q \ oe . ' N 2- ~ OR WAYNE - ._~Wh g~R DYNE - OPf R ~ Oq0 COMMUNITY - )MMtJNITY _ SR) Oqp ,rP ` )LLEGE 003 ~ COLLEGE ~ - r - . ~ ~ - ~G -/P . - G _ / P~ _ ~ ~P ~o . ~~J - - J~ ' ~0 ~ ~ y6y ~y • ~ PQ 1 - 1~ 5~ J`' ~p0 ~ - 0 4~. • ~ n ESQ- . ti ¢e- ~4 0~5 ~ ,~,E E¢ S ~0 y ~Yp ~'o ,qSS 9 ,gbh ~ 5R ' R~J~ ~N~ 0 Z q..e NPRQ ~ - \ti~ z ~ ti ~ti0 - NE ...r W W HOPe ~ . . i~ . . ROgp o ~ 9~~ 2 ~ ~qR ~ NORFO E. ROYA T S <<AV OUTHeR fN~f N ASy ~ SR ~5 60 btu ~ I ~ ~S ' ~ h r FRR ~ W / ~ _ ~ ~ ~ ~ ~ \ z ~ J I ~ ~ US I ~ ~ BU G ~NfS / S SPAN 565 SR 1 LOCATION PLAN 1" = 1500' 3 0 E n. r r~i N 0 v 0 0 ~J r O O O U 3 O J Q N C 3 0 L O L m 2 N L U C O L m T Q~ `\~111111^Illl!!!J~ ,\\1111414111lI!/!i. I / t I ~ One Centerview Drive, Suite 206 Greensboro, Noah Carolina 27407 Tel: 336-292-2271 Fax 336-855-5648 0 www.ancadis-us-com A - AL 0 F") g 18101 , 0 0 0 1/8/2003 i V QQ L a Mo4- ABBREVIATIONS GENERAL NOTES SHEET INDEX roMMys Ropy AEIANDONED ABAIJD SHEET • ~ rsR ,5,,~ ASPHALT ASPH 1. EXISTIM 1. EXISTING UTIUTIES ARE SHOWN FROM THE BEST AVAILABLE INFORMATION AND ARE N0. SHEET DESCRIP110N .,0 ASPHALT SURFACE TREATMENT AST APPROXIMAT APPROXIMATE. iT iS THE CONTRACTOR S RESPONSIB(UTY TO VERIFY THESE AND OTHER ~~9 BACK OF CURB BC U11U11ES BEI U11UT1ES BEFORE STARTING CONSTRUCTION. NOTIFY UTIUTY LOCATING COMPANY (ONE CALL 1 COVER SHEET • o EIASE LINE BL 1-800-632- BEARING BRG 1-800-632-4949) FOR UNDERGROUND LOCATIONS AT LEAST 48 HOURS IN ADVANCE. 2 INDEX, GENERAL NOTES & VICINITY MAP • BENCH MARK BM 2. CONTRI 2. CONTRACTOR'S OPERATION OF EQUIPMENT AND MOVEMENT OF MATERIALS SHALL BE ~ ~ BOTTOM BOT RESTRICTED RESTRICTED TO RIGHTS-OF-WAY AND EASEMENTS. DEVIATION FROM THE AREA WILL NOT BE 3 PLAN & PROFLE -REEDY BRANCH CREEK -STA 0+00 TO 12+24 CATCH BASIN CB PERMITTED V PERMITTED WITHOUT WRITTEN APPROVAL FROM THE PROJECT OWNER AND PROPERTY OWNER. 4 PLAN & PROFILE -REEDY BRANCH CREEK -STA 12+24 TO 24+22 / CENTER UNE ~ l • CLEANOUT CO 3. THE CC 3. THE CONTRACTOR SHAU_ MAINTAIN ACCESS TO AU_ PROPERTIES ADJACENT TO THE 5 PLAN & PROFILE -REEDY BRANCH CREEK -STA 24+22 TO 36+67 • ~ CLEAR CLR PROJECT AT PROJECT AT ALL TIMES. 6 PLAN & PROFILE -NEW HOPE ROAD -STA 0+00 TO 11+40 CONCRETE CONC 4. GRAPHICAL RIM ELEVATIONS SHOWN ON THE PLANS ARE APPROXIMATE. MANHOLES TO h~ = CORRUGATED METAL PIPE CMP 4. GRAPHI CABLE N PEDESTAL CPED BE SET EITH BE SET EITHER FLUSH WITH PAVEMENT 2-INCHES ABOVE IXISIING GROUND IN LAWN AREAS 7 PLAN & PROFILE -NEW HOPE ROAD -STA 11+40 TO 20+59 ~ n° y~ CURB INLET CI OR 2 FEET I OR 2 FEET ABOVE FlNISH GROUND IN EASEMENTS. 8 PLAN & PROFILE -HARE ROAD -STA 20+59 TO 31+49 ro ~ y~ CUBIC FEET CF F`~y °j ~ DEMOLIRON DEMO ~ 5. PRIOR ~F e° DETAIL DET DET 5. PRIOR TO THE INIT1A110N OF CONSTRUCTION ACTIVITIES, CONTRACTOR SHAU_ PUT IN 9 PLAN & PROFILE -HARE ROAD -STA 31+49 TO 46+35 Roq ; PLACE SUCH o ~ ~ DIAMETER DIA c PLACE SUCH TEMPORARY EROSION CONTROL MEASURES AS INDICATED ON THE PLANS. THESE rsR .r MEASURES . DROP INLET DI THEIR EFFEC MEASURES SHALL BE INSPECTED AND EVALUATED DURING CONSTRUCTION OPERATIONS FOR 10 PLAN & PROFlLE -HARE ROAD -STA 46+35 TO 56+09 ° o°J~ OROP MANHOLE DMH FROM THE N THEIR EFFECTIVENESS IN PREVENTING EROSION MATERIAL AND SEDIMENT FROM DISCHARGING _ IRED N 11 PLAN & PROFlLE - CUYLER BEST ROAD STA 0+00 TO 13+34 FROM THE WORK AREA. IF REQU , A D AS DIRECTED BY THE OWNER, ADDITIONAL Sy DUCTILE IRON PIPE DIP TEMPORARY TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTITUTED AND INSTAU.ED. 12 PLAN & PROFILE - CUYLER BEST ROAD -STA 13+34 TO 28+30 ~ 6 EASEMENT ESMT OR61p EDGE OF PAVEMENT EP Row 6. A MINII+ 6. A MINIMUM 12-INCH VERTICAL CLEARANCE BETWEEN SANITARY SEWERS AND STORM 13 PLAN & PROFILE - CUYLER HEST ROAD -STA 28+30 TO 40+42 ELEVATION ~ AIN SHAI DR S ENGINEER ENGR ARATION DRAINS SHALL BE MAINTAINED. A MINIMUM 18-INCH VERTICAL OR 10-FOOT HORIZONTAL • ~ ISTING IST ~ SEPARATION BETWEEN WATER MAINS AND SANITARY SEWERS SHALL BE MAINTAINED. IF 14 PLAN & PROFILE - CUYLER BEST ROAD -STA 40+42 TO 52+35 S IX IX, EX h ti IXIST IRON PIN pp EITHER MlNltt EITHER MINIMUM CLEARANCE CANNOT BE MAINTAINED, DUCTILE IRON PIPE SHALL BE REQUIRED 15 PLAN & PROFILE -NEW HOPE ROAD -STA 52+35 TO 66+93 • ~ GROUND GND FOR BOTH U FOR BOTH UT1UTiES. z - HEADWALL HW y ~ 7. IN PAV 16 PLAN & PROFILE -NEW HOPE ROAD -STA 60+00 TO 68+64 7. IN PAVED AREAS, CONTRACTOR SHALL PLACE STONE BASE MATERIAL IN TRENCH UPON HORIZONTAL HORIZ COMPLETION OF PIPE INSTALLATION TO MINIMIZE EROSION OF TRENCH PRIOR TO PAVEMENT 17 PLAN & PROFILE -NEW HOPE ROAD -STA 68+64 TO 81+02 • INVERT INV COMPLETION IRON PIPE IP REPLACEMEN REPLACEMENT. . LINEAR FOOT LF 18 PLAN -WATER SYSTEM IMPROVEMENTS -STA 0+00 TO 23+80 MANHOLE MH 8. PROTE( 8. PROTECT ALL PROPERTY MONUMENTS AND PINS. MONUMENTS AND PINS THAT WILL BE 19 MISCE LLANEOUS DETAILS MAILEiOX MB DESTROYED DESTROYED DURING CONSTRUCTION SHALL BE REFERENCED AND REPLACED BY A PROFESSIONAL MAXIMUM ~ LAND SURVE LAND SURVEYOR. 20 EROSION CONTROL DETAILS MINIMUM MIN 9. CONTRACTOR SHALL LOCATE AND EXPOSE ALL CROSSING UTIUTIES INCLUDING WATER MAINS, 21 SANITARY SEWER INSTALLATION DETAILS MONUMENT MON 9. CONTR STORM CULVERTS, ETC. PRIOR TO INITIATION OF CONSTRUCTION ACTMTIES TO VERIFY ELEVATION N NUMBER , NO STORM CUL1+ x PROPERTY LINE AND MINIMUI AND MINIMUM CROSSING CLEARANCES. 22 STORM SEWER & PAVING DETAILS ~ R 1 ~ QUANTITY QTY n REINFORCED CONCRETE PIPE RCP 10. CONTR 10. CONTRACTOR SHALL MAINTAIN WATER AND SEWER SERVICE TO ALL PROPERTIES AFFECTED 23 STORM SEWER & PAVING DETAILS l RESIDENCE RES ~ THE WOF 4~ BY THE WORK DURING THE COURSE OF CONSTRUCTION. 24 STANDARD WATER INSTALLATION DETAILS Rey - RIGHT OF WAY ROW 0 / I HT OF WAY MONUME 11. SANITA 11. SANITARY SEWER PIPE MATERIAL IS PVC UNLESS OTHERWISE NOTED. o R G NT RW . _ ~ ~ SANITARY SAN ~ ~ _ 12. THE C01 . SEWER SWR 12. THE CONTRACTOR SHALL TAKE PRECAUTIONARY MEASURES TO PROTECT THE EXISTING PUWT ~ UARE FOOT MATERIAL Ol SQ SQ Fi• MATERIAL Dl MATERIAL OUTSIDE THE PROJECT AREA. ANY COST INCURRED FOR REPLACEMENT OF SUCH LEGEND ~ SQUARE YARD SQ YD MATERIAL DUE TO THE CONSTRUCTION SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. t~ ~y • • ` STATION STA _ ~ i 3. FOR MA i 3. FOR MANHOLES AND VAULTS WITHIN NC DEPARTMENT OF TRANSPORTATION RIGHTS-OF-WAY, ~ EXIST. SIGN STONE STN / ~ ONLY PREAP ONLY PREAPPROVED MANUFACTURERS AND STRUCTURE DESIGNS BY THE NC DEPARTMENT OF ~ STORM STM TRANSPORTA . ~ TELEPHONE T, TELE PRE-APPR01 TRANSPORTATION MAY BE PROVIDED. IF A STRUCTURE DESIgd IS PROP06ED WHigi HAS NOT BEEN ~ EXIST. LIGHT POLE TELEPHONE PEDESTAL TPED PRE-APPROVED, CONTRACTOR SWILL PROVIDE ALL STRUCTURAL CALCULATIONS AND COORDINATION ~ • • WRH THE NI 4~ TO BE REMOVED TBR TIME WILL B WITH THE NC DEPARTMENT OF TRANSPORTATION TO OBTAIN APPROVAL NO EXTENSION OF CONTRACT ~ EXIST. UTIUTY POLE TIME WILL BE ALLOWED FOR THE APPROVAL PROCESS. ~ 1 THICKNESS THK SAN FM EXIST. SANITARY SEWER FORCE MAIN TYPICAL TYP 14. MANHOL 14. MANHOLES NOT LOCATED IN PAVEMENT SHALL HAVE FRAME SECURELY ATTACHED TO CONCRETE ~ UNDERGROUND UND MANHOLE WI MANHOLE WITH ANCHOR BOLTS. ALL iNANFtOLE FRAMES AND COVERS SHALL BE VENTED, BOLT-DOWN. c EXIST. GAS UNE y VERT COVERS INDI WATER MA{N WM COVERS INDICATED AS WATERTIGHT SHALL NOT HAVE VENT HOLES. ~ WATER SERVICE WS 15. INSTALL - r r - EXIST. TELEPHONE 15. INSTALL TEMPORARY SEDIMENT BASINS WHERE INDICATED. PROVIDE BASIN TO MINIMUM J ~ AND WIDTH ~ ANO WIDTH DIMENSIONS INIICATED, BUT WITH NOT LESS THAN 1.800 CF OF SEDIMENT STORI4GE _ - ~?"RCP - ~ PER ACRE C PER ACRE OF OISNRBED AREA. - - - - - - EXIST. STORM SEWER wM 16. CONTRA 16. CONTRACTOR IS RESPONSIBLE FOR COORDINATION WITH UTILITY COMPANIES FOR THE TEMPORARY EXIST. WATER METER SUPPORT OF ~y OPERATIONS. SUPPORT OR RELOCATION OF IXISTING UTiUTY POLES TWIT MAY BE AFFECTED BY CONTRACTOR'S 12" warER MaiN OPERATIONS. ANY COSTS ASSOCIATED WITH THIS WORK SWILL 8E WCLUDED IN THE CONTRACTOR'S W EXIST. WATER MAIN BID. BID. 18" SAN. SEWER saN EXIST. SANITARY SEWER GRAVITY MAIN 17. ALL ER( 17. ALL EROSION CONTROL MEASURES SHALL CONFORM Tn THE STANDARDS SET FORTH IN THE NORTH THE NORTH CAROLINA DEPARTMENT OF ENVIRONMENT, HEALTH AND NATURAL RESOURCES vE EXIST. UNDERGROUND ELECTRIC EROSION AN EROSION AND SEDIMENT CONTROL PLANNING AND DESIGN MANUAL 18. THE FOl EXIST. CURB & GUTTER 18. THE FOLLOWING STANDARDS AS APPEARING IN ROADWAY STANDARD DRAWINGS, DESIGN SERVICES UNIT, NC DE UNIT, NC DEPARTMENT OF TRANSPORTATION, LATEST REVISION, ARE APPLICABLE TO THIS PROJECT PROPOSED SANITARY SEWER & MANHOLE AND BY REF AND BY REFERENCE HEREBY ARE CONSIDERED A PART OF THESE PLANS. o ~ PROPOSED WATER MAIN E ~ oR`~ STD N STD N0. TITLE a _ ~ 840.1 TEMPORARY STONE CHECK DAM 840.15 BRICK DROP INLET _ • 4y 840.1 i 840.16 DROP INLET FRAME do GRATE ' ` sP ~ ~aR9 840.7' .71 C CRETE AND BRICK PIP P G TEMPORARY SEDIMENT BASIN (WITH MiN. LENGTH X WIDTH) 840 ON E LU N • "cti 1605.1 1605.01 TEMPORARY SILT FENCE ii ~ 6S 1p O _ _ _ _ _ _ _ _ _ FABRIC DROP INLET PROTECTION O N r ' O -sF sF- TEMPORARY SILT FENCE a VICINITY MAP R PROPERTY LINE 0 - - RIGHT-OF-WAY LINE T O J O~ 20o RESIDENTIAL HOUSE NUMBER 3 N O PROPOSED GRASS-LINED CHANNEL (GLC) N J N L 3 PROPOSED ROCK PIPE INLET SEDIMENT TRAP TYPE "B" 0 L 0 L 3 to - • - • - • - - - FLOODWAY BOUNDARY s U C O L 100- TOPOGRAPHIC CONTOURS PROJECT NUMBER m v' GOL0301-001-B1 v REV. NO. DESCRIPTION DA1 ~ AA DATE BY APP'D SCALE CAD NUMBER .~O~NWUUU~~~, ,\1111111111Ul1j~.11 / ~ ~c ninrrn Inln~u f'_~frl~'RAI t~i(1T~C J2r 1/l(`INIITY ~~~P nni i i~~nn GARO ® M-) IVVIC 1 n1vL-1%p vL 9NL-9NIAL- nv I?-v w ~vn~i I I mI a VVLU01VL DESIGNED BY CONTRACT o f ; MSC REEDY BRANCH SANITARY k 19697 18101 DRAWN BY DATE ARCM FPS MSC SEWER IMPROVEMENTS 1Z812004 One Centeniw OrWe, Sine 208 Groenaboao, MO Camino 21401 CHECKED BY s. CNV HqM\V Wllo\ a 1 Ted 336-Z92 2211 Fay 336-855-568 GOLDSBORO, NC 2 of 24 L .+w.a-usaom WTR a `ti....~. FOR THIS SANITARY SEWER WA YNE COMMUN vE COMMUN SEE SHEET 4 1TY COLLEGE WAYNE M M( E VAYNE MEMORIAL DR ~ ~ 3000 WA Y NE M 0 WAYNE MEMORIAL DR PO BOX PO BOX 8002 MH-4 GOLDSB ORO, ~ )LDSBORO, NC 27533 TAX ID 06-36' EXfST. MN fD# 06-3610-42-6791 RM ~ E OVE EXIST, STUB PIPE - MH- 1 ~ DSM 2 DSM ~ f' DELINEATED WEi MH-2 ~3+00 DELINEATED WETLANDS _ ~ , ` , i' O 0,- ~a ~ ~ f _ r' X- ~ ` 5 ~ ~ ; _ ,Sp,. - ~ , _ - I I ' \ , Ol ~ , p ~ = ~ _ _ -_..e.... .l i ~ ~ ~ ' . i T.C.E....._ tt ..rte i t I 1 ' ~ , ~`r - P.E. 7+OQ 0 '~1 1' ~ ~ P.E. ~ ~ ; s+oo ~ ~ ~o _ _ - ~ _ ~ V ' ~ SpN I 1 ~6~ 6+OC Se 5+00 . . ~ i ~ AO r' / ~ F ~ _ ~ . ~ 1~~ 1 s p-- • , _N_.a ~ R _ ~ . . q ~ _ - N ~ ~ - , . ~ . ~ _ i f \ ~ ~ , mo't` _ ~ ti • ~ r,_. , 4 . C ti ~ ~ - - 5 ,r ` C ~ g . _ ; , ,f ,._,,...Q A.-,_~_ z_-____ , , 6 ~ ~ W UND RY D ~ ~ AY BO FL00 ,_...A . ~ Y _ - _ ~ . • RY - 95 . , . - J J-..~,.-. ..i f • • r' . ~ r,. . ' - MH-3 • ..,ter ~1,~, r ; o _ , . ~ <<A . . ND ~ SWAMP/BEAVER PO ~ ; ~ ~ RY ~ ~ ~ i, , 60UNDA OoWA~ - f j - , ~ ~ ~ O 1 G , , ~ ~ O O tY~~ • ~ ~ • ~ ' • ~ FP&S BM #1 ~ o ~ ~ t0 _ ` o , ~ v 'P• ~ ~ . F(pODWA OODWpy g0 . ~ UNDgRy • _ m ~ ~ ~ • ` ARY ~l ~ . C' ~P~ m 0~~ 7 W • • , , F~~% ~ / N ~ t0 M m ~ F- - I 2 ~ 100 r rn i PI z IN E N ~ z IP 90 EsT~ 90 E BNS E D 3 _ _ - _ _ 80 '"a;~:: a°^i iii.. a - o ~ - - 0 0 0. 8~ N 0 0 o ~ N n O Q 70 D J W 70 Q 07 C 3 a L O L ti 3 s V C 0 0+00 1+00 2+00 3+00 4+00 5+00 6+01 6+~~ 8+00 9+00 1 O+OO ~ ~ +OO n CAO NUM 12+0o BER BASE-GOLD REV. NO. DESCRIPTION pgTE I n `\~Nliiiu~ilirrrr/6 \\`~`lillllfl/~~r` DATE BY APP'D SCALE _ DDf1 iC!`T Alt 1~1~~0 i "UHIZ. ' = 50REEDY BRANCH CREEK v `v V r- i VERT. 1" = 5 AKLAL)I,*,) R FP&S BENCHMARK 1 DESIGNED BY PROJECT NUMBER ELEVATION: 91.64 EAL = AL " NAIL IN 16" TREE 19697 MSC/MJK REEDY BRANCH SANITARY GO L030100161 o 18101 % ARCADIS { DRAWN BY SEWER IMPROVEMENTS DATE One Centerview Drive, Suite 208 MSC 11812004 Greensboro, Worth Carolina 21407 o air[flit%~1 ` D L ° ~l I Tel. 336-292-2271 Fox 336-M-5648 CHECKED BY a www.aroodis-us.com WTR GOLDSBORO, NC 3 OF 24 O r7 O O C7 v v 0 ~~'-4~ r~ i ~ iiij ''~i 4; ~ t I' i I i ~ I~';u f~! i iil~ ,4 jf; ~ ~ ~ f ~ ,--y , ! i t, F I, t , , i ~ ~ ~ ' ~ x~ 4 1 Leis MH-8 fil'I 1~', ) 1 , . { ~ l t'~t jay WAYNE COMMtINlTY COLLEGE t~, } x, FP&S BM 7 TRS OF WA YNE CC MH-9 W NEW I W N ~i~ i i~i ~',i I''.i~ _ ~ / k~k EW NOPE RO - ,~Z_ it~ ~ - 3000 WA YNE , ; )00 WAYNE MEMORIAL DR ~ , ~ , GOLDSBORO ~ ~ t GOLDSBOR 7 ~ ~ c D, NC 2 534 , DSM 5 TAX ID# 06-~ _ STR:~~TO < X ID 06-3610-53-7753 ' ~ , # , , % , DSM 6 n 1 l ~ I~ 'i 's i f~~ 36 STEEL ENCASEMENT , ~ I - ,~1~ ~ , , MH 10 - ~ .A , ~ ~--M- DELINEATE MH-7 / " - o j M- DELINEATED WETLANDS j ` o n , C ~PL~ ~ w 0 ~ ` ~ . rn 1 ~ ~ ~ - ~ r ~0 ~ MH-11 - , . - - _ N ~ / ~ FP&S BM #6 , . _ - - - i 105 v , / ~ ~ - _ 4_.-__ ~ , ~ o BORE •C o r ~ , 2Q' ~ . i ~ ; A ~ - _ r_~ r ~ , _ ~ - r ~ ~ _ . r.; ~ r' 168 ° ; ( ~W f s ~ r ~ ~ ~ ~ s - . f r" w - /I . - _ ~ ~ ~ , ~1 d' : r ~ - ,.y , ~i~ ` 5 / ,c' r'~ ` ~ % SWAMP~BEA VER POND t i ~ ~ r' r , ~ .~r ~ . ~ ~ ~ ~r~ ~ , ~ 1, ~ , ~ f i!„y • _ ti ~ ,pig i ~ , O ~ i i t F , (n ~i ~i 1 l f ~ ' , y ~9 { . FL - - ODWAY BOUNDARY i - t"" ~ u ' FLO . li I . . ~ • ~ ~ ~ •~?.,~~AY 80UND ~ i , I i~ i ~L ~ , i ~ - ARY ~ t 4' ~ • FPd~S BM #8 ~ ~ ~ ~ _ r_ _ 95 FOR THIS SANITARY~~Bf~.~ ; ; • ~ ' • . ~ ISOtTL ~.-^1'~ . SEE SHEET 4 - - • ' ~ ~ ~ ' s. . . . . i+~. . . l ' t • ROODWAY gp'• ' , . O N + ~ ~ R , i DARY ~ l ~ F ~ ti ' O 1 ~ , FP&S BM~9 • I 3 1 r Y BOUNDARY _ - A 0 D FLOOD . O ~ i ~`ti \ i' ~ ~ ~ 'E ~ ; ~ ; v • . o ~ I ~ / i • m r FAR IS SANITARY SEWER O . I L S ~E S ET fi'~. O ~ / O pPR frt . ~ p~~ / co W i t 0 rr ~ ~ m i P ~ ~ ~'r ~ ( k: ~ apO. •2 ~ \ CJ l ~ F~ r i, t0 - ,t , v f 1~ T., ~ ~ DELINEATED WETLANDS --~vw. ~i J l~~ ' ios _ ~ ~'I iC ~ ~ f ~N ~ ; 1 ' °t O• o c N 110 0 110 W - r. z ~ - - P z ~ MI . 2' 8 I 0 P - 100 100 "wr A 3 0 V 90 a ~o 90 N 0 v - - - - = - - o _ - _ - - - 0 N - - - _ - - - • 3 Z I z' I 0 ~i o~ 80 a N J I W 80 Q m N C .3 0 L Q L 3 L U C O 22+00 ` 23+00 24+00 m 25+00 26+00 27+00 28+0 0 29+00 T 30+00 31 +00 32+00 33+00 34+00 35+ 00 36+00 37+00 CAD NUMBER FP&S BENCHMARK 6 FP&S BE NCHMARK 7 FP8cS BENCHMAp p RE,.. I RK 8 i~i~i~ No. DESCRIPTION ELEVATION^^^114.65 ELEVATION: 103.74 ELEVATIONS 9R 3R ,~~~tllnntq~,, BASE-GOLD ~ DATE BY APP'D ~ ~ ~ ` ~ ~ - ~ SCALE Q IVXIL IIV ,rctt NAIL IN TREE NAIL IN TREE UAW \ 1~ C HORIZ. 1" = 50' REEDY BRANCH CREEK PROJECT NUMBER O ' ~S Z i ARCADIS VERT. 1 = 5 IQ DESIGNED BY PROJECT NUMBER FP&S BENCH - - EAL 10 EAR - a MARK 9 FP&S BENCHMARK MSC/MJK REEDY BRANCH SANITARY GOL0301001B1 o ELEVATION: 97.85 19697 18101 ELEVATION: 104.67 , p NAIL IN TREE PK NAIL IN PAVEMENT v DRAWN BY DATE ARCM FK SEWER IMPROVEMENTS qF ,,o 4 0 One Centenriew Dn", suite 208 MSC 11812004 Greensboro, Noy, Carolina 27407 CHECK a is ~ Te: 336-292-2271 Fm 338-655-5648 ED BY www.aroadis-us.com WTR 5 of 24 GOLDSBORO, NC 120 110 100 VAN ROEKEL JOHNNIE & WIFE LT 1 CASSEDALE #1 100 CASSDALE DR GOLDSBORO, NC 27534 TAX ID# 06-3610-64-4571 FOR THIS SANITARY SEWER SEE SHEET 5 FP&S BENCHMARK #10 ELEVATION: 104.67 PK NAIL IN PAVEMENT m FP&S BENCHMARK #11 ELEVATION: 124.04 NAIL IN PP 1+00 2+00 3+00 �tt11111111!!! � REV. NO. �N CAR04 �EAL = = EAL • 19697 = — 18101 ' HAM�L %)'Iper �lal0� //''�///l1111111i�f GURLEY J ISSAC FARMS INC W NEW HOPE ROAD IRA 4+00 5+00 6+00 7+00 D E S C R I P T 1 O N DATE BY APP'D ARCADIS MGM "s one Centerview Drive, Suits 208 Greensboro, North Carolina 27407 Tel: 336-292-2271 Fax 336-855-5648 www.anwd'is--uscom 1 • oc SCALE HORIZ. 