Loading...
HomeMy WebLinkAbout20040921 Ver 1_Complete File_20040730~. Q~~~ ~•~ ~~_ NCDENR North Carolina Department of Environment and Natural Resources Division of Water Quality Michael F. Easley, Governor July 30, 2004 City of Raleigh Public Utilities Department P.O. Box 590 Raleigh, NC 27602 Subject Property: NC 50 Force Main, Garner, NC William G. Ross, Jr., Secretary Alan W. Klimek, P.E., Director DWQ Project # 04-0921 Wake County Page 1 of 3 Approval of 401 Water Quality Certification and Authorisation Certificate per the Neuse River Buffer Protection Rules (15A NCAC 2B .0233) with Additional Conditions , To Whom It May Concern: You have our approval, in accordance with the attached conditions and those listed below, to place fill within or otherwise impact 0.17 acres of wetlands and 1,600 square feet (ftZ) of Zone 2 of the protected riparian buffers for the purpose of installing a sewer system force main at the subject property, as described within your application dated June 7, 2004 and received by the N.C. Division of Water Quality (DWQ) on June 8, 2004. After reviewing your application, we have decided that the impacts are covered by General Water Quality Certification Number(s) 3374 (GC3374). The Certification(s) allows you to use Nationwide Permit(s) 12 when issued by the US Army Corps of Engineers (USAGE). 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 obtain or otherwise comply with any other required federal, state or local permits before you go ahead with your project including (but not limited to) Erosion and Sediment Control and Non-discharge regulations. Also, this approval to proceed with your proposed impacts or to conduct impacts to waters as depicted in your application shall expire upon expiration of the 404 Permit. This approval is for the purpose and design that you described in your application. If you change your project, you must notify us and you may be required to send us a new application. If the property is sold, the new owner must be given a copy of this Certification and approval letter and is thereby responsible for complying with all conditions. If total fills for this project (now or in the future) exceed one acre of wetland or 150 linear feet of stream, compensatory mitigation may be required as described in 15A NCAC 2H .0506 (h). This approval requires you to follow the conditions listed in the attached certification and any additional conditions listed below. 401 Wetlands Certification Unit 1650 Mail Service Center, Raleigh, North Carolina 27699.1650 2321 Crabtree Boulevard, Suite 250, Raleigh, North Carolina 27604 Phone: 919-733-1786 /FAX 919.733-6693 / Internet: httg://h2o.enr.state.nc.us/ncwetlands An Equal Opportunity/Affirmative Action Empbyer - 50% Recycled/10% Post Consumer Paper NorthCarolina ~aturallr~ City of Raleigh / DWQ Project No. 04-0921 ~ Page 2 of 3 July 30, 2004 The Additional Conditions of the Certification are: 1. Impacts Approved -The following impacts are hereby approved as long as all of the other specific and general conditions of this Certification (or Isolated Wetland Permit) are met. No other impacts are approved including incidental impacts: Amount Approved (Units) Plan Location or Reference Stream 0 (feet) - 404 Wetlands 0.17 (acres) Irri act Site No. 1 & 2 Waters 0 (acres) - Buffers 1,600 (s uare ft.) Zone 2 onl 2. Erosion & Sediment Control Practices -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. 3. No Waste, Spoil, Solids, or Fill of Any Kind - 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 Pre- Construction Notification. 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. 4. No Sediment & Erosion Control Measures w/n Wetlands or Waters -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. 5. Sewer Systems -The project shall comply with 15A NCAC 2H .0219(i)(2)(G) and all other State, Federal and local sewer system regulations. 6. Water Quality Certification(s) -The proposed project must comply with all of the conditions of General Water Quality Certification(s) (GC) 3374. 7. Certificate of Completion -Upon completion of all work approved within the 401 Water Quality Certification or applicable Buffer Rules, 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. Violations of any condition herein set forth may result in revocation of this Certification and may result in criminal and/or civil penalties. The authorization to proceed with your proposed impacts or to conduct ~;ity or xaie~gn i liwtl rro~ect ivo. o4-~y~i Page 3 of 3 July 30, 2004 impacts to waters as depicted in your application and as authorized by this Certification, shall expire upon expiration of the 404 or LAMA Permit. If you do not accept any of the conditions of this Certification (associated with the approved wetland. or stream impacts), 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. Any disputes over determinations regarding this Authorization Certificate (associated with the approved buffer impacts) shall be referred in writing to the Director for a decision. The Director's decision is subject to review as provided in Articles 3 and 4 of G.S. 150B. This letter completes the review of the Division of Water Quality under Section 401 of the Clean Water Act and the Neuse riparian buffer protection rule as described within 15A NCAC 2B .0233. If you have any questions, please telephone John Dorney at 919-733-9646 or Bob Zarzecki at 919-733-9726. Sincer y, ~'// ,~ W. Klimek, P.E. AWK/bz Enclosures: GC 3374 Certificate of Completion cc: Kevin F. Carter, PE, Kimley-Horn & Associates, PO Box 33068, Raleigh, NC 27636-3068 USACE Raleigh Regulatory Field Office DWQ Raleigh Regional Office DLR Raleigh Regional Office File Copy Central Files Filename: 040921 ~ Kimley-Horn ~ ~ and Associates, Inc. J ~ ~-~ ~~ June 7, 2004 ~ P.O.Boz 33068 Mr. John Dorney Raleigh, North Carolina 27636.3068 Environmental Supervisor DENR -Water Quality 2321 Crabtree Boulevard, Suite 250 Raleigh, North Carolina 27604 ~NQS' Re: NC 50 Force Main /~~~ ~R~UP Applicant: City of Raleigh E/(~N ~~ k~ Public Utilities Department wAr ''' ~ UU~ KHA Job # 0 1 1 063034 ~Q(/,4~~n,s PAYMENT F~r~oN RECEIVED Dear Mr. Dorney: Please find the enclosed seven (7) copies of the PCN application and corresponding figures, plans, and specifications. An additional copy of this form and associated documents was submitted to Ms. Jean Manuele at the USACE Regulatory Field Office. Project Description: The City of Raleigh is proposing to construct approximately 9.1 miles of 30-inch ductile iron force main within NCDOT right-of-way from NC 50 to Auburn-Knightdale Road (see Fi ug re 1, Vicinity Map). The project is impacting 0.17 acres of wetlands that are located either within existing public utility easement or existing right-of-way. Also, the force main will be jack and bored underneath two streams (the only streams impacted), and these temporary impacts will only occur in Zone 2. By reviewing the USGS and Wake County Soils maps (Fi ure 2 and Fi ug re 3, respectively), you will note that the graphic depicts additional stream crossings. Streams #1 and #2 are where the project will temporarily impact Zone 2. Additional places on the graphic that appear to be stream crossings are actually not prevalent in the field. These stream crossings were labeled and are summarized in the following table as to why they are not impacts on this project. Table 1. Stream Impacts Summary Stream Comment A Not seen in field B Ina culvert underneath New Bethel Church Road C In a culvert underneath Clifford Road ^ TEL 919 677 2000 FAX 919 677 2050 ^ ~ ^ Kimley-Horn ~ and Associates, Inc, Stream Comment D In a large culvert underneath present- da I-40 E Not seen in field F Headwaters of this stream start several hundred feet east of this ro'ect G In a culvert underneath White Oak Road H Longitudinal stream several hundred feet east of this ro'ect I Headwaters of this stream start several hundred feet south of this ro'ect Authorized Aeent Contact Information Kevin F. Carter, P.E. Kimley-Horn and Associates, Inc. Phone 919-678-4078 Fax 919-677-2050 Kevin.carter@kmley-horn.com Annlicant Contact Information Mr. Ron Horton City of Raleigh Public Utilities Department Phone 919-857-4552 Fax 919-857-4545 Email - Ron.Horton@ci.raleigh.nc.us Please do not hesitate to contact me at 919-678-4078 should you have any questions. Very truly yours, KIML - D ASSOCIATES, INC. Kevin Ass fate cc: Ron Horton, CORPUD Erica Van Tassel, P.E., Kimley-Horn ~IY~IlAN~514Q1 CROUP .JUN 0 ~ "1.0U4 ~~~ Office Use Only: Form Version May 2002 ,*: a :. ~.,, r USACE Action ID No. DWQ No, •?~ ~ .~ (If any particular item is not applicable to this project, please enter "Not Applicable" or "N/A".) I. II. 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: NW 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: ^ },,; ~ _ f >{flNl~ ^~Ij- 1 Names/ Cpt1 of R leioh PPublic Utilities De artment r)~ ~ r'~-~/{~r~O Mailing Address: P. O. Box 590, Raleigh, NC 27602 Applicant Information Telephone Number: 919-857-4540 Fax Number: 919-857-4545 E-mail Address: ron.horton~a~,ci.raleigh.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: Kevin F. Carter P.E. Company Affiliation: Kimley-Horn and Associates, Inc. Mailing Address: P.O. Box 33068, Raleigh, NC 27636-3068 Telephone Number: 919-677-2000 Fax Number: 919-677-2050 E-mail Address: Kevin.carter(a,kimley-horn.com Page 5 of 13 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 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 USAGE 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: NC 50 Force Main 2. T.I.P. Project Number or State Project Number (NCDOT Only): n/a 3. Property Identification Number (Tax PIN): several -see site plans 4. Location County: Wake Nearest Town: Garner Subdivision name (include phase/lot number): Directions to site (include road numbers, landmarks, etc.): starting at the southwestern corner of NC 50 and New Bethel Church Rd., east along New Bethel Church Rd., traverses north and eastward to project terminus at Auburn-Knightdale Rd. near LaCosta Way (see overall site map). 5. Site coordinates, if available (UTM or Lat/Long): linearproject; see attached sheet (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): 48 acres 7. Nearest body of water (stream/river/sound/ocean/lake): Neuse River (project terminus, White Oak Creek (mid-project), Lake Benson (project be ig nning) 8. River Basin: Neuse River Basin (Note -this must be one of North Carolina's seventeen designated major river basins. The River Basin map is available at http://h2o.enr.state.nc.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 majority of the project is located within NCDOT right- Page 6 of 13 of-way or City of Raleigh utility easements. General land use in the vicinity of the project consists of residential, light commercial, and agricultural. 10. Describe the overall project in detail, including the type of equipment to be used: The project is a linear project with the construction of a proposed ductile iron force main. The force main consists of approximately 9.1 miles of 30" ape. The type of equipment to be used on this project consists of backhoes, excavators, trenchers, loaders, etc. The force main will be constructedprimarily within NCDOT right-of--way. The force main will be bored underneath NCDOT road crossings and stream crossings. 11. Explain the purpose of the proposed work: The purpose of the project is to pump sanitary sewer flows from the existing NC 50 Qump station and the existing White Oak pump station, which pump south to the Garner WWTP facility, northward to the existing City of Raleigh Neuse River Wastewater Treatment Plant. 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. N/A 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. N/A 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 Page 7 of 13 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 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: Mechanized clearing, excavation, and backfill to pre-construction conditions 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 Trenching 0.14 Yes 100 Grassy, existing easement 2 Trenching 0.03 No 1,600 Grassy, roadway shoulder * 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 httn://www.fema.¢ov. *** 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: 0.17 Total area of wetland impact proposed: 0.17 acres 3. Individually list all intermittent and perennial stream impacts below: Stream Impact Site Number indicate on ma Type of Impact* Length of Impact linear feet Stream Name** Average Width of Stream Before Im act Perennial or Intermittent? leases ecif None proposed * 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), Page 8 of 13 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.usas.QOV. Several Internet sites also allow direct download and printing of USGS maps (e.g., www.topozone.com, www.mapquest.com, etc.). Cumulative impacts (linear distance in feet) to all streams on site: none proposed 4. Individually list all open water impacts (including lakes, ponds, estuaries, sounds, Atlantic Ocean and any other water of the U.S.) below: 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, ba ,ocean, etc. none * 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 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.): none proposed Proposed use or purpose of pond (e.g., livestock watering, irrigation, aesthetic, trout pond, local stormwater requirement, etc.): Size of watershed draining to pond: Expected pond surface area: VII. Impact Justification (Avoidance and Minimization) Specifically describe measures taken to avoid the proposed impacts. It maybe 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. For all stream crossinQS, the force main will be iack and bored underneath the stream to avoid direct impacts. The bore pits are temporary and will be located outside of the Neuse River zone 1, and the ground cover in the bore pit area will be re-established tore-construction Page 9 of 13 conditions. For the wetland impacts, proper erosion control measures will be implemented, and the area will be re-established to pre-construction conditions. 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 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 http://h2o. enr.state.nc.us/ncwetlands/strm~ide.html. 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. 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/wrp/index.htm. If use of Page 10 of 13 the NCWRP is proposed, please check the appropriate box on page three and provide the following information: Amount of stream mitigation requested (linear feet): N/A Amount of buffer mitigation requested (square feet): N/A Amount of Riparian wetland mitigation requested (acres): N/A Amount ofNon-riparian wetland mitigation requested (acres): N/A Amount of Coastal wetland mitigation requested (acres): N/A 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? 