1" = 50' VERT. 1" = 5' DESIGNED BY MSC/MJK DRAWN BY MSC CHECKED BY WTR FP&S BM #11 10+00 11+00 NEW HOPE ROAD REEDY BRANCH SANITARY SEWER IMPROVEMENTS GOLDSBORO, NC 120 im 100 .x 80 CAD NUMBER BASE—GOLD PROJECT NUMBER PROJECT NUMBER GOLD301001B1 DATE 1/8/2004 6 OF 24 _ i _ ~ FOR THIS SANITARY SEWER - . ' ~ - - % MH-18 MH~ _.r~ MH-19 E.__.SHEET 8 _ ; T.~ _ 1~5- . / ~ ~ ~„i''' MH-17 _ - R --r=~~; GU Y BRADFORD DEAN r~ - r MH-20 W HOPE ROAD o f JI x r' .I _ _ _ ' ~ ~r 2708 Z3 NORTH N~ I + \ ~ GOLDSBOR , NC 27534 ; 1 ~ ' { 1 i TAX ID# 06-36 -83-3349 ; ~ FP&S BM 11 ~ ~ ~+oo ~ .C i~+oo / ; ~r - ~ ,~h - _ MH 21 ~ I ~ ~~~~r-_--.--_..______.______.._ \ ifs ~+oo _ _ r ~ ~ . ~ ; s+oo ~ \ ~ ~ ~ o~ i ~ 1693 ~ ~ i' / 70 i 13kOp__~_ ~ . l- i o o ~ ~ ON ~ _ o ..T~.- ~ o / r, , `0 a a 12 _ -_a . _ W ~ ~ A ~ ~ , l , ~ i ED ' ~ ~ ~,r="' ~ ' 3! ~ ~ TP , ~ T } ~ NF op 9~ tj ~ ~ .o. s, ti 1 f - ~i 1N s~ - ~VrA I~`i ~y! +pp 31 _ _ w . . , W-- ~ wA~.w"F~.. so• Ap i' h ~ R I ,.k ~ A ~ . 3) - P ~ _ ~ 1*Lp "_r 1N - f; . CH TRS OE CLINGMAN ST CH OF GOD FP&S BM 12 OP GOD ~ _ _ ~ ,r%~ W NEW HOPE RD 1 f ~ ~ ~ ,.f PO BOX 10834 ~l. 1 ~ r ~ ~ Q`~~ R NC 275 t GO DSBO 0, 32 2 ~ f TAX ID 06-3610-73-4438 ~ # ® ~ 438 ~ o, ~ THIS'' ANITARY SEWER R S t Fy ~ Rp 1 ~ _ I SE HEFT b~~, 2s r CONSTRUCTIO i ~ i / , , , _ , ~ ENTRA IT ~ , MH 72 o ~ 125 \ - ~ _ _ - ~ ~ 1. ~ _ 1 - ~;~4x~ ti~ p . ~ _ ,~~r 1 v ~S \ ~ ~ rs ~ -A ~ 0 o d~ ~6 v ~ ; , 0 ~ ~ 0 C ~~i '~6 O 0 D: ~ ~ a ti ~ ti c r, , f ~ S ~ ~ o. M ~ , N N O r Z 130 130 Z Z > ar 120 120 3 0 U L 110 1 10 N N O C O O 212 N \ 7 r O O r 3 100 100 J Q W !n Q 0] C O i D L U S_ m L 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 2100 CAD NUMBER v BASE-GOLD v ~ ~ R¢v.ao. DESCRIPTION DATE BY APP'D ~ 1 ~ ^ , ~ ' ^ SCALE PROJECT NUMBER .~utlHlw,. .,ulillilu,. unpn - ~n~ ~I~IAI 4.1(1D~ Rf10fl \A C • iv~n ~ Zvi ~ iwn VERT. 1° = 5' DESIGNED BY PROJECT NUMBER AKLAUDo v a FP&S BENCHMARK 11 FP&S BENCHMARK 12 q SEAL SE L ELEVATION: 124.04 ELEVATION: 126.50 = - M NAIL IN PP PK NAIL IN ROAD 19697 18101 DRAWN BY SEWER IMPROVEMENTS DATE ~ MSC/MJK REEDY BRANCH SANITARY GOL0301001B1 ARCAN One Contannew Wm Suite 208 MSC 11812004 Gfe wwo, Nath CoWina 27,07 CHECKED BY S. CPL ~ ~ / 171iM 1 ~!!lIIIIIIINI` Q Tat 336-292-2271 Fax 336-855-5648 GOLDSBORO NC 7 OF 24 o 1 wwwArcadis-,scan WTR ! a 1 I 1~ ~ r;ti / ~ ~ FOR THIS SA ~ o° NITARY SEWER i ~ SEE SHEET 9 0 i~ ~ 1 ~ 1 ~ rn~ o / 1 ~ t ~ ~0 ~a / y I~'QR THIS SANITARY SEWER 1 ~ ~ ~ MH-25 ,~~~E SHEET 7 1 ~ x c~ ~ 1 ~ r ~ ~ t 1~ , ~ l ~ O r o p (A ,I, 1 ~ ti ~ a ~ O r,, al l ~ I ti ~ / - 0 G~ i ~ - w ~ MH-+2 ~ ~ : ~ , / W I D 1~, ,t, GURLEY J ISSAC (ARMS INC i ~ ~ l ~ ~ g2+ ~ o~z ~ ~ O d p i, W NEW HOPE ROAD ~ ~ Zw~~ ~ p r~!, 1~ PO BOX 1661 ~ ~ 1 I n z ~ t1 ~ ~ p%bp 1,~, r ~ N p ~ Tf~~ G ~ N k0° OLDSBORO, NC 27533 is1 ! MH-24 ~ ~ ,.~;N TAX ID # 06-3610-85-4129 - ra.. ~ j W~l~~,p I ~ I U1 ~ 4't~ !t TOWN ` -~r::~" WA a~1 ~ o \ Gl GJ I ~ ~ ; C S I RUC 110 PATE +p 15.E-. 11 I SS YR1G1 ~ 3~ : . pE~FA1ARY pIS 310 1i2' R~ ;:.ii~~.. oa A ~ EN ANCE EXIT ~ , T SANI ~31~2 / W ~ 12> p 1i MH-23 ~ 3 l~ r' \ MH-22 i ~ ~'1 1 _ % x~ 1! i i xa I~E X~x--' o~p ~ ~ r ~ 0 'i' ~ 7 .i _ . 10 ~ 171 I r ; , : \ 509 i0 T.C.E. .,.r ' i' 1'~ - P.E. VARIES) 6 ~ ~ ~ ~ 25+00 11 x 24+00 ~ ~ c ~ 0 I 15.~ ~ v ~ o / ~ j"~.. 1 ( ~ ~ A _ 0 r.~- ~ s A~.E-~-~~---`' R , R ;.%f~~ sP o o S WER ~ ~ ~ pRE so - Z ~ ~ t ~-E N ~ ~ 1 I " ~ - - - \ _ ao SRVIE ~ ~ oC" T I I-IC L o ~ O ~ ~ 18X 2S ~ I 0 o ° 1 ....,.r .rte...-• _ 0 ~ 0 -71._. _ i7, 0 0 WE 164 7 _ I 1 1 ON I I ~ I 0 ~ I I 0 I I 1 ~ ~ ~ 1 2S ~ 1 ? X25 I 1 ~ 0 ~ ~`.A,,~ti~~ ~ ~ I ~ ~ 1 ~ ~ ~ I ~ ~ I 1 ~ 40 ~ t ~ 140 , 132 I 1 I ^J .4.,, 0 125 'ti* 0 0 l 4 M A W ~ . ~ I ~ ~ ~ ~ , ~ 30 Z - Z - - 130 XIT.~ 0 Y EIS GONG n 120 120 N 3 n L o P U 1= a 110 v 110 . w:_. cv 0 1 0 2` S O ca r O O 3 100 J 100 W (n Q m N C .3 0 3 v t u c 0 m 20+00 21 +00 22+00 + T 23 00 24+00 25+00 26~ 26+00 2 /+00 28+00 29+00 CAD NUMBER 30+00 31+00 32+00 BASE-GOLD i . / RN ~ll1 I'1 F C D 7 O T 1 tl wl n e T[ +\+++IIIIIININIII/// \\\~~IIIIIIrJrrr ~ ~ r• r r v r• vnrc vnc onrr u SCALE PROJECT NUMBER HORiz. 1" = 50' HARE ROAD ARCADIS VERT. 1" = 5' DESIGNED BY PROJECT NUMBER FP&S BENCHMARK 12 Y A L SEAL o ELEVATION: 126.50 - - - - I _ MSC/MJK REEDY BRANCH SANITARY GOLO301OOlBl o PK NAIL IN PAVEMENT 19697 - 18101 ~'•FNGINEE • 9L ARCAM DRAWN BY SEWER IMPROVEMENTS DATE One Centerview Drive, SCAN 208 MSC 1 /8/2004 F~ s. q 1~~ VImisb IV, Nortt? CaMino 27,07 CHECKED BY HAM k o ll,nnnl+l+ 4L rrrr lip` Q ~ ulna t Ted 336-292-2271 faz: 336-855-5648 GOLDSBORO, NC of wn.am(lis-mcom WTR 8 24 GURLEY J ISSAC FARMS INC S INC W NEW HOPE ROAD D P OX 1661 08 5 GOLDSBORO NC 27533 12 , X33 FOR THIS SANITARY SEWER TAX !D 06-3610-85-4129 FOR THIS SANIT Y SEWER -4729 H ET 8 SEES E FP&S M .____SEE-.,SHE-"~-a~0 B x_1.3 _ . , MH-27 MN-26 MH-25 27 j _ ~ ~ MH 28 " i ~ ~i ~ i li BELFAST - PATETOWN' i~ ' ,i ~ _ „ SANITARY DISTRICT' i7~ 38 sis _.z.~r-=z3lo 179'59" 1 ~ ~ ~ ~ ~ ( i P E 10 T.C.E. ~ I ~ ( 179 ~ j ~ ~ 7 4&,_ , +00 ( 32+00 33+00 34+00 '~,35+00 36+9O~'W-'-' 37+00 38+00 9+00 40~ P.E. VARIES i; ; , - 40+00 41+00 42+00 3+ 44+00 45+00 46+00 47+00 t ` ~ _ _.___EX 6__ WATER, MAfN _ _ _ _ - _ _ __._...~__r._... Wu_.._.__.____._ - 178'2 HARE OAD SR 1570) (AS H) 6Q' R W ~ _._..__.~~r - r-- - r_. I - .__w._____ / i _ e ~ \ \ ~ ~ - - ~._-.~M._ - - .:p 7 . - .._s r ~f T _ _ ____v,.,._._..__~___, . . ~ ~i - ~M . 1 I IV J I ` i ~ I ~ ~ , N f;rr~ ! ~STN~ x-x-x-x-x-x-x- ; 1 ISTN) ; I Q C I 0 i! 1.__ t .1 .r, ~ CLF ,1 I I ti ( ( ~ I 1 1 ! 0 I i ~ 0 1 I f ~ WELL O ISTN' ~ !i ' i / N /STt~ ~Tt~l 1 STN 1 CLF o 1 ~ I/ ~ / l I I ¢ I I x ~ c I i , l ~ o ~ i ~ 1 x X i; I V' ~I ( i j , ~ 1 ' I " / I a1 r I 1 ~ WEL / 1 I I 0 ~ i I 1 WELL I 1 p I 1 I I ~ I 1 ~ o ~ ~ r 4 SEWER ~.I i I i ,I ! o X i I ! p i + Q 1 1 I I 1 X01 I 1 264 / 1 ! 1 ' I I ~ X o I o I ~ ~ SERVICE ~ ! ~ I ~ o ~ ~ ~ o ~ ~ ~ I ~ ~ ~ ! 'ri i j I ! ~ Q fl ! I I I ~ o; I 1 I 1 ! ~ i t l x ~ X I ~ i TYPICAL: - r I i o00 ~ ~ / X ' ; jk I I it ~ ~ o i 1 1 ~ { I I 1 ~ ~ I 1 1 I AO 1 ~ ! ! \ Ii I I ~ ~i fi'~ I I p I ~I 228 'i o J x . ~ ~ 218 I 236 ~ i s I` ' 0 ' 1 ' ! ! I 1 i I 302 ' 1 ~ 1 J ! ~ 292 1 1 I 286 I! 1 1 I I 1 ~ I 278 I I 1 1 I I 1 ' 196 ~ ~I 0 ,Qa X Q ; li I 1 I x i t 1 1 ~ I / o I ~k 1 11 / ~ I i I ~ t + 1 I ?8X ~ L ~ 1 x ; j i i j 0 ! l I 1 1 ~ 1 I / ~ ,I I f Q I ~ Q_ i t r 1 , r! ~ / fl I X ( i i C + `i 0 / 7 0 ~ I I 0 ~ i i I I i I t ~ ~ 1~1 , i I _ X ~ I j L / / 0 r t.~ ~ _ r I IL. I, • , I I t ~ i I I ! , ' ~ ! ~ : i i ~ ~~i fi O © ~ I I I I.~_. I I ` I 3028 1 I N r 0 ~ M r 130 ~ ~ 130 ~ ~ ~ ~ _ Z Z - EX T. 0 DV EX T. ODA E!S 0 N 0 N IP W 120 120 ~ w.~_.._. • r 110 a 110 N a N O O O N r 0 0 of o~ 100 0 100 0 W Q m N a .3 a 0 L 0 ~ W 3 m v ~ ~ U C t ° 31+00 32+00 33+00 34+00 35+00 36+00 37+00 38+00 39+00 40- m 40+00 41+00 42+00 43+00 44+00 45+00 46+00 CAD NUMBER BASE-GOLD ~ / Rev. NO. DESCRIPTION DAT DATE BY APP'D SCALE PROJECT NUMBER .~~tt1111~IH,,,. .,~lllfllllll,,. ~ .C 1 l1 /"?1 111 ~ HORIZ. 1" = 50' H ARF R~A~ N CARS, ( AKLAU13 VERT. 1" = 5' DESIGNED BY PROJECT NUMBER i . FP&S BENCHMARK 13 ~-AL _ EAL MSC/MJK REEDY BRANCH SANITARY COL030100181 ELEVATION: 124.88 19697 11 o NAIL IN PP - 18 Q " ~v: ARCADIS FPS DRAWN BY SEWER IMPROVEMENTS DATE One Comtenaew 0rn're, Suits 206 MSC 11812004 Greensboro, North CaroPna 27907 CHECKED BY Td: X36-292-2271 Fcw 336-655-5698 GOLDSBORO NC 9 OF 24 a I www.aroadis-us.com WTR ! a ~ o ~ ~ ~ 8 E 8 , ~ Q ~ Q r \ ~ y ~ t ~ ~S - ~ , ~ ~ o ~ ' 1 j 11 I ( z o ; ~ (l ~ '~:0 0 , ~ V o q j 0 j ( i r.....-~....-....~ ~ ~ _ I x ~ o 0 0 l ~k _ 1 0 0 0 ° Q ~ ' ( 1 ~ ~ ~ 0 0 0~ ` ~ ~ ~ i ; ~_.__w.. _ i y ~ ~ ~ ~ ~ ASHLEY ~ ~2p - - ARK , ] _ ~ - i ~ i ~ _ 1`i r; ; / _ - ~ n,. __r. - r,, ~ - ~ .t + , ~ ..__.--,_.-_..._.e_~ . --Eft u w ~ ? ` 00. - ~f C ti t ENE ~ ~ t kp0 ; +0 Es R - i _ ~ 5 5 w ~ . _ ~ 4 ~ 15 10 " ~ ~ ) - . GASP ~ ~ ~ _ + . H ~ . _ r _ 1 p j J ~~p 0 ~ S 115 - ~ _ _ - , ~ ~ 1 ~ ~ k ~ f . a- l' .*Q~, r' 'v' ~ , / ~ ~ r I _ __.w..._ . 1 ~ ~ n I ; ~ ~ MH-52 . FP&S BM ~1 CON T TI ~ ~}a i S RUC ON r ~e ~ , ~ + p" i : fit ~ ~ ~ ENTRANCE EXIT kp ~ 2 ,r`~ ,1` ~i _ i ~ ~ :f%f~ ~ _ CENTER POINTE P . r______.____._.._.w..~__...,.._...__.. ~ ~ ~ . ~ c , ROPERTIES LL - - ~ ~ ~ , BEST RD )PERTIES LLC ~ ~ ;k~H-53 '2,~0 _ o _ ~ w ~ a; `~fi~99:.,SUNBURST DRIVE T DRIVE i - ~ ; GOLDSBORO, NC -7534 ~ ~ti ~r-- -~75 4 ~n - ~ TAX 1D 06-3 - - 5 D~ JR LEWIS ' JOHN -49-50391 ~ ~ , ~ ~ , . ,r MH-51 __.___519 49 __50391 ~ - -:x _ - ~ , ~ ~ BEST RD ~ ~ r", . _ ~ ~ ~ r r( ~ + ~0 4`, __.1004 GUILFORD ST ~ ' ~ ~ / GOLDSBORO;. NG 27530 _ , r~ ~ - XI - - D# 06 3519 59-0416 P ~ f ~ _ ~ t ~ ~ i Ii% ~ MH-54 ~ ~k MH 50 Q / ~ ~ N ~ j ~ ; FOR THIS SANITARY SEWS R l~ 1 SEE SH EET 12 EXIST. SSMH rq. FP&S @M #22 . 120 120 Y ~ • ~ z - X~ T G XI 7• ~ 110 110 I W 3 a 0 U a 100 M N N N ~ T lp ~ 2 s 100 2 O Vl ? O X 2 N W 0 2 O 2 90 0 0 90 W Q m .3 0 L 3 N s V C 0 0+00 1+00 2+00 m 3+00 4+00 5+00 6+00 7 7+00 8+00 9+00 10+00 11+00 1 + 2 00 1 ~+OO CAD NUMBER i ~~uu~~u aEV. ?a. DESCRIPTION p! BASE-GOLD DATE BY APP'D SCALE .~J\\1, r n n ~~~~h~. ~\\1111 U^I f 111111, ~ / 1 w w ~ arm HORIZ. 1" 50' CvIYLER BEST ROAD PROJECT NUMBER _ . t VERT. 1 5 FP&S BENCHMARK 22 FP&S BENCHMARK 15 ARLAVIS DESIGNED BY PROJECT NUMBER ELEVATION: 95.71 AL = SEAL ELEVATION: 117.44 - MSC/MJK REEDY BRANCH SANITARY GOL0301001B1 SQUARE IN CONCRETE ; 19697 _ a RR SPIKE W PP 18101 ARCM M DRAWN BY SEWER IMPROVEMENTS DATE One Centenpew O6e6 Svb 208 MSC /8/2004 o ~nnnnu g lrrrrrni~i~~~ Ounabo% North Cm Am 21401 271 ~ _S6IB CHECKED BY Tiff ~-292_2 a F-l rwArcadis-m WTR GOLDSBORO, N C I 1 OF 24 BELL THOMAS F ETALS, JOHN T BELL CO 1 CUYLER BEST RD PO BOX 10761 1 GOLDSBORO, NC 27532 ;j TAX ID# 06-3610-61-1115 j ` (I ,1 i i , 1 li u ~ BAI7N BARN j II 11 ~ ,i ~ j ?I I ~i ~ I i ~ i i f ~ 1' , ASHLEY PARK i. it ~ .4 I~ ~ \ i L r . ~ i1 I~ i j ~ I I a ~ I o I f~ ~ t - ; o I z ~ s 1 1 i' it f ~ .r o FP&S ~~M #16 ~ I o ~ r m i' ~ J ~ ~ ?l _ i i 1 ' I ~ ~ 4" SE R 1 ! ~c I ~ ~4 4 I~ A ER ~ ~ ! o r r ~ N o~ i' SER111 E . I I 2~ S ~`i i E ER I ~ j ' QUA1L WOOD GARDEN ~ I r ov_ TYPIC ~ ~ i ~ ? f ~ APARTMENTS ~ 0 I I ~ z CB CB I ~ PECAN TREES I ( 0 I ~ ~ - - 0 -o-~ I / 1 1 't a ASPH I ~ IP ~ EIP { Flfi, I 4V W - _ _ _ 8- r. ' - - 1 1 ~ ~ 1 115 FH FH ' ~ I I 9 ~ - / SAN SAN Sul -'-SAN "FM - - - r T 1 5 . - -r--._.. . - L Ex. - - - - - N'FM --r-- W__._ . W - ---.-W. Wl.._-___.. W_. W W _y..._..-~ ,.......-,,.......J ~:_m.._..-.__~,~L_~_._~_.._______..._._.~..____~_____ CUYLER BEST ROAD (SR 1565) (ASPH) n n ~ II ~TVV. ~ __s, _ _y.._ T ~ T ~ _ r ~y.. _ ___.,._.v. - 2 R 72•' R Ep rPED - - - - 1 I F V 1 43 ~ ~ ~ V ~ A!L ENC x T x - - - - X67 ~ (i I O ~ I I I n 10 T, 1~ X I''y ~ i I X 1 3 ~ - - ~ \ I ~ x ~ ~ I i I - _ _ I i w_~. MH-55 a.. I ~ - I I I i ~ _MH-57 ~ I _ ~ I I LEWIS JOHN D JR BEST RD ~ ~ I i I I f! i i i i ! i x I I MH-54 1004 GUILFORD ST ~ ~ t 'I -56 I I I I MH-58 i~ I ~ GOLDSBORO, NC 27530 x p 0 ¢ GORY DALE & WIFE i i BE TON GRE i r I~ I ~ . _ , o ~ _ _ ~U1L1 N~ LCOLM R JR & W TAX 1D 06-3519 59-3608 ~ ~ # o r v~ v, ~ . V I I 1588 CUYLER BEST RD x 1 I ~ t ~ I ~ o o ~ ~~_..15 i~t~YLER BEST RD ',f FOR THIS SANITARY SEWER ~ ~ 50 ~~CUI'LER BEST RD ~ i 1588 CUYLER BEST '~S I I ;i I i SEE SHEET 11 0, p c ~ ` I I GOLDSBORO NC 27 4 ! I FOR THIS SANITARY SEWER ~ I i ~ ~ i I I I T X ID# 06- - -0184 I I 1588 SEE SHEET 13 I `t QL BORO NC 27534 I ~ ~ ~ ~ r ; , , I t t 550 ~ p r cn Z ~ 0 ~ TA 1~ X06-3519-59-882& 1550 I I ! ~ .-"'o 0 ~ ~ 0 I I I I .I I I I i ~ c~ 0o D ~ _ ~ r I ^h SMITH FRANCES B HOWELL ~ I ~ ~ ~ ' I I 1600 CUYLER BEST RD I f I 325 SAND HILL RO ' 1 U 2 c~ -p C,d ~ ASNEVILLE NC 28806 ~l -p ~ 4''~ ~ TAX ID# 06-3610-60-3029 Cfl C PENTECOSTA 1600 C r~ ~II' RT f rn! ncF f r N ap cV r r' T i 120 ~ ~ ~ 1 > 20 ~ I ~ zz EIS ~ R AO A E Sr G 0 110 110 0 N D Pr NK 0 N a~ 3 v r 1 M 0 U E 12 ~ 1 100 N 100 0 0 a N r O O N 90 0 90 J W Q CD N C 3 ° L L 3 s U C ° 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 1+ m 2 00 T 2200 2300 2400 2500 2600 27+00 28+00 CAD NUMBER N N BASE-GOLD ~ REV. NO. DESCRIPTION . `~UNUiN~i~~,, ,tllllflll111N1. . N DATE BY APP'D SCALE PROJECT NUMBER ~ 1 ~1~ unai~ = Fns r`I IVI ~p Q~CT R(l~fl -\\A CAJ~04 VV I LLI\ La 1 iwnv AKLAUDo VERT, 1" = 5DESIGNED BY PROJECj FM ° ° EP&S BENCHMARK 16 L - EAL ELEVATION: 116.79 MSC/MJK REEDY BRANCH SANITARY GOL0DRAWN BY CIS FPS SEWER IMPROVEMENTS One Centenriew Drive, Sine 208 ° RR SPIKE IN PP 19697 18101 MSC 1/8Greensboro, North Carolina 27407 CHECKED BY ~F ~o s. cP q HAM~~ V 11 1 l/Jllfl lllilti1 Tel: 336-292-2271 FcDc 336-855-5648 12 www.arcadis-us.com WTR GOLDSBORO, NC g~ i Q 0 1 ~ L a BELL THOMAS F ETALS, JOHN T BELL CO CUYLER BEST RD PO BOX 10761 GOLDSBORO, NC 27532 ALLEN LAWRENCE C & ~RENCE C & WIFE LORI TAX ID# 06-3610-61-1115 CUYLER BEST YLER BEST RD ~ , u „ ~ ~ ~ 610 PARK A I 0 1 10 PARK AVE ~ i i ~ ~i S # 1 o cO~DSeORO, Nc ; >BORO, NC ;,27530 i ~ ~ ~ TAX I , 06-3610- ~I I Q# ~ ~ 9 06-3610-61-6566 FOR THIS SANITARY SEWER " _ `I ~ I i o o°o°o°oo°o°o ~ ~ ' _ ' EE SHEET 14 1i ~ ~ ~ , i / , ~ 11 ~ ~ , ~ ~ ~ / i i. ~ ~ ~ I ~ , ~ / I. i ,CY . , s f t..... ~ ~ QUAILWOOD GARDEN ` ` I ~ .~.1~H-62 . ` APARTMENTS _ _ ~ 1 r~o~ , , CONSTRUCTION ~ ~ ii { s ~ , p ~ A R ~ `i p o 0 0 0 ~ I 1 E ER ? ~ PROP.; 12 WATER MAIN ENTRA CE/ ITS _ , ' ~ K ~ ~ ' ' ' QUAILWOOD GARDEN ` SEE S EET 18 - ~ ~ ~ T•c•~ ~ 10 ! I AP T TS SAN. SEWER i AR MEN iI - PUMPING ' j ii ! -o- STATION ~ ASPN 115 ' ~ ~ ~ , ~ rELEPHON g E Q 40+00 ti. I ~ F BOX . °.---4f+Op FH - - - ` ~ o EX. 3" FORCE MAIN - - - - ' . 4~, ~ DIRT /TPED 10+00 12+ ; , -~.,-_._..i _ _ r... ~ . ,r ~ - _ ~;y , ~ _..ww_ n _ ~ - - _ - - . F _ _ r _.m~._ .„r...-~.. t__v..._.. - _ _ J.,..».....-.,. ~..,.J ~ 1 ~ 115 32+4~~ ~ 33+( ,_..-m,._J f~ ~ ~ ._...W~.._....,__._.__..__.-,....___-..._. G ,,.M-__..~_. D ~ I I x - IRT~ i ~ r STN ~ ~ lSTN 1 SF-- F Sr SF SF SF SFk- SF-'r SF -SF SF SF SF 1 \ TPED ~ 1 _.._._r.-.__. ~ r- - ; - - ---~--1- ~ - -~~-1-- -r-'~- w ~ 1 '23~~ i r I - - - - - - - r M 1 1 - - 't 24 STEED. ENCA~EMEI~T ~ . I I „ W LL ~ i L~ I S 1 ; ~ ~ l ~ EVIE s ~ I o I i o I AL r - _ _ _ ~ ti ~ - _ , ~ MH-58 f~ ~ I ~ , ~ i x i I ~ ~ i ~ / / ~~i ~ / r _ I 'i i' o l i ~ l ~ ~ / i i ' ~ x ~ FP.~S BM X17 MH 5 ~ I ~ MH-59 ~ MM-60 ~ , ~ ~ i ' i ~ i , i 1 t - i~--i ~ THI ANITARY SEWER ~ i NT sT ~ ~ FOR S S , , ~ 1 ~ ~ ~ ~ I CHRlS 588 SEE SHEET 12 i SSEMBLI I EUI , ' ~ 1~ -~5~... i I GODBEY ROBB E - BOBBIE EUGER(E ~ - - - _ - - _ ~ - 1 , P. ~ I ~ 1.718 CUYLER BEST JYLER BEST RD'~, = r .G~ ~ ~ - h SMITH FRANCES B HOWELL ~ I 's PO BOX 1316 1600 CUYLER BEST RD ~ I - / ~ r , BOX 1316 - ~ _ _ ~ , I GOLDSBORO, NC 2i 325 SAND HILL RD ~ TAX I~ 06-3 - ORO, NC 27533 ~ / _ r , _ 1~ ASHEVILLE, NC 28806 6_3 - u_--- - . TEMPORARY SMALL SEDIMENT TRAP SEE S TAX ID# 06-3610-60-3029 SEE SHEET 18 FOR DETAILED WATER ~ LENGTH = 48.5' SYSTE SYSTEM DESIGN IN THIS AREA C PENTECOSTAL CHRISTIAN ASSEMBLI y~p~ = 12' 1600 CUYLER BEST RD I = 4' WE R RT 16 BEST RD GOLDS80R0 NC 27534 TAX ID# 06-3610-60-6241 n 130 130 o - I Z N t ~ Z O ~ I 2 120 120 > UN ~ PI E 7 LE 3 v v v r 19 110 a 110 N N ca _ 1 O ter:.:. r. 0 0 ~i o~ 100 100 0 J z W U7 Q ~ W m W N O~ C U 3 0 Z L Z t W 3 N s V C 7+ 0 38+00 39+00 40+00 CAD NUMBER 34+00 35+00 36+00 3 0 ° 29+00 30+00 31+00 32+00 33+ 26+00 27+00 28+00 m i3+00 GOLUS101 u Rev. NO. DESCRIPTION t I P T I 0 N DATE BY APP'D SCALE PROJECT NUMBER HORIZ. 1" = 50' CUYLER BEST ROAD ~ ,~1U111111111,,' ' ,~ttt111111N,,r,. \A AR o 1101 VtK I. 1 = ~ DESIGNED BY PROJECT NUMBER REEDY BRANCH SANITARY MSC GOL0301001B1 o FP&S BENCHMARK 17 - = AL SEAL ELEVATION: 115.35 19697 $ o NAIL IN PP DRAWN BY DATE o '•.,F,y EEC; ~ v : ; 9L'•., ~ MCM FPS MSC SEWER IMPROVEMENTS 111812004 One Centerview Drive, Suite 208 Gmwnsbm. North Carolina 27407 CHECKED BY u rn1;1IW Tel: 336-292-2271 Fmc 336-655-5648 GOLDSBORO, NC 13 OF 24 WTR I I 0 www.arcadis-uscom L a I ' ;I U ! ~ i ~ ~ ~ ~ I ki I ltl I ~ f` i I .1 MH-&7 it ALLEN LAWRENCE C & WIFE LORI ~ FOR THIS SANITARY SEWER i , P~ CUYLER BEST RD F FP&S BM #18 ~ ~ EE SHEET 15 ~ ~ ~ THI ANITARY SEWER . ,54~ FO,R S S GOLDSBORO, NC 27530 ~ i SEE SHEET 13 - ~ ~ TAX ID# 06-3610- 71-3058 i .r-- F ~ ~ , P&S BM #19 ~ ~ i .Q x , - - MH-62 _ O o h ~ ~ ~ In . ~ ~ t ~ MN-63 J'~ I ~ ~ F MH 6 I PR . 12 WATER MAIN .~ti ~ ~ ~ CONST~UCTIgry~` 6 , SIGN ~ ( , SEE SHE~1`"1$ r ~ti I` WBO ~ ~ ~ + ENTRANCE IT ~ ,EX ~..v .__._-__._.r-.__.._ MH-64 MH-6 ~ ; ' ` f 5 ~ ~ f~ Ct, ~ ~ ~ ! ~ +00 1 I ~H-64 52 ; ~ + ~ ~ ~ 12+ ~ f 0 ~r ~ , +oo P.E. VARfES,,.,., } ~ , ~ _ r...~:- - .,EQ.,.,,,~----_.._ ` M RKER 43+00 " ELEC - METER 5 _ i i ~ 4 ~ + f 44+00 ~ 1 - _ 15 p ~ 45+00 AGNOLI ~ -r. f' l 1 T i ~6 ~II 00 CPED ~ 47+001 48+00 f~' ~ ~ 36" Cp 4: 1 ~ , 5 ) 1+Op,r ~I 65 ff . 'T _ W - . v~nav avn RRo SR ~ _ . 20+p0 T OPTIC IBER , _ OAD ~ ~ - R AR _ _ o 9+0 EE~3-- - i SPH) C TPE 'S _ , ,l i, , : T - .r _ _ r,....- . _ " - , W ~ I ~ l-._ ~ _ - - .F.. . ~ w.- 1. . ~ _~r.~__. , _ , ~..~-y ~ 4 _ - .v ~ _ ~ srN I . -~-w._ t. ~ _ t - .r ~--.J.- ~ m MH-7 \ ~ w. _ _ . I I . lip - .11yA~ z,..._~,_ 3 _.~r ~ _ _ = w°' `~~.T_ I - _ . ~ f N - ~ , - r f _ - - z _ ~ - . _ ~ ~ I f I - . , - r _ ~ f _ I - ' ! i i i ,1 i j 1; , - ~ ~ ; . - - ~ 1 I r~- ~ f / I I I i' l I FOR THIS SANITARY SEWER ; I' _ _r__._._ r I p r- ~ ~ ; SEE SHEET 16 ~ s a, Z , ' ~ I t - ~ ~ 4 SEWER RPR ~Dla --OfiN~TR"ACT01 I - o ,i~~..__ - _ _ - ;fiN~TR"ACTOR~~TO~ ~ _ 1 - ~ SERVICE ~lRMINE IF BORING 1 - -DL~E r f 1738 p ~ ~ o IF BORING TUNNELING MH 74 ~ ~ z ti2o TYPICAL OF SANITARY SEWER tY SEWER NEEDED ~ ~ o ~ , j v ~ I ~ n I DURING CONSTRUCTI01 x~X ~ ~ x 0 ~ I 1802 i VSTRUCTION TO m STRICKLANO ROBER~f W & f ~ o I , PROTECT TREES. SEES. ' ' _ m~ BEST PROPERTIES INC + ~ ~ o k~-- I . ? I i ~ Qp I i W NEW' HOPE ROAD ~ ~D ~ I r _ ~ , ~ I , ~O PO-'BOX 10085 ~ _ I ~ o ~ © SEE SHEET 18 FOR DETAILED I ~__I 2 DETAILED WATER GOLD ~80R0 NC 27532 ~ ~ ' ` M I N IN THIS AREI SYSTE DES G } ~ ~ THIS AREA TAX IDS,, 06-3610-80-6536 ~ ~y ~ ~ r 'I O I, p 0 W `1 v ~ '1 'I ~I 1~ ,,1 ; I` ~ ' t , 00 M 0 130 N 130 + + ~ i o > ~ EX ST ROD A 120 120 3 v 0 V 110 110 o ~N, N o o. 0 0 a N r O O 7 100 100 a J 0 W Q m ° .3 0 L L 3 S U C ° 40+00 41 +00 42+00 43+00 44+00 45+00 46+00 47+00 m 48+00 49+00 50+00 51+00 52+00 53+00 CAD NUMBER BASE-GOLD ° ~ ~ aEV.tvo. DESCRIPTION N DATE BY APP'D SCALE PROJECT NUMBER .~,~111111,,. ,~ulllliti ~ r l 1'~l unRi~ . 5n' C'.I IYI FR RF~T Rf1An ~N A"oz CIS AKLAUDo VERT. 1" = 5' DESIGNED BY PROJECT NUMBER rQ o - o FP&S BENCHMARK 18 FP&S BENCHMARK 19 = = EAL _ SEAL MSC/MJK REEDY BRANCH SANITARY GOL030100181 ELEVATION: 124.35 ELEVATION: 122.91 _ o NAIL IN PP NAIL IN PP 19691 1 g DRAWN BY DATE MWIS FPS SEWER IMPROVEMENTS 1/8/2004 '•FNGINEE~•: ,y One Centerview Drive Suite 208 MSC Grewosbm. North Carolina 27,07 CHECKED BY //1lllHAM\V Ted 338-292-2211 Fay 336-855-5648 GOLDSBORO, NC 14 OF 24 I 0 www.arcacris-us.com WTR L a so ~ , k ' \ I i' 0 o M t I PROP. 12 WATER AIN j . ~ P, k q~ r SEE SHEET 1$ < ,r FN a I ~ I ~ ~ II ~ ; ~ ~F II 11 FOR THI SANITARY SEWER ~ c tip` '4 D 6' ~F` C' 1( ~ ~ ~ F SEES ET 14 iaSO ~ p 6 A ti, I I / I ~ 0 y~A~ 1 1 I ~ ~ s 0'~'~~j-c~ i I I _ Q ~ oo ~1! L F A MH-6fi ~ F ~ t t ~ ',I I N > S~ ! 1 cr 1 1 ~ ; ~ p s ~ . ~ , ~ 1 1 r ~ I ~r I I~ I ;r Leo ! ~ ~ i ' , FP&S BM #19 18 STEEL ENCASEMENT ~ I ~'1 < o. _ E , , V ~ I_ ~ ..52- . 1 ~ ~ . _ _ _ ~ S k w - - . o ~ l ~ i T ~ p „ ~t ~a ~ ~ ~o, _ ~ .C,E. i' / ~ =V W ~ ~ ~ ,~`~'U'i'06 Q, P E t 59+00 s 2 l" ~ ~ j ( ~ ~s3+ ORE ~ ;cam 0 00 00 EW . OPF . _ _ P 16 r.~ ~k EX,-~ 5 . ~ . - .SF - _SF~ _ TSB 25 IP W pA0 ~ _ _ so R SR Fy ~ . MH-73 y T,G:E VAR1E'S X163 ~ ~ • ~ /W 1 36 _ ~0 l - oo ` _ r , O ~ t ~ V _ ~ - 0 63 - _ ~ - E w w ,m_. ~ 1 ~ - ~ . ~ ~ k r _ ~ ' v y ..~7~~tr% ~ ~ _ . , 0 ~ s _ 4~~ ~ II a _ _ _ , ~ r , ~ MH-69 f~- , ti , t 1~. NIIa 0 ~ ~ ~ ~ _ . '..may, PK. NAIL.. . o % i • - I ~ E/ _ I _ PURNELL FRANK HENRY ; -Sf i s. u, ,q. ~ WNEWH 90,, OPE ROAD 1509 PAL ~ sr P CONSTRUC . f,_ , GOLDSBORO, NC 27530 TAX !D - . # 06 310-92-&854 , , , . ~ , ~ f , ENTRANCE/EXIT , ~ ' ~ MH-68 MH-71 f, ~ , , - ~ ~ - . , ; ~ . i,! , . . . .-im, CONSTy UC110N r - - , ~ . _ . PERRY REAL ESTATE GROUP LLC MH-74 ~ . ' ENTRANCE ~EJ(CT`~~::-- . W l~EW HOPE ROA ~ MH-72 F:: ~ PO BOX E ~o _ ~ - - . , GOLDSBORO NC 27533 FOR THIS S ~ ' ~ ` , ~ ,YS R TAX ID 06- - - # , 3610 83 9018 " SEE SHEET r1 't - ri' ,t ~ i,'3 -o. ~ << ,I; , ~ o>, . us ~ o, 130 ~ ~ ~z - 130 ~ - is . 120 5 R P 4 R P 120 2 0 3 o g ~ - a 110 rn a 110 N O d' • O O N O O o~ 100 100 O I w N Q ~ D] N ~ U .3 o W L 3 W v r v c ° 52+00 53+00 4+ 5 00 55+00 56+00 7+ m 5 00 58+00 59+00 60+0 0 61+00 62+00 63+00 64+00 65+00 + CAD NUMBER 66 00 67+00 BASE-GOLD Rev. NO. DESCRIPTION N DATE BY APP'D /jam ' ~ w ' ~ ' w SCALE PROJECT NUMBER ~~~NU~~u~rrNrr,_ ~~`II11111111/rl ~ CARo4 ~;•'F St . Q FP&S BENCHMARK 19 e AKLAVIN VERT. 1° = 5' DESIGNED BY PROdNEBR MSC/MJK REEDY BRANCH SANITARY G0LDRAWN BY MWIS FPS S : - AL ELEVATION: 122.91 _ EA~ _ NAIL IN PP 19697 _ 18101 SEWER IMPROVEMENTS 1/Greensboro, Noft Carolina 27407 CHECKED BY One Centsnew Or* Suits 208 MSC Fc S. cPL q ygW1. Tel: 338-292-2211 Fax X36-855-5648 GOLDSBORO, NC 15 www.arcadis-us.com WTR 1 a . ~ - I I ~ ~ ~ P ~ sJ ~ ~ h Ory - v~~~ ~ i I, ry~ ~ 0 0 o 0 + PQ'. ~ 0 ~ _ N ~ ~ ~ 7 f ~ ~ ~ 0 o . ~ I,~ i/ ~ 7 1 ` W ~~0 ~ ~ r ~ ~ o o ~ a I' j ~ ^ _ 1 i~ r Q ~ o`° ~ ~ I r i ! rf I Z W 0 ~ i FOR THIS SANITARY SEWER ; i ; a ~ ~ a SEE SHEET 15 ' ~ ~ 4 ; , ;i - ~ CONSTRUCTION m W v ~ ~ ti ~ I XIT a ~ ENTRANCE/E ~ MW-68 , J ~ 4,i1 i Z ~ ~ ' ' o ~ ti~ r, I ~ a ® ~ - _ 00 ~ I I i~9~ `1` ~ ~ i + + aIS`~.. ) ' ~ ' ~ 18 STEEL_.ENCASEMENT ~ ~ s'_..._. ~ , , - - _ ` 1 _ . _ _ ss . _v ~ e~.._~._ _ r' . i _ , ~ _ I . I T ~ T _ __.._r--_ T r ` w _ _ - _ r . . 1, _ _ SR 1003 - ~ - _ -_y._~ - OAD ( _ _ NEW NOP , . ~ r _ ~ E w _ _ L . G yy . ~__.n~ ~ 6+Q1 0 .r.__ - m ° . ~ CB _ „-r~•----"'-.._ - 4+00 BOX ` Z . 3 . 0 h~5 ____~w~ _w9=~"_ P.E VARIES in m . nr ~ ~ ~ 171'12 ~ 10 T.C.E. ~ ~ 1 t r _ ~ PIT o ~ ~ ox , q ,,r- ~ o ~'s- 30' T.C.E. O O~ w x ~ ~ ~ ~ d % a.~ W ! E. GODS ~ ~'Q ~ ~ ~d~ MH-74 MH-7fi % ~~cL~ o ~a MH-75 i ~ ~ ? ~ MH-67 r o- ~ . ~ ~ r FOR THIS SANITARY SEWER voc~~o ~ ~ o ~ ~ ~ c9 0 7 SEE SH T 1 aoo + V ~ a ~ 2 ~ o FP&S BM #19 MH-73 ' ~ 3 0 _ o ~ MH ,66 Q n ~ o o 2 ~ ~ ! ~ N A EMENT ~ 18 STEEL E C S FOR THIS SANITARY SEWER ~ ; i' ~ ~ SEE SHEET 14 ~ ~ o' , . n I'? o ~p PROP. WATER MAI ; o , + I~ ~ I, SEE SHEET 18 ~ i ; ~ N ,I ~ A 1~` i l l'~h T i 140 140 i n a m N ~ m~ . 130 + 130 ~ ~ ~ _ Z ~ - _ Z z > - EIS EIS 3 v ° EIS EIS GO LE E 120 120 E 6"WTE MIN cv ~ T LE N F N 0 0 6"RP cv 8 r 0 o rs N N 110 o~ 110 • A EN I 0 .2 0 I O ~ w Q ~ m c .3 0 L 0 L 3 s U C O,T,~O 1..00 CAD NUMBER ° 1 +00 2+00 3+00 4+00 5+0 0+00 m + ~+oo a+oo s+oo 6 00 BASE-GOLD T ~ Rev. NO. D E S C R I P T I O N N DATE BY APP'D SCALE PROJECT NUMBER 1 ~ 111 ~ HORIZ. 1" = 50' NEW HOPE ROAD VERT. 1° = 5' -\\A of ARO pm AKLAL)13 DESIGNED BY PROJECT NUMBER Q ~ ••FE rQ FP&S BENCHMARK 19 - EAL o SEAL MSC/MJK REEDY BRANCH SANITARY GOL0301001B1 ELEVATION: 122.91 - 19697 - 18101 DRAWN BY SEWER IMPROVEMENTS DATE o NAIL IN PP qRCApIS FPS 11812004 MSC One Centatvieww Drive, Suite 208 Greensbao, North Carolino 27407 CHECKED BY cNV q HAWV Tek 336-292-2271 F= 336-855-5648 GOLDSBORO, NC 16 OF 24 rrlJrrrun l 0 WTR www.arcads-us,com L a \ ~y _ _ s _ A 4 ~ ~i rt, ~ I f 0 + i 0 ti ~ f ~ ~ r i t ° ° X,~ X- o° -X ~ 525 0 ? -x-~ ° 1 ° _ I i ` o - ~ ° 523 ~ Q Q ~ ~ ~ x i ~ ~ ~ Q ~ lid x o ~ ~ x ~ ° ~ °oo ~ x x t °000 } 'i!~ o E ~ W f x v 1 ~ 1 SE C r' ~ ~ x ~ Q - Q i ~ ~ ~ x ~ 1 I W / I { 1 1 _ Q { 1 (11 N ! I I I _ I ~1 1 ~ R/w i w~t~ ~ _ ~ I A I ~ I ~ I i III i r. - , ~ I I - rpEQ ~ I I ~ p x ` MH-80 i I ~ ~ T , . , a T .r ~ W ~ ~ W - FN 1 I k~\ ? ~ ~srNr ~ , ( e - ~ G ~ ~4_ --T-_.r~.`, ~ WOODS PK NAIL _ _ _Y ti T - iii` . v-__ ir.. , - - _ NE --....,.,...,.,„WATER M - ~ NE Arne W HOp . - - _ !i ._ti E Oq .,.__T__ R ` _ t - -_._w.._ sp' R/W-~~ 3~ . _~.__.r.. +oo _ R 1 T ,~1a~ ASPH ~ - n - - ~ 0 0 - r _ w ~00- 11 ENOE ~ / 1~ S1 i I F.E. EIP "1$+00_ ~9+00 .---^~'E1P ~ STN ';I MH-77 VARIES - I « WATER FP S BM ° 10 j ~ I WER , I ~ ~ TO MH-76 I I ~f ~E 514 I ~ I I l` ~ I ~ f MH-78 I ,'I I I f FOR THI ANI S TAR SEWER I i SEE SHE 16 I FP&S BM 21 I i MH- # f 79 ~ CONSTRUCTION ~ _ I I I ENTRANCE. EXIT ~ I , ~ I L I I _ I I I i t II I I I I - f 0 M 140 N ' 140 ~ i z i R A A N 130 XI T. GR 130 N 3 0 V N 4 C LF 120 a N N O 120 O O N r 0 0 r o~ 110 0 a W 110 Q m .3 0 O m 3 v s 90 V C 0 8+00 9+ 00 10+DO 11+00 12+00 13+00 14+00 90 15+00 16+00 17+00 18+00 19+00 20+00 CAD NUM 21+00 BER . o~.,..~ _ BASE-GOLD ^v u r-a V K l t' I I O N ttttt t U l l l l t ttf,, 1141111 1111!1!/, N DATE BY APP'D SCALE CARP a ISM PROJECT NUMBER o pFESSI FP&S :Q 9 BENCHMARK 20 FP &S BENCHMARK 21 _ Pw ARCADIS VERT. 1" = 5' DESIGNED BY PROJECT NUMBER a ELEVATION: 129.19 ELEVATION: 139.48 AL EAL " NAIL IN PP NAIL IN PP - 19697 _ MSC/MJK REEDY BRANCH SANITARY GOL0301001 18101 B1 MMIS DRAWN BY SEWER IMPROVEMENTS DATE One Centenriaw Drive, Sude 208 MSC 11812004 HAM L ~mllllnl ~ SIC) 1.111 Greensboro, North Carolina 27407 Tel. 336-292-2271 Fax: 336-855-5648 CHECKED BY 1~ www.afcadis-us.com WTR 17 of 24 GOLDSBORO, NC I ORIZ. 1" = 50' NEW HOPE ROAD CUYLER BEST RD PO BOX 10761 ~ GOLDSBORO, NC 27532 ALLEN LA WRENCE C & WIFE LORI _ TAX ID# 06-3610-61-1115 CUYLER BEST RD LORI i ~ ~ 610 PARK AVE , ,r ° 5.~1t .i ~ it CONSTR ~ CTION ~ ~ ~ ~ ~ i! „ ° ; GO DSBORO NC 127530 ;I ~ ~ li i TAX Id 06-3610-' 1-6566 i i ~,ENTRANCE~~(EXIT ~ ~ ~I ~ ° ~2 PLCS r_~r ,F ~ ~ ~ o°ooo° {i i °ooooo0o r' 4 ~ ~ i r ~ ~ , , , ~ , II sI ~ r 0,, I }j ' i y' I i i , - t , , , , i _ I, it i j~ it 7 +i l \h i i i / S'T.A 10+90 I' ~i ~ QUAILWOOD ~ ~ ~ ~ t ~ ~ STA 0+00 GARDEN ! ~ ' ~ _ APARTMENTS s ~ ~ PR .FIRE HYDR ~NT - A - RE ilE ~RLUG~ i »o~ ~ ASSEMBLY°--T ~ ~ YPE 2 , p - F ~t. / 6 GATE VALE & `f 9 ! `f A ER C ECT PROP. ~2 ~ I I ' ao ~ r b_ w r E ER ~ ~ j I QUAILWOOD GARDEN ° ~ 1 I . \ : ~ '`~ti ; - . ~ 6 DI~-HYDRANT,.LEG ~ z I r,,i ~ 20 OFF EP ~ ~I ! APARTMENTS sAN. s w i ' i~ ~ E ER S % r 40 T.C.E. I' i _ PUMPING ~ ZOO LF -200 LF 1~ RJ WA MAIN ~ , _ ~ ~ , - _ I I I ~ STATION ± ~ ~ ' ! I ASPH ~ i 15 1 ~ ~ ~ i P.E. (VARIES) _ ~ l - ~ ~ - TELEPHON 38+00 39+ D-~ ` W ~ ~ ~ 1 BOX , 40+00 W ~ _ OFF EP ' ` EX. 3" FORCE MAIN ° _ - - - w.- - - - - ~7fN'FM - - - 4-FOt~- - - - 4 - T 10 _ ~ DIRT % PED ` * +00 12 V1 .v - - '7+'tlb- _ 0 6+00 . _ W ~ yy _ _ ._r--___-_ ~ _ _T t. --->~vT r _ ..------~--T 6+00 - ~ - t____._._ _ _ _ _ ~ _ o !I ~II r'".. ~ ' O ~ ~s _ T. ' N r- _ . _ w.__T____.~....... ' f 115 . r ~ t Q ;a + I 32+.U0 33+00-_-._._~_..._.-._--° x - T IRS ~I F Sr SF-- rf~= ~ ~ ~ i ~ STN ~ /STN J x - - SFrSF - ~ 1 '23" II I - - - SF -SF I cr I I \ `r --f - 'SF SF SF ` SF SF ~ ~ ~ TPED ~ ~ W ---f ---~--1- ~ ~ ~ Z ~ - 1 ~ _ - - J ~ - I I 't I I ``=,STA 4+90 ~ , U ~ - , P SIBM 17 CON R TO LOCATE I , o I PROP. FIRE HYDR ~ NT ~ h- FOR THIS SANITARY SEWER .,i.,--_-~ ' - Q " I I I ~ r ~ I 1 x EXISTING 3 FORCE MAIN I ~ I ASSEMBLY--TYPE ~ ~ , I ~ 4 ~ ~ VERTICALLY & HORIZONTALLY l~ ~ ° I ~ ~ ~ ~ " SEE SHEET 13 ~_.._.~.__w--_.w_..~._...... ~ i ~ ~ _ - / ~ ~ x , _ ~ GATE VALVE FROM STA 0+00 TO STA 3+00. !I i ~ - \ ` " ~ ~ ~ ~i I ~ 6 DI HYDRANT LLIG / i \ _ RPR AND CONTRACTOR TO i~~' I ~ " ;1 I I , I . ~ / ~~1~ / l DETERMINE IF 3 REPLACEMENT ; ; I ENTECOSr I , ~ I CHRISTIAN 1 ` DIP REQUIRED. . , , II ~ SSEMBLIE I ;I GODBEY ROBBIE EUGENE ~ ~ ~ 1s718 CUYLER BEST RD'~: . / i ' SMITH FRANCES B HOWELL I I ~ _ , r , r., 1600 CUYLER BEST RD ~ TEMPOR Y SEDIMEN AP PO BOX 1316 `F., ~ GO DSBORO N . / ~ - w r f % , _ . . - ~ 325 SAND HILL RD LEN TH > C 27533 G 8.5 TAX ID, 06-3610-60-9416 f .r . y ASHEVILLE, NC 28806 _ WIDTH - 12 TAX ID# 06-3610-60-3029 , WEIR = 4 C PENTECOSTAL CHRISTIAN ASSEMBLI 1600 CUYLER BEST RD RT 16 BEST RD GOLDSBORO, NC 27534 WI ( ! ~ ' ti + ~ j i ~ FOR THIS SANITARY SEWER ~ ! ' - ALLEN LAWRENCE C & WIFE LORI ¢ I-~ SEE SHE T 1 ~ t ~,'i CUYLER BEST RD FPdcS B , FP M E 5 , dcS 8 X18 ._.1 ; ~ 610 PARK AVE 4 GOLDSBORO NC 27530 - _ _ r - TAX ID# 06-3610-71-3058 STA 23+80 REMOVE PLUG ~ ; ? , " - _ 4i o 1~ t ~ ] f i A NNEC P. 12 AT~~t MAIL.. _ _ • x o- . - n Q ~ Vla { ~ " , o ~ ~,a ~ 3 , = FOR THIS SANITARY SEWER y' ~ ~ ~ ~ ~ ~ l I r 1 i ~ ~ i Ir SEE SHEET 14 _ z ~ - - _ ~ ^ ~ i~ . Y i ~ ' ~ slcN ~ ; ~ ; CONSTRUCTI01~ R1 21 OFF r EP ~~6 v o ; ; ~ B~ ~ A N A E TR ,NCE~XIT ~ ~ - _ ~ _ V1 - - - i ~ ` / 1 i I • ~ 3 PLCS % ~ D oo _ ~0 T.C,E, 1180 LF - 12 RJ ATER MAIN +oo P.E y- N ARIES ~ I + ~ M RKER 43+00 1.., ~ ELEC 51 ~ 1 _ ~ 1 METER ' ~ 44+00 ~ ~ u 23 OFF EP ~ 50 , ..~2'3'~D - ~ i l~ 1 = ~ + } 1,74 5 _ . ?3 OFF EP ~ l. 0 __.r.. ~ _ ~ _ I A6NOLI • ~ _ as m - _ - d - ' 48+00 _ ~ ~ ~ 5 ~ 36~ CPI ! 1+00 ---~j - 6 ~ . AD l _ - . - _ aV0 pR~~ Tic oo - 5 FIBER OP 20+ _ SR ~ _ ~ ._.F ~ 4 MARKER - S'( RO ~ ~ - o . _ „I, T w. ~ ~ - - c _,~.---~~~Z . , j S , - _ p , - pO ~ _ W ~ _ _ . - _ - ~ - _ _.-w,W _ r. - , ~ J 3 ~ p - STN ~ . . , r ~ - F , _z.~_ - 0 ~ . _ 10 m - - ~ ~~Q - _ _ m I _ - - } , , .r ; _ . ~ ~ T - I _ ~ r ~ I ! - ~ - , t~ ~ I } ' T - , ~ I I f - I ~ ~ r. o - . - - t - D- _ ~ I 4 SE - , E ° SERVIC ~ ~ r I _ N I ° ~ t FOR THI ANITA ~i' S S RY SEWER I I 1 I 1 r r i I SEE SHEET 16 j`; . ~ . ~ F o r~' r i RPR ~I~a~CONTRACTI _ ~ ~ , - Z .1 CONTRACTOR T0~ ~ . ~ J _ . - r r. ~ y"DETERMINE IF BORINt 1 rn i IF BORING TUNNELING~~ i`~, ~ 0 I` ~ r 1138 O r 12 ; r , r ° OF SANITARY SEWER CRY SEWER NEEDED 1, _ 3 / x 1764 ~ ~ _ ~ ti r x_.._x ~ DURING CONSTRUCTI( o % r ~ x q I ~so2 1 INSTRUCTION TO 1{ j'. ~ i STRICKLAfV~ ROBERT W & h' ~ 4 1 ' ~ ° ~ PROTECT TREES. o , ~ + Q I . _ I TREES. BEST PROPERTIES INC ! m~ ~ , _ I w I ~ , W NEB' HOPE ROAD ~ ~ ;h ~ r ~ STA 16+90 m - ' r ~ 1 Pg-~ BOX ~ 0085 ~ w ~ ' I ~ ° ~`__I o PROP. FIRE HYDRANT GOLD~`BORO NC 27532 ' ' 4 t ' ~l > ° ASSEMBLY-TYPE 2 .3 1 " TAX ID 06-3610-80-6536 ` ~ a 6 GATE VALVE & ~ ~ ° ! 6" DI HYDRANT LEG Q ' ~ O p 3 1+ W N ~ ~ 1, ,,i'€ ? ~I~: , t u 0 L m T PROJECT NUMBER a N N GOL0301-001-B1 ~ REV. NO. DESCRIPTION DATI DATE BY APP'D ' w ~ ~ SCALE CAD NUMBER ~ .,,UIIIIINrr~,. ,~r11111lIL,. 