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 (Neuse), 15A NCAC 2B .0259 (Tar-Pamlico), 15A NCAC 2B .0250 (Randleman Rules and Water Supply Buffer Requirements), or other (please identify )? 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. Page 11 of 13 Zone* Impact s uare feet Multiplier Required Miti ation 1 0.0 3 0.0 2 1,600 1.5 0.0 Total 1,600 0.0 * Zone 1 extends out 30 feet perpendicular from near bank of channel; Zone 2 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. N/A 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. Stormwater is addressed with nroner erosion control measures. There is no additional impervious acreage proposed with this project, as the force main will be installed underground. 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 protect does not generate additional wastewater. 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 Page 12 of 13 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). 7~fpkcant/Agent's Signature ~ ~ Date 's signature is valid only if an authorization letter from the applicant is provided.) Page 13 of 13 Gitr~ (~f Raleigh ,North Carolina May 4, 2004 Letter of Authorization I, Ron T. Horton, authorize Kimley-Horn and Associates, Inc. to act as my agent in applying for any required US Army Corps of Engineers and NCDENR DWQ permits associated with the NC 50 Force Main project in Raleigh and Garner, North Carolina. The project area extends from NC 50 at New Bethel Church Road to Auburn-Knightdale Road at LaCosta Way. =~ vT~ ~ , Ron T. Horton ' Project Manager City of Raleigh Public Utilities Department 6~ ,~ Date OFFICES • 222 WEST HARGETT STREET • POST OFFICE BOX 590 • RALEIGH, NORTH CAROLINA 27602 Recycled Paper ~ `' I ~ ~ L50~ 55` - 50 ~ ~ `• ~y 301 _ 5 407 l ~~•-..._,_ ^} `"`•J©t~ S '... - 0 SO 100 ~`, y ~ ' ~ 0 t 0 20 1 ~ 1 4z, ~]AR $TT '~,\ - 1 i 1 Mlles ~ ~~,~, f l~ Miles t ~ gtttua~~ _- _~ ~-. ... --.. .y ..r .V ..-... 4140 ~ i a~` Z ? ~ ~~ o no C sssuhPl ~p ~ J y ~ ~~ ~ ~, 1 ~~ Fem.°jmQ ~ ~ ° ~r 6'(`t \. _'°:` 4114 .. SJandY~Ru.%' .~' 1 r sr yak- Rd 1617 d ° nn 2063 o ~ maS' 5317 ~ Q~e~ 2055 ~ 2 4 1891 ~ 42 1650 ~ I ~ 1 1 ~ ~~ Miles Title Vicinity Map NC 50 Force Main ^~~ Prepared For: Project City of Raleigh ~ Public Utilities Department KimleyHorn City of Date Project Number Figure and Associates, Inc. Raleigh 5/13/2004 011063034 1 igh We Rai h East Knightdale Zebu_ ,•Salt -Hill -R. �- La;ke eater Clayton Flower Fox Trap�t t� , ` \" 2708 " ), J70 42 i -.Yti l 4 ier dson -,_ V j Ackerman Rd Wetland Crossing #1 i J o Stream Crossing #9 I� 1 r 11k (Zone 2 Only) f l' kN;Fl o� d i y ct umD .ZSNiI'NA✓Yyf .. 711 i OregorrTrl Fiand'R ... 235 0 1➢ n -r' 1 o j( (%r' New.gethel if r, r �&���fl..� .t f/� 'gip„ 11 f, ` � Cr r \' =1 I' Feet Title USGS Quad Map (Garner 1987) NC 50 Force Main ❑�� Prepared For: Project City of Raleigh — Public Works Department Kimley-Horn City of Erosion and Sediment Control Plan and Associates, Inc. Raleigh Date Project Number Figure 5/13/04 011063034 2a Lake Vy h East Knightdale Zet Clayton F16 70 _ 4 0 2.5 5 dson Ask Miles f 70 t 1 fit- f `-� • KingArthur,—T,rl+Kin AMhmr•Trl ter Sigma -E) M Stream Crossing #2 (Zone 2 Only) Oak+ ite• �J I i, th1 �.v_ Nee iil� Nc v 1' ;\ I x D Old•-aseade-Dr. Escondido+arm•wJ-'*" 0 ��..Salem•St villa -Sty""' A � � N �p 0 1,000 2,000 1 1 A Feet Title USGS Quad Map (Garner 1987) NC 50 Force Main Prepared For: Project City of Raleigh _ Public Works Department Kimley-Horn City of Erosion and Sediment Control Plan and Associates, Inc. Raleigh Date Project Number Figure 5/13/04 011063034 2b igh We ' Ral h East Knightdale Zeb ~ , r 5212 •> a - ~' I . 1 ra ~ / ~ c0 'r r - L-a•Gosta-Way ~J~ .i/ ~~' \ yo`. Pa~~7 ~t lv ~ ~~ Lake eeler ~ Rst Clayton Flower i ' ~ 70 ,~ y 42 ! (] 2,5 $ ~• .~ Balfle•9ridga.Rd ~ ~P ier dson ' '' Miles .,r, -r Ge~2 _ / _. r ~ _ 1 r ~, , , ~^ , ~ \ / X,. aka - ,;~~~ ~ ~+ _L ~ ''~% -, ~ ~f/~' it ~ ; ~ .~ I '~ - I ~ ~ ~ t ~(~~ X11 . / . t. ~' ~+ StOFO ~~ 7G! i} •' ~ Ri +r ; €tjf ~~ ~ lid f. ~m X115' '~ .. ~ ~/ a ~~. ~ _ ~I ~~ ' ~ ~ .~ ~ ~ ~ ~ I il, ~! • 7ab~ ~ Old-BaueorFriR\d • i r ~I ~ ~ ti i. Ilr ~. l ~ C ' o Wetland Crossing #2 . ' ~ k'-` ~1~ I ''j_~ ,'~.~ t1I'll ,te~RFl~ •3 tab ~ ~ ~ ' • bSt Apburn :kb _ ~• +~ 4115 ~. ~ ~"~,~ Rye ~ S~C'aa?P •,~ ,~ . ~ 4 ~• i •~ M44dwhi .I ~~~. ac'`g~ StauHe~ t ~ E ~ ~~ SJ{ . ~• r - 70 ~d`a~ .~~- a s I . ~ ~1`~~y ~r~ , 0 1,000 2,00 i T- ••K'n~A hurTirk~~n AFihur•Trl -. f ~~ r ,, F • e t _.. , • . - ~; ~--~-e qtr. L Title USGS Quad Map (Garner 1987) NC 50 Force Main ~~~ Prepared For: project City of Raleigh ~ Public Utilities Department Kimley-Horn City of and Associates, Inc. Raleigh Date Project Number Figure 5/13/04 011063034 2c f'v Wetland Crossing #1 F:- ' Ta Stream Crossing #1 (Zone 2 Only) AL j{\'�j '�i e � y r: a�t6 fi' ✓d� ted' �� �,y � ,` �R ♦r1Py Stream A 01 3 Stream B r ur iIN f Q; t ~AMI, ---� �+ �. ¢ . ir- ! r a t d.'z . ,Y i:.'x: lFv Apr fin_ A ? j" CIO*' + x ` ° `F:af,~.`� F}i>t{: l �� �,e fV�7/. - 4 `�4 #.�' M•6IY '`\�� l\�•,\la �. { N Vit. ti S Title I Wake County Soils Map NC 50 Force Main Prepared For: Project City of Raleigh Public Utilities Department Kimley-Horn City of Date Project Number Figure and Associates, Inc. Raleigh 5/13/04 011063034 3a alts'.' f '� . Ft f'v Wetland Crossing #1 F:- ' Ta Stream Crossing #1 (Zone 2 Only) AL j{\'�j '�i e � y r: a�t6 fi' ✓d� ted' �� �,y � ,` �R ♦r1Py Stream A 01 3 Stream B r ur iIN f Q; t ~AMI, ---� �+ �. ¢ . ir- ! r a t d.'z . ,Y i:.'x: lFv Apr fin_ A ? j" CIO*' + x ` ° `F:af,~.`� F}i>t{: l �� �,e fV�7/. - 4 `�4 #.�' M•6IY '`\�� l\�•,\la �. { N Vit. ti S Title I Wake County Soils Map NC 50 Force Main Prepared For: Project City of Raleigh Public Utilities Department Kimley-Horn City of Date Project Number Figure and Associates, Inc. Raleigh 5/13/04 011063034 3a ~ ,~ ~ 4 y A Aye c~~s \~ - ,.,.~ ~r ~. ' C\ ~ ~- ~ s~ `~ ~`~ "" ~ha~1~, 1~....~ r!~ ~""~ ~ rte, r of t, w."gip '~ ,~~ ~ ~ ~ A~-- :.' \ ti 11,:p,~' '® J ''} ~,.r` ~-.~~~ ~m ~ r ~ ~;f~~ ,,, ~• Stream H '`~ fit' :. ~4 ~~ t ~;;/,- -' ~~\ 1. ti1b t~. c P~h~ ~.. ~~~` ` ~ AhG 1'l ~ _ ~A~t3; Apl:~~.1 ~ \' \.`~ .J `1 ~...,r 1i rlr ~., ! Av~:7 + •'',,j~ ~.~ -E.. --'--- f.. _ r'~.' ~ '~~ Anti? ~ ~ ~,~ ~ ~~ ; ./ ~ ~ '~m. t ~' C~ e~ _ 44Y "''i!~ Y X1'4 ~ ~ t ~ ) }}}..-.. _ ~;?~~ _. i Vh0 `` ..~+~.- !~ t 5 ~. ,.lr<r` .f~"..~-~-`._`~.. 1 dFi •r '~ ~ Nt;nCx Pl'- \~ ~~ ~. ~/ ~ 1 ~~ ~"' ~ ° ~ '~ A' s'~~"~r r- U { . ~1CeEt- ~j,,,_ ~~~ 1 ~„ ~,)~ : Au 1 ~t'` Lot' R 4x r t E // k ~ s;, A~,r~ ;7 ~ rn~tj ~ ~ ~ ~ Stream Crossing #2 ^ . ant>f~f ! ~... \ \. ~.~ ac ~,;, ,~ a~ ~ ., ., f (Zone 2 Only) ~ - ~~f ~' E'; ~,< ~ i ~,t~ ~ '/ ,vV'mra~ ,.,., r ~ ~ - ~; Waft'.z ~ ~`+ ~ ' ~ `s Q, ~ ~ ,, -t 4 . J i L, ~ ~. _ .. 1 %} ,• { l~t~~ .'`'• •~~- . nrt~2 ~"~ .~~t~ ~., ! ~~ ~... ~' ",\, -: A*'~' ~;~~ ~,~ n ~ ~~ `~~'1 ~,P1;~ ~ f toe r/i~~ 1 '~~` S :'lt' y ' p~ ~ A~'r~ ~~ J, 4' ~,,. ~ ~ 4 --~' ,' /. ._ ; ~ f ,..- ~ ~ 1M1°ai3 ' 1 ' -_ _\~A> ~"~A Ate:, ~ ~ , 9 I /!'/ "` AtaEi r:,:.arr~ia~ 1 ~ ~ ~ ~'A~C ! ;--- NuR / n,t ~ ` ` `~ 1. C un li ~ s y;.~- ; t ~~ Stream F ... _ '~' ~- '`" ,~r~ :.. ) ~~ ~; ~: n ~u~. +` 1 Rptl'I AoU} '' ~' ~`- ~_`~ i-...~ ,~,,, t,trF } : ~ ~P~~ .~.• ',j(,/ At!f'' ~ Apa~. ~~y ; Aa~;t~f dV ( lA 2~}tls ~ I';; pf'~,~ ~' APG'~^1 ~ '~ ~ " ~ ~~~ ``.~ ~tatx ~' Aa~.t, ~ ~ `~ nnR.. .,,.. ' ~ 11! ~U . ~ ..~ t..nr v~ ,. ~~,--' _ ~~ f;+ '; ;.t~•~s '~..: Stre w-. ~ ,r; ! rc ~' 111 '`` ~f~ ! Rtif3' ,~ ~ ~ t,1~1'i. 71P82 ~ ,. .~` _- ~ ,'A Stream E ~ ,~ ~" s Ax,ca tau AGr~ 1. i r ,~ ~\ ~ ' ~~ 5 ., 1 ~+n,:~e' ~ ~~~ ~ ~j/ !i APB `~ ~^" ~'/' ~ - ..naEi~ .a~? ,' ~ v? Stream D ,'~ .. ~~~ ~ "- ~ ~~ ~-' ~ .,~ .~ - " ~'~ ~'~-. Stream C -":_~ ~ „,~ (. ~`' Jt ~~ ~ rJ ~, ,` ~i~~, ~ . •. ~.- . ~ w E ':.~ :.. ~\i,i . Nc, ~?+ /~ ` .,=, j4P~' `r+ Lot? _~ 1 ~ ~~~: .~ ~ ~ A ~ r._ ~ fr-- Title Wake County Soils Map NC 50 Force Main ~~~ Prepared For: Project City of Raleigh ~ Public Utilities Department Kimley-Han City of Date Pro ect Number Fi ure and Assodetes, Inc. Raleigh ~ g 5/ 13/04 011063034 3b + ' - ! d t.l - _..y' ti+tFtE. i f F,f.\ }.,~4 1 «~ 1 ~~ fi ~ ~'r~„fir ~ ~ Y't'rY} ^\ .(/ ,\\ }~IX~~ f`\:.._e-•• I f ~ LaC- , ~..- FvJ<t•,G•~~ ~'~`~AOt~ '`~'+i' ~:"'.. '~\\`~_1.__.....r'".'_.•_ ~.~\ f~,,?i~Y- i ~ ~ q ~ k `.'t r ` t! ~~ :; 1 F 1.~. • ~ ~. Loth' ..~ 1, . ~r~ '~ ~* ~r E: C ~ .,;~:: ~ '~Fc~ ~.. }. v¢ i +'~ ~ fit` ~yf At9$ ~ ~~~ ~ Wni ' 'n 1a, '401 ~,,-~ "'/ ~q~'~ `. - ~ ~~ ',~ ~~~±N)`i"tr 1~~~.. ~ `` `'`W ~~4~ip""f~..". ~ r, '~j~~ ,1~ 1,,,.,.~ r ~ aa~, \ C r l~ r,~ f q t ~ ~ is ' ~~'1 ~ Y ~ mC ~ ~ '~ ~., ~~ ~~~ "~ ~ y.r 1 ~H ~ r `, '` a; .~~ r f ~ ~t~,.'~ , , ~ ~ ~~ l,.~~,~e-, +' :'t % ~` f I `' ,'~ -~ t"' Antic 1 ~.t ~.... ~ -~.~~ ~ `y ,, ' . ~ y, `4 ~ .'' 1 Gam...- ~~ ". 11:.~1t\~~`=_.~""~Sptf,elt~ 1r:.} ~ u ~: ~ \; ARNP a. ~~` -~ ~Ilga:~.r,,,AfYfi`y,..,, \ 4.C ,~ 'ra`-i? Y k ~. . } Ar;u all,, ~.,: Wetland Crossing #2 .ti ~~~.., ~ 1 ~"~~ ~~ ~ ~ ,~ ' t~ ~:~~ !~ t~~c-.- .~ ~,,;~ `-~~~ `.~ , Stream I ~ ,^ € :~~ ~:~~ ,~, ~- r ARttr "^-^~ p~ ~. , . f.,-r<~ ,~pB: 1 ~ y }, . na:o ~. `~ +ats2 ' ~~~~ v ~~• f... F ~ y rP I \ yj- '1 V i``444 ~{ 1 _ e '' i rp `~ r~ J ~/ , --::J ~ __ ~ -_ ! I -~ ' r ~ ' 4 J '~..~ :.~" ice„ `+: - l ~ ~j; y r'~i ~ i ELpr;'~ r ' ,S'~~'~ \\~.~~ w ~``+ .' It¢,G .:-'' ,.+La:;~ w,!~ '_ tir " DU~ A~)A E pR~'2 " RRHZ a•~ : ~' R'~ a ~~~.fT`- .-- !!! ,, a` ARB2 ~ r"W)pCv7 ~ je f3F3 ~... ... 'r''r''ti ?~`}\+ ~ j ~~~-"M`~ ;y~-.~/~ s.„A11C`'n ! a ~ / < 1 ~ ~~ `'~n~ a+, ,~~~, - ~.\„_~a```.1.~ ~ ~r" _ (:chi; } . aln~. `--`~A' Pr j 1 AIaC2 i ~ `~>?~,,;r_. ~ ~~j• ~ ? 4 ` Apw: R,_ ` ,r~~ •~ ~. I . `' 1 , '°`,.:f- a ...ir"~ .+ t ~ ~ ,``\~ Vt;1~4 ,~ W~ ~ l nt~_. W L Title Wake County Soils Map NC 50 Force Main ^~~ Prepared For: project City of Raleigh ~ Public Utilities Department Kimley-Horn City of Date Pro'ect Number Fi ure and Assa;iates, Inc. Raleigh ~ g 5/13/04 011063034 3c t ~ Title Wake County Soils Map NC 50 Force Main ^~~ Prepared For: project City of Raleigh ~ Public Utilities Department Kimley-Horn City of and Associates, Inc. Raleigh Date Project Number Figure 5/ 13/04 O 11063034 3d i t r`' w~~ `. YJSt3 ~41y+iF fn ~ i,:. ~'~V~t1t ~i ~ ~ypC~ 9 e ,~' ~'3~ r ` ' Vr ~, r •~. .. ~.: es ~ 1 * ~ ~~}~ ~ C' ~ ~ ~ 1 ~ r re $.' J/c ~ .~ } , ~ ~ Ffl~i ,'~ r jrl e i ! t fit.. ~` '~~~ ~` fit ~ 1Na[;, x (Rp(1'//,y~ 4~. ~~'~-. A { ~ / ! ~~~~~UuL~ i'~';t t VNE~,,.-~},.' ~, "1, R~ a.c~ I AI~rC1~\\ *~. ~~, ~ ~ ~ f~a,.s'/~ :~, ~.. ~ rF ~, J ~ a f f ` ,r ~ +4. 1 ~~ '".~, _„ .,~ ~„ w5+"}v r : _ _ . ~ p ~1~ ~~ ,\..r f '' %/ r ~ `-. - Abtk~ ~'Y ti'~~> `v`~aG~ P ItFit. *a ~t;1S'~ ~ ! ~ '~:IAraU' ,.~ I{isi s~tyC" AI> ~ x. ,! C~'`G .' L, :j ~,:; ~~ r~,,.r.._,.. -'~---~~ -, nU j/",_.Ar,~' , f. 1 L. 1~ 1~ .,, ''(y.. .f((f EjfA v'p~ Gfrt ;;. ~,8` ": ~, .--..."_ .. '~" r~+ -Ff'yr~c ,A +~~.~~ .r - ~ ~t : 1 ~' ~..:,`.;-.~.-r+, d`cc " i„___~- .x.~~ ff ~,{1rf 4_ ~ ~.C.. ~ Ii4S~3 v_ >"' _ . ~..r ~;..~ ,•.r •\" ~'.`°`y~-a.. ~ ~ {-~,.+~ ~Y~,I~Vl~~~ y{ £~4~1 _,`r ~e+• %1 ~14Y3 r~' ,Y r~~~, ~4 ~`~ r- tom: - ( /` Ar:Q p',t~+ An~,t,''r, ~. htgkfu:~---~ f'~f .,~ ~ ~ ~ it ..~ ~ f ~ ~ {1 rR ~ ~~t3 ~ ~~ J l ~ ~ ~~ ,_ K n ` .rte ~ , ~. ,-- ,,f..y+.~ / 1 14kE , .~ rts~..~,,...-'. r ; ~ ~C ~ . 't 141. ~ \./ v ~'~ t~ ~ ~# ;~~F ~ ~~_~ ~ r't- f \ n~ / ' `' /`' y ~ ..-.J_-'_„'-..-- .~ SAP .~ ~ ,~~, ,, .--:.,;.r~s*~ - .,::~.E A~~s7 ~` \~`, l1. f ~ r~ ;i ~ Y' ~. ~~ Yi w `,~ 1 .._ , 1, -- ,. . ~ !~~ ~'°: r ;W r 1;11 \` '~ i.. ~ \ k ~ ~ ~ ~ ~ ~pH :,'. lx1 ~`:i r ` i, t 0 Cir~k.r i f l~rp \~-' 4 t'~F I , ~, 1 / 1 `y, Au(3~ [ Q•'N. r ~~ 4=,._}~` ` .~ l ~ ~ I \. _ '(-4Yi ~ rr 1a~ Q+ 1 c~i° M•.,«' ' i ~ e". .~:~ % ~.{ Cnt.2 ` ; !r} ~`q. VUtI'1C. 4d'.• l)1r~ ' AtaG ~a' ', rK,P '~ f"~~.-_ .",~.~ ~ ~ ~ .~rl r~^ '! ~ry ~ta rtirnr~ Arr~'",~ ii~, f`.1 t ~.~ Sfri-,~''i' ~` nPn3 ~ ~\ ~ ALi'(, r ~ "''~. - P"-a~. f ~ ~ ~ `~, a~ .-...,.-. ~ ANt,f . ,,• ~ ~~ '' ti~~y ~ F 4. ` ~ iRrFttlt ~y ~. I. f ~-~, r t r hS~ '~ '' r ~,rf `' ~ -r~ f ~`1 ,'~ ~ r~ ~ ~ t s ~~ ' r1 ~ ~ I,,r~2 i. ~~~ APf3 s ~,r~~~i',y `~i >a r. ~ ~~`°. ~. P.'nrt~T_ ~ ~ 1 ~ 4. ,..-_.' ~ l~,~I,~AG[~ ~~ .. y ~ ...._..(~ 1'1 . ~``~..1M1ne~h LQf3. ^... ~ _s.S l~ t ~ : >! P4 TtWA1,D ~ ' ~ N7nt=i~ r ~~r ~ ~ f yShhii~ ~~~ ~'4 ~ ~... ~.,~~~, N Y ~A t ?-.r~PB .. ,,.1 `.~-..~ ~ An(] , ,f `~~,~ q1 z~ ", ~..- W E r ~ ~ il ;mE~ ' ~ ~ .- r~`I. tl ~~ 11tmt~ ti tRc a r 1 r ~ ~. ~ ~ !~ t- r,~G~ ~~ ~ .