1 /1 _ 1 "=50' WATER SYSTEM IMPROVEMENTS e 0 AKLAVIS BASE-GOLD DESIGNED BY CONTRACT FP&S BENCHMARK 17 FP&S BENCHMARK 18 FP&S BENCHMARK 19 • ELEVATION: 115.35 ELEVATION: 124.35 AL EAL ELEVATION: 122.91 ~ - - MSC/MJK REEDY BRANCH SANITARY ° NAIL IN UTILITY POLE NAIL IN UTILITY POLE NAIL IN UTILITY POLE 19697 DRAWN BY SEWER IMPROVEMENTS DATE Age: ARMS FPS D DR One Centernew Drive, Suite 208 CANS 11812004 '%qFC S CPO ~~i q 4r, HAMS rrrnn,,,u' o4, a iIs Greensboro, North Carolina 27,07 CHECKED BY TW: 336-292-2271 Fax: 336-655-5648 GOLDSBORO, NC 18 of 24 /J/1innnttt` L a wmaroadis-uLcom WTR FABRIC WIDTH EQUAL TO WIDTH OF DISTURBED EARTH WITHIN DITCH. TEMPORARY DITCH STABILIZATION DETAIL NO SCALE PLAN STATION NOTE: TIE BOLTS (T,P) I FIRE HYDRANTS SHALL BE PLACED 1' INSIDE R/W 6" GATE VALVE (MJ) 6" LOCKED HYDRANT 90' BEND C.L. HYDRANT MAXIMUM TRENCH WIDTH HYDRANT MEET - DEPTH OF AT TOP OF PIPE BURY TO MEET CONDITIONS - ROTATE HYDRANT SO PUMPER HYDRANT LUGS CONNECTION FACES STREET I 3/4" GALVANIZED — — — RODS (2) AREA AT BACK OF PAVEMENT 18" LONG 6" DIP OR BACK OF CURB, AS SPOOL (PExPE) APPLICABLE, SHALL BE BACKFILLED WITH 6" OF FINE EARTH OR GRANULAR MATERIAL �< J TEE (MJxMJ) TO UNDERSIDE OF BERM. THIS MATERIAL IS NOT TYPE 2 FIRE HYDRANT ASSEMBLY INSTALLATION INCLUDED IN PAYMENT ITEM FOR GRANULAR BACKFILL. NOT TO SCALE 45" PIPE v^Jt�.., TYPICAL BORED CROSSING DETAIL NO SCALE SECTION OUTSIDE PAVEMENT UTILITY t i•. iJ 1 , ,�i ••F . =; GRANULAR BACKFILL (1 EITHER SIDE '} OF EXISTING DISTURBED UTILITY) DEPTH DISTURBED WIDTH PROPOSED WATER MAIN UNDER EXISTING UTILITY (TYPICAL) NO SCALE SURFACE AT EDGE OF PAVEMENT OR PArk- nc CURB ACTUAL OUTLINE PIPE BEL BASED 0 SURFACE AT EDGE OF PAVEMENT OR BACK OF EXISTING UTILITY -1'-0" MIN UNLESS OTHERWISE NOTED ON DRAWINGS MAXIMUM TRENCH WIDTH AT Tnn ^r nenr BEDDING, BASED ON PIPE SIZE SECTION SECTION INSIDE PAVEMENT LIMITS OF PAYMENT FOR _ GRANULAR BACKFILL BASED ON MAXIMUM TRENCH WIDTH. GRANULAR BACKFILL BEYOND MAXIMUM TRENCH WIDTH AT TOP OF PIPE IS NOT INCLUDED IN PAYMENT ITEM FOR GRANULAR BACKFILL. GRANULAR BACKFILL BELOW 45' LINE, EARTH BACKFILL ABOVE 45' LINE. AGRANULAR BACKFIL TO BE USED ONLY WHERE DIRECTED BY THE ENGINEER. CROSSING PAVEMENT WITHIN MAXIMUM TRENCH WIDTH GRANULAR BACKFILL NO SCALE N a- STRUCTURAL - STONE 12" MIN. 18" �y 00o° °DIVERSON ` `°Oo°O°OPT O°°c OIN SEDIMENT CONTROL STONE 12 PIPE A FLOW D STRUCTURAL STONE 18"- I \ --'ROADWAY SHOULDER D_ _ FLOW 18"PIPE MAX. SECTION A -A ROCK PIPE INLET SEDIMENT TRAP TYPE "A" NO SCALE Yili ?ENc:cl.cons�.7,e;loP tld* K� 13 U t M a !- PROPOSED GRADE 6"TUCK EXMINB creaott TEMPORARY $11T FENCE niorss 7 T. S . I. rence fabric *hall be a minimum of 32 inches in width and shat, have a minianml of 6 line vires with 12" etey epadina. 2. Burtap shall be 7% oz. weight and minimm of 32" in vidik. Wr- lap shall be fattened adeduatety to the fabric •a directed by the Cngtnees. , 3. Steel post 611411 be $10" in height and be Of self -fasts*.- "1* *tett, type. 4. Wood post *hall be 3' to i' in heLxht and ] to 4 inches in deter. hire Fabric ahait be fastened to wemden post with not teas than sh ataplae 1k" tong. 5. Silt fence shall be maintained in road condition. DSM T (inch) A 1 13.68 3.36 NOTES: 13.92 3.48 1. STRUCTURAL STONE SHALL BE CLASS 'A" STONE. 3.48 2. SEDIMENT CONTROL STONE SHALL BE NO. 5 OR 5.67 NO. 57 STONE. 16.56 4.08 3. TOP OF BERM SHALL BE A MINIMUM ONE FOOT 3.48 BELOW THE SHOULDER OR DIVERSION POINT. 2.69 4. A TOTAL SEDIMENT TRAP VOLUME OF 1800 CUBIC 3.36 FEET PER ACRE OF DISTURBED AREA SHALL BE PROVIDED. SOME OF THE REQUIRED VOLUME MAY BE PROVIDED BY OTHER UPSTREAM OR DOWNSTREAM SEDIMENT CONTROLS. CONTROL STONE STRUCTURAL - STONE 12" MIN. 18" �y 00o° °DIVERSON ` `°Oo°O°OPT O°°c OIN SEDIMENT CONTROL STONE 12 PIPE A FLOW D STRUCTURAL STONE 18"- I \ --'ROADWAY SHOULDER D_ _ FLOW 18"PIPE MAX. SECTION A -A ROCK PIPE INLET SEDIMENT TRAP TYPE "A" NO SCALE Yili ?ENc:cl.cons�.7,e;loP tld* K� 13 U t M a !- PROPOSED GRADE 6"TUCK EXMINB creaott TEMPORARY $11T FENCE niorss 7 T. S . I. rence fabric *hall be a minimum of 32 inches in width and shat, have a minianml of 6 line vires with 12" etey epadina. 2. Burtap shall be 7% oz. weight and minimm of 32" in vidik. Wr- lap shall be fattened adeduatety to the fabric •a directed by the Cngtnees. , 3. Steel post 611411 be $10" in height and be Of self -fasts*.- "1* *tett, type. 4. Wood post *hall be 3' to i' in heLxht and ] to 4 inches in deter. hire Fabric ahait be fastened to wemden post with not teas than sh ataplae 1k" tong. 5. Silt fence shall be maintained in road condition. DSM T (inch) d inch 1 13.68 3.36 2 13.92 3.48 3 13.68 3.48 4 22.56 5.67 5 16.56 4.08 6 13.80 3.48 7 10.56 2.69 8 13.44 3.36 11 )j3 Le wir SEDIMENTATION AND EROSION CONTROL NOTES SEEDING AND MULCHING TO BE APPLIED WITHIN 30 DAYS OF ALL LAND DISTURBING ACTIVITIES NOT PREVIOUSLY STABILIZED. SILT FENCE TO BE INSTALLED AS SHOWN OR AS DEEMED NECESSARY BY VISUAL OBSERVATION. WHERE APPLICABLE ATTEMPT TO MAINTAIN A MINIMUM 5' NATURAL BUFFER ALONG EXISTING DRAINAGE DITCH, INTERCEPTOR I CREEK. IF BUFFER AREA IS DISTURBED PROTECT EXISTING DRAINAGE DITCH INTERCEPTORICREEK WITH SILT FENCE AS DEEMED NECESSARY BY VISUAL OBSERVATION. UPON COMPLETION OF WORK IN BUFFER AREA IMMEDIATELY RECOMPACT, SEED AND MULCH AREA. WHERE APPLICABLE SPOIL EXCAVATED MATERIAL ON THE SIDE OF THE TRENCH FURTHEST FROM EXISTING DRAINAGE DITCH INTERCEPTORfICREEK. '�•e•y�Yiir�i:rr� �� n�* *ata, ••:,��' •' • `• a• s �®.r� V •'rare �'•i�• .• .b p• saa .c fad So * 57 STONE FILTER rLOW ..° 71?I CLASS A STQNE N TYPS j CLASS 8 OR CLASS I STONE - TYPE • UNLESS OTHERWISE SPECIFIED ALL ROCK CHECK DAMS ARE TYPE I ROCK CHECK DAM NO SCALE TYetCAL Co 2 x 4 wood frame T max T it I! 2 � 1 DITCH STABILIZATION MATERIAL NO SCALE Drop inlet with grate &0-*- Frame 01 ._, EXISTING GROUND Z 00 SOIL STABILIZATION FABRIC UNDER STONE MIN. PUBLIC STREET U m a NOTES: 1. A STABILIZED ENTRANCE PAD OF WASHED STONE OR RAIL ROAD BALLAST SHALL BE LOCATED WHERE TRAFFIC WILL ENTER OR LEAVE THE CONSTRUCTION SITE ONTO A PUBLIC STREET. 2. FILTER FABRIC OR COMPACTED CRUSHER RUN STONE MAY BE USED AS A BASE FOR THE CONSTRUCTION ENTRANCE. 3. THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION WHICH WILL PREVENT TRACKING OR FLOWING OF SEDIMENT ONTO PUBLIC STREETS OR EXISTING PAVEMENT. THIS MAY REQUIRE PERIODIC TOP DRESSING WITH ADDITIONAL STONE AS CONDITIONS WARRANT AND REPAIR OR CLEANOUT OF ANY MEASURES USED TO TRAP SEDIMENT. 4. ANY SEDIMENT SPILLED, DROPPED, WASHED, OR TRACKED ONTO PUBLIC STREETS MUST BE REMOVED IMMEDIATELY. 5. WHEN APPROPRIATE, WHEELS MUST BE CLEANED TO REMOVE SEDIMENT PRIOR TO ENTERING A PUBLIC STREET. WHEN WASHING IS REQUIRED, IT SHALL BE DONE IN AN AREA STABILIZED WITH CRUSHED STONE WHICH DRAINS INTO AN APPROVED SEDIMENT BASIN SEE STD. NO. 30.116. 6. SOIL STABILIZATION FABRIC (AS SPECIFIED BY THE DESIGNER) SHALL BE USED. P,SUizES 0 TEMPORARY GRAVEL CONSTRUCTION ENTRANCE NO SCALE AU.. .URgiQq&E STK.�CTu�Es Gather excess at Corners Installation of }abbe and suppofthq b'ame for inlet protection. Construction 1. As synthetic fabric, use a pervious sheet of nylon, polyester, or ethylene Specifications yarn- omra strength (50 lb/I inch minimum} -that contains ultraviolet ray in- hibitors and stabilizers. Fabric should be suffic :eptly porous to Provide adequate drainage of the temporary sediment pool. Burlap may be used for short-term ap- plications. It must be replaced every 60 days. 2. Cut fabric from a continuous roil to eliminate joints. 3. For stakes, use 2 x 4 -inch wood (preferred) or equivalent metal with amin- imum length of 3 ft. 4. Space evenly around the perimeterof the inlet a maximum of 3 ft apart, and sesarssly drive them into On ground, approximately 18 inches deep. 5. To provide needed stability to the installation, frame with 2 x 4 -inch wood strips around the crest of the overflow area at a maximum of 1.5 ft above the drop Inlet crest. 6. Place the bottom 12 inches of the fabric in a trench and backfill the trench wilt atleast 4 inches of crushed stone or 12 inches of compacted soil. 'f. Fastest fabric securely to the stakes and frame. Joints must be overlapped to the next stake. S. The top of the frame and fabric must be well below the ground elevation downslope from the drop inlet to keep runoff from bypassing the inlet. rt Wray be necessary to build a temporary dike on the down slope side of the structure toprevcnt bypass flow- Mawrial from within the sediment pool may be usfdfor diking. TOP OF BEA AS SETTLED FILTI -• .A1 \IIAI -. ELE-V^ATTIION TEMPORARY SMALL SEDIMENT TRAP NO SCALE BERM 6" TO R SETTLEMENT 4RD (MIN) 1 1.1. RAP I I VERTICAL GROOVE I I w%4HOOKS �S EXTEND OVER INVERT FILLED WITH MORTAR ! IF Ff Y �~ EXISTING SEWER MAIN �' ''=• ~`}•: �rJr :,i-, ARIES FROM 2.0' TO 2.9' USE 2 BARS "�. 7°. b ;., • i ' J IF *W VARIES FROM 3.0' TO 4.9' USE 4 BARS ` IF 'if VARIES FROM 5.0' TO 6.9' USE 6 BARS> �': •' ~ ~ : GROUT FP IF 'VARIES FROM 7.0' TO 9.0' USE 8 BARS r• , ` • y ; r ? ` ` ' :�•' �. r.; ' :5.. + +•, • r^ .,. j. L:.•• ',. •S �, EXISTING SEWER MAIN 1/r INSIDE + ., MORTAR Jahr SECTION A—A `:` :; • '�: ;� -';,- SECTION B—B ' = ' �;. E A :. I-� _ itr .::� SECTION la ';i,,. ,,•' ;. t�' \\ SCALE: 1/2 - 1 -q" SCALE: 1/2" _ '- " `�' C-C • �, r,,. :::�t._._.._.�_.�.r:'•� :« .r,t.<• ,.' .-,�:.••• ..�,;r_,: a / 1 O "•. ;;.T' SCALE: 1/2" = 1'—q" f;::.•;: 't"•,,. SECTION D—D SCALE: 1/2' SECTION E — E EXTENSION RINGS EXTENSION RINGS AS REQUIRED i — AS REQUIRED 0 M.H. STEP 4'-0' FOR 8 TO 12' MAINS 24' REINFORCED AND MADE T-0" FOR 15' TO 30" MAINS VARIES IN ACCORDANCE WITH 0 3 �� It,, 16' ;;' VARIES ~"' REINFORCED AND MADE '.� ASTM C-478 6'-D" FOR 36° TO 54' MAINS IN ACCORDANCE WITH e g, 4'-� r; `• ASTM C-478 , �• NOTES: .�`• J +', ;, 1 Y M.H. SPEP c a M.H. STEP 12'0 1. FLOW SHALL BE MAINTAINED DURING CONSTRUCTION. A A G' 4'-0' or �', 12'0 C D zf VERTICAL r•M :;�'' ,� GROUT +:' , VERTICAL :. 5' °• 2. THIS DETAIL TO BE USED WHEN A G OR LARGER _ d,• LATERAL, NECESSITATES CONSTRUCTION OF A NEW MANHOLE. 6" O S' VARIES «,,.• � ` ;: 4''—� : 5' :r ,� i .,:.t .., •� :, ., : ; + . t.. > c 1/rT 1' OF CEMENT VARIES ' - - - - - _ _ VARIES - - �- - - _ _ - - ;:�.� : _ ; :r '' 1 3. SEE STANDARD DETAIL FOR PRECAST MANHOLES.,r MORTAR MORTAR B �' '' ;:1 -? r• I JOINT B 1••- 6" (� �. ; �w 4. THE CO HALL PROVIDEI W-C 0 P NE i 4• r '+ i•a : : t 24° I 24 - ,' MINIMUM If COMPACTED 167 STONE BASE s �';=''.; ,.< ;: i ? • ''..•�:.: +.. 't •,? ;` x i.. CONTRACTOR S O •r1 _S•• •~'C.r•. f« •. <., l•'•t-.^y r• -,,,- ���:► .rte. �',:••r:•. s' s : �•d,, �•:�, a,, :�, : .t k; ; NOTE ALL COSTS ASSOCIATED WITH ELEVATION ':J.• •:r• ,i' ''.r .tit ~", < �: 4 " .. �'f:�• ., . ,, ::Lg �,•� — :.��.•: ;_ w.:;• .• ,, ADJUSTMENTS OF NEW MANHOLES SHALL BE 0.698 CU. . P. +' +� . i •' i , .• : r.t : +. .r:' SEWER MAIN �'. , t;. i ..r -:• :..,: _ ..:�'^ : ,:: INCLUDED IN THE COST OF r;:.r.:=FT YD. CONC. 3' ~,. ;:: :;;`._ rid'. r-: :i::•>.~ 8' THE PIPE. y. .. r i', 1 • .t'•w •�:•• •'�+.'Z •�•~ •a•'� L'J•r«�.r:' •t„• '� «•�.r.,,�• .• :1•'' F".!•••:. 'a' •'••J •: •.!' •i•`,` wa•!. •''w•.P •S••1'.''.,.i•t' ^'J• `— IT �• _ _ ' �'.•� -' SECTIQN F F 6r—M g' {} t .r".'!•'..�!{•�. •:: Cr, i'�J': 7~r.rr aG STANDARD MANHOLE INSTALLATION SECTION A- A SECTION B- B SECTION G- C II secrloN D - D OVER EX I STING S EWER MAI N STANDARD BRICK MANHOLE STANDARD BLOCK MANHOLE STANDARD PRECAST II _-- ,_ , " _ , " MANHOLE II !� STANDARD OUTSIDE DROP MANHOLE NOT TO SCALE SCALE: 1/2 - 1 0" SCALE: 1/2 - l'-Cr SCALE: 1/2'= 1'0" II c4 �1 FOR EXISTING MANHOLE 1.D' WIDTH 1.0' BOLTS TO PIPE SCALE: 1/2'= 1'0" Z" BR. CONC. SURFACE ON STEEL ENCASEMIENr PIPE "• NOTE: SEE STANDARD INSIDE DROP MANHOLE &STANDARD EXIST. PAVEMENT 6' CONIC. OR 3' BIT. CONC. SURFACE ON 6' CRUSHER RUN. ENCASEMENT PIPE _ PRECAST OR BLOCK MANHOLES FOR FURTHER INFORMATION SPIDER • � • CONCRETE') `'•+' HEAVY DUTY STEEL SKIDS (4) ....-- ��,- CARRIER PIPE PLAN &SECTION VIEW t _ I CARRIER PIPE C.I. MANHOLE STEP i 6z, COMP � - WELDED MITRE FABRIC ( SPIDER SIZE DETERMINED BY NOT TO SCALE N I c� _ 6 x 6 - W21 x W21 SPIDER DETAIL PLAN VIEW '° ICAS�G A° DDEWEY PR m Q`LAL '�' I - COMPACTED BACKFILL NOT TO SCALE VALVE - TAMPED IN Ir LAYERS NOT TO SCALE t I SPIDER, BY SPIDER MFC. OR � R/W _ ( _ AryPRovED EQUAL SECTION VIEW 'l I t.o PIPE 1.0 TOP OF COVER :y : NOT TO SCALE y c G , c c ' : ; PIPE CRM y• I .•,• T TRANVERS Olk- :. 43 A.B.S. SADDLE PIPE PIPE TO L SOIL -,�--_� TYPICAL PAVEMENT E CUT DETAIL COUPLING 445-401' OR \ G PIPE CROWN/�. SAN. SEWER ONES LOCATED T G APPROVED �� - \ C/o IN THE CL OF THE STREET STREET , WOF ATER T0�1T)D TO THE SOUTH � EAST NOT TO SCALE I nW NOTE TO CONTRACTOR: VALVE LOCATED s ALL PAVEMENT CUTS SHALL BE REPAIRED WITHIN A MAXIMUM QF; ? NGLINE ON /YT TYPICAL I Y X.• r STAINLESS STEEL - - - - - - - - -� - - - - - - - - - - - - i OF THREE (3) DAYS FROM THE DATE THE CUT IS MADE IF :� .�:• ,' .- CLAMPS CONDITIONS DO NOT PERMIT A PERMANENT REPAIR WITHIN THE GIVEN • . :; .:`.� ;� r . : ,� .� .; I VALVE TEE TIME LIMIT. PERMISSION TO MAKE A TEMPORARY REPAIR MUST BE t/rR �.a NOTES: SaOF m CROSS OBTAINED FROM THE CITY ENGINEER. C Ak G I C& G 1. PIPE SIZE FOR DROP TO EQUAL NOTES- Y 1'RINFLOW SEWER PIPE SUE 1. BACKFILL UNDER A.B.S. SADDLE ADAPTER HYDRANT LOCATED AT C&G RETURN PLAN VIEW 2. MECH. JOINT OR PUSH-ON FITTINGS, AND CAST IRON BEND WITH ¢67 STONE As � t/2' ALL BELL, TO BE USED. SHOWN ON TRENCH BOTTOM DIMENSIONS ANDRAY I R/W 3. SAW-CUT OR DRILL ALL HOLES FOR BACII�IJM REQIltRf1LENTS FOR P.V.C. AND SADDLE U BOTTOM OF COVERPIPE AND BOLTS. ARS. DETAIL I 4. MOP--MANHOLE MANDATORY WHENINSTALLATION , VALVE DGMITWEEN INVERTS E is "w. LATERAL SADDLE INSTALLATION DETAIL LIMITS GRADE 5. STAINLESS a MOPS SHALL FINISHED BE FOR A.B.S. COMPQSITE PIPE NOT TO SCALE TYPICAL LINE LOCATIONS :.: USED ON ALL DROPS GREATER �'�•� THAN 5 FEET AT IT INTERVALS. t • NOT TO SCALE FINISHED GRADE s N1' x rOT TO SCALE SOLID P.V.C.P.vc. ,:�.: •` 1•: RING_ I I I 11= �.i ti ; ;ti - CAST OR DUCTILE IRON `D PIPE TEE WITH CUT-OUT _ ` CLASS AWWA-C110 _ 0 T-2 1/f TI DIA. MIN. r%7 Y 1 = UNDISTURBED SOIL U ONE JOINT OF DUCTILE 4SP.V.C. INLINE WYE 3 � 5/IE IRON PIPE COMING IN PIPE CROWN (- UNDISTURBED SOIL 0 ' I'- 11 1 13 7 � .�;. O ° O }SPRING LINE� i' 3/8" •• a � _ °t- nuBOLTS dSTRAPS GROUT ,,'°•__ PIPE GRADE I T;T •. a� � . SPRING UNE - + - BEDDING LATERAL INSTALLATION DETAIL HAUNCHING PIPE GRADE 2 t 3„ 1 1/2' ` GROUT i DUCTILE ICON PIPE CLASS AWWA-Ct51 s �;s-.y' - _ ._ X57 STONE II I FOR P - _ V.C. PIPE T -{ „DING O.D. 1/ WORK WELL UNDER MINIMUM SIDE CLEARANCE 2 3/ w n CAST OR DUCTILE I � awc t.mt * a` I - b OF PIPE 3 3 f r IRON 90' BEND N tits a tAt Km '°°""`" e NOT TO SCALE - BOTTOM OF PIPE O.D. 0: _ -9�. it ;, •�'. r. . s.,;5 • : i; 'fit , : s [ if_LoF PI'E �� 2 MAXIMUM SIDE CLEARANCE 41 a CIL ML Ng at CE 1'-10 1 E' F PIP 9 MOM =a s CO. sa�enut io. nuc usse Mtult BOTTOM WORK OF PIPE � O O.D. E � MINIMUM SIDE CLEARANCE irt�i1 117' I of PIPE 11Y I 4 3 Nr coma•,a. s ""� *ii,r "M I r• 1.01F PE i MAXIMUM SIDE CLEARANCE TYPICAL BACKFILLING REQUIREMENTS & TRENCH BOTTOM DIMENSIONS SECTION VIEW # -• 1r11iA a wE o FERNCO COUPLING OR EQUAL 1 i —SDR-35 TYPICAL BACKFILLING REQUIREMENTS FOR PVC PIPE '"" ��„�, &TRENCH BOTTOM DIMENSIONS NOT TO SCALE E CONCRETE SECTION c — c TYPICAL SANITARY SEWER LAT L CONN..QT :. '. » t ! I COLLAR FOR ABS & PVC COMPOSITE PIPE STANDARD INSIDE DROP MANHOLE NOT TOSCrSLE} NOTES. I. itiE 1FlJ>I i. Af > , NOTES: - NOT TO SCALE !' T t ""DUCTILE . O TO SCALE TILE IRON PIPE OR SCH_ 40 PVC TRENCHES REQUIRING SHORING AND BRACING, DIMENSIONS SHALL BE • . MANHOLE RING & COVER. 2. 00, ' TAKEN FROM THE INSIDE FACE OF THE SHORING AND BRACING. U' AS DIRECTED BY ENGINEER. USEE CITY OF GOLDSBORO STANDARD FOR PRECAST ORM -. LENGTH DETERMINED IN FIELD BY ENGINEER. 2. STABILIZATION STONE SHALL BE INSTALLED AS SHOWN ABOVE WHEN DIRECTED NOT TO SCALE BLOCK MANHOLES FOR ADDITIONAL MANHOLE DETAILS. 3. FOR A.B.S. OR P.V.C. INSTALLATIONS, SADDLE AND BEND MUST BE BEDDED IN BY THE ENGINEER. L DEWEY BROS. MH-RCR-2001-FC 167 STONE .BEDDING AND HANDLING MUST COMPLY WITH REQUIREMENTS OF 3. NO ROCKS OR BOULDERS 4 OR LARGER TO BE USED IN INITIAL BACKFILL USE DEWEY BROS. MH-RCR-20D1 INSIDE DROPS WILL BE ALLOWED IN 410' DIAMETER MANHOLES STANDARD DETAIL FOR TRENCH BOTTOM DIMENSIONS AND BACKFILLING DETAIL .FOR .REALIGNMENT Al�tplOR � REPLACEMENT 4. ALL BACKFILL MATERIAL. SHALL BE SUITABLE NATIVE MATERNAL, UNLESS FOR AREAS OUTSIDE OF PAVEMENT ONLY AT THE DIRECTION OF THE ENGINEER, REQUIREMENTS FOR P.V.C. AND A.B.S. DETAIL OF A 5gCTION OF AN _EXISTING SANITARY : S.E1A I SELECT BACKFILL APPROVED BY ENGINEER. N TAP IN CONFLICT WITH PROPOSED fMPF20VEMENTS -Nor To SCALE 5• BACKFILL SHALL BE TAMPED IN TRAFFIC AREAS, 12 IN NON-TRAFFIC AREAS. o: PROJECT NUMBER REV. NO. D E S C R I P T I O N GOL0301-001—B1 CAR��JJ'J�� \\ ���Illl lClJl tAln��/ / DATE BY APP'D � �+/T SCALE ;�\�°�••FEssiQ•-.' �N ' - AS NOTED SANITARY SEWER INSTALLATION DETAILS CAD NUMBER �17'+ GOLU S121 0 'Q� �Y �O 9 J� ARCADIS DESIGNED BY CONTRACT S = AL - MSC REEDY BRANCH SANITARY in - 19697 _ = 18101 DRAWN BY �y'•:'yGINE�RX��v" :9L'•• �� ARCADIS FPS MSC SEWER IMPROVEMENTS °A i INt ''�►, . 11812004 2, 11 •S' CP�-�����\ %� q HAM\L��\\ One Centerview Drive, Suite 20$ \1 ��O Greensboro, North Carolina 27407 CHECKED BY ,) glo4- �r,lllllllTel: 336-292-2271 Fax: 336-855-5648 GOLD www.arcadis-us.com WTR SBORO, NC 21 01F 24 PL_ A. H v leW CATCH A'51N Y WHERe Lf -\R E PPE ICS u1 ED ARD m r=NC)1. 0 1 TOP SLA+ 'roP S LA5 - P L /atl K.I. E tV CATCH btASN WHERE LARGE PIPC- FROM BACK To FRONT NO SCALE '&A C V Gv1 SGT ION. G -� wo- V4 rr r "To ISLCI F'LPIN V IEW- STANDARD CATCH BASIN NOT -ro SGA.1-E �ll SECT.10N A -A 5ECT 1oN 5-5 CD ot'l Ado 1` 'q°'ca SLAt"9 1 y , µ 8" SCALe i'�V i AC IwXPANioN 3 -of n1T �`4" ioi D L_Eh1G,`rH 4 5A%Zs ° v" I✓q # 8 BA? "\4 "G QUP11-LI 43 AG D SPac�p � 2 m� d` _ pI.AN Vi�`V TOP SL A5 C.ATC H C A i "OT -ro 5c tom;^lF W _ ce ' J GEQ0W H- H NoT To SCAL-E sec -[Ian D- p tao-T �0 5cgt. y11 %jam- • NOT -ro SCAL0 � 1� 0 H wA 4 dl °e 5Ec-�:a,3 F- JIOT 0_ 5C&* PL. A1�4 N6T ro '_:�cALE ( VAK ABLS, I2! MWItAU�I i f1 =� fi:a,,. f:: /f:T TYP. CRoSs ;Lci;�al M�1�IFiE� TYi'C CUt;� � G�)iTE-2 P.S.1. Caa1C . QiZoP- l,WA&ELCt. V. IZAMPIN ►2 � i StvPE � NoT T& SCALE - f4oT To r6cALi PLAN `1IE\1W 0.1. R { RST � T�PE� .c„ � Aitii CURB NOT TO �5 x,41 -.F_ U,5 t~ c�EE- w e,-� S k c l:. a 14 - Za J - 12c) -ml OR APF' RsONIE-V Eq U A� ..- ScALE q. . 1 �a I, IUt;AL GST oi^ CURB � q uITER- 7 85 S.Y. i2.c)' 4.3a ':�.`& 4.-14o S • Y. l4. ti' Sa 2O s.y+ 115. o 5. Cv4 S.Y: EACH 500T !t1 \11VTK viFFIE?GMCE, ADD 01( 00 F2N VAP ?V P, cRo-_s 5EC Ot J Po LL, TJPG C.'JRB C,vTTGe 01 y-, TO. cuKF_ nE to A PeoP, wt�E t_CNA�iL ��Mf� ('R.4. pep" SSED 'Cuffs � L Ptta4?. A'`Pf,'_Q t7 cufLF� Nc-T To Sc -Al- SIDG WAL K G)HCELQ14AI1C IZAMP DETAIL Se^Lrz t AS 580u.V%i ItAF,hI QWS AGa0AQ_TI N raj .x. ri = ■1 _ W -m PL_ A. H v leW CATCH A'51N Y WHERe Lf -\R E PPE ICS u1 ED ARD m r=NC)1. 0 1 TOP SLA+ 'roP S LA5 - P L /atl K.I. E tV CATCH btASN WHERE LARGE PIPC- FROM BACK To FRONT NO SCALE '&A C V Gv1 SGT ION. G -� wo- V4 rr r "To ISLCI F'LPIN V IEW- STANDARD CATCH BASIN NOT -ro SGA.1-E �ll SECT.10N A -A 5ECT 1oN 5-5 CD ot'l Ado 1` 'q°'ca SLAt"9 1 y , µ 8" SCALe i'�V i AC IwXPANioN 3 -of n1T �`4" ioi D L_Eh1G,`rH 4 5A%Zs ° v" I✓q # 8 BA? "\4 "G QUP11-LI 43 AG D SPac�p � 2 m� d` _ pI.AN Vi�`V TOP SL A5 C.ATC H C A i "OT -ro 5c tom;^lF W _ ce ' J GEQ0W H- H NoT To SCAL-E sec -[Ian D- p tao-T �0 5cgt. y11 %jam- • NOT -ro SCAL0 � 1� 0 H wA 4 dl °e 5Ec-�:a,3 F- JIOT 0_ 5C&* PL. A1�4 N6T ro '_:�cALE ( VAK ABLS, I2! MWItAU�I i f1 =� fi:a,,. f:: /f:T TYP. CRoSs ;Lci;�al M�1�IFiE� TYi'C CUt;� � G�)iTE-2 P.S.1. Caa1C . QiZoP- l,WA&ELCt. V. IZAMPIN ►2 � i StvPE � NoT T& SCALE - f4oT To r6cALi PLAN `1IE\1W 0.1. R { RST � T�PE� .c„ � Aitii CURB NOT TO �5 x,41 -.F_ U,5 t~ c�EE- w e,-� S k c l:. a 14 - Za J - 12c) -ml OR APF' RsONIE-V Eq U A� ..- ScALE q. . 1 �a I, IUt;AL GST oi^ CURB � q uITER- 7 85 S.Y. i2.c)' 4.3a ':�.`& 4.-14o S • Y. l4. ti' Sa 2O s.y+ 115. o 5. Cv4 S.Y: EACH 500T !t1 \11VTK viFFIE?GMCE, ADD 01( 00 F2N VAP ?V P, cRo-_s 5EC Ot J Po LL, TJPG C.'JRB C,vTTGe 01 y-, TO. cuKF_ nE to A PeoP, wt�E t_CNA�iL ��Mf� ('R.4. pep" SSED 'Cuffs � L Ptta4?. A'`Pf,'_Q t7 cufLF� Nc-T To Sc -Al- SIDG WAL K G)HCELQ14AI1C IZAMP DETAIL Se^Lrz t AS 580u.V%i ItAF,hI QWS AGa0AQ_TI i✓S OR _V) F D P CO\j v< Chit � c istoc� F �.cr1�+:. i? II`l t`:\',> _ hla�s._a_ >�IcY,F—m—le 0r�Ei - _ PAS A, td k P r H � 1�iprH G SPA:4 I-�trt�_ i N I;VAr m1N. W,��` FEARS U �° �r✓11"'1"Fi FAf? V �s i.EPI; '(Fj fv- t-i,li�Tti T� �t Ei' L t3� f,f. _ Lyr�1� TM�oT�� C i�PFt i; r. F C rel, _ 614 0.:.4;fib o,o34- 1+_4tl __ - o cl �t4.._ C). 5,a _0.011' G_Ln4,�_._ r.,�.. U 4a _ -_0 071 2' �....___._-.• 4` 4 ,`_Cv� 43` _ 1" - �C.` 0.1.}7 Q._.� LP 1581 C G� f 301 _v ..__-,-._ �34w" __._._ .._ t U - io 1 11 - 8 _^ `� �3. _ c}� �.'° q 3" _?'_7 5 o2'` o;-(ao 0.797 I.Pi1! M y .' '`-34 ._� 44u 4''iG "" 40 P,i4ty ” - (4p_ 34,t 34'' 3 7.343 �'-o° 2`- Sq';,�„� ?" 154= 4-O t� 'Q Q _7 n ry cT►o� a- J L Nc i Pas 1} lYi(�Q�At� �caitiT`� CSN Tl-t� INSIDE DIAM>-TER- M0`5r PSE Ile':t ;l THICK— 2> ALU ALU exF-osep Mof�T'AK 30tiv_js WILL Y�� CoP•lcgvt�€� Too�.E� . 3� 3000 PS.I_ Cotic'S� o U r✓�i. OV- rt_oUKLA5s Ami? ou►.ai7A�lo i Ji , BG AGcor�PLtSH�@ �y FoittinIwC, . :5-,.) ALL CATCH RAaI"c:, OvSQ 3`-tP" PtrP.TK To 8� VTOIJ 75v . W rn; tAS-TAI< 576p5 , AW it= DI1ZGc-TeV 54 T146 Erac,!Nt✓;✓�, ti.isTALL 4 G. 1. PIPE \ITR COPP6tZ 15"66' MESN ST0t4F FlrrY6K ua "Ioi� SEcTioN aF G.F�` 5 A,�,© M.H.'s &LoW 5U5CjRAV6 . a C-A,crk 666 W Ou 5�c-C"r ors K -K 0 � qr � M.tt.SiEP _NN T- 1 4'4'1 Vp rQl� � ,P 4 4 S`tA�DARp F��tGK MANt�LI✓ Sa✓cTtou oN 214, 1 ,1� 4 K zT'1chu GF,o©4E iwev 1J tT1i N10RT� V 3AC,KFtLL,-rAtA1?cp so 1 L, CLASS 200000fAc. 0,4 4",. ,VA5ovs Pips PIPE. P11 -C- C V RAt� X10, Cv7 STc . -- 3 M 1 19-0 G�,A55 (ARCH EMC-ASEASM-r� Vx r IASoo14 Rtes - ids REc�vtREv ' E11,1Fo�Gt=G At Av MAPS I" kcogi>At1C.E \ivvv ASTM G-4-13 FAG Ki+ILL � �rl�MPt="� .. •- - : -: � 1 to l.,p" LAy�.6� --• 5 1 � � 1► 5-rANvar�p Loci; . 1�tlal oL 5-rA"VARv ?R'SCAs-T MMS kjOL,E �Ec-rtoN oN SEc-1�oN ata l�Co►Is�1'w,cT tNS�rl�rre�ac,� sox/MH SevAEL LtlJtrs c01,JNACT WITA IJCW SToev- DeMOAGIIE LINES . \AIA'TGV- eQ SCwe(Z- Lj"c \c/," SAWu= s1r.E DUeTIL_Lr 1goo rin;: TNtLv New sTe�eTva.� . 2)au- eosrs Iassoc"Tr.D wlj7'I C-L.rrv,01TI0,J AD3ogTrAeaiw-.1 or= rJt-w t rwL= a.�D Neter/ to rem COST Or ToP 4F Co u c:!. Apvwx e Ri Nrq 4 G oyER P�tVtiy gR05, i,��, RCR•�.C?t?t- EG UsE Pewty Blas: MR- RCP- 2001 Foit AvmA5 - - 001-5Ive � o-iTom CIF Cavv iR � NSE.�'fi �iltl+a .c. IUOT TO ScA>.L6 t1 FLAO t1 • Dt~�l�� t3 tzo� , tAt 1-t - S T - I � ©tti A�'RoV�y EC?JAL PE C4RAP(5 v 1a�1<��•,:; r� T�� '"JQ1?� NO. t.-7'S-T0Nf-: -rb OVIS 60(TA \igRTKE-AL. ttF-ICgWrF17 r- .1, ( t% WST CLNSS) ®AC. Y, F i LL ,� TAMPI; t7 l.AyalKs C, IAss C C� V.G. �. i�.C.. �%►��� P:1W.15,4G-P Ir GRAPG F1 MAL- SacK F I I -L - _ Toe of CoMi'Ar."'' IE.P FILL 07Trf -vI *vlsTOJ�5&D SOIL NOTE TO CONTRACTORS ALL PAVEMENT CUTS SHALL BE REPAIRED WITHIN A MAXIMUM OF THREE ( 3) DAYS FROM THE DATE THE CUT IS MADE. IF CONDITIONS DO NOT PERMIT A PERMANENT REPAIR WITHIN THE GIVEN TIME LIMIT, PERMISSION TO MAKE A TEMPORARY REPAIR MUST BE OBTAINED FROM THE CITY ENGINEER. I'.o vE�-r►� 1�0' t\to. to7 `a -1c) �i� EX 1 S -T �t/ �� t1 i 2" I iT.CGhlC. Ji>sZf-J ori L' Co'kizaTE OR. -s" BtTJmit-lou-ir, CeNJCtzsTc-- .�'R'�t �•��' �`•fp" 'CoI:lGRCT '£�: , euuFA.Ct,: orl �>' .. 1�EL DEp \II�E �AJ31KtG �- Ct�NtPAc-rEr> D L3Ack F I LL TAMFtwJ> I Q i4t Q 1 rr-A- ,F. t ' TyPICAL "s"Ra�uv� �avlt�aT K►LL, TA;�e'Ta CUT D6TAI L- C.o" LAy gra 12„ yn,tZt1GS I \/tic. `� 3ood P.5.1. Gl+�leeT� E+V�Ttr�t•i cc�NGZsi•F- COLLAR.. A•IL. 40 SeAL.a i'egUI RIMG, SHOTIMC,1 A1,; 13P\AC0,1q -) DtMEti51aNS 5t11 L1. `3E TAKEKA FKoln 'C'►•te I Nsl atm FHGE 01:- Am fAm 5 RAGI MC -1 2.� MO 1ZOCK5 oR 500L.Z9r1iS 4" oR LARGtER Ta 8E 05,0:;� 1V -A I I.A 1 T• I AL. F3AC-K F I LL . 3) ALL- EIACKHI-L_ MPtTER1AL-SHAL-L. 13G SorrAlaL.G NLATIvEE ' Z-01 MATERIAL UNLE54 SCt �ci- �3Aci� IL -L. >�PPRoe1 T� Sy I"ITIAL- �( {j l (�. BAc.;cF►L_L. •r.. / 4. $ACKFIL_L. St -TALL, GSC► • ,II � TaM� ,N Cp L--AyeRs 1N -rAFFLc A�GK,, s —T �,ZIR I!.! %avA1 TRA �iG AgeAS. LIM lv" .D or- 11P9 Co" M I Ill l MUM S IDE C LJr--W VAC V- 12`' o.b. of 1"�iPrr 12`.` MAX 1 Mum S I pe: CLEARAt405 TI?I✓ItaC-H t3vTT0M D1MGU510"S, AWD BAc-Ki:iL.L►NCj �E�v11�EM+✓ t tTS FoR Duc.T1L� IRON, vtTRt�tEt> CLAY � R'E)NFoI�CED C°�c�TE i�'tP'E '"SOP py- CoMPAcm,> tt. tr To? oP CoMF'AG.TCD FILL, 't"op of: C0M?Ac.-t,) FtL. - COMFACTeb GOMFACj�D \ysll Rca 5ut3t� t7At GOMwliHUsygCTED BACK F►L..GoMPact�p i ` �tb ►1 iJ APPt�'ort� Fot�MT7HT1 ota o.p I5ACXC-►t..t Mt / o.C7. cpptbt tOtLtNC� ! 4) �?rPPQOYE~p �oo?AwjTt oto o.D AS �u'tca tN twAT 1At_ C4Jird j IOA31A1("� MNTGRIAL. 63 COMPACTIOIJ I `/too A 73y 6las�t . C,i> NORMAL CARTiA FUC.I{ ok? `z,)0rrA13L- MAI---WlAi- f,.ORMAL GAI?'TI+ St]BD�A1►�l o Fou1DAsIovA F:ooVATIOiA DE'AI►- 1o�ND ATic*A DGTAt L_ ' rr� vl°t%A Q T�r►L � tai PE INA Ti'S�IC 4 Meori o�- V1 Fe 1rusTAUATroc\i_ b � J _ �_ }.lCs -- 5 t 1A�5:� ��':�.1 @.�"at ��i tt.l. Fig Wit'•? �� )'�'� .''� v h-!bt✓ i� /�u-- tit �� c� talt/i�.+ TS � X C G' �� o.C- %S LESS THAK. x..41' "I:AVI C-Q0kRM !IAT 'SMI- L40T, t -F U� �% }kA� Fas�Ci� PRor�1�Ly C3h�-kFit�JD Pci�.Ij� C�o'•�F�Ei7 �.ItTN �T' l�t•'t�ti'►" 3" OF• A"�ttt�Vi✓'L`� MATEt?tA1--• , �VNVCIZDRAIR PIPS Mtu. U1�C�'tr t7�'a1N 1U�`t-�1t�t.�tTl�N ..T�i+AIL� ff= N ,. RE HYDRANT, PUMPER NOZZLE TO O BE PERPENDICULAR TO STREET. lix ° VALVE BOX, DEWEY VBX-TE-100 N O t1 U SIDEWALK - .. GUTTER PAVEMT 1 n 7 CU. FT. CRUSHED Z 6" GATE VALVE STONE M.J.) REQUIRED COMPACT BACKFILL (MIN.)°„°000 G00000°°000° 00 0 0 0 _ (TAMPED IN 6" LIFTS) \ 000000 °0°0`0 o°o°oo :0�o°Op 6" MIN. BRANCH PIPE MAIN . _..� :.-:.:•:::: .-: 00000 0 00 0�0�I CONC. FOOTING I I (SEE DETAIL) 1 CONC. THRUST CONIC. SETTING SLAB 1 3"x 3 x 4 iHK. I_ - - - - - - - J 1 BLOCKING HYDRANT TEE TO BE MECH. JOINT CONIC. THRUST FIRE HYDRANT - SHALL BE MUELLER "CENTURION" OR APPROVED EQUAL BLOCK BRANCH PIPE - SHALL BE DUCTILE IRON AWWA C150 OR AWWA C-900 P.V.C. 6" GATE VALVE - SHALL BE AWWA C509, OPEN LEFT. VALVE BOX - SEE STANDARD VALVE BOX DETAIL NOTE: LOCATE AT THE RIGHT OF WAY UNE, BUT: WHEN SIDEWALK IS CONSTRUCTED AT PROPERTY UNE, CONSTRUCT FIRE HYDRANT IN 2'x2' EASEMENT ADJACENT TO THE R/W. ALL CONCRETE SHALL BE 3000 PSI MIN. P.V.C. PIPE BEDDING SHALL CONFORM TO STANDARD DETAIL FOR TRENCH BOTTOM DIMENSIONS AND BACKFILLING REQUIREMENTS FOR P.V.C. AND A.B.S. A MINIMUM OF 7.0 CU.FT. OF CRUSHED STONE WALL BE LOCATED AROUND THE BASE OF THE FIRE HYDRANT. C --r A KIn A Dn uYnP OMIT IMI`:�TAI I ATION NO SCALE 1. WHERE SHOWN OR DIRECTED BY ENGINEER, CONTRACTOR 2. ALL COSTS ASSOCIATED WITH ELEVATION ADJUSTMENTS TO RELOCATE AND/OR ADJUST EXISTING HYDRANT LEG AND OF NEW WATER VALVE BOXES AND NEW FIRE HYDRANTS HYDRANT AS NEEDED. PAYMENT WILL BE A LUMP SUM ITEM SHALL BE INCLUDED IN THE COST OF THE PIPE. IN THE PROPOSAL AND IS TO INCLUDE ALL NECESSARY BENDS, PIPE, AND FITTINGS. PAYMENT FOR BARREL LENGTHS IN EXCESS OF 3 FT. -6 IN. WILL BE BY THE VERTICAL FOOT. 3/4• THREADED RUST COLLAR iTEEL PLATE WATER MAIN VERTICAL BEND NO SCALE GENERAL NOTES 1. ONCE INSTALLED AND TIGHT, THE STEEL RODS AND BOLTS SHALL BE COATED NTH 2 COATS OF BITUMINOUS BASE PAINT. 2. CONCRETE SHALL NOT CONTACT BOLTS OR ENDS OF MECHANICAL JOINT BENDS. rXr USE 3000 CONCRETE FOOTING 1. "X"x"Y" MUST EQUAL THE SQUARE FOOTAGE OF THE BEARING AREA AS SHOWN IN THE TABLE BELOW. BEARING SURFACE AREA FOR VALVE FOOTINGS vet VE SIZE 6" 8" QUICKSAND.POOR SOIL (1000 PSF) 7 12 GRAVEL.000RSE SAND (1600 PSF) 5 8 SOFT CLAY (2000 PSF) 4 FAIRLY DRY CLAY, CLEAN DRY SAND (4000 PSF) 2 3 DRY CLAY, COMPACT SAND (8000 PSF) 1 2 STANDARD VALVE FTG. FOR WATER MAINS NO SCALE EXIST. I 2" BITU. CONC. SURFACE ON 6" CONC. OR 3" BITU. CONIC. SURFACE ON 6" CRUSHER RUN WELDED WARE FABRIC COMPACTED BACKFILL 6x6 W 2.1x W 2.1 TAMPED IN 6" LAYER _,- NOTF To CONTRACT A) t- - AVIEMENT CUTS SHALL BE REPAIRED Wh-24 A MAXIMUM OF THREE 3) DAYS FROM THE i w . DATE THE CUT IS MADE IF CONDITIONS DO NOT a� PERMIT A PERMANENT REPAIR WITHIN TFL= GIVEN TIE LIMIT. PERMISSION TO MAKE A TEMPORARY 1 1 REPAIR MUST BE OBTANdED FROM THE CITY ENGINEER• STANDARD TRANSVERSE PAVEMENT CUT NO SCALE � : OFESSI SEAL - • 19697 _ v ��1F� rs i IG P1``\\,l PLAN VIEW NOT TO SCALE BOLTS TO PIPE STEEL ENCASEMENT PIPE HEAVY DUTY STEEL SKIDS (4) CARRIER PIPE " (SPIDER SIZE DETERMINED BY SIZE OF STEEL CASING AND INNER PIPE) SPIDER, BY MFG. OR APPROVED EQUAL e.�r�� r►�n•er.IC\.T �I�C SECTION VIEW NOT TO SCALE SPIDER DETAIL AL 18101 i %//q mHAM1V11\q)� D1�C NO SCALE k X t t 4 6" MIN. ,> .� :•- 6MIN. UNDP TUBBED SOIL PLAN BENDS 18" MIN. -100 & LESS 24" MIN. -120 do GREATER X -j PLAN TEES BENDS & TEES PLUGS SECTION X—X PLAN & ELEV. TYPICAL THRUST BLOCK DETAILS NO SCALE METER BOX- DEWEY TYPE MBX-1 LOCATED AT R/W UNE SEE METER BOX DETAIL ce I I jCURB STOP -MUELLER 14258 TYPE H 'n Q Y ff 00 00 •- •::. - _ C -. BACKFILL TAMPED IN 6" LIFTS. I � My �_ STYPE "K" SOFT COPPER PIPE CORPORATION MUELLER TYPE H-15008 OR APPROVED EQUAL TAPPING SADDLE IS REQUIRED. SMITH-BLAIR 317 NYLON COATED DOUBLE -STRAP STAINLESS STEEL -CURB FORD KV43 N STANDARD WATER SERVICE INSTALLATION NO SCALE 1. THE CITY RESERVES THE RIGHT TO RIGHT TO ADD OR DELETE WATER SERVICE TAPS AND TO CHANGE LOCATIONS FROM THOSE SHOWN. 2. CONTRACTOR TO RELOCATE AND/OR ADJUST WATER METERS AND BOXES AS DIRECTED. STANDARD DEWEY BA NO. VBX-TE-100 (SEE DETAIL SHEET) STANDARD CONCRETE PAD FOR VALUE BOX NO SCALE PROJECT NUMBER GOL0301-001-B1 CAD NUMBER SCALE AS NOTED STANDARD WATER INSTALLATION DETAILS GOLUS124 IL fm ARCADIS DESIGNED BY CONTRACT MSc REEDY BRANCH SANITARY SEWER IMPROVEMENTS DATE DRAWN BY ARCADIS FPS MSC 1 /8/2004 One Centlo, N Drive. S� 208 GOLDSBOR09 NC (`ir'P,en.RbOrO. North Carolina 27407 CHECKED BY '�4• GIF 24 Tei: 336-292 2271 Fax: 336 855-5648 WTR www_nrm&m—tm-com Q ABBREVIATIONS ToMMrs ROAp ABANDONED ABAND (SR 1571) ASPHALT ASPH e ASPHALT SURFACE TREATMENT AST BACK OF CURB BC BASE LINE BL BEARING BRG _ BENCH MARK BM BOTTOM BOT CATCH BASIN CB f CENTER UNE q CLEANOUT CO CLEAR CLR CONCRETE CONC CORRUGATED METAL PIPE CMP CABLE TV PEDESTAL CPED CURB INLET CI CUBIC FEET CF F� 1 °j DEMOLITION DEMO ti°p�R°�° DETAIL DET DET DIAMETER DIA DROP INLET DI DROP MANHOLE DMH Sy DUCTILE IRON PIPE DIP _ 6 EASEMENT ESMT OR&), ROS EDGE OF PAVEMENT EP ELEVATION EL ENGINEER ENGR lb EXISTING EX. EXIST EXIST IRON PIN EIP y� GROUND GND -HEADWALL HW HORIZONTAL HORIZ INVERT INV IRON PIPE IP LINEAR FOOT LF MANHOLE MH MAILBOX MB MAXIMUM MAX MINIMUM MIN MONUMENT MON /fib` N NUMBER #, NO X47 PROPERTY LINE y QUANTITY Q v REINFORCED CONCRETE PIPE RCP _I RESIDENCE RES RIGHT OF WAY ROW - RIGHT OF WAY MONUMENT RW SANITARY SAN / SEWER SWR SQUARE FOOT SQ FT / •� _ SQUARE YARD SQ YD e �y • ` .. STATION STA ' �► STONE STN STORM STM TELEPHONE T. TELE _ TELEPHONE PEDESTAL TPED TO BE REMOVED TBR . - THICKNESS THK TYPICAL TYP UNDERGROUND UND VERTICAL VERT WATER SERVICE WS 1ti pRO�NG VICINITY MAP SCALE: 1'= 600' 'N GENERAL NOTES 1. EXISTING U71UTIES ARE SHOWN FROM THE BEST AVAILABLE INFORMATION AND ARE APPROXIMATE. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THESE AND OTHER UTILITIES BEFORE STARTING CONSTRUCTION. NOTIFY U11UTY LOCATING COMPANY (ONE CALL 1-800-632-4949) FOR UNDERGROUND LOCATIONS AT LEAST 48 HOURS IN ADVANCE. 