~ ~,° C ~ ~ . ~ ; ~r . Ir µM1 '`~ ,9 "b ' $ ~ ~ • / ~ ,~~' ~ f 9 ° ro 4 ,.r .. flirt ,t i" ^< Title Wake County Soils Map NC 50 Force Main ~~~ Prepared For: project City of Raleigh ~ Public Utilities Department KimleyHorn City of Date Pro ect Number Fi ure and Associates, Inc. Raleigh ~ g 5/13/04 011063034 3e PUBLIC UTILITIES DEPARTMENT CITY OF RALEIGH, NORTH CAROLINA NC 50 PUI\/IP STATION AND FORCE MAIN CONTRACT NO. 2 - FC)RCE MAIN CONSTRUCTION ATTENTION CONTRACTORS The Gnstruniae Cmtrubr responsible for sewer pump stations and force moms, as approved in these pions, is responsible for ms»~ the Cmtnl Eegieevmg fkpenomt at 83161 and the Public U6Wie lkprtmmtat gei3.t8p at least k+atr four men prior to beginning any of lh<ir construction. Fulem to notify hoth Clry lkperi~w4 in advance of beginning consWCtian, will result in the issuance of moeetary Roe; and require reinstallation of any water or sewer facilities not Inspected as a result of mis nat)flcolion lailure. ' Peilwte to call far lmpectlow,JdfYla U.wsmm Phg have PermltedPhm on the Jebsik, err any other Vkkda of City or Rakigb Stanlerds will result in a Flee eed Peui6k Eedvsbe from future work in the City of Raleigh. Public Sewer Collection ~ Extension System The City of Raleigh consents to the connection and aKtension of the City's public sewn system as shown ai this plan. The material and Construction methods used for this project shall conform to the standwds and speciACatians of the City's Public Utilities Handbook. City of Raldgh Public Utilities Department Permit ~ Authorization to Construct Date A •~e ~~,u s - " ~N~fTM rcviorao~vu - - - - • ®, m°Y"° 85 ~~ tn~sguc • ~ 1 70 nJlelwll v FoFESF ~ ~ 40 ie91gm 15 tiwr~ ~ 64 • /+CUrml Sp J • ~ erg PRa.E(.T ~~ Fw.kr-v6Re36 swstgm 95 uor m scuE PROJECT LOCATION PREPARED IN THE OFFICE OF: ~ Kimley-Horn ~ and Associates, Inca P.O. BOX 33068 -RALEIGH, NORTH C.4ROLgJA 27636-3068 PHONE cs~s) sn-2ooo FAx~ Isis) sn-2oso REVISIONS Z O U ~ LLI ~~ ZQ ~~ O LL W ~~ v~/J~ } N m ! ^10. I PATE J DESCRIP710N BY This document togaMer with fns concepts and designs presented herein, as an instrument of services, is intended only for the specific purpose and client for which it was prepared. Reuse of and bnpraper rdiance on this document without written authorization and odaptatron Dy Kimley-HOm AA~~ and associates, Ina shah be without liability to Kimley-Han 10952 ~ ! T !and Associate; Inc. ~. ,,, - and Associates, Inc., 2006 aeww: DAlE: APRIL 2004 J06 NUMBER: 011063034 NOT TO SCALE PROJECT SITE ABBREVIATIONS INDEX TO SHEETS PROJECT NOTES sNE~T DESCRIPTION ORAL NO1Eg M ANCHCR ACIi I R FAB F FABRICATE NNNT i MAINTENANCE R S $WiH/SLOPE NO. i gqw AJE Ix FEET AB01S uE SEA IEYII ' ALL CONSiNUCnDN ACnxnES 91uL TAXE PUCE MINw EXISiWG NCODi 22 AC AL E NA7WG WRRENT/ ASBESttK CEMENT AC FMC FRAME AND COKR FRAME AMID CAME YA L NA% MATE IAL MA%IMLRR sAN SBL $AxITMY SURKY BaSEIJNE ~ AnaxS t. EUti w . . RIp1i-a-w\r AM Gn a RNEIa PRaPoRrY oR FnSFYExr uNIPSS ACi ACWSIIC TttE FC FLUSHING CONNECnOx uECH NECHANICU SCH SCHEDULE COVER SHEET 1 z rmcu YwAUY WvrH a WvER FDR 6uaED FCxa uNN SxNL az - oTxEWrASE sPEaNED a+ ME DRAwxcs M AREA DARN m FLOOR DAMN uE118 MEYBRAxE SD SiORN/Slff GRAIN . fi UNLESS Dn1ERwU crow aR svEGFlm. v. UEOIxG 91A}L eE As sPECNm txtlUdxc dwxslaxs, diMES, ADDL ADGnalu roN FwNDana+ uEt L¢rAL sECT SEtnON 2 li INDEX, GENERAL NOTES ANO ABBREVIATIONS D. THE tonmACia 91uC BE RE~onserE FDR ccamNATNC FARTN BpBlz AND onNR asnWem alas. AFrEa ssDNC. THE ARU SMALL eE Roam AM wLaeD WTnI fwE GRAN smxr AOJ aFF AO,KtsTABIE A80K FlNISHm RCOR FE FF FlAE E7(iINGU15XFA FlNISH FLOCK MFA 4C NANUFACNRER IdL10N GALLONS SERY SEMI SEANCE SEWER R T wiH PRWRE55 ExEriGY AND/at wicE POxEA ANY ADdrloxu wPPatT a EpSnNC POY4R PCIFS 4S ICWIRm Fdt FaLE YNN A7 ixE APgJWnCN RAZE sREaFlm (SEE CONTRACT DauIMNm). OR ARPROVED EWU 1REAlYEN7 Al ~HA nC TACK [OAT AGCT7 AGGREGATE FX FlAE HYDRANT MGD uWON G/110N5 PER DAY Sf $WARE FEET 3 OVERALL PLAN AND P OFLE S A 10+00 TO STA 240+00 ifCNCN FXUVAixW. ALL COSTS a wql WOltlf yIALL BE PAD BY , AN A 1 R R TE a 25 OS GAL / LDOO 50 u AUIWNW FIN FlNISN NH MANHOLE sHi SHEET Trt talmALiOR. . A - . Aupw AuOwAxCE/ALLOwAaLE Fl% FlXTURE wx IWxIUUM sl SWME INCH 4 I OVERALL PLAN AND PROFLE STA 240+00 TO STA 470+00 .. LouTrcws a EMSrIM sNaw urlurES ARE ARPROICYArE. ~+ uL EROSan caNma YEA9JIC3 ro RENNN w WAGE ui AFRROX Mtn ALIFRNAIE APPRO%WATE ARCnI1ECTUAM FL FIE% FLG FlA$NNC/FLWR FtFXIBLE FLANGE YISC YJ utCC WSLEU.ANEW$ YECNAWCU JgNT u0.0NC SN SJ SPEC $WNLAR SimL JaST sPEGFlCAnCN 5 !OVERALL PLAN ANO PROFILE STA 470+00 TO STA 532+85.05 CONmACiai SNAlL BE REYCNSIBLE iCR TAD VDWFI9C. EXACT LOCA11oN. OWENLAnW AND flEYAnaA a EWSrIxG ununES vRaR ro ExC\v\nax FGR n+E FoRa YNN. WR FNnRE 91E Is ESTI8U4CD. a sroawLL LaAnMS ANp uroow N+EAS sHNL BE Laarzo ASB ASBESTOS FLUOR RllORESCFNT YO MASONRY OPENNG SO SWAAE Wrnxx 1NE EIl51wC cWSmucllaN uxt5 u SNOW W THE vuxs ASPx T asPH\tT P FLZt F(E%IBIF c°mlECnpN um uoaFrvuoplFCD ss sAWTMT SEWER 6-51! FORCE MAIN PLAN AND PROFILE s. aOAOwATa crow ox nc DRAMxOS ARE BAUD ox ra Nai1H CMWNA PRJNE pTOADWAn: SYSTEM. cwsrw.enax ENmAxr~s SMALL a RACm As xmDm Br iXE cam\crm ACCOROwG i0 n4 $rAMARO aiAKS x iNE aUMwGS. A AS HALT PLE F4 fPRF FRP FORCE MAW FNFPROOF FlBERCUss REINFORCED YON MOT um MONUMENT u010R uaW7m $Si S1 sTA STAINLESS STEf1 STREET sunoN 52 1 INTERCEPTOR 1 PLAN AND PROFILE s, THE CCNmACrOA SxuL MiWY ME ENOxEfR IYYEDIAIAY s,oMD Axr FIgD aNOlmis BE ENCglxRRm ixAi vARr 2a YL RAx41Fxr AEPUCEYExr MMx xcoor a/w sHAU BE rmE •A• w ACCDRDANa wM OETNL Oz11J0A x Pq.YE$iER tANWATE YTC YCUNRNG $iD STANOMD fRCY M IXFaiYAna! PRONGED IN RtE Ca11RAGi DDWYENIS, . ~ BoaR O Ft FEET uuLt MunPLL sic $TaRACE 53 I INTERCEPTOR 2 PLAN AND PROFLE 1. UNLESS OINERMSE $HqM OR SPEpilm ALL FORCE MAN v. coxm.cmA $XAU wroxwE A MEANS ro NEER NL xEw qwM SaArm FRa Fm51C0 EWSIARG PIPNG uN70. ALL NEw PNK1G NAS BEEN PRESwRE 1ES1ED BFE BOTTOM OF FlTnNC EIEV FTG FOpnNG inNG ~ $nR $nARUP I , rAAlgl BFDOwC SHALL BE IYJE 'A' AM All dTANtt SEWER , , AM AaEP1ED Br 11C qtt a RNDaI fat SWNtl• BFV fANM BUTIEARY YA1K BINNINW$ FUAR fUtRING /FURRm $7L sm STEEL slRUCruxu 54 II MISCELLANEOUS STANDARD DETAILS sMAU eE TmE a-• Ix ACCpROAME MTX OETNL m2nro. . AMN FSFIAIaN gEENTAnON zd CONmAC70R 51MLL FlEID PERRY E%ACi LOC Q BA$EUNE SUB $UBSnNTE R EROACN AM $EdxdiAngl LONRia OEVXO$ SMALL BE , , . , dYp510N5, YAIEA!ALS. ETC. a EM$iING %FE PRlgt ro CPDERNC YA1pNK AM a< BUILONC uxE wP suwLr 55 MISCELLANEOUS STANDARD DETAILS WSiAL1E0 AaDRDWC ro THE calrAACr DoWwam AM AS ORECTFD BY ME ENpNEOt Al! DEWCES SMALL BE 41A11 vU NEassARr FrTnxa port ntE awlECncw. BLDG BDItDWC R NOfin1 SUPT SUPERINTENDENT . YNNTAWm wpi 7NAi MEY fIWLYYIII AS IN7CVOm ME OUh EIC5IING LwOgiGR0UN0 CARIES AS REWwm ro 2A LONmAC1DR SMALL AEY BU( Unac N ~ xA TROT APPUCADLE ~ $USP wRFna SUSPENDm 56 MISCELLANEOUS STANDARD DETAILS . srGxE mtY q[a DYES Ar Cuxur WnEm sxru BE USm AS ENERGY a$YPAifNS Ai CalSIRUCiHNI DalPEE1KW . \awumAa NsrAUAnox a PROPOUO FgiCE uuN. CDSr sxAU BE PMO Br nE Cd1mACTa1 BOC BOT IX CR CIMB A B BDTTW C GA GAS/GAS UNE GAUGE NF NCYD NE0.fl FACE NAnCNU GEODETIC VERRCAL OAIUU SW 5'ABO $MTCH SWTCHBOaAO 57 JUNCTION BOX DETAILS . 9. 1NE NWIYU4 IRENaI MOm9 SMALL BE IN sniai AaDRDwa MIN 111E •iRENCX EIICAVAIXMI l1YIR• A$ $NOMH M , ]11. ME ComACrOA $HNL BE RESPCNSIBIE Fa COOROwAnNG MM 111E Ott a AAEL61 ial ANY AOdnaIAL WFOAYAWW ON EYISWM MATER A4o SEMEN UTUnFS BAG BEARING GAL GALLON NC NOT IN CONTRACT $MD SLOE WATER DEPTH TME DxAwxGS ARK ARL BiRIX BRONZE caty GC GALVANIZEn GENERAL CpV1RACTOR x0 NON NLaeEA Ng11NAl 5YN sriuE1RN:At 58 ~ MISCELLANEOUS STANDARD EROSION CONTROL DETAILS 1 i r R lS E E 3t. RESmAwm PwE ,airs BNAU m INSTNIF- BEIAEEN TME sutroxs Ixaarm oN iNE F A BEM OA RTWM IS RELOCATED BY n1E CWmACial FOR MIS dAAYP1G5 BSMi BASEMENT GEN GENERAiOA NPW NQl POTABLE WATER ' A1G G ADE VAna 10. UNE£55 OnCRMSE w0 G m, All EWS I Snpw A1E ALCNG RIE FoRL[ NAw AIKRN(N 7. . aI1NENIDI(S iH[N 7NE REWNED IFNGM a RmmNNm AYN75 SHALL BE YAWTNNm, AT BOLT GI Ga1VAN17E0 IRON x75 NOT i0 SCALE I ' Ai-NO ADDITWU COST i0 i1C OwER, IF AOgBONAI HEMS OA RTIKIG$ AAE WSTAIIED BY THE CONmACTOR FDR WS CdVE18NCE 1HFN TIC CONmACidl SNN1 BUR AV BUILT-UP ROOFING BNl VALK GL C7M CUSS GAL10N5 PER MINUTE fIC IAAMOS, NRBS, SmEWAINS AM CCWGCTE oWVEWAtS 91N1 IT. mN BE FEPUCED m ixE fIASi E~ANSMW JgNi BEraA ME iRENaI wSTALL INE REWIRm IFNGTN a AESIRAwM nwm AS DE1E9/AIm BY THE ExpNEER, GR CAADE - IXCAVAnM LANm AM TO M NLL Mp1H. mARa IA/lAS. Ai NO AODIMwu COST 1O ME OM1ER. GV CAIE VP1K T i$B TREAD TCP AND BOLTON a.WBS NDOAUXS AM CWCREIE pRItEM'AYS SHALL 4Aid EnSrNa SEE SECTId1 T a THE SPC[WICAIIONS. 52. Fgla YAW NIaxICNi SHDw IS &Sm ON STANDARD FlriwGS AvNCABEE FOR WCnIE C Cl05ETICARPET/CHAIWJEL GW q1Y WRE iMG TONCIIE 0.ND CROOK IAa! PME ,wr. 061ECDab SXNl Mi EXCEED 75 PFaCA1i a NANUFACTURFR$ AECaIYGOm OaIECnCN CAB CPBINET GW3 GYPSUM WALL BOMD TAN TANGENT -- iz. BJRRD 7EIFPXONE AM UN GWES SFlBER DPTICS AM . CB C(C CATCH BASIN TENTER i0 CENTER CAF Cm GLAZED WALL FiN1S4 GYPSUU a W ~ CEN1EA WISIOE OAUETER iBM 7ENPORMY BENCH MARK CRrvEN'nOxu) ARE xNDw id vARY qC n1 INSrALLAF10N rEGNpIES mE cwmACTOR SNNA BE NLLr asPaxswlE S.l OEIECTW TARE IS REOJwm FpA AIL WIRIm PIPE, SEE SPEtlfN;ATgN fat REDKCYEMtt CE CONS1AUCnON EASEMENT OF WTSIDE FACE TC TOP IX CURB Fqi WDMN\nM Mrx rxE Ndltt axvAxr ro DETERIAM CEY CEMENT Off OFTICE 1pH >ECH TOTAL DYNAMIC HEAD 7EGWCAL ~ SPECYK: CABU: IaARMS AM M1PYK rXF FAA}EER a na ExACr EIEVAFIFW a 1MC cABIE$, iNE ca+mACraR }A, A INRUSi BmmANi ascN PRESwRE a ]SO P4 SMALL BE U¢0 FOR iWS PRO,ECT CER CF CERAMC WBIC FEET OPEA OPNG OPERATOR OPENNC lEL ~ aArwG ~rwc RvMdG UMFO tAUSwALDw u. ALL YANAroI£ CokRS Fqi WATER UNE SXNL FEAR 'W\rEW' ANO ALL Y.WNaC CAWRS CFY CUBC FEET PER MINUTE OPP OPP09iE ~ R ~ I 11C Pala YAN RW1E FOR SEMWS $MU1 READ 'SEtIFA'. q GST IRON/CUBIC NCHES ORIG OAIgNAL 1 E 7FRRARO ~ GP CASs IRON RPE OT OPEN 1RUS5 MERMO 1HN i4EANOSTAT n1IX ~ T t0. >M wNmACroA SnuL %Aa O ro . IxCNES a sAA» OA $CREAWNGS Dx ALL A5R1ur wRFA[ES mar AAE AREChD x. Au Foaa YNN PPE SMALL aE ETASS st BETMSN n su xta AM Fu srA aX AM PRESAVtC GAR 2W BEnEEx FY su xXX ANO Fu su xnc Ft CL CENTER UNE CHLOPoNE n XOW HOCNi HARDWARE ONID OKRHEAD TXRU TNROJCN - - I Br THE Wsr\wnOx a mE fdICE ww. , CLC CE]LING HIX HEN AGONU TOD TOP CF DECK tA, TME coxmACroR sxAU RENSrNl Au san As REWRm Br CINC CAULKING HN . HOLLOW METAL TOF TON TOP IX FOOnM TOP tF MASONRY/NANIpE . CLR flfM HORZ NOWZONTAL f05 TOP 6 SLAB REpIIRm BY 7NC Ott a RALEpI AM mw a GARNER CYP CYU CORRUCAIED METAL %PE WNCREIE MASONRY lMli HP Hq?SEPOWER TOW TOP QF MALL 17. 111E CONTRACTOR SXNt REMOVE AM RENSTUL All ENSTMG CO QEANWi HPT H1R HIGH PCWIi HU1EA PM PC PMALIIl PONT OF G1RK/%ECE TOL TOLERANCE iFHQ As REgARED FOR MPE wST.Y1Ana1, wr ADdnoxu FENCE wmAAES aEWVEO SxAU BE PROVKWD Br TK COL COLULW NVAC HEAIINf,,vExnU110N ANO PCC PONi CF COIPOUND WRK 1P5 TRANS TWS1E0 PAIR SHIELDm 7RANSFgiMER caxmacTm AT M ADanavu COST i0 TXE owER. LONG CpICAEiE AIR COMInCNINO PCF PpWlDS PER CUBIC FOOT itP 1YRLU ixE coxmACTDA YIHL FORwSN AM wsrALL ALL SIEEIMG tB CaIST CONSiRUCnO,V HW HO1 WATER PE LWYlG POLYEMRENE LINNG . AEMRm FOR nE INSTNlA1NYN a ME FORCE 4NN ALL CONT CtxnNUWS NNL HIGH WATER lEKI PEAF PEAFORAIED , A CONnt CONiRACiON HWY HIGHWAY PERP PERPFNDICULM O /dt RMWr OF-WAY MOTxS EXUV nou wmN vAVEO /AEAs CORP CORPGRARLN NYD HYONAUUC % POWT Ci NIEASECnON UG UNDERLAWND sxuL eE Nvr TO A YWwu, nA:ETINC swu a< WSTALIID As PRR e PflOPER1Y UNE/PUTE UH UNIT HUIER ~ REgNRm 10 PROTECT FgsnM UrIl1C5. C CAS CONS ~~ COUREE PNL PP PANEL POKER POLE UNFN UNFBYSNm 1T. PLACm AM-RI- 91ALL RAVE A YWNUY DFPM a 31-MCXE$ Ci CERAMIC Rlf PREFAB PAEFABRCAIED UR URINAL AND SMALL HAVE A uYER a irWE II GEOIENI0.E Uaul\raa P Gm BETAEFx mE Sa AM SraC CTJ CONTROL JgNi PA4 PRESSURE RELIEF VALK Un1 URUtt I, OBTAw APPRGPPIAIE CWSIRULMw PERYIm U l . CU COPPER ~ PUMPING $1AnON z INSTALL SEDwExTATION AxD Faoslcx coma YEAwnES ALL]pl MLL dRtlSH pE9aWP1KN a EASEYFNIS I8. p CV CW CNECN VALK COLD WA7EA I lAON PSF PWIaDS PER SWME FOOT 3. CLF.1R wD GRUB ~ ~W CY CUBIC YARD ff INSYIE CdANE1FR py PT PgWDS PFR SWAAE INCH PANT OF TANCJENT CNT n' +. RWCx CAApE 91E 19. COxaCtE WRB AM W11ER SHALL BE RFPE.ACED IN ACCOADANa 7NSIOE fACE P1N PARnnON VAC YAgN1Y 5. EXCAVATE AND INSrA1L unuREs Mrx OETAA C2+2000. DC DIRECT CURRENT INQ INClV0E0 PV PLUG VALK VAI yCp vNn ASBESttS nlE NiRAIm CUT PUPE B. FlxISH Flxu giApNG AM SwmAa RESidiArX1N 30. A1L STaN DRUM RO 51WL BE CUSS Iv. OEi DETAIL IMF INRIIENT PYC PoLYNNn CNLOPoOE VEL KLOgIY ). nEYONF vnIYEllrAnax AM wosox coma YEASYCs GRAD PR 1 a m GloR 9 R SWW i cO 51R na OF DRINKING FDUNTNN WS IN$LAARON PVC PONi 0 KRnGAL CLNK VfNi KNRLAIING iBAiION ~ (SWEC MEASURES $IIALL RFAWN CMnI EN11TE SITE K APPROPRIATELY E5TlBUSIWD) 21. XE C x A 1u1 N UC E E E 0 E- tfM1lOX UNEA OrICNNSE M1ED ON nlE RN1S DIA (1) DIAMETER NT INTEAOR PW PONT DF VERTICAL IHIERSECnCN KRi KRRCU qAC DIAGONAL WV INKR7 PWT PAVEMENT VOL KA.UME p4 DN1EN570N PYf PONi Cf KRRCAL iANCFNCY yp KNT RPE OIP DUC7EE IRON %PE PW POTABLE WA1Qt VwC N1Nn MALL COKRWG DISCFI pSCHMGE LEGEND q5i DIS1AlBUnRI °'' D01~''~7 att auulntt MATERIALS SYMBOLS SECTION AND DETAIL KEYING LINETYPES a DEAD TOAD J Jasi DN DOZ DOWN pOZFN .B JCT Ji JI.R1CnON BOX WAlCnOV JgNT w W/ MESi/WO7X Wni RADE OR EMTN ROCK _ _ _ _ W _ _ _ _WST. WA1ER UNE PROPOUD %PEUNE DRANWWS AAE CROSS REFERENCED IN ME FOLLDNING YERICO~, (A) A SECREN CUT O SXFfi 7 IS OENiP'ED A$ F0.LOY15 ROPOSm KEYS OWG DWL DRAWNG DOYfl R RCP RAgUS/PoSER REK6dICED COTWREIE %PE WC ' WA1FR CLOSET _ _ __SS____E%IST. $AWTART SEWER SANTARY SEWER 4ANHOlE ~- N : RD AOW/ROOF dUJN W WDE FUNCE SECiMIN LETTER OUSnNC 17F1A5 E ASi A Exi REgR AECNCUUnpI WH WALL HYpAANi I gI ® ASPHALT PAWNG ® STEEL ----FM-~---EXIST. &Y4.4 FORCE MAIN ~PApN)SEp PLUG VALK A SHEET WIEAE SECnOH IS SHOWN /E SEN E REq' RECEPTACLE Mt ~ E WAh ASSEMBLY B _ _ _ ~/ ~ PRCPERtt W ECC ECCENRDC L LENGTH/ANGLE REC1 REC1ANg1UR R N/L WRIER LINE _ _ _ _ _ C_______JE%151. STORM DRAIN ---i(-PROPOSED GATE VALK 6 EACH FACE U UNE AHUO RED ~F REDUCE REFEREYCE WD W 0 WINDOW OPENING WiHWT ~ SAND I I I INSUUnON ---- E ----IXIST FIECTRICAI ~gy~y (B) 141E SECiICx SHOWN pl SIR.Ei 6 6 IDENRFlm AS FD.LOwS: - _ _ _ EASEMENT UNE fFT EFFLUENT LAB LABORATORY REG AEpS1ER / . i A A IA R EIP EXIST IRON PIPE UN LAWNAIED RENF ROXFptGNG YP WAIERPRCOF ll D //IAGE S -f-s O UCN E SECiRW LE71ER ___________ HILDEH I1EM5 FL CR ELLY C ELEYAnUI hECIRtA1 C U7 4 LATERAL REM ROIOK YCFC TPT WATER PROOFING WALL PENETAAIWG TYPE ® CRAKI ~ WA1EA SURFACE ____ 7 ____EXISi. IT1E%IONE ~-REWCER A SKEET FROM BNEAE SECRON WAS TAKEN ~ / E OW L8 PDJNO/tW1E BACK AED REOURm WSE WA1FR SURFACE FLFYARON __ G ____EXISi GAS 3 -+Stff, f445+.5vf~F,< D0IWTXIN ITEMS ENP2 ENCUffEA Lf UNEM FEET HEST RES1RAWm WSP WEAn1ERSIPoP . -~ BLOwCFF ASSEMBLY FNt EN1RURCf LG LL LONG U REY ~ RENSE RWF wT WY MflGHi WAGER VALK ~ A CONCRETE iAA1WG FH EXIST FlAE NTDRANi --'L'4~ -~-BACNFLOW PREKNIER ----- CENTER LNE EOG EDGE OF GRA`A K LOAD RFG ROCFNG WAT WEIDm WNE F/BRIC EOP EDCF OF PAKMENT LlH LLV LONG LEG NORIZONTPL La1C LEC KRRCA RJ RES7RMlm JONT __ ___ E105T SAN SEWER YN - .µ~ pppppgp FlRE ntDRANi LLAICH UNE EO EOPi EWAL EOUPUENi LP L UCHT Pq.E R4 ROpA RO N0 ~ CONC. FlLL OR OtDJi CHECKERED PUTS STANDAIN IJETALS AAE REFERENCED B7 A UNIWE SEKN pqi NUMBER AND AAE 9WlWN ON TfE ORAWNGS AT ONE 6 TNO 4E1HOD4 EW EACH WAY LPT LOW PONi ~ fl0 I1 RW`gl OPENING ___~___IXIST. VALK ~-~~~ WAS ~~ ,_ -_ ,~ EX15T LRWN° PROFlLE EX OC EXISIWIC EXCAVATE Li LTC vR UGMT UCVInNC ~ AR REVOUIIICN$ PER MINUTE RAILROAD YD YR YARD YEM YASQWKY IR81 C1A55 ® Cglt ----OHP----EXIST. OKAMEAD POMER ~ AP Sp. BORNG/AUGER PROBE 20WO0B REFOtEN® I7EN - .. - QtEEK / dICN IXH FXP EXHAUST EMPAN90N L LW- LP1lTR LOW Wh1FA I£KL Ri RN RIGHT REI101E lEA1BNAl UNIt . MA ^ WST, WA1ER LF1EA ss SEISMIC UNE G ql. SEF 200DWA REFE0.ENCf0 I7EY EDST EDGE a PAYUi EMT EXIERICR RW A/W RAW WATER RIGNi a WAT ® BRICK ® WOOD BLOCIENC PP Q EXIST POWER POLE ~_ p~ppSfD NA RELFl.SE STANDARD OETARS AAE IX)PRED IN MPRO)DMAIE NUMERICAL OAOER N CO 0 E105T, 5$ CIEANWi VALVE ASSEMBLY 1NE BACK OF 111E OAA'MNOS ~,.-~„- SLT FENCE PAEPNtm N n+E Ana a CUENT: PROJECT: PUBLIC UTILITIES DEPARTMENT ° `-Z °` ~ Kimley-Horn NC 50 PUMP STATION CITY OF RALEIGH NORTH CAROTIN :=A~ , ~" AND FORCE MAIN °•° ~ and Associates InC. nom; INDEX GENERAL NOTES 1 o ~s2 ~° ~ . w oCA A . ~ ~,~,A ~.,.W e „ .P sq ~puPOU ,~,,,Wa~A, ~ tn, ~ ~ x~~ a~~ a t"1oi' ' t a' , x A ~ yA ~ 'NI ~ ~ e ~ Tyr-NZ~ ~ sA a a. ~. , a A mea r TOO. nt Aml. +a~`m ~ ~ " m Xm .Y-n d~ ~,e :.,o~mL,, l~<. c r P.O. BOX 38088 - RAI.POF1 NORTH CAROL.IJA 27838-3088 PHONe:t~)en-zooo FAx:cere>en-2oso AND ABBREVIATIONS f /"F~ °` °`~Ka` .o<x ~mwa to:. ~ A~Vyeu. DnDea°aa 2 58 ~"~~' , ~> R . $EU 1 r \ 1 \ PROPOSED 2' PVC WATERLINE SEE SHEET 53 ~ TOWN OF GARNER , \ ~i ~ PROPOSED 36' INTERCEPTOR ~ SEE SHEET 53 PINM1619-02-65-fiJ67 1 --_ DEa2n PG1a3 ~a 1 BM1987 PG1597 ~ i 7 ` \ ~ ~ ~ / .x+ ,~ 1 \ ~ T [: ~~ '~ PROPOSED 24' FORCE uAIN BY O1HFR5 It II \ ~ p .