2. CONTRACTOR'S OPERA11ON OF EQUIPMENT AND MOVEMENT OF MATERIALS SHALL BE RESTRICTED TO RIGHTS–OF–WAY AND EASEMENTS. DEVIATION FROM THE AREA WILL NOT BE PERMITTED WITHOUT WRITTEN APPROVAL FROM THE PROJECT OWNER AND PROPERTY OWNER. 3. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL PROPERTIES ADJACENT TO THE PROJECT AT ALL TIMES. 4. GRAPHICAL RIM ELEVATIONS SHOWN ON THE PLANS ARE APPROXIMATE. MANHOLES TO BE SET EITHER FLUSH WITH PAVEMENT, 2–INCHES ABOVE EXISTING GROUND IN LAWN AREAS, OR 2 FEET ABOVE FINISH GROUND IN EASEMENTS. 5. PRIOR TO THE INITIATION OF CONSTRUCTION ACTIVITIES, CONTRACTOR SHALL PUT IN PLACE SUCH TEMPORARY EROSION CONTROL MEASURES AS INDICATED ON THE PLANS. THESE MEASURES SHALL BE INSPECTED AND EVALUATED DURING CONSTRUCTION OPERATIONS FOR THEIR EFFECTIVENESS IN PREVENTING EROSION MATERIAL AND SEDIMENT FROM DISCHARGING FROM THE WORK AREA. IF REQUIRED, AND AS DIRECTED BY THE OWNER, ADDITIONAL TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTITUTED AND INSTALLED. 6. A MINIMUM 12–INCH VERTICAL CLEARANCE BETWEEN SANITARY SEWERS AND STORM DRAINS SHALL BE MAINTAINED. A MINIMUM 18–INCH VERTICAL OR 10–FOOT HORIZONTAL SEPARATION BETWEEN WATER MAINS AND SANITARY SEWERS SHALL BE MAINTAINED. IF EITHER MINIMUM CLEARANCE CANNOT BE MAINTAINED, DUCTILE IRON PIPE SHALL BE REQUIRED FOR BOTH UTILITIES. 7. IN PAVED AREAS, CONTRACTOR SHALL PLACE STONE BASE MATERIAL IN TRENCH UPON COMPLETION OF PIPE INSTALLATION TO MINIMIZE EROSION OF TRENCH PRIOR TO PAVEMENT REPLACEMENT. 8. PROTECT ALL PROPERTY MONUMENTS AND PINS. MONUMENTS AND PINS THAT WILL BE DESTROYED DURING CONSTRUCTION SHALL BE REFERENCED AND REPLACED BY A PROFESSIONAL LAND SURVEYOR. 9. CONTRACTOR SHALL LOCATE AND EXPOSE ALL CROSSING UTILITIES INCLUDING WATER MAINS, STORM CULVERTS, ETC. PRIOR TO INITIATION OF CONSTRUCTION ACTMTIES TO VERIFY ELEVATION AND MINIMUM CROSSING CLEARANCES. 10. CONTRACTOR SHALL MAINTAIN WATER AND SEWER SERVICE TO ALL PROPERTIES AFFECTED BY THE WORK DURING THE COURSE OF CONSTRUCTION. 11. SANITARY SEWER PIPE MATERIAL IS PVC UNLESS OTHERWISE NOTED. 12. THE CONTRACTOR SHALL TAKE PRECAUTIONARY MEASURES TO PROTECT THE EXISTING PLANT MATERIAL OUTSIDE THE PROJECT AREA. ANY COST INCURRED FOR REPLACEMENT OF SUCH MATERIAL DUE TO THE CONSTRUCTION SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 13. FOR MANHOLES AND VAULTS WITHIN NC DEPARTMENT OF TRANSPORTATION RIGHTS–OF–WAY, ONLY PREAPPROVED MANUFACTURERS AND STRUCTURE DESIGNS BY THE NC DEPARTMENT OF TRANSPORTATION MAY BE PROVIDED. IF A STRUCTURE DESIGN IS PROPOSED WHIG HAS NOT BEEN PRE–APPROVED, CONTRACTOR SHALL PROVIDE ALL STRUCTURAL CALCULATIONS AND COORDINATION WITH THE NC DEPARTMENT OF TRANSPORTATION TO OBTAIN APPROVAL NO EXTENSION OF CONTRACT TIME WILL BE ALLOWED FOR THE APPROVAL PROCESS. 14. MANHOLES NOT LOCATED IN PAVEMENT SHALL HAVE FRAME SECURELY ATTACHED TO CONCRETE MANHOLE WITH ANCHOR BOLTS. ALL MANHOLE FRAMES AND COVERS SHALT- BE VENTED, BOLT–DOWN. COVERS INDICATED AS WATERTIGHT SHALL NOT HAVE VENT HOLES. 15. INSTALL TEMPORARY SEDIMENT BASINS WHERE INDICATED. PROVIDE BASIN TO MINIMUM LENGTH AND WIDTH DIMENSIONS INIDICATED, BUT WITH NOT LESS THAN 1.800 CF OF SEDIMENT STORAGE PER ACRE OF DISTURBED AREA. 16. CONTRACTOR IS RESPONSIBLE FOR COORDINATION WITH UTILITY COMPANIES FOR THE TEMPORARY SUPPORT OR RELOCATION OF EXISTING U11UTY POLES THAT MAY BE AFFECTED BY CONTRACTOR'S OPERATIONS. ANY COSTS ASSOCIATED WITH THIS WORK SHALL BE INCLUDED IN THE CONTRAC'TOR'S BID. 17. ALL EROSION CONTROL MEASURES SHALL CONFORM TO THE STANDARDS SET FORTH IN THE NORTH CAROLINA DEPARTMENT OF ENVIRONMENT. HEALTH AND NATURAL RESOURCES EROSION AND SEDIMENT CONTROL PLANNING AND DESIGN MANUAL 18. THE FOLLOWING STANDARDS AS APPEARING IN ROADWAY STANDARD DRAWINGS, DESIGN SERVICES UNIT, NC DEPARTMENT OF TRANSPORTATION. LATEST REVISION, ARE APPLICABLE TO THIS PROJECT AND BY REFERENCE HEREBY ARE CONSIDERED A PART OF THESE PLANS. STD NO. TITLE 840.15 BRICK DROP INLET 840.16 DROP INLET FRAME & GRATE 840.71 CONCRETE AND BRICK PIPE PLUG 1605.01 TEMPORARY SILT FENCE SHEET INDEX SHEET NO. SHEET DESCRIPTION 1 COVER SHEET 2 INDEX, GENERAL NOTES & VICINITY MAP 3 PLAN & PROFILE – REEDY BRANCH CREEK – STA 0+00 TO 12+24 4 PLAN & PROFILE – REEDY BRANCH CREEK – STA 12+24 TO 24+22 5 PLAN & PROFILE – REEDY BRANCH CREEK - STA 24+22 TO 36+67 6 PLAN & PROFILE – NEW HOPE ROAD – STA 0+00 TO 11+40 7 PLAN & PROFILE – NEW HOPE ROAD – STA 11+40 TO 20+59 8 PLAN & PROFILE – HARE ROAD – STA 20+59 TO 31+49 9 PLAN & PROFILE – HARE ROAD – STA 31+49 TO 46+35 10 PLAN & PROFILE – HARE ROAD – STA 46+35 TO 56+09 11 PLAN & PROFILE – CUYLER BEST ROAD – STA 0+00 TO 13+34 12 PLAN & PROFILE – CUYLER BEST ROAD – STA 13+34 TO 28+30 13 PLAN & PROFILE – CUYLER BEST ROAD – STA 28+30 TO 40+42 14 PLAN & PROFILE – CUYLER BEST ROAD – STA 40+42 TO 52+35 15 PLAN & PROFILE – NEW HOPE ROAD – STA 52+35 TO 66+93 16 PLAN & PROFILE – NEW HOPE ROAD – STA 60+00 TO 68+64 17 PLAN & PROFILE – NEW HOPE ROAD – STA 68+64 TO 81+02 18 PLAN – WATER SYSTEM IMPROVEMENTS – STA 0+00 TO 23+80 19 MISCELLANEOUS DETAILS 20 EROSION CONTROL DETAILS 21 SANITARY SEWER INSTALLATION DETAILS 22 STORM SEWER & PAVING DETAILS 23 STORM SEWER & PAVING DETAILS 24 STANDARD WATER INSTALLATION DETAILS LEGEND EXIST. SIGN EXIST. LIGHT POLE EXIST. UTILITY POLE SAN FM EXIST. SANITARY SEWER FORCE MAIN EXIST. GAS LINE T T EXIST. TELEPHONE 12 "RCP EXIST. STORM SEWER wm –E]--- EXIST. WATER METER 12" WATER MAIN W EXIST. WATER MAIN 18" SAN. SEWE SAN EXIST. SANITARY SEWER GRAVITY MAIN vE EXIST. UNDERGROUND ELECTRIC EXIST. CURB & GUTTER PROPOSED SANITARY SEWER & MANHOLE PROPOSED WATER MAIN TEMPORARY STONE CHECK DAM TEMPORARY SEDIMENT BASIN (WITH MIN. LENGTH X WIDTH) FABRIC DROP INLET PROTEC11ON -SF SF TEMPORARY SILT FENCE ►L PROPERTY UNE – – RIGHT–OF–WAY LINE 200 RESIDENTIAL HOUSE NUMBER PROPOSED GRASS–LINED CHANNEL (GLC) PROPOSED ROCK PIPE INLET SEDIMENT TRAP TYPE "B" – - — - — - — - – FLOODWAY BOUNDARY loo— TOPOGRAPHIC CONTOURS Q C) O 1 O M O J 0 U N O L a O r7 O O C7 v v 0 110 100 n c 011 FP&S BM #6 FOR THIS SANITARY SVitER SEE SHEET 4 22+00 23+00 FP&S BENCHMARK #6 ELEVATION: 114.65 NAIL IN TREE FP&S BENCHMARK #9 ELEVATION: 97.85 NAIL IN TREE FP&S BM #7 24+00 25+00 26+00 FP&S BENCHMARK #7 FP&S BENCHMARK #8 ELEVATION: 103.74 ELEVATION: 96.36 NAIL IN TREE NAIL IN TREE FP&S BENCHMARK #10 ELEVATION: 104.67 PK NAIL IN PAVEMENT 27+00 28+00 \\ ,, , \ \\�1111111111!/!/�/ `\ -\N CARp� \\�. C00 EAL = = E 19697 = 18101 _ 101 _ • �•' �goa� 29+00 REV. NO. 30+00 D E S C R I P T I O N 31+00 DATE I BY I APP'D Z 32+00 33+00 MCM FPS One Centerview Drive, SAe 208 Qwnsbo% North Carolina 27407 Tei: 336-292-2271 Fax: 336-855-5648 nmara dis-us.com t r, NITARY SEWER 110 100 • m 34+00 35+00 36+00 37+00 CAD NUMBER BASE -GOLD SCALE HORIZ. 1" = 50' REEDY BRANCH CREEK PROJECT NUMBER VERT. 1" = 5' DESIGNED BY PROJECT NUMBER MSC/MJK REEDY BRANCH SANITARY GOL0301001B1 DRAWN BY SEWER IMPROVEMENTS DATE MSC 1/8/2004 CHECKED BY GOLDSBORO, N C 5 OF 24 WTR1 120 110 100 VAN ROEKEL JOHNNIE & WIFE LT 1 CASSEDALE #1 100 CASSDALE DR GOLDSBORO, NC 27534 TAX ID# 06-3610-64-4571 FOR THIS SANITARY SEWER SEE SHEET 5 FP&S BENCHMARK #10 ELEVATION: 104.67 PK NAIL IN PAVEMENT m FP&S BENCHMARK #11 ELEVATION: 124.04 NAIL IN PP 1+00 2+00 3+00 �tt11111111!!! � REV. NO. �N CAR04 �EAL = = EAL • 19697 = — 18101 ' HAM�L %)'Iper �lal0� //''�///l1111111i�f GURLEY J ISSAC FARMS INC W NEW HOPE ROAD IRA 4+00 5+00 6+00 7+00 D E S C R I P T 1 O N DATE BY APP'D ARCADIS MGM "s one Centerview Drive, Suits 208 Greensboro, North Carolina 27407 Tel: 336-292-2271 Fax 336-855-5648 www.anwd'is--uscom 1 • oc SCALE HORIZ. 1" = 50' VERT. 1" = 5' DESIGNED BY MSC/MJK DRAWN BY MSC CHECKED BY WTR FP&S BM #11 10+00 11+00 NEW HOPE ROAD REEDY BRANCH SANITARY SEWER IMPROVEMENTS GOLDSBORO, NC 120 im 100 .x 80 CAD NUMBER BASE—GOLD PROJECT NUMBER PROJECT NUMBER GOLD301001B1 DATE 1/8/2004 6 OF 24 O Q O 00 Q Q O O Nl O J O 0 V N U L d C 3 J Q W Q m N a c .� 0 a� 3 a� O D c7 O J 0 �_ U N O �.. a 0 BELL THOMAS F ETALS, JOHN T BELL CO CUYLER BEST RD PO BOX 10761 GOLDSBORO, NC 27532 TAX ID# 06-3610-61-1115 nd 0 ASHLEY PARK 0 0 FP&S 'aM #16 it -Z ms' -C" u) L 4" SEI VER R FT 0 C C) 0 Ln C) -Z SERMCE (TYPIC kL) EER QUAILWOOD GARDEN R j 0 APARTMENTS ------ lw CB CB CB C8 cn PECAN TREES ASPH lu 15 FH IZ �Dl Tht SAN TM 1145 _Fm -------- 6- 11 GO EX. T T -T- T w T-------- CUYLER 13EST ROAD (SR 1565) (ASPH) 711 - <11 A 60-'R/W----, 178 '5919 -T 0 iuz ;16+uu ZY R R gn F� SP- - -4F IE A!L ENC Tif- --- ---- —161 T. Ll of 79'V 15" ---- ----- - - - - - - - - - - LEWIS JOHN D JRfs MH -55 % -MH-57 --------------- BEST RD MH -54 1004 GUILFORD ST GOLDSBORO, NC 27530 >< -56 BE TON GREGORY DALE & WIFE MH -58 TAX ID# 06 -3519-59-3608 cn SULLI Ni`N' LCOLM R JR W BEST RD 1588 CUYLER BEST RD (CUYLER 1588 CUYLER BEST 76 FOR THIS SANITARY SEWER 0j C) r 50 !ICU YLER BEST RD GOLDSBORO, NC 27 4 FOR THIS SANITARY SEWER SEE SHEET 11 0 0) 0 c cu:;� 6L�,�BORO, NC 27534 X ID# 06- -0184 1588 SEE SHEET 13 rr, 06-3519-59-8828, 1550 Q SMITH FRANCES B HOWELL 0 uj QD PQ co 1600 CUYLER BEST RD 325 SAND HILL RD , ASHEVILLE, NC 28806 o �' TAX ID # 06-3610-60-3029 00 C PENTECOSTA 1600 C RT _jcm c%l 120 > 120 I T I I I I I E>> I ';4 1 1 EIS R AD Al Tar JL EMST GROUND uiy 111-7 to L Li 110 110 o 4-- LDiLTH Lt�KNOWN) ff.SA4._.SENER I I SA4. SE WKE Zw u I 12t EM. SVEF! 100 smi. SE ME t 100 90 1 L I I I 90 I I I 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00 26+00 27+00 28+00 CAD NUMBER BASE -GOLD CAJ� �( REV. NO. D E S C R I P T 1 0 N DATE BY APP'D S SCALE HORIZ. 1" = 50' VERT. 1" = 5' CUYLER BEST ROAD PROJECT NUMBER FP&S BENCHMARK #16 \\`\`O\A Si •AR EAL Pon DESIGNED By MSCIMJK REEDY BRANCH SANITARY PROJECT NUMBER GOLD301001BI ELEVATION: RR SPIKE IN 116.79 PP L 19697 v\ ; AMIS FM DRAWN BY SEWER IMPROVEMENTS DATE •: 918101 One Centerview Drive, Suite 208 msc 11812004 12 OF 24 '\50 Greensboro, North Carolina 27407 CHECKED BY CN, 1114. HAM\V Tel: 336-292-2271 FcDc 336-855-5648 G OLDSBORO, N C WTR wm.arcWis-u&com 130 120 110 100 26+00 BELL THOMAS F ETALS, JOHN T BELL CO CUYLER BEST RD ASHEVILLE, NC 28806 TAX ID# 06-3610-60-3029 I- 27+00 28+00 PENTECOSTAL CHRISTIAN ASSEMBLIQ 1600 CUYLER BEST RD RT 16 BEST RD GOLDSBORO, NC 27534 TAX ID# 06-3610-60-6241 29+00 FP&S BENCHMARK #17 ELEVATION: 115.35 NAIL IN PP 30+00 ALLEN LAWRENCE C & WIFE LORI CUYLER BEST RD TAX TEMPORARY SMALL SEDIMENT TRAP LENGTH = 48.5' WIDTH = 12' WEIR = 4' 31+00 32+0 PO BOX 1316 SBORO, NC 27533 c 06-36510-60-94 33+00 34+00 35+00 TPED /STNi 1 Oro STEED ENCASEMENT - _J 1 36+00 37+00 Z 38+00 39+00 40+00 130 120 110 100 CAD NUMBER GOLUS101 ���/ N CARO// C�0 ��� Rev. NO. D E S C R I P T 1 O N DATE BY APP'D ARCADIS SCALE HORIZ. 1" = 50' T. 1" = S' VERra PROJECT NUMBER CUYLER BEST ROAD `. �0. .• °•�: =; \\\\� �� �� i� ••• ••:9 = PROJECT NUMBER REEDY BRANCH SANITARY DESIGNED BY ` MSC GOLD301001B1 SEAL - • 19697 _ = AL — 18101 _ SEWER IMPROVEMENTS °A DRAWN BY � � �' � ARCM � MSC 1 /8/2004 �; �•' FNG(N" �'i,��.9F`•S CP��";\���� %9% '••�uGIN •' �' �` �i��/Q� `�'`O\���� One Centery ew Drive. Slide ?A8 Gr68118bOr0� NOrt�l CAr0I1114 Z74O% G 0 L D S B 0 R 0NC 13 OF 24 CHECKED BY ��t�,,�� r, I' g` 04- ,,����FiA1�A����� �� r r I I + , 'P7 Tel: 336-292-2271 Fwc 336-855-5648 www.ar+cac is—us corn W TR ' Q E c "I c -4 c c ,a] 130 120 Wo 100 THIS SANITARY SEWER SEE SHEET 13 MH -62 MH -63 40+00 X) LOLT.C.E. 12+ 43+00 15 00 ------- ---6 00 41+00 FP&S BENCHMARK #18 ELEVATION: 124.35 NAIL IN PP 42+00 Ism I MH -67 ALLEN LAWRENCE C & WIFE LORI Id FOR THIS SANITARY SEWER CUYLER BEST RD FP&S BM #18 610 PARK AVE tt SHEET I GOLDSBORO, NC 27530 TAX ID# 06-3610-71-3058 -0- 9' Ap ILIA Jil a r— PROP. 12 WATER MAIN MH 66 ----------- SEE SHEET' -1-8 10 44+00 16 nn T /V 1738 0 x 1764 0 X_' 0 1802 0 0 ........... I itrU O 0 43+00 FP&S BENCHMARK #19 ELEVATION: 122.91 NAIL IN PP 0 MH -65 o +00 MH 64 51+00 0 ELECj71V51` METER ... + Aq+00 AGNOD 48+00 0 47 0+00 (SR 1565) FIBER OP]IL, 2 -T ROAD &M V�1111 KE;w=ww= �4ND FR07rc MA CU BEST 19+00 T 0 (ASPH) CU TPEi . ..... . WOODS T MH -73 4" SEWER RPR .—AND---CON-TR—KCTOR—TO'*-----'--"-"' SERVICE RMINE IF BORING/TUNNELING (TYPICAL) OF SANITARY SEWER NEEDED DURING CONSTRUCTION TO PROTECT TREES. SEE SHEET 18 FOR DETAILED WATER SYSTEM DESIGN IN THIS AREA 44+00 45+00 46+00 REV. NO. CARO, S, SEAL EAL • 19697 18101 X/ 4 4 . ..... .. JLA- 11111111t(OA 47+00 D E S C R I P T 1 0 1 48+00 DATE I BY I APP'D 49+00 111 STRICKLAND ROBERT W & BEST PROPERTIES INC W NEVI/' HOPE ROAD PQ/ BOX 10085 GOLD�BORO, NC 27532 TAX 11)ht, 06-3610-80-6536 50+00 FPS One Centerview Drive, Suite 208 Grmmboro, North Carolina 27407 Tel: 336-292-2271 Fax: 336-855-5648 www.aradis—us.com FOR THIS SANITARY SEWER— SEE SHEET 16 MH -74 51+00 52+00 SCALE HORIZ. 1" = 50' VERT. 1" = 5' DESIGNED BY MSC/MJK DRAWN BY msc CHECKED BY WTR I- W F- + it I4� OEM m.5m M 68 CONSTRUCTION/ ENTRANCE /EXIT 130 120 110 100 53+00 CAD NUMBER BASE—GOLD CUYLER BEST ROAD PROJECT NUMBER PROJECT NUMBER REEDY BRANCH SANITARY GOL030100181 SEWER IMPROVEMENTS DATE 1/8/2004 1 GOLDSBORO. NC 14 OF 24 zm 0 M lz� 0 0 0 (A 130 120 110 100 53+00 CAD NUMBER BASE—GOLD CUYLER BEST ROAD PROJECT NUMBER PROJECT NUMBER REEDY BRANCH SANITARY GOL030100181 SEWER IMPROVEMENTS DATE 1/8/2004 1 GOLDSBORO. NC 14 OF 24 a 0 O O M O J O O Q N O i L" C z C Q CUYLER BEST RD PO BOX 10761 2V GOLDSBORO, NC 27532 ALLEN LAWRENCE C & WIFE LORI X ID# 06-3610-61-1115 CUYLER BEST RD 715 610 PARK AVE CONSTRUCTION GOLDSBORO, NC'\,27530 'N TAX ID# 06-3610-61-6566 \ENTRANCE4/EXIT PLCS) 00 0 0 000 f 10+90 QUAILWOOD STA 0+00 GARDEN PR6R., FIRE HYDRANT 4, 1701 ASSEMBLY�:TYPE/ 2 _,U APARTMENTS La 6" GATE R CdWECT PROP. V 5R MAI VALVE & 0 00 __J07 E R - ----- -LEG cl QUAIL GARDEN --- 40' T.C.E. —20' OFF EP APARTMENTS SAN. SEWER k 0 PUMPING 1200 LF 127\ RJ WA MAIN L STA I ION P.E. (VARIES) PH AS 115 TELEPHON 38+00 39+ 0_1-_ 0 - FH 1} j 1 40+00 �x LLI 8 OFF EP EX 3 FORCE MAIN IDIRT ----=N 7mrM — --------- / TIP 1o+00 �4 ----------- 40 -0 6+00 —7+ W _T T _wVT_ ------ - 'IT C) + c_ ....... C4 /+VU . ..... ---------- 32+,90-- /-115 — — — - _i� I :�'o I _j 4 670 I fn C. SIF V3TN\\ SF -SF SF SIF SF— TPED /STN t SIF SIF L 01 1 z LL 0 -A ISTA 4+9 PkS1 BM 17 C CON R TO LOCATE PROP. FIRE HYDRANT FOR THIS SANITARY SEWER < EXISTING 3" FORCE MAIN ASSEMBLY --TYPE 2 SEE SHEET 13 VERTICALLY & HORIZONTALLY GATE VALVE FROM STA 0+00 TO STA 3+00 DI HYDRANT LI1G RPR AND CONTRACTOR TO DETERMINE IF 3" REPLACEMENT f EN TECOS T/ L CHRISTIAN DIP REQUIRED. SSEMBLIE GbDBEY ROBBIE EUGENE 1718 CUYLER BEST Rb\ SMITH FRANCES 8 HOWELL PO BOX 1316 1600 CUYLER BEST RD TEMPOR �y SEDIM GOLDSBORO, NC 27533 325 SAND HILL RD LENGTH 8.5' t ASHEVILLE, NC 28806 TAX Q# 06-3610-60-9416 ------- WIDTH 12 TAX ID# 06-3610-60-3029 WEIR 4! C PENTECOSTAL CHRISTIAN ASSEMBLI 1600 CUYLER BEST RD RT 16 BEST RD GOLDSBORO, NC 27534 ALLEN LAWRENCE C & WIFE LORI FOR THIS SANITARY SEWER CUYLER BEST RD FP&S BM #18 SEE SHEET 15 610 PARK AVE GOLDSBORO, NC 27530 FP&S BM #19 04 TAX ID# 06-3610-71-3058 STA 23+80— REMOVE PLUG CONNECT PROP. 120 ATTR M AIN_ > FOR THIS SANITARY SEWER SEE SHEET 14 CONSTRU, Z CTION� SIGN m 21 OFF- EP —80 TRANCE/8XIT EN cn - „ , � a' r � # j �(3 PLCS),,-'/ +00 .