~ CJ '~ ~ PROPOSED MAGNETIC 1 ~ 1 ROPOSED 30 775' REST 508 SF PROPOSED yyl ' k r FLOW METER IN 6' MANHIXE T A \ \ \ ~ JOINT HOR120N AL 9ERD RIP RAP Z r f f " A 10+10.00 S SEE DETAIL 0264010 \ ~ ~1 ' ' 1 STA 15+37 04 N'. 695818.15Y$ ~~ OR ~ 0 ST ,{0 ~ 35 lF SILT PROPOSED 30 45 REST 1 V JOIN7 HORIZONTAL BEND 1 1 STA 13+44.38 ~ ,ya' 120NTAL BENO 50 LF SILT - ! 3 E. 21169853185 ~ 1 7 ~~~ 17 STA 16+15.69 FENCE OyxP~ 9719 N 695998 ~~ ,~ FENCE I ; '\ 1 N: 695689.8541 , . E: 2111254.7469 ~,L B- 9 ~ 3 N : ~ ~- PROPOSED 36' INTER h CEPTOR { E: 2116841.5863 ~ ~ 1 ~ t~: ~ ~ LAN 2~ T ~ .~ -, .v~ SEE SHEET 52 r. 1 rzsr naF du ' ' P 1~ 1 ' ~~ ~ N N ' r~ i T ~ ' ~ ti O r \` l Ta 2 CLEAR ANO GRUB 23o.ee \ 1 /STEEL WATER W'E LIMITS (TYP.) L '~\ 1 '` w . _ - _ ' 7. _ PRpPOSFD 30'.01` Y ~ ~- Ei L AFBAR WM ct~P S f2 _ ~ mss' fi96 5075 ~ 1I4J2.B1 ~~ E- Y t?A00 AI ly 16+00 N ~~ 5'E~ ~ FORGE MAIN /L . I l9~ V 174 ~ } y+ WET 4W]~ v II ~ - ~ 215.27 J ~ '• _ _ cE1s REBAA VA1H OAP l "~ - ~ 00 / + J % • I ~ "° SEDIUENi TRAP N0. 2 _. _ ~r __ _ ., . . s55 ns.25 E~ 2ns ea 25 ~ 7 : Lv'`l`'c - ~n y . /• ~ ~ 7 18+00 • ~~ y DIMENSIONS 0 HEIR .5'x10' - -. r EE=zss J7 1 • ~ J 1 ~ ~ -1 r AEIR LENGTH . 4' h o i STONE ~ p o FlLTER _. ~ --_. .q3 A DO~~ C - ' ' xPo ~' t {' r , • ~ `! .~ x ~' 60 LF 9LT FENCE R u -~ 7 - _ _ _ -'- "' ~ / / ~ ~., .. Ir ~, „~ v art•zla.or ~ -'x'' . ' STONE PROPOSED FORCE uAIN ' ro4i -. .190 lF Slli FENCE ~ _ _ _ w 7 l'o ~ t ~ E1;21GS5 ~ _'- edR rnlx hu+ gET` INV.IN-2nde' 205 LF SILT 17S ff S T ' N' ~'~ mw~un72n,oo' •FENCE• ~ `( EE.yleas rDS4 -~~~` ~ FENCE ~ OFF E%JSTING SEVER FlL7ER LOCATED ID N/F CONiROI PAHEI / , N/F TOWN OF GARNER ~ TOWN OF GARNER N 7 ' ~ ~ 7 PMy1fi19-02-65-6 004211 PGI43 BMt9B7 X7597 767 - ~ PROPOSED 30" PLUG ~~2;,. PINp1fi19-02-75-0 02 \ 084211 PGI41 ,T 8M1987 PG1597 S10NE \ ~ Y ~ ' "`s SEDIMENT TRAP N0.'1 ,~ IME~1510NS 0~'NEIfl = 1x14', i VALVE ASSEMBLY ~ T ~ ) FlL1ER ~\\ R,4 Ei•2 1.79' FTE•2J0.02' `/ 'HEIR LENGTR -,8" ~ ,~' / y S A 10+50.00 SEE OETAII 0264009 / ~ PROPOSED ARV ASSEMBIV wv lR.m.78' ~ SEE DETAL 1509420 wv Wr•z2379' ~ ~ - . ~. ~ N/F - ~ 7 GIT9 OF 2~Cd ~ N: fi95702.9694 \ STA 13+90 00 ._ y I 1619-0~7fi-1516 YMM E: 2116547.5000 . CK N 695720 2332 DAT + :1FlaNN 'e DB4slypcal6 : . A tAVx E'. 2116875.6212 \ xp.Dwc rwx ~ `~. f ` BM1987 AG77_a3 GRAPHIC SCALE loo vEAa rtooo REV npJ 226 00 . 50 LF SN,T ~ ~ /yY ' A • . FENCE ERAtoR 7 s( ~ 4 ~ (p~~) 1 Ise . w fL ~ _ ~ ~ ~ ' I ~ _~ . T ~ - 1~ .W XISTING.2 l1NE. . -. I ~ . PROPOSED 3 0'x18" D4 RED ~ ER ~ 4COVERN / `\ I I I . ! I i i I I STA td+20. I ~ ~ I I 1 i `~ . N EXIS~~ ~ NG GRADE ALO C ' I ~ , ~ ~ ~ I ~I II i , PR SED FORCEM N ~ I i ~ ~ ~~~ ELEY-226.00 /// ~ I 100 YEAR LOOD~ PL IN 2 6 0 ~ \ . I . I s A ( ) . . . I I m II \ \~ I I I 508SF PROPOSED PROPOS ED 30' PLUG PROPOSED. 45' REST J01 T . ~ . N V II. I RIP~RAP VALVE ASSEEBLY HORIZONTAL END STA 15+4 .39 i I < ~ l r17 STA t SEE~ 50.00 ~.AIL 0264006 ~ zoo I \; PROPOS STAt AND-SEEPA~E COLLAR 00. 50 ~ y I I Flo I •d ' 14' NIN ~ : AI 0 6 I - ~ FLOW METER STA 10+10 0 6' MANHOLE o n PIP a' SE I E CROSSING . DETAIL 022211 I '(TrP.). ` „~ I I }- --- _-__ -- _- ` T . SEE DETAIL 0 fi4010 II ~ o~F _ I ~ _ _ _ ~ 1 , I I i -- , _ ~ ' . . . tt ~. '1 ~ - d'NI EXISTING 3 ~ 6' I II I , _ __I.1__-I____.__-~ --+f ~ ~ . . ~ o'. CONNECT TO I FORCE UAIN PROPOSED 24 Br OTHERS I M1NITARY - APPROX. I SEWER NV.:222.84. I l - i , ~ ~ FR OSED 3C' DI ~ . 1 I C 1 . ' ~ N. ~ PR OSEO 30` 22. REST JfNNT I I f ~ ~ ~ I ' I I - ~ ~ __ ___ m 4 N IZONTAL BEND ~TA 75+37.04 ! { : _ _ _ J L _ _. - _ __ _ _, I - PROPOSE03 CRANTY SE'A ~R ~ I I L __ _ _-_ f ____ _ I I SEE SHEET I I ~ I I I - ~I I _ __ ___ __ _ _ ~ _ ', _______ II _ __ I I I ' PR OPOSED AN11-~EPAGE COILA OPOSED JO' 5' REST ,JOINT I I ' . j - II - II ~ ~ I - II ' E7 I ¢STINC' 24' SANF IARY SEWER' - ' . SY y, 16+60.00. RIZONTAL BEN . STA 18+15:69 - ~ ~ i . ~ I I i i I ~ 1'~4' TER. ~ DETAIL 026013 ~ 1 I I . i I t i 1'>•40'HOR. ~ i . I I ~ ( IO+00 1I+00 12+00 13+OD 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 21+50 PAE9IRFD Ix ME aFfIR a: GJENT: PROJECT: PUBLIC UTILITIES DEPARTMENT °`-29- ~ Kimley-Horn r<:~ NC 50 PUMP STATION CITY OF RALEIGH, NORTH CAROLIN ~ ~ d ' ° ° AND FORCE MAIN ~~ I o,~ ~ and Associates In C D,LL; PLAN AND PROFILE I~p Q ~ ~, ", 1~ ~ , . , ~,~ ~ ~~ ~ KF~ ~ o, ,;,I~° R , . o,a .~ ,, .,1,a a~a„1~ ° ° ~ ~ ro. eox ~ioee - RnL~orB, Nonni cnROtr+A z~x~e-aoea c ) ~-~ STA 10+00 TO STA 21+50 iN F C~ ar ~,~, p,~, ~, uNb, O 6 ~ a ~~ , mo. K ~,„; 1 al ~-~ Fix: c~Te SEA S ;,D 3t)34 a 5s :,! ~ N/F / ~ / / '~ / HEJJRY A @ LOI$ / W 1HOMPSON / / 120 LF SILT ~ _ /`s FENCE PINg1619-02-86-548 OB2331 PG289 / + ° ° ~ i 202 NEw - / i ~ ~ /® BORE PIT R AN BETHEL CHURL N/f RD 7 NENRY A & 1015 W 1HOMPSON , -~-. / !-t rT R~ ~P_ r cT ~ Jy 80 LF BD ED D JALHED STEEL CASING / / PINgt 519-02 86-a769 / x . ~ PROPOSED 10' PERMANENT ~ ~Ob. /._ 00 PEaAR wTa Env gr N 696,n95.29 / ~ ~ ~ SEE DETAIL 0272201 / DBfi221 PG'i2 1202 NEw BETHEL CHURCH R E 2uaeio.21 UDLiIY EASENENT STONE `I FILTER / ~'~ Lt 3m.zY PROPOSED 30" PLUG ~ / VALVE ASSENBLY / N/F / / HEIJRY A & LOTS W / PIN$1619-02-86 ~ / DO ~~ - _ ~"~~ THOMPSON / 3T} / ~ -8 ~ -5637 a L47 ~~ P0.0POSED STA 41+G0.00 SEE °ETAIL 0264009 RECEMNG PIT N; 696333.1429 \ E; 2118943 fi116 } D82331 PG289 Inv n>rnsm~ ~ c ' CK ~` ~'+ . PROPOSED 0.RV ASSENBLY SEE DETAL 15D9a20 .. N + CHE / ~ DAN j 7n .xt ~~ }6th / v E R i ''></ ~ ' ~ - s ; B g - 1xDp PROPOSED 30" 01 \ / STA 3a+OD.00 / ~ ~ ~ -8=7 ~ FORCE MAIN ` / N: 696650.4152 ~ E 211836J.9265 ~ 'i ~ ~ 4 ~ ~ ~ ~ LBO Ld SILT ~ FENCE ~ ~ A ;~ / ~ _ ,00 / / ENO 20 TCE ~ ~ ~ / \ / "~ ';~ 47x x ~ , 71 00 . / ~ FN STA 39+48.00 ~ - / 100 TEA6,FL000 PUIN 0.-13fi' / / ~ ,(Vfw DO QA~ ~ }4+ / / n 0CA1CD a+ JnNDARY 12)001 PROPOSED 30' 45' REST \ ,_ f OD DO ~gAR xtTxcav-sEr~ \ _ s9s fi s ~ - =~ ~ CHECK ~ JOINT HORIZONTAL BEND ~ ~ p ~ E%IS-NG JO' PERLIAliENT STA 38+fi0 89 ~ R '~ ~ '~z S~ C/~U ~ Zj RG `~ Q ~ e~ _ _~ / Cl ZI EG239.i9 f ~ ~ AM ~ . / -BrLF SILT / U11UTY EASEy~tf / N, 696529,3089 8987 ' ~ FENCE / E 2118806 ~ 1 \ ~ ~ C`~ RO,~ 4Jxp0 PROPOSED FORCE MAIN I ' r _ _ y2 ~ __ __ EL 3D. , . ' ~ LCCATEO 10 OFF E%ISnNG jl^ Nv N=r6s2 8-6 - ~ TCE / / BEGIN 20 STONE ~ ~ FM STA 40+28,00 F T R xtv=zsa.lo cR vc ~ `\ DR VE EDP (TYP.) m ou =no ON D _ - ~ 100 LF SILT N _ -' ~ U FENCE ~ IL ~ E ZONE 1 BUFFER ~ ~ ZONE 2 BUFFER ENO 20' TCE .t4 \_ kxpp ~ FM STA 41+10.00 ~~ ~ 3BB'L~SILT SCR ~ ' - / ~ ~ ~ 1 N ~ +~' ' ~ ~+ p FENCE =8 % SEDIMENT TARP N0. 6 DIMENSIONS A WEIR = 9'R26' s - y ~ 4i - - ~ ` t~ m ~ ' ~ r;> 1~ p 0 - ~ PROPOSED 30" 11 25' REST WEIR LENGTH = 12 iNV=sal.n ~ ,~~ M W ~ ~ ~ . JOINT HORIZONTAL RENO 50 LF SILT ~ ~, A e ~ ~\ ~ _ ~ STA 3a+94.83 FENCE 1 a+ASi _ DRIVE ~ ~ ~~ ~ ~ $ _ - N: 696610.6539 ~ ~ /i E; 2118450.0192 INL ET PROTECiIDN TYP `~ e HENRY A & LOS W THONP SON , _ _. j , 2 V ZONE 1 BUFFER PIN,y1619-02-86-5480 (~ A - D82377 PG289 P 2 1202 NEw BETHEL CHURCH RD ~ O 6 ZONE 2 BUFFER 0~ 4 GRAPHIC SCALE ( IN F437 ) 1~n=a n I ~ I I ~ I ~ ~ . R v;- E%IS11NG ~- ~ ~ i ~- PRnan4Fn 18` RCP . / / 5' MIN. i~ i ~ .COYER ~ .x\\_ ~ I ~ ~ ~ i I E%ISTINa SANITARY ~ ~ SEWER hNHOLE" ~ ~I'~ ~ I I Pg~~~POSE° B"'.'PIT - 1 i_i ~ J 0 LF 42` RECEII1NG PIT II I PROPOSEp JO"PLUG VALVE A$SEMBLY . TEEL STA 41+Q0.00 ~ Uri I- ~ ¢¢ f3'O r ` t / ENISTING. 18" RCP I .-''1 )J^5 ~~ - µ~~ J lr..,~ IN OVER i'~ . . - - I - - 'E%ISTMG GRADE ALONG ~ ~ `. - CABIN ~ I .SEE DETAAIL 0284009 . , ) ( ) . I ~ ',~ ~-- ~ _-- ~ , I I ; ~ - I AOP~ , S[ppE Up II ~~ ~ ~ , ___~--. j l '; ,. Z~ _ .,~ II - _~ _____-}'-- p m I r i PR POSED JO` . ~ (. o . s I 4 MIN ~ O z ~ ~ o f I IP. ( ) I 1 .PI E CROSSING. ~ I U 1 ( N a I + P . > DETAIL 02221 5 8 v ~ o I a I R g 1 s I 1 I . Z I F a ° l i I; I i ~E~V m I. _ w ~ m ELEV.. I 0 o I I i I I I ~ 221. 6 I ~ 221.76 ~ I ~ I i I ~ 'I ~ '.I I I ~ ( ~ °n ~ ~ - II ,. ---- i ----¢ t` -- ~ I ~ ~ it i ~ . i ~ i i RROPOSE6 30" 22. 'REST ~ I ~ 1 _ _ -. '" ~ I ~ ,101NT VERTCAL BEI~O ~ STA 90+54 25 ~ I ~ _ _ _. _ _ _ t - I " ______ __ . ~ ~ PROPOSED 3 ~ " 1725' REST ~ ~ ~ EIO ~ STING 24 SANITARY SEWER. ~ i ~ - - - . t5 BEND I ~ PRO%IMAIE INV., 218.19 R ~ STA 34+94. I 7 ~-' I AR7 I I STING 24' SANI R ~ JOINT 4ER CAL BEND I I I I _ ~ SE WER _ _ I ~ ~ ~ ~ STA 39+275 ~ ______ ~ - I I i ~ ROPOSEO 30" AS' REST. ~P ~ PROPOSED 30` 2 2@4OLE .5' REST i I " I ~ j ~ . - - I JpNT HORIZONTAL BEND - - . 101NT VERTICAL E 1 -4 ~ . END PROPOSED 30 Z2.5' RE$ ~ ~ ~ - STA J8+6089 ~ { ' S A49+38.00 OR ~ ' L i JONT VEQiICAL.BEND ~ ~ ~ ~ ~ - ~ ~ i . 1 IB H STA 40+38.00 1 ~ ~ ~ I I II' I'~ Ili, )3+00 34+00 35+00 36+00 37+DO 38+00 39+00 40+00 41+00 42+p0 43+00 44+p0 44+50 ~ER~ IR ,~ ~T~ ~ CLIENT: ~ PRBJEGT: PUBLIC UTILITIES DEPARTMENT °`-49-°` - Kimle -Horn Y _ ~ NC 50 PUMP STATION CITY OF RALEIGH, NORTH CAROLIN ~: _ ;; , AND FORCE MAIN nr and Associates IIIV nom' PLAN AND PROFILE a ~ E ~ oag ~ w ~ . , , •~~, D p ~ 9~ ~ '~u° °" ~° ~~, u~~~~._,~ ~~~~~,~~~~ P.O. BOX 33088 - RALHOFI NormH CaBa.rla 27838_30Bq ~en-~oso PHOr ~ cm STA 33+00 TO STA 44+50 , ,, ~~ Ul", F KFC ~`°~DeY ~ e3 ~~':~"~°~°°•,•, ~o„ ". .x. ( e~en-zooo FAX:c~e SEAL DJ4 D 8 58 ¢Mnw~Vdla ~uNUSa4RSSN+~ba! // RIM EL=251.)9' / BOTTCU OF 80x I ~ EL=246.79' \ I RN E1=251.JT / NV IN=234 67 / 1 . I xv Wr•2N.5Y // __ / ~ ~ -- S/ RIM EL•24d N' ~'- _ s NV NIA) 2ai.lt' ~• Z IPE -" N~2]581' ~ ~ ~ > I_ INV W7.23496' B-2DD a . ' 8-201 0 ~ "I. PROPOSED l4" FORCE MAIN OY OIHERS ~ o i ; KI I t PROPOSED BORE PIT i '=..=-TJ~-~~ ~ °R E / NECESSARY CONNECONG PIECE9 P ¢POSED I4' 01 ? ' f C ELEV=241 00 , . L FORCE MAIN PROPOSED 14' PLUG VALVE ASSEMBLY PROPOSED 30`x14' DI ~~ { ~1 ' . ~ wvaue9 SEE DETAIL 0264009, STA IO+83.°0 RE5IRAINEO JOINT TEE ~ - ~ INLET N: 699811.2000 STA 291+35.56 (30" FM) L~---~_._~_ E: 213J9J5.7548 PROTECTION (TYP ) PROPOSED 30' OI STA t0+D0.00 Q4 FM) `J u- -- -- - = -- - - - - - -- -" ` P SEi 5 ~~_ -- BM t C @ ~ ~ tN * FORCE MAIN RI ~ "•1h 1~ _ _ _ ~_... _ ... _.. x a [ N: 699847,3440 • E 2133980.6135 pp'. 494 ,5s - - ~ Ta"'-~ BO'L~ BORED AND PROPOSED 30` DI : T% iR4,002 +6~ ~i - m~JACKEO STEEL CASING FORCE MAIN ~ REe aW~n9 Gna 5Er ~ ^ , __ 97 -- -as~sosa / ~ E• 2 U]ss]. ]s F aw %~ n ~ .e:.,' - 00 293+00 ~ 1 2+00 BEGIN 3TA 10+05 ~~ ~ - ~ ~ t.w<i ~EL- pp ~~ 00 28740 . . 2B9;k00" , BB+00 2 D STA 10+65.00 ~ EG( DAN ~__ _ .67 I~ _ - ... _ _ .__ .__- _ --_294+OD yam-- -' RAYNOR RQAb 29J+ SR 555 _ l _ 8 95 n W < ~ . _ - - _ _ _ _ ::-? ._. - "- ... - - 296 +0p ~ m2 8093 , 1 --- <. - - tf BS'- - - ~ r - ~ 29 Z7- _ q4~e y, ~- , ~ ": ~ _ ~ ' A = - ~_ • I ~ Nv-Iafl95 mRi ^ ~' y( ~ . ~ r • STONE 155 LF 9LT pR,vE Nv-2w 16' - .. )+DO +r 1. M1 Z UP I _ ;lDta~£ 'k i t<aes' i 25 T n-- I 09 _ . `' \' f PROPOSED lino EL 2 n~', "v FlL1ER FENCE T N ' I ' ~~~ ~~ N~ Q ~ u4- ~ 5.) I 1 F SI T 85 NV I 236 T I RECEINNG PIT 7 I iNV Wi 236 rl ~ N ~U D I `~ L L FENCE I I CNECK gEgN 15' TCE 45 LF SILT y' DAM FENCE ~ J _ IQ2 - h ~ p p I ~ ~ I \ -RF'L-irr ~ ~ 10, // FM STA 290+08.14 120 LF SILi I STONE o^K I ~ FENCE p 2 L, ~ N/F i p i ~ BEGIN 20' TCE RoeaLO ANTH Y ', FN STA 287+75.00 ~ 1I I POOL£ ~ I I PROPOSED BORE PIT 125 LF ORED AND I FlLTER CLEAR aN0 CRUR TO / ' ~ R/W UMIT9 (TYP) ~ACKED STEEL CASING I~ PROPOSED FORCE MAIN ' Q 22 UR j ' O r PINal16J9-01-a9-2fi}~ I m II ~ °870299 P 355 ' ^,RE ~ •,.; ~ BM1966 P(;157 I 90D7 APRIL OORT N/ _ _ _ ALLEN L k JOYCE A ~ ~ ~ ~ ROPOSED RECAVING PIT N/f 'y` SEE OFTAIL 0232201 PROPOSED JO` PL C I EFrNAD 20 iTCE VALVE ASSEMBLY 1 WHITE OAK ASSOCIATES, I STA 288+6200 A N.C. GENERAL N/F STA 290+70.00 PARTNERSHIP WHITE OAK ASSOCIATES, SEE DETAIL 02640)19 PINp1730-03-40-0965 C. GENERAL N: 699)96.2710 DB4765 PC771 A N LOCATED 10 OFF EOP ti Q2 t ~ E' ~ GLOL R . PagTNERSwP E: 2134021,7264 PM,pt6J9-OI('49-4407 20NE 2 BUFFER JJJ PIN~1730-03-40-0965 ~ I ' GRAPHIC SCALE D87747 PGBOO BM1966 PG157 ZONE 1 BUFFER DB4765 PG773 END 15 TCE FM STA 290+58.J5 '~ e 56°1 RAYNpR ROAD ~ ZONE 2 BUFFER I I I 20NE 1 BUffER (IX -68T ) t 1va6 • 40 M1 . ~ \ , 15` RCP I ~ i ~ . i . ~ I E%ISPNG GRADE ALW 4G I ~ i SM ~ I ~ I i lj ' II ~ \.\~\~ I ~ . ~ I ROPOSED RECEIy1NG PIT ~ ~PROPOSBD 30"PLUC. VALVE A~SEMBIY. I SEE DEOpLO0264009 ~ ~ ~ ~ ~ a of E%ISTING 1 HOPE PIPE " . -_ _ ~~~ ~. ~~ (~~ . ~ \ . ~ ~ y P~~,~t ~ . , ~~+r""OSED ~0`z741 DI. f~. _ i ._..-.~ _-- I ~ ~ ~ RE BTRAINED JOiei~ 7EE __9-.,I L_ I ' ` ~ 125 , 42" ~' fi v=241 50 ~/ IL / .WN. 4 COYER . r ~.~ I ` STEE[ C 9NG ~ . t ; ~ _^~ ,~ _~ i . _ ~, ELE 241.91 t. ! ,_ . i ~~ LOVER. ` 4 I .~ I I ~ ~ . u ~ I i . V ~ ~ ~ ~ j --.. -PROPOSED 30 DI ~+ ~ 1. / w a I ~ ELEV.241 I 03. ( . i ~ . FORCE MAI - 1 I . /^ PROPOSED ~30{ 225 REST I . PR FO OSED 30" OI E MAIN ~ it I . I PR01} JOIN) OSED 30 2j5 VERTICAL BENb RE51, ~ I ~ JOINT VERTICA 34 T 0 _II, L BEND ~ I _ I ~ ~ ~ . ~ . STA R88+SS.63 ' I - ___ _-~ ~ _"___ S + . A 29 ~ I ! ~ I 1 PR B OSED E PIT ~ ~ ~ -_ _ -. ~'ELEV-234.7 ~ ~ EXISPNG IB" APPRO%IMA SANITARY SE INV.-236.66 ~ I ! . ' PROPOSED SQ ` 22.5' RE57 f q T ~FV-234,73. I R~OSED 3D" 22. ql T VERTICAL BEt~ 'REST ~Q~~ O ~ I`.4 YER I I I . I JOINT YER7IC LL BEND . ELEV.y µ.52 , 00. STI~ 290+19 . i I~-~~ I STA 288+74. I . ' it ~ i i it i ~I, I i 28fi+DO 287+00 288+00 289+00 290+D0 291+00 292+00 293+00 294+00 295+00 296 +00 297+00 297+50 RREP4Rm Ix ME arxE a: CUENT " ~ PROJECT'. - PUBLIC UTILITIES DEPARTMENT °4-29-°` ~ - - ~ Kimley-Horn n NC 50 PUMP STATION ~ - - CITY OF RALEIGH, NORTH CAROLIN ;,=~ ` AND FORCE MAIN !~~~ i - ~~a, InC. ~ and Associates TInE: PLAN AND PROFILE ' ~ Q ice `" °x ~a o ~Hi( "Wi w`aw s e ~x , r ~l'~ I~' ~`' ~~e KF r a n, l ., ~.o r '2~ _"~~ `~' " ~° "~'", ` PA. BOX 33068 - RN.BOH. NORTH CAROLNA 27638-0068 (9re) sn-2ooo FAx: tsre) 6n-pso STA 286+00 TO STA 297+50 SAL F ~ C ~ o r ~ vier w.~, ~~;`~'°M°""i ollo~aD34 I 30 r 58 ROPOSED ARV ASSEMBLY I I I I I I 18 SF PROPOSED SEE DETAIL 1509420 STA 360+70 00 I 2O0 LF BORED 0.ND RIP ftAP . N: 706543.0660 E: 21736029515 JACKED STEEL CASING SEE DETAIL 0272201 Ui1Ll_'E "SHORT JOINTS' TO I I ACHIEVE NECESSARY DEFLECTION I I BETWEEN STA 363+68 TO 365+DO PROPOSED 30' DI I FORCE MAIN CHECK OAM ` PROPOSED FORCE MAIN (TMP) LOCATED ]0' OFF n `4 '.va r'` I uv.33e.z7 w73azY N fl iuv-sn.]B 95 LF SILT EOP (ltt.) ~ FENCE ~ ~ REa.w vmn caP s<r N-rDC na 7 ~~ 84 LF SILT - FENCE R '~UdSC I ~ . r, ~...- ~ °o= ~~ '' ° AUBURN-NNIGH7DALE ROAD ~, . ~ c, z i33.scass EL x46r ~ ~ ~ W ]x.3s rv+< ti' I- II , / _ -,w'-' j I~ „~, /8,~ X369+00 :366+D h w ^ N ul 00 360+00 SR 2555 356+00 357+00 ~ 356+00 359+00 _ _ _ - - _ s ~~ 387;~ -~+.- . -__ _ ~ -~ f _"~'. S6A+U0;- r _ __ ._. _ /~ +(n nw - - -- ,-~, - - _ _ -_ ~." ^y - -363+QB~ s _ - - ` M -- ~~ ~ nw 9 wF ZQ rxie ~. ~._ _ _ G ~ ~ Br 121 r ® 9 ,,, .... _ _caNa~EnTn~ 63 ~- ABPnu1 8-122 ' a• t2J ~ ~ ~ -~~ __ - _®ft - ® - wF nlpcoR ~~. ptN - 2Q r_ \ '.: ortaDFgiD 5 FFAD uFG '~~, OR VE. 9"BR<. ORO B'BRMfPfC PE;0. °EAa B ® - B OP'~r{ ®wE o-1 ~:; ~~' --yx- NAU -® ~ ____, - _PTxf~ S~ '. /•- ~ WW 3! J - ~'a• ~ GAn1h1 I J~ S2 ]3 ORI~f ' OF I'Z _ iE' cEnR ~~ q. :.DBNANCNr4l P JRNA x CEDAR ~ WN iN'a~ 1 ;- I , V~ J ~. E , ~ PInY IWY•37a,a3 I IUF ROPOSED PLUG ~U ' PROPOSED PIPELINE PROPOSED VARIAB1f WIDTH ~ E n ) ` ~ ~ 30 ~ E LOCATED 17' OFF EOP ~ PERMANENT UTILItt EASEMENT CEINN G •' Y 1T ' B r24 ' ' SEE DETAIL 0264009 ~ O ., i BEGN FM STA 360+53.0° ~ Wv. , ' ~ llz &Y a I N~ 0: STA 365+00.00 I` '-`~s'' PROPOSED 15' ~ ~ z z ~ ~ N: 7D7010.4554 JAMES W k ~ ICELAND w PoGLE PERMANENT I I ~ 0 '2,1 ~ I ,<,~ ~ ~ ~ E: 2133602.7125 PINpt7}0-01-37-617 I I UTILITY EASEMENT j ASPHALT DRIVEWAY resr nae ,v FROM FN STA 355+00.00 REPLACEMENT sse. m' ro roR ono FM STA 360+53.00 ¢sr a-E ~s I $EE DETAIL 0251305 130 LF SILT s" FIeEa uNF ssxl 10 1oa I ~ U I pB5L158 PCa27 INLET '1 PROPOSED VARIABLE WIDTH 71 LF SILT PERMANENT U11Utt EASEMENTI 2200 EAST O PROTECTION 0 GARNER ROAD x ~ ~ I FENCE BETWEEN FM STA 363+59.°8 ~/ N/F I FENCE of s' FlBER uNfJ R (p I z PROPOSED I i0 FM STA 364+97.70 B & E WELOWC & f48RICA-UN INC I BORE PIT Nv-s37's SEDIMENT TRAP N0. 9- PINp1730-01-36-7174 BEgN VaRIABIE WIDTH TCE H TCE DIMENSIONS 0 WEIR ~ iL5'x22.5' D R OB3a79 PG628 BM19B5 PC10C7 FM STA 360+00.00 N/F ND VARIABLE C I C ~ ~ FM STA 364+0553 HEIR LENGTH•6' 4809 AUBURN KNIGHiDALE ROAD H000 INDUSTAIE $ INC W1H PCE A A N/F PIN,y17}0-01-36 -7a87 M SjA 361+73. 50 Z Z I JAMES W k LELANp W POOLE ..A~- °86604 PG270 I BMI976 PG250 A A I PINp1770-01-36-7917 4725 AUBURN NNIGH i OALE ROAD D D A ~ DB5U58 PC429 4709 ausuRN KNIGHTDALE ROAD GRAPHIC SCALE I I I o 0 I I o 0 (a Beet 1 1 fm6-a .~ i--~ _~ -~ - - ~~ ~~ ~ - I -~ ~ ~ - ~ -- I ~ ~ ~ ~ ~ I i ~ ~ - , 1D ' ~ 100' uT I ' H Rr J N " To rc I ~ . . i - - - j - - I I j I - ~ I PROPC ~EO i I, ~ ' ACHI BETWE VE NECESSARY N STA 363+68 EFLECTION TO 365+00' ~ 4 = al ~ RECEIWNG PIT 131 ~ 34 I I ~ ~ T- a, ~ I s %ISiINC ~ I ~ 1 I ~ 1 j ~ I 6' MIN . \ i , - ~ MARKEf~ 1 SIGN _ - - 718 SF i i t i~ iI ~. - ! . COVflt ~ it ( ( (TYp 4 PLACES). ° I ~ h~ i. 4 I ~ 340 33 , J RIP RAP - \ ~' _ PROPOSED F CE MAIN I ~ _ ~ COVEA . I I 1 .1 f ~. I ~. I , __- ~ TYP. 1 C ~ I ~ I ~ , _, I I ' 1 ~ i ~ i I ~ I I . PROP FORCE M io` DI ~ AIN >~o I a~ ~ ' ~` . ~ ~ ~ i \~~ \ ` I PAVPO P4uc Y ~ , a o V= 1 3 32 ` VALVE A MBL ~ I i olm I a ~~~ ~~ ~ ` \ I PROPOSED BARE. PIT SEE DST L 02640°9. ' Il i ' ~~' ~ '. I I I . ~ . ~ i i , ~, I i ' I I ~, I I 725 32 ~ ~ PROPOS D 30" 11.25' R ST ~ I I I 'I ~ 200 lF 42' STEEL CA51 G JOINT TCAt BEND . I i . ~ I ~ STA 363 68.40 1P~~ ~ ~ ~ . ~ + LEV=321:73 - I j ~ • % •' ~ ~ - ~ ~ ~ ~ ~ I ~ T ~~ ~ ~ 1 I ~ ~ 1 i I j I ~ ~ Wh mN I ~ I Zi- N I f ` 355+00 356+00 357+DO 358+00 359+00 360+00 761+00 362+00 363+00 7fi4+00 365+00 766+00 366+50 I %RPAR(D W THE aFFlCE DF: CLJENT "' D°~ °`-29 PRO,XCT: PUBLIC UTILITIES DEPARTMENT w ~ Kimley-Horn ,' ~~. NC 50 PUMP STATION ----- --- ----- CITY OF RALEIGH, NORTH CAROLIN ~ ~ '~ ¶' -~~ AND FORCE MAIN ~~ I ~ ~ and Associates Inc, , ~ PLAN AND PROFILE `~ a U a ~ 5f , ~ ,~ D KF eaec ~ ro ~ m r e r ~e ..,aa~.. ~~ P.O. BOX 33088 - HALL-IOFI NOR1H CAROLNA 27838-3088 (9q) 877-2050 PFpPE~ (918) 877- 000 FA% STA 355+00 TO STA 366+50 jN f. C «am r: Ww~wvac ~rrwmvic~+-ae. I r`~ "v~`w. " e cwr v" ~.. ems. 2 ~ sEAL ~vm~na»vo.x rWn+.sn~~m.ei °11063034 s ~ 58 TYPE A IN EAA1H 0222100 BMiiLL xEw M xA1WAl w 7] TYPE A IN ROCN 0222101 tOG( w wDVCs IR PIPE D.D. P[ IMx fi') DF 1Y 01ER xPE 8' ApAEWR BAF WIMY ~ ~ 6' AWtEWtE BAY Wwg-~ / ~ \ \ ~ I ~ BSMN YpM \ ~ BfNixplS iILN C01r / ~ iREXLX .UM ~ `9M1N}J9 iAq COAT DM4A a' a sueaAnE m J uPPFA 1r a WBfAAa r0 ~ DawAC1m m m 9SiANOND PPoD'r(R ~ L \ ASPxKr PAYRFxiS BE WYPACIFD r0 9R srwwrm PROCYR A9PHALI PAYBIENIS Y PFR xwor svEmWnw D~PAC~ ; ~ x,98 MIf~RRE0LL2 Cb1 ff P~ERiN 0iN9EDDWKAIKN . CDNPAAIEA ttPE s9.sB vlMNa CWN TYPE 8 0222102 ED aAaaL (ND NAmBu Nw 7') STONE - I/5 RPE ,Y PIPE (WN. B') ro PPE crow AAR - ann ~rro CONfREfE ENCASElENT (YE NOh I) 0222104 PNFUE IB' ~ [tl4E1ER vNxES) IILr~.~ B COK%IE ul R' SIENa NM 6' >~ SECTION CLASS 8 WNaEiE B. 6' 17 PLAN ANTI-SEEPAGE COILUi 0260113 TYPICAL PA4ENENT RFPUCELFNT 0251304 - caxm bxC M%fILL (W MArzMI! TAM 3~ NDIF: NO DKAYIfN1 REWIRED PW YAQ TEAIFA 1nW 1Y NIHlF fIL n.LL MEXa (YE xorz 11 NOTES: t. CONCREff THRUST BLOCKS, ARCH/ENCASF/NENiS ETC. SHPll BE FOR11E0 USING PLYWOCJ OR SAND BAGS, 10 PRONDE AEOUIIEEO SHAPE. 1/7 S 13' AS°XNi Cgl@EIE SINKAf£ IYi4 59,58 TAT A NArz Cf 1m LBSMI 1/3 S I/3 S 3' ASP11Ai Cux3Erz SURFAE TYPE sass lAt A RAa ^ 7n visrn) I~-p 35' AS1MKi NNQEiE M1aL~IlAh LlVAY tYPE I-I B.CB 1'd i-0' 1~) pr µ e>Ex~ xArz a ns Les/sr) iw1 ( (w1 fi'YN 17 uAx ,y T "• nDat ca ~ ,[ar ElutR PROPOSED PPBJNE 01Ett E>OST PIPE PROPOSED PBSFllNE UNDER EIDST PIPE 0222118 »>xc+L DrAArRUnox Atixr w wN SPAaw BEnw7Dl "'a'EA I/Y EmuLml BONi$ /' ~ r Ina muaa rAVK IE-'~ vAas YE PL111 '~ ~ ~ Pa 'nDM I/Y EIDMW7x ANi uAll wq IbIN a SIOENAIx PIA, Ett AEaPFD MEN MAIM A91R ENEEEDS !', Lg1611111W CpI1RACMN MCD SiAUC1WE5 axn SNA{L BE RMED x5 RCDgEA TYPIGL CONCRETE SIOEWALN 0245000 V ! R I I~ ~. \' CURB AND GU77ER ` ~ 0242000 rrrn~ AsPNaT paNt:vTAY REPLACEUar 0251305 TYPIGIL SECnoN TEE DR BEND IIYN:IL sBecINAY 0222121 -- -- ~~r ~TB tlAAB j ~ WllaElE LVlICIIEIf o UudSNAYD / AI t cwrx r XON / I \ I '~~ ualX PLAN -TEE n9iI1ST BDIXS PLAN -BEND (SEE MOTE i) 0222108 PPE BE ND OE9GI 9ff 96 IB ° 731 a i1 110 8 5 f PAESSINE BI X 1 L M L M L P9 6A 2N 5.! 19 B 11 3. t0 0 .150 ]. 1 1 17 1. 10.0 13 BS SI E! 71 1.5 fb IZ 1 0 1 .1 l 1 I. 1 1 11 I I / 1. 157 1AO 1.1 I/D SS IIA !.9 1.B 2.R Sb 150 1 6.1 1 E 1 I r l0A t /.9 9.0 IRO 6.1 1 9 /B 9.I 150 !RO TIN .! 1 N .6 ). 15./ A 1.9 550 O I.D 0 1.9 I1 1 N I / 1 I I/ !`A B I , I I 1 9 1 / 11 150 BAYA qB AIEAAY SOk PA591E YAMND SMFNOM 6 moo Py u5lIG Y ff 1.5 X uM l fR1AlYF5 ARE M REi. 0222114R PR[ruEEO IX nlE oPEI~ a: CLIENT: "` PROJECT, --- - PUBLIC UTILITIES DEPARTMENT °`-28-°` -j---- ~ Kimley-Horn CITY OF RALEIGH, NORTH CAROLINA wu~ NC 50 PUMP STATION --- 0.1E ~~-R~ ~ ~~~D, ~ and Associates Inc. TIRE: lasszG a°A AND FORCE MAIN 9 q „~,P,,. ~ MISCELLANEOUS STANDARD ~~ „~~~ w m m^ aw al I P.O. BOX 33088 - RAI.BOfi NORTH CAROLNA 27836-30Q8 ~'j~r F ~pQ` NFC as ~r~,;~ ,~ ~ »~< "'" ,. "' „"'° ° "` PHOr~ csre> 6n-2aoo Fnx: care) 677-2oso YAL ~ ° ~ o„oBaoaa ~~54M 58 DETAILS '~"'~ CONCRETE ARCH (SEE 1qR I) 0222105 0222110 qq 3 -L p;i- REs AE F4BRIC Im rIHVIC N ~ flLiEl ae smuw ~~ uw OEVAHaN SECIKN SLT fF11[E SLL Fpq xpR. 1, EYme 51RENCm FuER rA~ IAS ePPApfL Ar lxwxEml wm fi-~ PoSI S~wCPC pas xpl AEWRE 1[91 9.P1pi1 RNCE ~. nros FxeaE sx.u. sE wAm wAEGnr Ip Posr D227DDD SIMIF w Kwa (19aaK xu)-, wwA iMFi Sxwl(IC I ~~~ _~ L~ x ~~-i hww xR SIFEEx p> wA91N bra( \-CaGAEiE AIaY ~~ ~ Nx~ 1 FlERAEp weIER IEN1 uP a 9mCN1fR-J RJNMT waIFR pltPrlpw ~ ~~TK'NAI. NzsEUNaiL1- ~ (J.~Y/,\~~~ IgRI ~/'%U\ Ywi1xL 91 W.D AC a wxYp OF ! rC~ 1 ENyJPf SPRNlEA uP 6 LiNI. wRE YAEEx 1 Ga$rMCr A ri R.u9IlON Rtwa ma am9a awxa rp suo 9pDnlY Ip - cup eui wpm xw atm a AREILEA, h~ w]Jp 61W6 -~ a.~ LA~I $~IT LLM1R0. lEbEl SPREADER 0227002 0227012 la a eERY ~ u¢R, ness a siaE u sus a Auwxr z~ ~ ux r~ la Mee IqN w 51aNNettR ~ _ (r wX91EO ArbF ~ Ifi'4 \` _________ lpw~ ___ ______________ _______i-- 1Nrx ~ 2uu SI xUR Eifxx ax6N xxa B 1/t nu mN+a SNNE itxGm fsst sEnuExr AXmI pwl.l ~ SF[na nxv 9e9x 4Ip hRA mE 19PMxia apRXRE x01 ro scat uRi wNss a smlc w smm a seuwxY-~ vFJA VHG G+C M J', M ~11' 4w I ~16'uN / p. ~ ~ yyy / nn56 B m09b: ~ ~ ~ ' L Carlin S 014 al «"am ~ ', / o zYK naE - Vii` qP I IJ'-R uxl I IreE n aPeRelp ~ ~~9x ~ ~ s'-p' ua aCroe mxJ a9u eY9 n1RA ¢prEXna 1 xonp scat i ' ~ Tf1iQVRY Smlt11T &191 D221004 PER4FLTK Ntw pr N Saa 0227008 ~T ~ GN~wEa Em Lr :F~ pAAw ~J/, EXRAF n~ ~i/J art awERa /~. il~~V', I 1 1 I i ~, oXrasE~ I I il\ ~ I - it ~>7` .~~. ^ ~___________igxRV eorlaa nrrua-~J F7D NEM SECTION PlY1Nxb NIET PROIFC1pN CPSIAF<u EXp a Sia4 pix'x l' , SRa RwS POST. Irv ~13NLN ~NWOUAE QOM-~~ ~1 Ip rwE puN[¢a 1 ~h\. '~ II pwaEpw II l T II i II r II . II 'ill ', I II II II ~~\~' I u n ~NxsxEp sraE RrzR ~'- u u u xaps Rw wltl ENO YtcW SEC710N SICNE FlLTER IIY£T PROIECIKNI D227D1D 3'-0 [q wprx I ~-LfFDE BrL% tp [uSpL aME i-,' 1 rLOW 0'-0' c~~ 1 'I' / xnm ~ ~I~ ~a R~ ~ I Ir-~1 6p pla C \ IpwpAxxr puCVSlfu~ wta PUN YEM I 4DIfllT BA91 DATA exsx axsx eeA ewsx w[nv NJNAEx wpM tENLm omen '~fNLIN Irn trn wl an I l V J i s Ip 3' ; J 95 19 J ~. 6 e 6.1 12.5 1 5 5 SJ Ip.6 J 5 6 9 ~ )6 It 1 91 9 J 5 6 9 5 19 ] 5 9 1 I S 115 16 6 Ip 6.3 126 5 41 B - ; 6 c 11 IS Jp J6' S__ 0221001 Yp (almNPrp n xcnJx mp mlamu7 3 OxY EL<v. 4~;k t I{' Lid/ t' Mfr"wXr ~~"~ \\ // i?E a a01F%R[ SFPUewia mxa EtEV. -CU55'Y Stwv xCOpr CUSS x 6NNE~~^~~,Ij ,_ ro 6 wa a11, jj? 1/ Rm- n. "~(~ sa oxen crowns uu 4rmr cress I A~-nu .ap.m T si xe9m sraE stulE aEa ow 0227003 I' 9' ~~ ~1 xC Wi N0.5R sroNE Er n+wXl i I J ~ ev WS6'w SipE 5'KTp eElwwx ^1.NVF~ I„ ~ 1 ttN(Y ffpRXIXE IrJ APUUICR SuartE a0w wxfA9a NOR. wxER9aS 91141 am Ip A SiaE (Iw). sEE IwIE aEa peN a xpxal Awx xrv 50( YOPFS 15'-0' Yx I ~EXSpxG axOC fmA~a r/ awls , / rn .WO 6wxw xEtnNL! I~/ / 's ~' - ~, ~ , ,, ~ nw4 a wP Rre ~~ ¢~ ~0.rzA rIBY( ~IG 1EYPDAAAY STREAM CJ20551lG (FdtD) 0227013 Fav A[a wen EzcerxlEp tiARwu.-, EfiaC a!DE \ r ~~\~ \~ Tf1iGNMtf Oa4H9011 SYNF 0227009 HOCK DAY D227017 ~~ ''L -;. EIERR 6raare ' SEE 41E SEC110N CAP-ING PION ~~r f~ ~ S T(" ~~ L-mac., ~~•r ~ l' I ~r '~ ~ •r'~"~ '-L FlAHfD END sECllOq wTN Rr-R,w APRCN 0243300 snltirix u[a 4E 9[CE 3 1 (- ~~~~:; /i. /, .r 1 pxtawr SYNINEIIC WlER re ENNG STAfMES 0227014 -- ' T'- PUBLIC UTILITIES DEPARTMENT ~-Z9-°" _ - I PaLP,REn Ix INE a~ Kimle -Horn cuENT 4.~- N A PRD~~T NC 50 PUMP STATION - ~T ----- y CITY OF RALEIGH, NORTH CAROLIN "Nr N A~' ~,~ ~, ~-~ ~ and Associates, Int. ¶'~ lo~2G / r AND FORCE MAIN M MISCELLANEOUS STANDARD ~. ~, a~~JCR " ~~ ~,A .,m Ilm a~u :ol~ ~7~~ a `~ ~>,roy P.o. eox mss - wtieE~r+, ~ caaawn nsx-cross Fp~H f C~ m KFC ,aG ~ ~AMa ~s .~ ,.wNa =~X„xwa, ~,N Iup: r `°° "` PHOrE(91D)877-2000 FAx:cme>an-2050 DETAILS 5E~ pA' ionoDaoa< ~ 58 58 IFYPOHWY 6tA1A WIbAA1CIKN F111RNIfE ~ ENT 0257701R IE~ d I~i'sNSUap ENIRNK'E Pw m p wuKp sRw[ a Au6Nww aYUnsr axu a lpunp WERE munL xu arm a uxxE mE rorulA4Gnp sR aw a PGgJC sINEEi. z. rNRN reset a mvKRp auslER RJl sraE sxul e[ OYp u w exsE ra mE Gas3axna aiNPxa 3. ixE a1wlcE Sveu a 4w;.vF~ w w co-oruw xxa wu PREVFxr wwaNG a r1a1w1G 6 YCYENI pip NANO S1A[Erj a EO6nxL PwxCYENI. MS wY A[aWC PEASdC .OP ptE55w4 17 ntV 5[p4gi. 4, xIY gwlfNr Allen. CNaPEp. NWfED, a mwaCp aip PudlC SWECIS YU6i BE AEN]'.(p IrEnm+ S uuxlaxwtE PEpwREVa IS R.R 5Lr1a 6.06 a xfM,wT mO9CN wxp SEa1ENl CaIAa RNNNG Axp awa. awss aES axNIF~ IPEaxrcxr smXr x/ ti:nxc $1NxV w/ xEJpNC IR WaxPYJ ~~\ _ r ;'_ 4i! - , TYPE T wRw waves GAxS6 am auw4J (PEaAKxi1 PFRNPa &wlxfi wia mesa Rnamx aerwtr 1¢xraeaq %C ara pnrmN ' ~~-Hi' J J TYPE 2 3 J ~; 1 was w sJwc urG Ir I~1 TYPE 3 ~rnE e apmrt~ SFPAPxiOA TYPICU pTCJi DETNE (sEt am mnp:q 0227011 g Ly,S tl' Epp StNttES o ~` ~~ ~ ~ 0 ,~ V~ ~ Sl1YMIIL ~ Ux[A ,~ ,I/ E`j' %ERLAP More sxwES ro eE ~nan nt J'-p' xex w wJ arceturs. PERSPEDTTYE ~/ OEVAll41 SEC11U6 SNNE fL1EA SfOE FLTFA Contact Documents NC 50 Pump Station and Force Main Contract No. 2 -Force Main Construction Prepared for: City of Raleigh, North Carolina Public Utilities Department ©Kimley-Horn and Associates, Inc. 2004 CITY OF RALEIGH, NORTH CAROLINA PUBLIC UTILITIES DEPARTMENT CONTRACT DOCUMENTS FOR THE NC 50 PUMP STATION AND FORCE MAIN PROJECT CONTRACT 2 -FORCE MAIN CONSTRUCTION APRIL 2004 ^:^ Kimley-Horn and Associates, Inc. r CITY OF RALEIGH, NORTH CAROLINA PUBLIC UTILITIES DEPARTMENT NC 50 PUMP STATION AND FORCE MAIN CONTRACT NO. 2 -FORCE MAIN CONSTRUCTION SECTION 00003 TABLE OF CONTENTS BIDDING AND CONTRACT REQUIREMENTS Page Notice to Bidders 00010 Instructions to Bidders 00100 Proposal 00301 Contract 00501 EJCDC General. Conditions 00700 Supplementary Conditions 00800 City of Raleigh Standard Forms COR-SF TECHNICAL SPECIFICATIONS SECTION TITLE 1 General 2 Surveys and Layout 3 Site Preparation 4 Pipe Materials and Appurtenances 5 Valves and Appurtenances 6 Concrete 7 Surface Restoration 8 Additional Excavation and Crushed Stone Bedding 9 Erosion and Sedimentation Controls 10 Bored and Jacked Highway Crossing 11 Precast Concrete Manholes 12 Traffic Control APPENDIX A TIERRA - Geotechnical Investigation Report - END OF SECTION - 011063034.2 00003.DOC:4/27/2004 00003-1 NC 50 FORCE MAIN SECTION 1 -GENERAL 1.00 Scope of Work The work required under this Contract, and in accordance with these Specifications, consists of furnishing equipment, superintendence, tabor, skill, material, and all other items necessaryforthe construction of the pipeline(s) to be constructed under this Contract. The Contractor shall perform all work required for such construction in accordance with the Contract Documents, and subject to the terms and conditions of the Contract, complete and ready for use. The principal features of work to be performed are as follows: CONTRACT NO. 2 -FORCE MAIN CONSTRUCTION: Consists of the installation of approximately 53,000 feet of 30-inchductile iron force main, XX feet of XX-inch ductile interceptor,. and XX feet of XX-inch ductile iron interceptor, concrete junction. box, clearing and grubbing, traffic control, surface restoration, valve assemblies, air/vacuum valve assemblies, bored and jacked highway and railroad crossings, and all associated appurtenances as described in these Specifications and shown on the Drawings. The foregoing description shall not be construed as a complete description of all work required. 1.01 General Arrangement Drawings indicate the extent and general arrangement of the work. If any departures from the Drawings are deemed necessary by the Contractor to accommodate the materials and equipment he proposes to furnish, details of such departures and reasons therefore shall be submitted as soon as practicable to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Approved changes shall be made without additional cost to the Owner. The specific equipment proposed for use by the Contractor on the project may require change, in structures, piping, or other work to provide a complete satisfactory operating installation. The Contractor shall submit to the Engineer for approval, all necessary Drawings and details showing such changes to verify conformance with the overall performance requirements. The Bid Price shall include all costs in connection with the preparation of new Drawings and details and all changes to construction work to accommodate the proposed equipment. 