+00 101, T — -C.E 1180 LF 12 RJ TER MAIN P.E. ------- 00 w n + 43+ ELEC FU - 0 0 +00 METER EP 0 23' OFF 15 0(0) *43 (1 I — cq+01J ---- --- ---- j16 AGNOLI 7 U) VV _V Ij CPED rn Vit fill" A (S T m FIBER 9!T'C R 1565) -7: MAR��__ ROAD U iq+00 —.r �_ CUyLER BEST (ASPH) -- WOODS - _i_77 of f E X m m T N FOR THIS SANITARY SEWER -Lw 4 S % �ERVICE SEE SHEET 16 (TYPIC RPR ,--At4D..-C-ONTRACTOR-TO----"---"""'. Z r """ DETERMINE IF BORING/TUNNELING' , A 8 0 io -------- OF SANITARY SEWER NEEDED 1764 DURING CONSTRUCTION TO '0 x 18 02 STRICKLAND ROBERT W & 01 PROTECT TREES. 00 BEST PROPERTIES INC 0 W NEW'HOPE ROAD '. I I STA 16+90 'BOX 10085 PO, PROP. FIRE HYDRANT 0 GOLDSBORO, NC 27532 ASSEMBLY—TYPE 2 TAX ID#,, 06-3610-80-6536 U) wo 6" GATE VALVE & 6" DI HYDRANT LEG 0 'f'II ' ,' `11'' l PROJECT NUMBER GOL0301-001-81 REV. NO. D E S C R I P T 1 0 N DATE BY APP'D SCALE CAD NUMBER -\\A —GOLD AOL- a P2 1 "=50' WATER SYSTEM IMPROVEMENTS BASE S ARCADIS DESIGNED BY CONTRACT A FP&S BENCHMARK #17 FP&S BENCHMARK #18 FP&S BENCHMARK #19 MSCIMJK AL SEAL REEDY BRANCH SANITARY ELEVATION: 115.35 ELEVATION: 124.35 ELEVATION: 122.91 z Z 2 19697 DATE NAIL IN UTILITY POLE NAIL IN UTILITY POLE NAIL IN UTILITY POLE DRAWN BY MWIS FK SEWER IMPROVEMENTS MSC/LNS 11812004 One Centerview Drive, Suite 208 11114. HAM\V Greensboro, North Carolina 27407 CHECKED BY 18 OF 24 ojo4, 0"Iffift"11tjok Tel: 3M-292-2271 Fax: 3W -M -51M WTR G OLDSBORO, N C www.areadis-us.com I FABRIC WIDTH EQUAL TO WIDTH OF DISTURBED EARTH WITHIN DITCH. TEMPORARY DITCH STABILIZATION DETAIL NO SCALE PLAN STATION NOTE: TIE BOLTS (T,P) I FIRE HYDRANTS SHALL BE PLACED 1' INSIDE R/W 6" GATE VALVE (MJ) 6" LOCKED HYDRANT 90' BEND C.L. HYDRANT MAXIMUM TRENCH WIDTH HYDRANT MEET - DEPTH OF AT TOP OF PIPE BURY TO MEET CONDITIONS - ROTATE HYDRANT SO PUMPER HYDRANT LUGS CONNECTION FACES STREET I 3/4" GALVANIZED — — — RODS (2) AREA AT BACK OF PAVEMENT 18" LONG 6" DIP OR BACK OF CURB, AS SPOOL (PExPE) APPLICABLE, SHALL BE BACKFILLED WITH 6" OF FINE EARTH OR GRANULAR MATERIAL �< J TEE (MJxMJ) TO UNDERSIDE OF BERM. THIS MATERIAL IS NOT TYPE 2 FIRE HYDRANT ASSEMBLY INSTALLATION INCLUDED IN PAYMENT ITEM FOR GRANULAR BACKFILL. NOT TO SCALE 45" PIPE v^Jt�.., TYPICAL BORED CROSSING DETAIL NO SCALE SECTION OUTSIDE PAVEMENT UTILITY t i•. iJ 1 , ,�i ••F . =; GRANULAR BACKFILL (1 EITHER SIDE '} OF EXISTING DISTURBED UTILITY) DEPTH DISTURBED WIDTH PROPOSED WATER MAIN UNDER EXISTING UTILITY (TYPICAL) NO SCALE SURFACE AT EDGE OF PAVEMENT OR PArk- nc CURB ACTUAL OUTLINE PIPE BEL BASED 0 SURFACE AT EDGE OF PAVEMENT OR BACK OF EXISTING UTILITY -1'-0" MIN UNLESS OTHERWISE NOTED ON DRAWINGS MAXIMUM TRENCH WIDTH AT Tnn ^r nenr BEDDING, BASED ON PIPE SIZE SECTION SECTION INSIDE PAVEMENT LIMITS OF PAYMENT FOR _ GRANULAR BACKFILL BASED ON MAXIMUM TRENCH WIDTH. GRANULAR BACKFILL BEYOND MAXIMUM TRENCH WIDTH AT TOP OF PIPE IS NOT INCLUDED IN PAYMENT ITEM FOR GRANULAR BACKFILL. GRANULAR BACKFILL BELOW 45' LINE, EARTH BACKFILL ABOVE 45' LINE. AGRANULAR BACKFIL TO BE USED ONLY WHERE DIRECTED BY THE ENGINEER. CROSSING PAVEMENT WITHIN MAXIMUM TRENCH WIDTH GRANULAR BACKFILL NO SCALE N a- STRUCTURAL - STONE 12" MIN. 18" �y 00o° °DIVERSON ` `°Oo°O°OPT O°°c OIN SEDIMENT CONTROL STONE 12 PIPE A FLOW D STRUCTURAL STONE 18"- I \ --'ROADWAY SHOULDER D_ _ FLOW 18"PIPE MAX. SECTION A -A ROCK PIPE INLET SEDIMENT TRAP TYPE "A" NO SCALE Yili ?ENc:cl.cons�.7,e;loP tld* K� 13 U t M a !- PROPOSED GRADE 6"TUCK EXMINB creaott TEMPORARY $11T FENCE niorss 7 T. S . I. rence fabric *hall be a minimum of 32 inches in width and shat, have a minianml of 6 line vires with 12" etey epadina. 2. Burtap shall be 7% oz. weight and minimm of 32" in vidik. Wr- lap shall be fattened adeduatety to the fabric •a directed by the Cngtnees. , 3. Steel post 611411 be $10" in height and be Of self -fasts*.- "1* *tett, type. 4. Wood post *hall be 3' to i' in heLxht and ] to 4 inches in deter. hire Fabric ahait be fastened to wemden post with not teas than sh ataplae 1k" tong. 5. Silt fence shall be maintained in road condition. DSM T (inch) A 1 13.68 3.36 NOTES: 13.92 3.48 1. STRUCTURAL STONE SHALL BE CLASS 'A" STONE. 3.48 2. SEDIMENT CONTROL STONE SHALL BE NO. 5 OR 5.67 NO. 57 STONE. 16.56 4.08 3. TOP OF BERM SHALL BE A MINIMUM ONE FOOT 3.48 BELOW THE SHOULDER OR DIVERSION POINT. 2.69 4. A TOTAL SEDIMENT TRAP VOLUME OF 1800 CUBIC 3.36 FEET PER ACRE OF DISTURBED AREA SHALL BE PROVIDED. SOME OF THE REQUIRED VOLUME MAY BE PROVIDED BY OTHER UPSTREAM OR DOWNSTREAM SEDIMENT CONTROLS. CONTROL STONE STRUCTURAL - STONE 12" MIN. 18" �y 00o° °DIVERSON ` `°Oo°O°OPT O°°c OIN SEDIMENT CONTROL STONE 12 PIPE A FLOW D STRUCTURAL STONE 18"- I \ --'ROADWAY SHOULDER D_ _ FLOW 18"PIPE MAX. SECTION A -A ROCK PIPE INLET SEDIMENT TRAP TYPE "A" NO SCALE Yili ?ENc:cl.cons�.7,e;loP tld* K� 13 U t M a !- PROPOSED GRADE 6"TUCK EXMINB creaott TEMPORARY $11T FENCE niorss 7 T. S . I. rence fabric *hall be a minimum of 32 inches in width and shat, have a minianml of 6 line vires with 12" etey epadina. 2. Burtap shall be 7% oz. weight and minimm of 32" in vidik. Wr- lap shall be fattened adeduatety to the fabric •a directed by the Cngtnees. , 3. Steel post 611411 be $10" in height and be Of self -fasts*.- "1* *tett, type. 4. Wood post *hall be 3' to i' in heLxht and ] to 4 inches in deter. hire Fabric ahait be fastened to wemden post with not teas than sh ataplae 1k" tong. 5. Silt fence shall be maintained in road condition. DSM T (inch) d inch 1 13.68 3.36 2 13.92 3.48 3 13.68 3.48 4 22.56 5.67 5 16.56 4.08 6 13.80 3.48 7 10.56 2.69 8 13.44 3.36 11 )j3 Le wir SEDIMENTATION AND EROSION CONTROL NOTES SEEDING AND MULCHING TO BE APPLIED WITHIN 30 DAYS OF ALL LAND DISTURBING ACTIVITIES NOT PREVIOUSLY STABILIZED. SILT FENCE TO BE INSTALLED AS SHOWN OR AS DEEMED NECESSARY BY VISUAL OBSERVATION. WHERE APPLICABLE ATTEMPT TO MAINTAIN A MINIMUM 5' NATURAL BUFFER ALONG EXISTING DRAINAGE DITCH, INTERCEPTOR I CREEK. IF BUFFER AREA IS DISTURBED PROTECT EXISTING DRAINAGE DITCH INTERCEPTORICREEK WITH SILT FENCE AS DEEMED NECESSARY BY VISUAL OBSERVATION. UPON COMPLETION OF WORK IN BUFFER AREA IMMEDIATELY RECOMPACT, SEED AND MULCH AREA. WHERE APPLICABLE SPOIL EXCAVATED MATERIAL ON THE SIDE OF THE TRENCH FURTHEST FROM EXISTING DRAINAGE DITCH INTERCEPTORfICREEK. '�•e•y�Yiir�i:rr� �� n�* *ata, ••:,��' •' • `• a• s �®.r� V •'rare �'•i�• .• .b p• saa .c fad So * 57 STONE FILTER rLOW ..° 71?I CLASS A STQNE N TYPS j CLASS 8 OR CLASS I STONE - TYPE • UNLESS OTHERWISE SPECIFIED ALL ROCK CHECK DAMS ARE TYPE I ROCK CHECK DAM NO SCALE TYetCAL Co 2 x 4 wood frame T max T it I! 2 � 1 DITCH STABILIZATION MATERIAL NO SCALE Drop inlet with grate &0-*- Frame 01 ._, EXISTING GROUND Z 00 SOIL STABILIZATION FABRIC UNDER STONE MIN. PUBLIC STREET U m a NOTES: 1. A STABILIZED ENTRANCE PAD OF WASHED STONE OR RAIL ROAD BALLAST SHALL BE LOCATED WHERE TRAFFIC WILL ENTER OR LEAVE THE CONSTRUCTION SITE ONTO A PUBLIC STREET. 2. FILTER FABRIC OR COMPACTED CRUSHER RUN STONE MAY BE USED AS A BASE FOR THE CONSTRUCTION ENTRANCE. 3. THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION WHICH WILL PREVENT TRACKING OR FLOWING OF SEDIMENT ONTO PUBLIC STREETS OR EXISTING PAVEMENT. THIS MAY REQUIRE PERIODIC TOP DRESSING WITH ADDITIONAL STONE AS CONDITIONS WARRANT AND REPAIR OR CLEANOUT OF ANY MEASURES USED TO TRAP SEDIMENT. 4. ANY SEDIMENT SPILLED, DROPPED, WASHED, OR TRACKED ONTO PUBLIC STREETS MUST BE REMOVED IMMEDIATELY. 5. WHEN APPROPRIATE, WHEELS MUST BE CLEANED TO REMOVE SEDIMENT PRIOR TO ENTERING A PUBLIC STREET. WHEN WASHING IS REQUIRED, IT SHALL BE DONE IN AN AREA STABILIZED WITH CRUSHED STONE WHICH DRAINS INTO AN APPROVED SEDIMENT BASIN SEE STD. NO. 30.116. 6. SOIL STABILIZATION FABRIC (AS SPECIFIED BY THE DESIGNER) SHALL BE USED. P,SUizES 0 TEMPORARY GRAVEL CONSTRUCTION ENTRANCE NO SCALE AU.. .URgiQq&E STK.�CTu�Es Gather excess at Corners Installation of }abbe and suppofthq b'ame for inlet protection. Construction 1. As synthetic fabric, use a pervious sheet of nylon, polyester, or ethylene Specifications yarn- omra strength (50 lb/I inch minimum} -that contains ultraviolet ray in- hibitors and stabilizers. Fabric should be suffic :eptly porous to Provide adequate drainage of the temporary sediment pool. Burlap may be used for short-term ap- plications. It must be replaced every 60 days. 2. Cut fabric from a continuous roil to eliminate joints. 3. For stakes, use 2 x 4 -inch wood (preferred) or equivalent metal with amin- imum length of 3 ft. 4. Space evenly around the perimeterof the inlet a maximum of 3 ft apart, and sesarssly drive them into On ground, approximately 18 inches deep. 5. To provide needed stability to the installation, frame with 2 x 4 -inch wood strips around the crest of the overflow area at a maximum of 1.5 ft above the drop Inlet crest. 6. Place the bottom 12 inches of the fabric in a trench and backfill the trench wilt atleast 4 inches of crushed stone or 12 inches of compacted soil. 'f. Fastest fabric securely to the stakes and frame. Joints must be overlapped to the next stake. S. The top of the frame and fabric must be well below the ground elevation downslope from the drop inlet to keep runoff from bypassing the inlet. rt Wray be necessary to build a temporary dike on the down slope side of the structure toprevcnt bypass flow- Mawrial from within the sediment pool may be usfdfor diking. TOP OF BEA AS SETTLED FILTI -• .A1 \IIAI -. ELE-V^ATTIION TEMPORARY SMALL SEDIMENT TRAP NO SCALE BERM 6" TO R SETTLEMENT 4RD (MIN) 1 1.1. RAP I I VERTICAL GROOVE I I w%4HOOKS �S EXTEND OVER INVERT FILLED WITH MORTAR ! IF Ff Y �~ EXISTING SEWER MAIN �' ''=• ~`}•: �rJr :,i-, ARIES FROM 2.0' TO 2.9' USE 2 BARS "�. 7°. b ;., • i ' J IF *W VARIES FROM 3.0' TO 4.9' USE 4 BARS ` IF 'if VARIES FROM 5.0' TO 6.9' USE 6 BARS> �': •' ~ ~ : GROUT FP IF 'VARIES FROM 7.0' TO 9.0' USE 8 BARS r• , ` • y ; r ? ` ` ' :�•' �. r.; ' :5.. + +•, • r^ .,. j. L:.•• ',. •S �, EXISTING SEWER MAIN 1/r INSIDE + ., MORTAR Jahr SECTION A—A `:` :; • '�: ;� -';,- SECTION B—B ' = ' �;. E A :. I-� _ itr .::� SECTION la ';i,,. ,,•' ;. t�' \\ SCALE: 1/2 - 1 -q" SCALE: 1/2" _ '- " `�' C-C • �, r,,. :::�t._._.._.�_.�.r:'•� :« .r,t.<• ,.' .-,�:.••• ..�,;r_,: a / 1 O "•. ;;.T' SCALE: 1/2" = 1'—q" f;::.•;: 't"•,,. SECTION D—D SCALE: 1/2' SECTION E — E EXTENSION RINGS EXTENSION RINGS AS REQUIRED i — AS REQUIRED 0 M.H. STEP 4'-0' FOR 8 TO 12' MAINS 24' REINFORCED AND MADE T-0" FOR 15' TO 30" MAINS VARIES IN ACCORDANCE WITH 0 3 �� It,, 16' ;;' VARIES ~"' REINFORCED AND MADE '.� ASTM C-478 6'-D" FOR 36° TO 54' MAINS IN ACCORDANCE WITH e g, 4'-� r; `• ASTM C-478 , �• NOTES: .�`• J +', ;, 1 Y M.H. SPEP c a M.H. STEP 12'0 1. FLOW SHALL BE MAINTAINED DURING CONSTRUCTION. A A G' 4'-0' or �', 12'0 C D zf VERTICAL r•M :;�'' ,� GROUT +:' , VERTICAL :. 5' °• 2. THIS DETAIL TO BE USED WHEN A G OR LARGER _ d,• LATERAL, NECESSITATES CONSTRUCTION OF A NEW MANHOLE. 6" O S' VARIES «,,.• � ` ;: 4''—� : 5' :r ,� i .,:.t .., •� :, ., : ; + . t.. > c 1/rT 1' OF CEMENT VARIES ' - - - - - _ _ VARIES - - �- - - _ _ - - ;:�.� : _ ; :r '' 1 3. SEE STANDARD DETAIL FOR PRECAST MANHOLES.,r MORTAR MORTAR B �' '' ;:1 -? r• I JOINT B 1••- 6" (� �. ; �w 4. THE CO HALL PROVIDEI W-C 0 P NE i 4• r '+ i•a : : t 24° I 24 - ,' MINIMUM If COMPACTED 167 STONE BASE s �';=''.; ,.< ;: i ? • ''..•�:.: +.. 't •,? ;` x i.. CONTRACTOR S O •r1 _S•• •~'C.r•. f« •. <., l•'•t-.^y r• -,,,- ���:► .rte. �',:••r:•. s' s : �•d,, �•:�, a,, :�, : .t k; ; NOTE ALL COSTS ASSOCIATED WITH ELEVATION ':J.• •:r• ,i' ''.r .tit ~", < �: 4 " .. �'f:�• ., . ,, ::Lg �,•� — :.��.•: ;_ w.:;• .• ,, ADJUSTMENTS OF NEW MANHOLES SHALL BE 0.698 CU. . P. +' +� . i •' i , .• : r.t : +. .r:' SEWER MAIN �'. , t;. i ..r -:• :..,: _ ..:�'^ : ,:: INCLUDED IN THE COST OF r;:.r.:=FT YD. CONC. 3' ~,. ;:: :;;`._ rid'. r-: :i::•>.~ 8' THE PIPE. y. .. r i', 1 • .t'•w •�:•• •'�+.'Z •�•~ •a•'� L'J•r«�.r:' •t„• '� «•�.r.,,�• .• :1•'' F".!•••:. 'a' •'••J •: •.!' •i•`,` wa•!. •''w•.P •S••1'.''.,.i•t' ^'J• `— IT �• _ _ ' �'.•� -' SECTIQN F F 6r—M g' {} t .r".'!•'..�!{•�. •:: Cr, i'�J': 7~r.rr aG STANDARD MANHOLE INSTALLATION SECTION A- A SECTION B- B SECTION G- C II secrloN D - D OVER EX I STING S EWER MAI N STANDARD BRICK MANHOLE STANDARD BLOCK MANHOLE STANDARD PRECAST II _-- ,_ , " _ , " MANHOLE II !� STANDARD OUTSIDE DROP MANHOLE NOT TO SCALE SCALE: 1/2 - 1 0" SCALE: 1/2 - l'-Cr SCALE: 1/2'= 1'0" II c4 �1 FOR EXISTING MANHOLE 1.D' WIDTH 1.0' BOLTS TO PIPE SCALE: 1/2'= 1'0" Z" BR. CONC. SURFACE ON STEEL ENCASEMIENr PIPE "• NOTE: SEE STANDARD INSIDE DROP MANHOLE &STANDARD EXIST. PAVEMENT 6' CONIC. OR 3' BIT. CONC. SURFACE ON 6' CRUSHER RUN. ENCASEMENT PIPE _ PRECAST OR BLOCK MANHOLES FOR FURTHER INFORMATION SPIDER • � • CONCRETE') `'•+' HEAVY DUTY STEEL SKIDS (4) ....-- ��,- CARRIER PIPE PLAN &SECTION VIEW t _ I CARRIER PIPE C.I. MANHOLE STEP i 6z, COMP � - WELDED MITRE FABRIC ( SPIDER SIZE DETERMINED BY NOT TO SCALE N I c� _ 6 x 6 - W21 x W21 SPIDER DETAIL PLAN VIEW '° ICAS�G A° DDEWEY PR m Q`LAL '�' I - COMPACTED BACKFILL NOT TO SCALE VALVE - TAMPED IN Ir LAYERS NOT TO SCALE t I SPIDER, BY SPIDER MFC. OR � R/W _ ( _ AryPRovED EQUAL SECTION VIEW 'l I t.o PIPE 1.0 TOP OF COVER :y : NOT TO SCALE y c G , c c ' : ; PIPE CRM y• I .•,• T TRANVERS Olk- :. 43 A.B.S. SADDLE PIPE PIPE TO L SOIL -,�--_� TYPICAL PAVEMENT E CUT DETAIL COUPLING 445-401' OR \ G PIPE CROWN/�. SAN. SEWER ONES LOCATED T G APPROVED �� - \ C/o IN THE CL OF THE STREET STREET , WOF ATER T0�1T)D TO THE SOUTH � EAST NOT TO SCALE I nW NOTE TO CONTRACTOR: VALVE LOCATED s ALL PAVEMENT CUTS SHALL BE REPAIRED WITHIN A MAXIMUM QF; ? NGLINE ON /YT TYPICAL I Y X.• r STAINLESS STEEL - - - - - - - - -� - - - - - - - - - - - - i OF THREE (3) DAYS FROM THE DATE THE CUT IS MADE IF :� .�:• ,' .- CLAMPS CONDITIONS DO NOT PERMIT A PERMANENT REPAIR WITHIN THE GIVEN • . :; .:`.� ;� r . : ,� .� .; I VALVE TEE TIME LIMIT. PERMISSION TO MAKE A TEMPORARY REPAIR MUST BE t/rR �.a NOTES: SaOF m CROSS OBTAINED FROM THE CITY ENGINEER. C Ak G I C& G 1. PIPE SIZE FOR DROP TO EQUAL NOTES- Y 1'RINFLOW SEWER PIPE SUE 1. BACKFILL UNDER A.B.S. SADDLE ADAPTER HYDRANT LOCATED AT C&G RETURN PLAN VIEW 2. MECH. JOINT OR PUSH-ON FITTINGS, AND CAST IRON BEND WITH ¢67 STONE As � t/2' ALL BELL, TO BE USED. SHOWN ON TRENCH BOTTOM DIMENSIONS ANDRAY I R/W 3. SAW-CUT OR DRILL ALL HOLES FOR BACII�IJM REQIltRf1LENTS FOR P.V.C. AND SADDLE U BOTTOM OF COVERPIPE AND BOLTS. ARS. DETAIL I 4. MOP--MANHOLE MANDATORY WHENINSTALLATION , VALVE DGMITWEEN INVERTS E is "w. LATERAL SADDLE INSTALLATION DETAIL LIMITS GRADE 5. STAINLESS a MOPS SHALL FINISHED BE FOR A.B.S. COMPQSITE PIPE NOT TO SCALE TYPICAL LINE LOCATIONS :.: USED ON ALL DROPS GREATER �'�•� THAN 5 FEET AT IT INTERVALS. t • NOT TO SCALE FINISHED GRADE s N1' x rOT TO SCALE SOLID P.V.C.P.vc. ,:�.: •` 1•: RING_ I I I 11= �.i ti ; ;ti - CAST OR DUCTILE IRON `D PIPE TEE WITH CUT-OUT _ ` CLASS AWWA-C110 _ 0 T-2 1/f TI DIA. MIN. r%7 Y 1 = UNDISTURBED SOIL U ONE JOINT OF DUCTILE 4SP.V.C. INLINE WYE 3 � 5/IE IRON PIPE COMING IN PIPE CROWN (- UNDISTURBED SOIL 0 ' I'- 11 1 13 7 � .