1.02 Additional Engineering Services In the event that the Engineer is required to provide additional engineering services as a result of substitution of materials or equipment by the Contractor or changes by the Contractor in dimensions, weight, power requirements, etc., of the equipment and accessories furnished, or if the Engineer is required to examine and evaluate any changes proposed by the Contractor for the convenience of the Contractor, then the Engineer's charges in connection with such additional services shall be charged to the Contractor by the Owner. Structural design shown on the Drawings is based upon typical weights for major items of equipment shown on the Drawings and as specified. If the equipment furnished by the 011063034.2 SECTION1.doc:6/7/2004 1-1 NC 50 FORCE MAIN Contractor exceeds the weights of said equipment, the Contractor shall assume the responsibility for all costs of redesign and for any construction changes required to accommodate the equipment furnished, including the Engineer's expenses in connection herewith. In the event that the Engineer is required to provide additional engineering services as a result of the Contractor's errors, omissions or failure to conform to the requirements of the Contract Documents, or if the Engineer is required to examine them and evaluate any changes proposed by the Contractor solely for the convenience of the Contractor, then the Engineer's charges in connection with such additional services may be,charged to the Contractor by the Owner. 1.03 Additional Owner's Expenses The normal time of work under this Contract is limited to a maximum of 40 hours per week, Monday through Friday. Work beyond these hours will result in additional expense to the Owner. Any expenses and/or damages, including the cost of Engineer's on-site personnel, arising from the Contractor's operations beyond the hours and days specified above shall be borne by the Contractor. Daily rates will depend on the number and classification of employees involved, but in no case shall such charges exceed $560 per day for field personnel or $1,1.00 per day for Engineering personnel, based on an eight hour workday. In the event the work of this Contract is not completed within the time set forth in the Contractor within the time to which such completion may have been extended in accordance with the Contract Documents, the additional engineering or inspection charges incurred by the Owner may be charged to the Contractor and deducted from the monies due him. Extra work or supplemental Contract work added to the original Contract, as well as extenuating circumstances beyond the control of the Contractor, will be given due consideration by the Owner before assessing engineering and inspection charges against the Contractor. 1.04 Time of Work Unless otherwise specifically permitted, work shall generally be done between the hours of 7:00 a.m. and 6:00 p.m., Monday through Friday, and not on Saturdays or Sundays, except as necessary, for the proper care and protection of work already performed. All work located within the paved surface areas along NCDOT Rights-of-Ways shall be done between the hours of 9:00 a.m. and 4:00 p.m., Monday through Friday, and not on Saturdays or Sundays, except as necessary for the proper care and protection of work already performed. If it shall become imperative to perform work at night, the Owner and Engineer shall be informed a reasonable time in advance of the beginning of such work. Temporary lighting and all other necessary facilities for performing and inspecting the work shall be provided and maintained by the Contractor. Unless otherwise specifically permitted, all work that would be subject to damage shall be stopped during inclement, stormy, or freezing weather. Only such work as will not suffer injury to workmanship or materials will be permitted. Contractor shall carefully protect his work against damage or injury from the weather; and when work is permitted during freezing weather, he shall provide and maintain approved facilities for heating the materials and for protecting the finished work. 011063034.2 SECTION1.doc:6/7/2004 1-2 NC 50 FORCE MAIN 1.05 Limits of Work Area The Contractor shall confine his construction operations within the limits of public rights-of-way or easements shown on the Drawings. Storage of equipment and materials, or erection and use of sheds or trailers outside these limits, if such areas are the property of the Owner, shall be used only with the Owner's approval. Storage of materials or equipment on private property outside the designated easements will not be permitted unless the Contractor secures written approval from the property owner. This agreement shall clearly define the terms and conditions of the approval including any rents or payments as requested by the property owner. 1.06 Subsurface Data Subsurface data are offered in good faith solely for placing the Bidder in receipt of all information available to the Owner and Engineer and in no event is to be considered as part of the Contract Documents. The Bidder must interpret such subsurface data according to his own judgement and acknowledge that he is not relying upon the same as accurately describing the subsurface conditions, which may be found to exist. The test logs present factual information of the subsurface conditions at the specific test location only. The Bidder should not consider, or conclude, that the subsurface conditions will be consistent between test locations. The Bidder further acknowledges that he assumes all risk contingent upon the nature of the subsurface conditions to be actually encountered by him in performing the work covered by the Contract, even though such actual conditions may result in the Bidder performing more or less work than he originally anticipated. The Bidder is further advised that the Owner has made subsurface investigations and a report has been prepared, in connection with this project for the Engineer, a copy of this report is included as an Appendix to the Contract Documents. In making this data available, the Owner makes no guarantee, either expressed or implied, as to their accuracy or to the accuracy of any interpretation thereof. 1.07 Protection of Property and Structures Contractor shall be responsible for the preservation and protection of property adjacent to the work site against damage or injury as a result of his operations under this Contract. The Contractor shall, at his own expense, sustain in their places and protect from director indirect injury all pipes, poles, conduits, walls, buildings and other structures, utilities and property in the vicinity of his work. Such sustaining and supporting shall be carefully done by the Contractor as required by the Company or party owning the structure or Agency controlling it. The Contractor shall take all risks attending the presence or proximity of pipes, poles, conduits, walls, buildings and other structures, utilities and property in the vicinity of his work and he shall be responsible for all damage caused by his work, to any of them, or to any person of property by reason of injury to them whether such structures are or are not shown on the Drawings. Any damage or injury occurring on account of any act, omission or negligence on the part of the Contractor shall be restored in a proper and satisfactory manner or replaced by and at the expense of the Contractor to an equal or superior condition than previously existed. 011063034.2 SECTION1.doc:6/7/2004 1-3 NC 50 FORCE MAIN Contractor shall comply promptly with such safety regulations as may be prescribed by the Owner, or the local authorities having jurisdiction, and shall when so directed, properly correct any unsafe conditions created by, or unsafe practices on the part of his employees. In the event of the Contractor's failure to comply, the Engineer or Owner may take the necessary measures to correct the conditions or practices complained of; and all costs thereof will be deducted from any monies due the Contractor. Failure of the Engineer to direct the correction of unsafe conditions or practices shall not relieve the Contractor of his responsibility hereunder. In the event of any claims for damage or alleged damage to property as a result of work under this Contract, the Contractor shall be responsible for all costs in connection with the settlement of or defense against such claims. Prior to commencing work in the vicinity of property adjacent to the work site, the Contractor at his own expense shall take such surveys as may be necessary to establish the existing condition of the property. Before final payment can be made, the Contractor shall furnish satisfactory evidence that all claims for damage have been legally settled or sufficient funds to cover such claims have been placed in escrow, or that an adequate bond to cover such claims has been obtained: 1.08 Existina Utilities and Structures The term existing utilities shall be deemed to refer to both publicly-owned and privately-owned utilities such as, but not limited to, electric power and lighting, telephone, cable TV, water, gas, storm drains, and sanitary sewers, and all appurtenant structures. Where possible, the pipe alignment has been selected to avoid existing structures (including utility poles and buildings) and buried utilities. THE INFORMATION ON THE DRAWINGS IS SHOWN FOR THE CONVENIENCE OF THE CONTRACTOR, BUT IS NOT GUARANTEED TO BE CORRECT OR COMPLETE. UNDERGROUND STRUCTURES NOT SHOWN MAY BE ENCOUNTERED. THE CONTRACTOR SHALL HEREBY DISTINCTLY UNDERSTAND THAT THE OWNER IS NOT RESPONSIBLE FOR THE CORRECTNESS OR SUFFICIENCY OF THE INFORMATION GIVEN; THAT HE SHALL HAVE NO CLAIM FOR DELAY OR EXTRA COMPENSATION ON ACCOUNT OF INCORRECTNESS, INSUFFICIENCY, OR ABSENCE OF INFORMATION REGARDING OBSTRUCTIONS REVEALED OR NOT REVEALED BY THE DRAWINGS; AND THAT HE SHALL NOT HAVE CLAIM FOR RELIEF FROM ANY OBLIGATION OR RESPONSIBILITY UNDER THE CONTRACT BECAUSE THE EXTENT, LOCATION, SIZE OR CHARACTER OF ANY PIPE OR OTHER UNDERGROUND STRUCTURE IS INCORRECTLY SHOWN OR HAS BEEN OMITTED FROM THE DRAWINGS. The location of the pipe as shown on the Drawings is in accordance with the best information available, as to the obstructions to be avoided, but can be considered only as approximate and may be changed by the Engineer if the progress of work reveals other obstructions. The work shall be carried out in a manner to prevent disruption of existing services and to avoid damage to the existing utilities. Temporary connections shall be provided, as required, to insure uninterruption of the existing services. Any damage resulting from the work of this Contract shall be promptly repaired by the Contractor at his own expense in a manner approved by the Engineer and further subject to the requirements of any authority having jurisdiction. Where it is required by the authority having jurisdiction that they perform their own repairs or have them done by others, the Contractor shall be responsible for all costs thereof. 011063034.2 SECTION1.doc:6/7/2004 1-4 NC 50 FORCE MAIN Where excavations by the Contractor require any utility lines or appurtenant structures to be temporarily supported and otherwise protected during the construction work, such support and protection shall be provided by the Contractor. All such work shall be performed in a manner satisfactory to the Engineer and the respective authority having jurisdiction over such work. In the event the Contractor fails to provide proper support or protection to any existing utility, the Engineer may, at his discretion, have the respective authority provide such support or protection as maybe necessary to insure the safety of such utility; and the costs of such measures shall be paid by the Contractor. 1.09 Field Verification of Utilities and Interferences THE CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD VERIFICATION OF THE LOCATION AND ELEVATION OF ALL UTILITIES AND STRUCTURES WHICH CROSS THE WORK SITES OR WHICH MAY BE AFFECTED BY HIS OPERATIONS. Whenever directed by the Engineer, the Contractor shall excavate to verify exact locations or elevations of utilities or other interferences in order to assure proper protection of existing utilities or structures. No extra payment will be made for such field verification or any excavations or other work or expense incurred by the Contractor in properly locating and protecting utilities or other interferences.. 1.10 Applicable Standards and Codes Wherever reference is made to any published standards, codes, or standard specifications, it shall mean the latest standard code, specification, or tentative specification of the technical society, organization, or body referred to, which is in effect at the date of the Notice to Bidders. The following is a partial list of typical abbreviations, which maybe used in the specifications and the organizations to which they refer: AASHTO -American Association of State Highway Transportation Officials ACI -American Concrete Institute ACIFS -American Cast Iron Flange Standards AGA -American Gas Association AGMA -American Gear Manufacturers Association AIA -American Institute of Architects AISC -American Institute of Steel Construction ANSI -American National Standard Institute API -American Petroleum Institute ASCE -American Society of Civil Engineers ASHRAE -American Society of Heating, Refrigeration and Air Conditioning Engineers ASME -American Society of Mechanical Engineers ASTM -American Society of Testing and Materials AWS -American Welding Society AWWA -American Water Works Association CRSI -Concrete Reinforcing Steel Institute EEI -Edison Electric Institute Fed. Spec -Federal Specifications IEEE -Institute of Electrical and Electronic Engineers 011063034.2 SECTION1.doc:6/7/2004 1-5 NC 50 FORCE MAIN IPCEA -Insulated Power Cable Engineers Association ISO -Insurance Service Offices NBS -National Bureau of Standards NCDOT -North Carolina Department of Transportation NEC -National Electric Code NEMA -National Electrical Manufacturers Association OSHA -Occupational Safety and Health Act UL -Underwriters Laboratory Contractor shall, when required, furnish evidence satisfactory to the Engineer that materials and methods are in accordance with such standards where so specified. In the event any questions arise as to the application of these standards or codes, copies shall be supplied on site by the Contractor. 1.11 Progress Schedule Within ten (10) days after the Notice to Proceed, the Contractor shall prepare and submit four (4) copies of his proposed progress schedule to the Engineer for review and approval. If so required, the schedule shall be revised until it is approved by the Engineer. The schedule shall be updated monthly, depicting progress to the last day of the month and four (4) copies submitted to the Engineer not later than the fifth day of every month with the application for progress payment. The schedule shall be prepared in the form of a horizontal bar chart showing in detail the proposed sequence of the work and identifying construction activities for each portion of the work. The schedule shall be time scaled, identifying the first day of each week, with the estimated date of starting and completion of each stage of the work in order to complete the project within the Contract time. The updated schedule shall show all changes since the previous submission. All revisions to the schedule must have the approval of the Engineer. 1.12 Working Drawings Before fabrication of any materials, the Contractor shall submit Shop Drawings to the Engineer for review. The Contractor shall be responsible for securing all of the information, details, dimensions, drawings, etc., necessary to prepare the shop drawings. The Contractor shall field verify all dimensions and elevations required for completeness and accuracy of the drawings. Shop Drawings shall be submitted for the following: (a) Pipes and joints (all sizes and materials) (b) Valves, clamps, couplings and valve boxes. (c) All reinforced concrete structures and manholes (including steps, frames and covers). (d) Stone, silt fence, filter fabrics, and ditch linings. 011063034.2 SECTION1.doc:6/7/2004 1-6 NC 50 FORCE MAIN SHOP DRAWINGS ON ITEMS REQUIRING PERFORMANCE AFFIDAVITS WILL NOT BE REVIEWED UNTIL ACCEPTABLE PERFORMANCE AFFIDAVITS ARE RECEIVED. ALL SUBMITTALS SHALL BE THOROUGHLY CHECKED BY THE CONTRACTOR FOR ACCURACY AND CONFORMANCE TO THE INTENT OF THE CONTRACT DOCUMENTS BEFORE BEING SUBMITTED TO THE ENGINEER AND SHALL BEAR THE CONTRACTOR'S STAMP OF APPROVAL CERTIFYING THAT THEY HAVE BEEN SO CHECKED. SUBMITTALS W ITHOUT THE CONTRACTOR'S STAMP OF APPROVAL WILL NOT BE REVIEWED BY THE ENGINEER AND WILL BE RETURNED TO THE CONTRACTOR. Submittals shall be transmitted in sufficient time to allow the Engineer at least twenty days for review and processing. The Contractor shall transmit one (1) reproducible transparency and two (2) prints of each submittal to the Engineer for review for all Drawings greater than 11 inches x 17 inches in size, as well as seven (7) copies of all other materials. All submittals shall be accompanied by a letter of transmittal, in duplicate, containing date, project title, Contractor's name, number and titles of submittals, notification of departures, and any other pertinent data to facilitate review. If a submittal is satisfactory to the Engineer, the Engineer will annotate the submittal "Furnish.as Submitted" or "Furnish as Corrected", retain three (3) copies, and return all remaining to the Contractor. Unless noted, no further resubmittals are required if annotated as above. If a resubmittal is required, the Engineer will annotate the submittal "Revise and Resubmit" and transmit three (3) copies to the Contractor for appropriate action. The Contractor shall revise and resubmit submittals as required by the Engineer until submittals are acceptable to the Engineer. If a submittal is marked "Rejected," it indicates that based on the information submitted, the submission is not in conformance with the Contract Documents. The deviations from the Contract Documents are too numerous to list and a completely revised submission of the proposed equipment or materials is required. It is understood by the Contractor that the Owner may charge the Contractor for the Engineer's charges for review in the event a submittal is not approved (either "Furnished as Submitted" or "Furnish as Corrected") by the third submittal for a material, system or piece of equipment. These charges shall be for all costs associated with engineering review, meetings with the Contractor or manufacturer, etc. commencing with the fourth submittal of a material, system or type of equipment submitted for a particular Specification Section. The acceptance of a Working Drawing by the Engineer will constitute acceptance of the subject matter for which the drawing was submitted and not for any other structure, material, equipment, or appurtenances indicated as shown. The Engineer's review of the Contractor's submittals shall in noway relieve the Contractor of any of his responsibilities under the Contract. An acceptance of a submittal shall be interpreted to mean that the Engineer has no specific objections to the submitted material subject to conformance with the Drawings and Specifications. The Engineer's review will be confined to general arrangement and compliance with the Drawings and Specifications only, and will not be for the purpose of checking dimensions, weights, clearances, fitting, tolerances, interferences, coordination of trades, etc. 011063034.2 SECTION1.doc:6/7/2004 1-7 NC 50 FORCE MAIN 1.13 Performance Affidavits When required in the appropriate equipment specifications, the Contractor shall submit manufacturer's Performance Affidavits for equipment or materials to be furnished. By these affidavits, each manufacturer must certify to the Contractor and the Owner 'o, i intly, that he has examined the Contract Documents and that the equipment, apparatus or material he offers to furnish will meet in every way the performance requirements set forth or implied in the Contract Documents. The Contractor shall transmit to the Engineer three (3) copies of the affidavit given him by the manufacturer or supplier along with the initial shop drawing submittals. The Performance Affidavit shall be signed by an officer of the basic corporation, partnership or company manufacturing the equipment and witnessed by a notary public. Shop drawings, if required, will not be reviewed prior to receipt of an acceptable Performance Affidavit, which shall have the following format: Addressed to: (Contractor) and the CITY OF RALEIGH, NORTH CAROLINA Reference: NC 50 PUMP STATION AND FORCE MAIN CONTRACT NO. 2 -FORCE MAIN CONSTRUCTION Text: (Manufacturer's Name) has examined the Contract Documents and hereby state that the Product meets in every way the performance requirements set forth or implied in Section of the Contract Documents. (For pipe only): The piping, fittings and piping materials fully conform to the following standards: Signature: Corporate Officers shall be Vice President or higher. (Unless statement authorizing signature is attached). 1.14 Eouioment and Materials All equipment, materials, instruments, or devices incorporated in this project shall be new and unused, unless indicated otherwise in the Contract Documents. Equipment and materials to be incorporated in the work shall be delivered sufficiently in advance of their installation and use to prevent delay in the execution of the work, and they shall be delivered as nearly as feasible in the order required for executing the work. The Contractor shall protect all equipment and materials from deterioration and damage. Any equipment or materials of whatever kind, which may have become damaged ordeteriorated from any cause, shall be removed and replaced by good satisfactory items and at the Contractor's expense for both labor and materials. Storage -Contractor shall store his equipment and materials at his designated storage yard in accordance with the manufacturer's recommendations and as directed by the Owner or Engineer, and in conformity to applicable statutes, ordinances, regulations, and rulings of the public authority having jurisdiction. Contractor shall not store materials or equipment unless otherwise specified, on the job site and 011063034.2 SECTION1.doc:6/7/2004 1-8 NC 50 FORCE MAIN shall take care to prevent any structure from being loaded with a weight which will endanger its security or the safety of persons. Materials shall not be placed within twenty (20) feet of fire hydrants. Gutters, drainage channels, and inlets shall be kept unobstructed at all times. The Contractor shall enforce the instructions of the Owner and Engineer regarding the posting of regulatory signs for loadings on structures, fire safety, and smoking areas. 1.15 Ooeration and Maintenance Instructions/Manuals Individual Instructions -The Contractor, through manufacturer's representatives orother qualified individuals, shall provide instruction of designated employees of the Owner in the operation and care of all equipment installed hereunder. Written Instructions -The Contractor shall furnish and deliver to the Engineer, prior to the 80% completion point of construction, five (5) complete sets of instructions, technical bulletins, and any other printed matter such as diagrams, prints or drawings, containing full information required for the proper operation, maintenance, and repair of the equipment. Included in this submission shall be a spare parts diagram and complete spare parts list. These requirements are a prerequisite to the operation and acceptance of equipment. Each set of instructions shall be bound together in appropriate three-ring binders. A detailed Table of Contents shall be provided for each set. Written operation and maintenance instructions shall be required for all equipment items supplied for this project. The amount of detail shall be commensurate with the complexity of the equipment item. Information not applicable to the specific piece of equipment installed on this project shall be struck from the submission. Information provided shall include a source of replacement parts and names of service representatives, including address and telephone number. When written instructions include shop drawings and other information previously reviewed by the Engineer, and which accurately depict the equipment installed, shall be incorporated in the instructions. Extensive pictorial cuts of equipment are required for operator reference in servicing. 1.16 Substitutions Whenever a particular brand or make of material, equipment, or other item is specified, or is indicated on the Drawings, it is for the purpose of establishing a standard of quality, design, and type desired and to supplement the detailed Specifications. Any other brand or make which, in the opinion of the Engineer, is equivalent to that specified or indicated may be offered as a substitute to the following provisions: A. Contractor shall submit for each proposed substitution sufficient details, complete descriptive literature, and performance data togetherwith samples of the materials, where feasible, to enable the Engineer to determine if the proposed substitution is equal. B. Contractor shall submit certified tests, where applicable, by an independent laboratory attesting that the proposed substitution is equal. 011063034.2 SECTION1.doc:6/7/2004 1-9 NC 50 FORCE MAIN C. A list of installations where the proposed substitution is equal. D. Requests for substitutions shall include full information concerning cost savings resulting from such substitutions to the Owner. E. Where the approval of a substitution requires revision or redesign of any part of the work, all such revision and redesign, and all new drawings and details required therefore, shall be provided by the Contractor at his own cost and expense, and shall be subject to the approval of the Engineer. F. In the event that the Engineer is required to provide additional engineering services, then the Engineer's charges for such additional services shall be charged to the Contractor by the Owner. G. In all cases the Engineer shall be the sole judge as to whether a proposed substitution is to be approved. The Contractor shall abide by the Engineer's decision when proposed substitute items are judged to be unacceptable and shall in such instances furnish the item specified or indicated. No substitute items shall be used in the work without written approval of the Engineer. The Contractor shall have and make no claim for an extension of time or for damages by reason of the time taken by the Engineer in considering a substitution proposed by the Contractor or by reason of the failure of the Engineer to approve a substitution proposed by the Contractor. Acceptance of any proposed substitution shall in noway release the Contractor from any of the provisions of the Contract Documents. 1.17 Imperfect Work. Equipment, or Materials Any defective or imperfect work, equipment, or materials furnished by the Contractor which is discovered before the final acceptance of the work, as established by the Certificate of Substantial Completion, or during subsequent guarantee period, shall be removed immediately even though it may have been overlooked by the Engineer and estimated for payment. Any equipment or materials condemned or rejected by the Engineer shall be tagged as such and shall be immediately removed from the site. Satisfactory work or materials shall be substituted for that rejected. The Engineer may order tests of imperfect or damaged work, equipment, or materials to determine the required functional capability for possible acceptance, if there is no other reason for rejection. The cost of such tests shall be borne by the Contractor; and the nature, tester, extent, and supervision of the tests will be as determined by the Engineer. If the results of the tests indicate that the required functional capability of the work, equipment, or material was not impaired, consistent with the final general appearance of the same, the work, equipment, or material may be deemed acceptable. If the results of such tests reveal that the required functional capability of the questionable work, equipment, or materials has been impaired, then such work, equipment, or materials shall be deemed imperfect and shall be replaced. The Contractor may elect to replace the imperfect work, equipment, or material in lieu of performing the tests. 