�;. O ° O }SPRING LINE� i' 3/8" •• a � _ °t- nuBOLTS dSTRAPS GROUT ,,'°•__ PIPE GRADE I T;T •. a� � . SPRING UNE - + - BEDDING LATERAL INSTALLATION DETAIL HAUNCHING PIPE GRADE 2 t 3„ 1 1/2' ` GROUT i DUCTILE ICON PIPE CLASS AWWA-Ct51 s �;s-.y' - _ ._ X57 STONE II I FOR P - _ V.C. PIPE T -{ „DING O.D. 1/ WORK WELL UNDER MINIMUM SIDE CLEARANCE 2 3/ w n CAST OR DUCTILE I � awc t.mt * a` I - b OF PIPE 3 3 f r IRON 90' BEND N tits a tAt Km '°°""`" e NOT TO SCALE - BOTTOM OF PIPE O.D. 0: _ -9�. it ;, •�'. r. . s.,;5 • : i; 'fit , : s [ if_LoF PI'E �� 2 MAXIMUM SIDE CLEARANCE 41 a CIL ML Ng at CE 1'-10 1 E' F PIP 9 MOM =a s CO. sa�enut io. nuc usse Mtult BOTTOM WORK OF PIPE � O O.D. E � MINIMUM SIDE CLEARANCE irt�i1 117' I of PIPE 11Y I 4 3 Nr coma•,a. s ""� *ii,r "M I r• 1.01F PE i MAXIMUM SIDE CLEARANCE TYPICAL BACKFILLING REQUIREMENTS & TRENCH BOTTOM DIMENSIONS SECTION VIEW # -• 1r11iA a wE o FERNCO COUPLING OR EQUAL 1 i —SDR-35 TYPICAL BACKFILLING REQUIREMENTS FOR PVC PIPE '"" ��„�, &TRENCH BOTTOM DIMENSIONS NOT TO SCALE E CONCRETE SECTION c — c TYPICAL SANITARY SEWER LAT L CONN..QT :. '. » t ! I COLLAR FOR ABS & PVC COMPOSITE PIPE STANDARD INSIDE DROP MANHOLE NOT TOSCrSLE} NOTES. I. itiE 1FlJ>I i. Af > , NOTES: - NOT TO SCALE !' T t ""DUCTILE . O TO SCALE TILE IRON PIPE OR SCH_ 40 PVC TRENCHES REQUIRING SHORING AND BRACING, DIMENSIONS SHALL BE • . MANHOLE RING & COVER. 2. 00, ' TAKEN FROM THE INSIDE FACE OF THE SHORING AND BRACING. U' AS DIRECTED BY ENGINEER. USEE CITY OF GOLDSBORO STANDARD FOR PRECAST ORM -. LENGTH DETERMINED IN FIELD BY ENGINEER. 2. STABILIZATION STONE SHALL BE INSTALLED AS SHOWN ABOVE WHEN DIRECTED NOT TO SCALE BLOCK MANHOLES FOR ADDITIONAL MANHOLE DETAILS. 3. FOR A.B.S. OR P.V.C. INSTALLATIONS, SADDLE AND BEND MUST BE BEDDED IN BY THE ENGINEER. L DEWEY BROS. MH-RCR-2001-FC 167 STONE .BEDDING AND HANDLING MUST COMPLY WITH REQUIREMENTS OF 3. NO ROCKS OR BOULDERS 4 OR LARGER TO BE USED IN INITIAL BACKFILL USE DEWEY BROS. MH-RCR-20D1 INSIDE DROPS WILL BE ALLOWED IN 410' DIAMETER MANHOLES STANDARD DETAIL FOR TRENCH BOTTOM DIMENSIONS AND BACKFILLING DETAIL .FOR .REALIGNMENT Al�tplOR � REPLACEMENT 4. ALL BACKFILL MATERIAL. SHALL BE SUITABLE NATIVE MATERNAL, UNLESS FOR AREAS OUTSIDE OF PAVEMENT ONLY AT THE DIRECTION OF THE ENGINEER, REQUIREMENTS FOR P.V.C. AND A.B.S. DETAIL OF A 5gCTION OF AN _EXISTING SANITARY : S.E1A I SELECT BACKFILL APPROVED BY ENGINEER. N TAP IN CONFLICT WITH PROPOSED fMPF20VEMENTS -Nor To SCALE 5• BACKFILL SHALL BE TAMPED IN TRAFFIC AREAS, 12 IN NON-TRAFFIC AREAS. o: PROJECT NUMBER REV. NO. D E S C R I P T I O N GOL0301-001—B1 CAR��JJ'J�� \\ ���Illl lClJl tAln��/ / DATE BY APP'D � �+/T SCALE ;�\�°�••FEssiQ•-.' �N ' - AS NOTED SANITARY SEWER INSTALLATION DETAILS CAD NUMBER �17'+ GOLU S121 0 'Q� �Y �O 9 J� ARCADIS DESIGNED BY CONTRACT S = AL - MSC REEDY BRANCH SANITARY in - 19697 _ = 18101 DRAWN BY �y'•:'yGINE�RX��v" :9L'•• �� ARCADIS FPS MSC SEWER IMPROVEMENTS °A i INt ''�►, . 11812004 2, 11 •S' CP�-�����\ %� q HAM\L��\\ One Centerview Drive, Suite 20$ \1 ��O Greensboro, North Carolina 27407 CHECKED BY ,) glo4- �r,lllllllTel: 336-292-2271 Fax: 336-855-5648 GOLD www.arcadis-us.com WTR SBORO, NC 21 01F 24 PL_ A. H v leW CATCH A'51N Y WHERe Lf -\R E PPE ICS u1 ED ARD m r=NC)1. 0 1 TOP SLA+ 'roP S LA5 - P L /atl K.I. E tV CATCH btASN WHERE LARGE PIPC- FROM BACK To FRONT NO SCALE '&A C V Gv1 SGT ION. G -� wo- V4 rr r "To ISLCI F'LPIN V IEW- STANDARD CATCH BASIN NOT -ro SGA.1-E �ll SECT.10N A -A 5ECT 1oN 5-5 CD ot'l Ado 1` 'q°'ca SLAt"9 1 y , µ 8" SCALe i'�V i AC IwXPANioN 3 -of n1T �`4" ioi D L_Eh1G,`rH 4 5A%Zs ° v" I✓q # 8 BA? "\4 "G QUP11-LI 43 AG D SPac�p � 2 m� d` _ pI.AN Vi�`V TOP SL A5 C.ATC H C A i "OT -ro 5c tom;^lF W _ ce ' J GEQ0W H- H NoT To SCAL-E sec -[Ian D- p tao-T �0 5cgt. y11 %jam- • NOT -ro SCAL0 � 1� 0 H wA 4 dl °e 5Ec-�:a,3 F- JIOT 0_ 5C&* PL. A1�4 N6T ro '_:�cALE ( VAK ABLS, I2! MWItAU�I i f1 =� fi:a,,. f:: /f:T TYP. CRoSs ;Lci;�al M�1�IFiE� TYi'C CUt;� � G�)iTE-2 P.S.1. Caa1C . QiZoP- l,WA&ELCt. V. IZAMPIN ►2 � i StvPE � NoT T& SCALE - f4oT To r6cALi PLAN `1IE\1W 0.1. R { RST � T�PE� .c„ � Aitii CURB NOT TO �5 x,41 -.F_ U,5 t~ c�EE- w e,-� S k c l:. a 14 - Za J - 12c) -ml OR APF' RsONIE-V Eq U A� ..- ScALE q. . 1 �a I, IUt;AL GST oi^ CURB � q uITER- 7 85 S.Y. i2.c)' 4.3a ':�.`& 4.-14o S • Y. l4. ti' Sa 2O s.y+ 115. o 5. Cv4 S.Y: EACH 500T !t1 \11VTK viFFIE?GMCE, ADD 01( 00 F2N VAP ?V P, cRo-_s 5EC Ot J Po LL, TJPG C.'JRB C,vTTGe 01 y-, TO. cuKF_ nE to A PeoP, wt�E t_CNA�iL ��Mf� ('R.4. pep" SSED 'Cuffs � L Ptta4?. A'`Pf,'_Q t7 cufLF� Nc-T To Sc -Al- SIDG WAL K G)HCELQ14AI1C IZAMP DETAIL Se^Lrz t AS 580u.V%i ItAF,hI QWS AGa0AQ_TI N raj .x. ri = ■1 _ W -m PL_ A. H v leW CATCH A'51N Y WHERe Lf -\R E PPE ICS u1 ED ARD m r=NC)1. 0 1 TOP SLA+ 'roP S LA5 - P L /atl K.I. E tV CATCH btASN WHERE LARGE PIPC- FROM BACK To FRONT NO SCALE '&A C V Gv1 SGT ION. G -� wo- V4 rr r "To ISLCI F'LPIN V IEW- STANDARD CATCH BASIN NOT -ro SGA.1-E �ll SECT.10N A -A 5ECT 1oN 5-5 CD ot'l Ado 1` 'q°'ca SLAt"9 1 y , µ 8" SCALe i'�V i AC IwXPANioN 3 -of n1T �`4" ioi D L_Eh1G,`rH 4 5A%Zs ° v" I✓q # 8 BA? "\4 "G QUP11-LI 43 AG D SPac�p � 2 m� d` _ pI.AN Vi�`V TOP SL A5 C.ATC H C A i "OT -ro 5c tom;^lF W _ ce ' J GEQ0W H- H NoT To SCAL-E sec -[Ian D- p tao-T �0 5cgt. y11 %jam- • NOT -ro SCAL0 � 1� 0 H wA 4 dl °e 5Ec-�:a,3 F- JIOT 0_ 5C&* PL. A1�4 N6T ro '_:�cALE ( VAK ABLS, I2! MWItAU�I i f1 =� fi:a,,. f:: /f:T TYP. CRoSs ;Lci;�al M�1�IFiE� TYi'C CUt;� � G�)iTE-2 P.S.1. Caa1C . QiZoP- l,WA&ELCt. V. IZAMPIN ►2 � i StvPE � NoT T& SCALE - f4oT To r6cALi PLAN `1IE\1W 0.1. R { RST � T�PE� .c„ � Aitii CURB NOT TO �5 x,41 -.F_ U,5 t~ c�EE- w e,-� S k c l:. a 14 - Za J - 12c) -ml OR APF' RsONIE-V Eq U A� ..- ScALE q. . 1 �a I, IUt;AL GST oi^ CURB � q uITER- 7 85 S.Y. i2.c)' 4.3a ':�.`& 4.-14o S • Y. l4. ti' Sa 2O s.y+ 115. o 5. Cv4 S.Y: EACH 500T !t1 \11VTK viFFIE?GMCE, ADD 01( 00 F2N VAP ?V P, cRo-_s 5EC Ot J Po LL, TJPG C.'JRB C,vTTGe 01 y-, TO. cuKF_ nE to A PeoP, wt�E t_CNA�iL ��Mf� ('R.4. pep" SSED 'Cuffs � L Ptta4?. A'`Pf,'_Q t7 cufLF� Nc-T To Sc -Al- SIDG WAL K G)HCELQ14AI1C IZAMP DETAIL Se^Lrz t AS 580u.V%i ItAF,hI QWS AGa0AQ_TI i✓S OR _V) F D P CO\j v< Chit � c istoc� F �.cr1�+:. i? II`l t`:\',> _ hla�s._a_ >�IcY,F—m—le 0r�Ei - _ PAS A, td k P r H � 1�iprH G SPA:4 I-�trt�_ i N I;VAr m1N. W,��` FEARS U �° �r✓11"'1"Fi FAf? V �s i.EPI; '(Fj fv- t-i,li�Tti T� �t Ei' L t3� f,f. _ Lyr�1� TM�oT�� C i�PFt i; r. F C rel, _ 614 0.:.4;fib o,o34- 1+_4tl __ - o cl �t4.._ C). 5,a _0.011' G_Ln4,�_._ r.,�.. U 4a _ -_0 071 2' �....___._-.• 4` 4 ,`_Cv� 43` _ 1" - �C.` 0.1.}7 Q._.� LP 1581 C G� f 301 _v ..__-,-._ �34w" __._._ .._ t U - io 1 11 - 8 _^ `� �3. _ c}� �.'° q 3" _?'_7 5 o2'` o;-(ao 0.797 I.Pi1! M y .' '`-34 ._� 44u 4''iG "" 40 P,i4ty ” - (4p_ 34,t 34'' 3 7.343 �'-o° 2`- Sq';,�„� ?" 154= 4-O t� 'Q Q _7 n ry cT►o� a- J L Nc i Pas 1} lYi(�Q�At� �caitiT`� CSN Tl-t� INSIDE DIAM>-TER- M0`5r PSE Ile':t ;l THICK— 2> ALU ALU exF-osep Mof�T'AK 30tiv_js WILL Y�� CoP•lcgvt�€� Too�.E� . 3� 3000 PS.I_ Cotic'S� o U r✓�i. OV- rt_oUKLA5s Ami? ou►.ai7A�lo i Ji , BG AGcor�PLtSH�@ �y FoittinIwC, . :5-,.) ALL CATCH RAaI"c:, OvSQ 3`-tP" PtrP.TK To 8� VTOIJ 75v . W rn; tAS-TAI< 576p5 , AW it= DI1ZGc-TeV 54 T146 Erac,!Nt✓;✓�, ti.isTALL 4 G. 1. PIPE \ITR COPP6tZ 15"66' MESN ST0t4F FlrrY6K ua "Ioi� SEcTioN aF G.F�` 5 A,�,© M.H.'s &LoW 5U5CjRAV6 . a C-A,crk 666 W Ou 5�c-C"r ors K -K 0 � qr � M.tt.SiEP _NN T- 1 4'4'1 Vp rQl� � ,P 4 4 S`tA�DARp F��tGK MANt�LI✓ Sa✓cTtou oN 214, 1 ,1� 4 K zT'1chu GF,o©4E iwev 1J tT1i N10RT� V 3AC,KFtLL,-rAtA1?cp so 1 L, CLASS 200000fAc. 0,4 4",. ,VA5ovs Pips PIPE. P11 -C- C V RAt� X10, Cv7 STc . -- 3 M 1 19-0 G�,A55 (ARCH EMC-ASEASM-r� Vx r IASoo14 Rtes - ids REc�vtREv ' E11,1Fo�Gt=G At Av MAPS I" kcogi>At1C.E \ivvv ASTM G-4-13 FAG Ki+ILL � �rl�MPt="� .. •- - : -: � 1 to l.,p" LAy�.6� --• 5 1 � � 1► 5-rANvar�p Loci; . 1�tlal oL 5-rA"VARv ?R'SCAs-T MMS kjOL,E �Ec-rtoN oN SEc-1�oN ata l�Co►Is�1'w,cT tNS�rl�rre�ac,� sox/MH SevAEL LtlJtrs c01,JNACT WITA IJCW SToev- DeMOAGIIE LINES . \AIA'TGV- eQ SCwe(Z- Lj"c \c/," SAWu= s1r.E DUeTIL_Lr 1goo rin;: TNtLv New sTe�eTva.� . 2)au- eosrs Iassoc"Tr.D wlj7'I C-L.rrv,01TI0,J AD3ogTrAeaiw-.1 or= rJt-w t rwL= a.�D Neter/ to rem COST Or ToP 4F Co u c:!. Apvwx e Ri Nrq 4 G oyER P�tVtiy gR05, i,��, RCR•�.C?t?t- EG UsE Pewty Blas: MR- RCP- 2001 Foit AvmA5 - - 001-5Ive � o-iTom CIF Cavv iR � NSE.�'fi �iltl+a .c. IUOT TO ScA>.L6 t1 FLAO t1 • Dt~�l�� t3 tzo� , tAt 1-t - S T - I � ©tti A�'RoV�y EC?JAL PE C4RAP(5 v 1a�1<��•,:; r� T�� '"JQ1?� NO. t.-7'S-T0Nf-: -rb OVIS 60(TA \igRTKE-AL. ttF-ICgWrF17 r- .1, ( t% WST CLNSS) ®AC. Y, F i LL ,� TAMPI; t7 l.AyalKs C, IAss C C� V.G. �. i�.C.. �%►��� P:1W.15,4G-P Ir GRAPG F1 MAL- SacK F I I -L - _ Toe of CoMi'Ar."'' IE.P FILL 07Trf -vI *vlsTOJ�5&D SOIL NOTE TO CONTRACTORS ALL PAVEMENT CUTS SHALL BE REPAIRED WITHIN A MAXIMUM OF THREE ( 3) DAYS FROM THE DATE THE CUT IS MADE. IF CONDITIONS DO NOT PERMIT A PERMANENT REPAIR WITHIN THE GIVEN TIME LIMIT, PERMISSION TO MAKE A TEMPORARY REPAIR MUST BE OBTAINED FROM THE CITY ENGINEER. I'.o vE�-r►� 1�0' t\to. to7 `a -1c) �i� EX 1 S -T �t/ �� t1 i 2" I iT.CGhlC. Ji>sZf-J ori L' Co'kizaTE OR. -s" BtTJmit-lou-ir, CeNJCtzsTc-- .�'R'�t �•��' �`•fp" 'CoI:lGRCT '£�: , euuFA.Ct,: orl �>' .. 1�EL DEp \II�E �AJ31KtG �- Ct�NtPAc-rEr> D L3Ack F I LL TAMFtwJ> I Q i4t Q 1 rr-A- ,F. t ' TyPICAL "s"Ra�uv� �avlt�aT K►LL, TA;�e'Ta CUT D6TAI L- C.o" LAy gra 12„ yn,tZt1GS I \/tic. `� 3ood P.5.1. Gl+�leeT� E+V�Ttr�t•i cc�NGZsi•F- COLLAR.. A•IL. 40 SeAL.a i'egUI RIMG, SHOTIMC,1 A1,; 13P\AC0,1q -) DtMEti51aNS 5t11 L1. `3E TAKEKA FKoln 'C'►•te I Nsl atm FHGE 01:- Am fAm 5 RAGI MC -1 2.� MO 1ZOCK5 oR 500L.Z9r1iS 4" oR LARGtER Ta 8E 05,0:;� 1V -A I I.A 1 T• I AL. F3AC-K F I LL . 3) ALL- EIACKHI-L_ MPtTER1AL-SHAL-L. 13G SorrAlaL.G NLATIvEE ' Z-01 MATERIAL UNLE54 SCt �ci- �3Aci� IL -L. >�PPRoe1 T� Sy I"ITIAL- �( {j l (�. BAc.;cF►L_L. •r.. / 4. $ACKFIL_L. St -TALL, GSC► • ,II � TaM� ,N Cp L--AyeRs 1N -rAFFLc A�GK,, s —T �,ZIR I!.! %avA1 TRA �iG AgeAS. LIM lv" .D or- 11P9 Co" M I Ill l MUM S IDE C LJr--W VAC V- 12`' o.b. of 1"�iPrr 12`.` MAX 1 Mum S I pe: CLEARAt405 TI?I✓ItaC-H t3vTT0M D1MGU510"S, AWD BAc-Ki:iL.L►NCj �E�v11�EM+✓ t tTS FoR Duc.T1L� IRON, vtTRt�tEt> CLAY � R'E)NFoI�CED C°�c�TE i�'tP'E '"SOP py- CoMPAcm,> tt. tr To? oP CoMF'AG.TCD FILL, 't"op of: C0M?Ac.-t,) FtL. - COMFACTeb GOMFACj�D \ysll Rca 5ut3t� t7At GOMwliHUsygCTED BACK F►L..GoMPact�p i ` �tb ►1 iJ APPt�'ort� Fot�MT7HT1 ota o.p I5ACXC-►t..t Mt / o.C7. cpptbt tOtLtNC� ! 4) �?rPPQOYE~p �oo?AwjTt oto o.D AS �u'tca tN twAT 1At_ C4Jird j IOA31A1("� MNTGRIAL. 63 COMPACTIOIJ I `/too A 73y 6las�t . C,i> NORMAL CARTiA FUC.I{ ok? `z,)0rrA13L- MAI---WlAi- f,.ORMAL GAI?'TI+ St]BD�A1►�l o Fou1DAsIovA F:ooVATIOiA DE'AI►- 1o�ND ATic*A DGTAt L_ ' rr� vl°t%A Q T�r►L � tai PE INA Ti'S�IC 4 Meori o�- V1 Fe 1rusTAUATroc\i_ b � J _ �_ }.lCs -- 5 t 1A�5:� ��':�.1 @.�"at ��i tt.l. Fig Wit'•? �� )'�'� .''� v h-!bt✓ i� /�u-- tit �� c� talt/i�.+ TS � X C G' �� o.C- %S LESS THAK. x..41' "I:AVI C-Q0kRM !IAT 'SMI- L40T, t -F U� �% }kA� Fas�Ci� PRor�1�Ly C3h�-kFit�JD Pci�.Ij� C�o'•�F�Ei7 �.ItTN �T' l�t•'t�ti'►" 3" OF• A"�ttt�Vi✓'L`� MATEt?tA1--• , �VNVCIZDRAIR PIPS Mtu. U1�C�'tr t7�'a1N 1U�`t-�1t�t.�tTl�N ..T�i+AIL� ff= N ,. RE HYDRANT, PUMPER NOZZLE TO O BE PERPENDICULAR TO STREET. lix ° VALVE BOX, DEWEY VBX-TE-100 N O t1 U SIDEWALK - .. GUTTER PAVEMT 1 n 7 CU. FT. CRUSHED Z 6" GATE VALVE STONE M.J.) REQUIRED COMPACT BACKFILL (MIN.)°„°000 G00000°°000° 00 0 0 0 _ (TAMPED IN 6" LIFTS) \ 000000 °0°0`0 o°o°oo :0�o°Op 6" MIN. BRANCH PIPE MAIN . _..� :.-:.:•:::: .-: 00000 0 00 0�0�I CONC. FOOTING I I (SEE DETAIL) 1 CONC. THRUST CONIC. SETTING SLAB 1 3"x 3 x 4 iHK. I_ - - - - - - - J 1 BLOCKING HYDRANT TEE TO BE MECH. JOINT CONIC. THRUST FIRE HYDRANT - SHALL BE MUELLER "CENTURION" OR APPROVED EQUAL BLOCK BRANCH PIPE - SHALL BE DUCTILE IRON AWWA C150 OR AWWA C-900 P.V.C. 6" GATE VALVE - SHALL BE AWWA C509, OPEN LEFT. VALVE BOX - SEE STANDARD VALVE BOX DETAIL NOTE: LOCATE AT THE RIGHT OF WAY UNE, BUT: WHEN SIDEWALK IS CONSTRUCTED AT PROPERTY UNE, CONSTRUCT FIRE HYDRANT IN 2'x2' EASEMENT ADJACENT TO THE R/W. ALL CONCRETE SHALL BE 3000 PSI MIN. P.V.C. PIPE BEDDING SHALL CONFORM TO STANDARD DETAIL FOR TRENCH BOTTOM DIMENSIONS AND BACKFILLING REQUIREMENTS FOR P.V.C. AND A.B.S. A MINIMUM OF 7.0 CU.FT. OF CRUSHED STONE WALL BE LOCATED AROUND THE BASE OF THE FIRE HYDRANT. C --r A KIn A Dn uYnP OMIT IMI`:�TAI I ATION NO SCALE 1. WHERE SHOWN OR DIRECTED BY ENGINEER, CONTRACTOR 2. ALL COSTS ASSOCIATED WITH ELEVATION ADJUSTMENTS TO RELOCATE AND/OR ADJUST EXISTING HYDRANT LEG AND OF NEW WATER VALVE BOXES AND NEW FIRE HYDRANTS HYDRANT AS NEEDED. PAYMENT WILL BE A LUMP SUM ITEM SHALL BE INCLUDED IN THE COST OF THE PIPE. IN THE PROPOSAL AND IS TO INCLUDE ALL NECESSARY BENDS, PIPE, AND FITTINGS. PAYMENT FOR BARREL LENGTHS IN EXCESS OF 3 FT. -6 IN. WILL BE BY THE VERTICAL FOOT. 3/4• THREADED RUST COLLAR iTEEL PLATE WATER MAIN VERTICAL BEND NO SCALE GENERAL NOTES 1. ONCE INSTALLED AND TIGHT, THE STEEL RODS AND BOLTS SHALL BE COATED NTH 2 COATS OF BITUMINOUS BASE PAINT. 2. CONCRETE SHALL NOT CONTACT BOLTS OR ENDS OF MECHANICAL JOINT BENDS. rXr USE 3000 CONCRETE FOOTING 1. "X"x"Y" MUST EQUAL THE SQUARE FOOTAGE OF THE BEARING AREA AS SHOWN IN THE TABLE BELOW. BEARING SURFACE AREA FOR VALVE FOOTINGS vet VE SIZE 6" 8" QUICKSAND.POOR SOIL (1000 PSF) 7 12 GRAVEL.000RSE SAND (1600 PSF) 5 8 SOFT CLAY (2000 PSF) 4 FAIRLY DRY CLAY, CLEAN DRY SAND (4000 PSF) 2 3 DRY CLAY, COMPACT SAND (8000 PSF) 1 2 STANDARD VALVE FTG. FOR WATER MAINS NO SCALE EXIST. I 2" BITU. CONC. SURFACE ON 6" CONC. OR 3" BITU. CONIC. SURFACE ON 6" CRUSHER RUN WELDED WARE FABRIC COMPACTED BACKFILL 6x6 W 2.1x W 2.1 TAMPED IN 6" LAYER _,- NOTF To CONTRACT A) t- - AVIEMENT CUTS SHALL BE REPAIRED Wh-24 A MAXIMUM OF THREE 3) DAYS FROM THE i w . DATE THE CUT IS MADE IF CONDITIONS DO NOT a� PERMIT A PERMANENT REPAIR WITHIN TFL= GIVEN TIE LIMIT. PERMISSION TO MAKE A TEMPORARY 1 1 REPAIR MUST BE OBTANdED FROM THE CITY ENGINEER• STANDARD TRANSVERSE PAVEMENT CUT NO SCALE � : OFESSI SEAL - • 19697 _ v ��1F� rs i IG P1``\\,l PLAN VIEW NOT TO SCALE BOLTS TO PIPE STEEL ENCASEMENT PIPE HEAVY DUTY STEEL SKIDS (4) CARRIER PIPE " (SPIDER SIZE DETERMINED BY SIZE OF STEEL CASING AND INNER PIPE) SPIDER, BY MFG. OR APPROVED EQUAL e.�r�� r►�n•er.IC\.T �I�C SECTION VIEW NOT TO SCALE SPIDER DETAIL AL 18101 i %//q mHAM1V11\q)� D1�C NO SCALE k X t t 4 6" MIN. ,> .� :•- 6MIN. UNDP TUBBED SOIL PLAN BENDS 18" MIN. -100 & LESS 24" MIN. -120 do GREATER X -j PLAN TEES BENDS & TEES PLUGS SECTION X—X PLAN & ELEV. TYPICAL THRUST BLOCK DETAILS NO SCALE METER BOX- DEWEY TYPE MBX-1 LOCATED AT R/W UNE SEE METER BOX DETAIL ce I I jCURB STOP -MUELLER 14258 TYPE H 'n Q Y ff 00 00 •- •::. - _ C -. BACKFILL TAMPED IN 6" LIFTS. I � My �_ STYPE "K" SOFT COPPER PIPE CORPORATION MUELLER TYPE H-15008 OR APPROVED EQUAL TAPPING SADDLE IS REQUIRED. SMITH-BLAIR 317 NYLON COATED DOUBLE -STRAP STAINLESS STEEL -CURB FORD KV43 N STANDARD WATER SERVICE INSTALLATION NO SCALE 1. THE CITY RESERVES THE RIGHT TO RIGHT TO ADD OR DELETE WATER SERVICE TAPS AND TO CHANGE LOCATIONS FROM THOSE SHOWN. 2. CONTRACTOR TO RELOCATE AND/OR ADJUST WATER METERS AND BOXES AS DIRECTED. STANDARD DEWEY BA NO. VBX-TE-100 (SEE DETAIL SHEET) STANDARD CONCRETE PAD FOR VALUE BOX NO SCALE PROJECT NUMBER GOL0301-001-B1 CAD NUMBER SCALE AS NOTED STANDARD WATER INSTALLATION DETAILS GOLUS124 IL fm ARCADIS DESIGNED BY CONTRACT MSc REEDY BRANCH SANITARY SEWER IMPROVEMENTS DATE DRAWN BY ARCADIS FPS MSC 1 /8/2004 One Centlo, N Drive. S� 208 GOLDSBOR09 NC (`ir'P,en.RbOrO. North Carolina 27407 CHECKED BY '�4• GIF 24 Tei: 336-292 2271 Fax: 336 855-5648 WTR www_nrm&m—tm-com