011063034.2 SECTION1.doc:6/7/2004 1-10 NC 50 FORCE MAIN 1.18 Construction Permits, Easements and Encroachments The Owner shall obtain or cause to be obtained all permanent and temporary construction easements as shown on the Drawings. The Owner shall further obtain or cause to be obtained a right-of-way encroachment agreement from the North Carolina Department of Transportation. The Contractor shall verify that these agreements have been obtained and shall comply with the conditions set forth in each agreement. The Contractor shall obtain and keep current any other necessary construction permits from those authorities or agencies having jurisdiction over land areas, utilities, or structures which are located within the Contract limits and which will be occupied, encountered, used, ortemporarily interrupted by the Contractor's operations unless otherwise stated. Copies shall be maintained on-site at all times for review by the appropriate agency, the Engineer and the Owner. When construction permits are accompanied by regulations or requirements issued by a particular authority or agency, it shall be the Contractor's responsibility to familiarize himself and comply with such regulations or requirements as they apply to his operations on this project. The Contractor shall provide a Performance and Indemnity Bond in accordance with the Encroachment Agreement between the Owner and the North Carolina Department of Transportation. The Contractor shall comply with all of the requirements included in the Encroachment Agreement. Encroachment Agreements are included herein and are found at the end of Section 1. 1.19 Sanitary Regulations Sanitary conveniences, in sufficient numbers, for the use of all persons employed on the work and properly screened from public observation, shall be provided and maintained at suitable locations by the Contractor, all as prescribed by State Labor Regulations and local ordinances, and finally removed from the site when no longer needed. The contents of same shall be removed and disposed of in a satisfactory manner, as the occasion requires. The Contractor shall rigorously prohibit the committance of nuisances within, on, or about the work. The Contractor shall supply sufficient drinking water for all his employees, but only from approved sources. He shall also obey and enforce other local sanitary regulations and orders. 1.20 Temporary Services The Contractor shall make arrangements for providing electric power, fuel, heat, water, and other temporary services to prosecute his construction operations. 1.21 Traffic Regulation and Maintenance of Traffic The Contractor shall obey all traffic laws and comply with all the requirements, rules, and regulations of the North Carolina Department of Transportation and local authorities having jurisdiction and to maintain adequate warning signal lights, barriers, etc., for the protection of traffic on public roadways. The Contractor shall maintain traffic and protect the public from all damage to persons and 011063034.2 SECTION1.doc:6/7/2004 1-11 NC 50 FORCE MAIN property within the Contract limits, in accordance with the Contract Documents and all applicable State and local regulations. He shall conduct his operations so as to maintain and protect access, for vehicular and pedestrian traffic, to and from all properties adjoining or adjacent to those streets affected by his operations, and to subject the public to a minimum of delay and inconvenience. Suitable signs, barricades, railings, etc., shall be erected and the work outlined by adequate lighting at night. Danger lights shall be provided as required. Watchmen and flagmen shall be provided as may be necessary for the protection of traffic. Warning signs shall be provided along all highways while work is in progress; and where traffic direction is required, flagmen shall be designated by the Contractor to direct traffic past the equipment, machinery, or construction operations. Barricades and lights shall be provided as required to protect traffic. Where trenches have been cut in road shoulders on which traffic may pass at times, red flags and warning signs shall be placed at frequent intervals and maintained until the shoulder is safe for travel. The traveling public shall be warned of the construction with signing that is in accordance with the latest edition of the Manual on Uniform Traffic Control Devices. All signs and barricades shall meet the minimum requirements of and conform to the standard outline in the manual entitled "Manual on Uniform Traffic Control Devices for Streets and Highways", published by the United States Department of Transportation, Federal Highway Administration, 1978, and a sign supplement to the manual published by the North Carolina Department of Transportation, Division of Highways, Traffic Engineering Branch entitled "Construction and Maintenance Operations Supplement to the Manual on Uniform Traffic Control Devices in 1980." During the progress of the work, driveways, sidewalks, and crossings of highways and streets shall be kept open for the passage of pedestrians and traffic and shall not be unnecessarily obstructed unless authorized by the authority having jurisdiction over the same. The Contractor shall take such measures, at his own expense, as may be necessary to keep the streets open for traffic and shall give advance notice to the local Fire and Police Departments of his proposed street operations by calling 911, at the beginning and end of each working day. The Contractor shall, in writing, give residents 48-72 hours advance notice of his proposed street operations to allow residents to make other arrangements for driveway and street parking and access to driveways. The Contractor shall also give at least 24 hours advance notice to the Police Department for parking spaces required to be removed for construction purposes. The Contractor shall notify the North Carolina Department of Transportation at least five (5) working days in advance of work on Highway Rights-of-Way, and shall fully cooperate with the Department. The Contractor shall construct and maintain, without extra compensation, such adequate and proper bridges over excavations as may be necessary or directed for the purpose of accommodating pedestrians or vehicles. All temporary means constructed by the Contractor shall be removed upon completion of work unless otherwise specified by the Engineer and any damage done to public or private property shall be made good by the Contractor. All dirt spilled from the Contractor's trucks on existing pavements overwhich it is hauled orwhich has otherwise been deposited thereon shall be removed by the Contractor whenever in the 011063034.2 SECTION1.doc:6/7/2004 1-12 NC 50 FORCE MAIN opinion of the Engineer, North Carolina Department of Transportation or the local authorities having jurisdiction, the accumulation is sufficient to cause the formation of mud, dust, interference with traffic, or create a traffic hazard. 1.22 Weather Conditions No work shall be done when the weather is unsuitable. The Contractor shall take necessary precautions (in the event of impending storms) to protect all work, materials, or equipment from damage or deterioration due to floods, driving rain or wind, and snow storms. The Owner reserves the right, through the opinion of the Engineer, to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard all components of the project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the Owner for damage to the work from weather elements. The mixing and placing of concrete or pavement courses, the laying of masonry, and installation of pipelines shall be stopped during rain storms, if ordered by the Engineer; and all freshly placed work shall be protected by canvas or other suitable covering in such manner as to prevent running water from coming in contact with it. Sufficient coverings shall be provided and kept ready at hand for this purpose. 1.23 Fire Protection The Contractor shall take all necessary precautions to prevent fires at, or adjacent to the work and to his buildings. He shall provide adequate facilities for extinguishing fires, which do occur. When fire or explosion hazards are created or exist in the vicinity of the work as a result of the locations of gas mains, fuel tanks, gas tanks, or similar hazardous utilities or devices, the Contractor shall immediately alert the local Fire Marshall, the Engineer, and the Owner of such utility, tank, or device to prevent the occurrence of fire or explosion. 1.24 Chemicals All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant of other classifications, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions. Any spills of chemicals into adjacent bodies of water shall be promptly reported to the Engineer and Owner. 1.25 Safety and Health Regulations 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 (P.L. 91-596) and under Section 107 of the Contractor Work Hours and Safety Standards Act (P.L. 91-54). 011063034.2 SECTION1.doc:6/7/2004 1-13 NC 50 FORCE MAIN 1.26 Cooperation The Contractor shall allow the Owner or his agents, and other project contractors or their agents, to enter upon the work for the purpose of constructing, operating, maintaining, removing, repairing, altering, or replacing such pipes, conduits, manholes, wires, poles, or other structures and appliances now located on the site or which maybe required to be installed at or in the work. The Contractor shall cooperate with all aforesaid parties and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work, or in connection with normal use of any existing facilities. 1.27 Inspections and Tests The Contractor shall allow the Engineer ample time and opportunity for testing materials and equipment to be used in the work. He shall advise the Engineer promptly upon placing orders for materials so that arrangements may be made, if desired, for inspection before shipment from the place of manufacture. The Contractor shall at all times furnish the Engineer and his representatives, facilities including labor, and allow proper time for inspecting and testing materials, equipment, and workmanship. The Contractor must anticipate possible delays that maybe caused him in the execution of his work due to the necessity of materials and equipment being inspected and accepted for use. The Contractor shall furnish at his own expense, all samples of materials required by the Engineerfor testing, and shall make his own arrangements for providing water, electric power, or fuel for the various inspections and tests of structures and equipment. The Contractor shall furnish the services of representatives of the manufacturers of certain equipment, as prescribed in otherSections of the Specifications. The Contractorshallslso place his orders for such equipment on the basis that, after the equipment has been tested, prior to final acceptance of the work, the manufacturer shall furnish the Owner with certified statements that the equipment has been installed properly and is ready to be placed in functional operation. Tests and analyses required of equipment shall be paid for by the Contractor, unless specified otherwise in the Section which covers a particular piece of equipment. Where tests or analyses are specifically required in other sections of these Specifications, the cost shall be borne by the party (Owner or Contractor) so designated in such sections. The Owner will bear the cost of all tests, inspections, or investigations undertaken by the order of the Engineer for the purpose of determining conformance with the Contract Documents if such tests, inspection, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the Engineer as a result of such tests, inspections, or investigations, the Contractor shall bear the full cost thereof or shall reimburse the Owner for said cost. In this connection, the cost of any additional tests and investigations, which are ordered by the Engineer to ascertain subsequent conformance with the Contract Documents, shall be borne by the Contractor. 1.28 Periodic Cleanup; Basic Site Restoration During construction, the Contractor shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be stored at the Contractor's yard or base of operations for the project. 011063034.2 SECTION1.doc:6/7/2004 1-14 NC 50 FORCE MAIN When the work involves installation of sewers, drains, water mains, manholes, underground structures, or other disturbance of existing features in or across streets, rights-of-way, easements, or private property, the Contractor shall (as the work progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to the basic condition which will permit resumption of pedestrian or vehicular traffic and any other critical activity or functions consistent with the original use of the land. The requirements for temporary paving of streets, walks, and driveways, if required, are specified elsewhere. Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a neat appearance. The Contractor shall perform the cleanup work on a regular basis and as frequently as ordered by the Engineer. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the Engineer, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. Upon failure of the Contractor to perform periodic cleanup and basic restoration of the site to the Engineer's satisfaction, the Owner may, upon five (5) days prior written notice to the Contractor, without prejudice to any other rights or remedies of the Owner, cause such work for which the Contractor is responsible to be accomplished to the extent deemed necessary by the Engineer, and all costs resulting therefrom shall be charged to the Contractor and deducted from the amounts of money that may be due him. 1.29 Dust Control The Contractor shall take all necessary measures to control dust from his operations, and to prevent spillage of excavated materials on public roads. The Contractor shall remove all spillage of excavated materials, debris or dust from public roads daily, by methods approved by the Engineer. At a minimum, the Contractor shall make available to the project a "broom" tractor and a water truck. The Contractor shall sprinkle water at locations and in such quantities and at such frequencies as may be required by the Engineer to control dust and prevent it from becoming a nuisance to the surrounding area. Dust control and cleaning measures shall be provided at no additional cost to the Owner. 1.30 Final Cleanup; Site Rehabilitation Before finally leaving the site, the Contractor shall remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operation, including construction equipment, tools, sheds, sanitary enclosures, etc. The Contractor shall leave all equipment, fixtures, and work, which he has installed, in a clean condition. The complete project shall be turned over to the Owner in a neat and orderly condition. The site of the work shall be rehabilitated or developed in accordance with other sections of the Specifications and the Drawings. In the absence of any portion of these requirements, the Contractor shall completely rehabilitate the site to a condition and appearance equal or superior to that which existed just prior to construction, except for those items whose permanent removal 011063034.2 SECTION1.doc:6/7/2004 1-15 NC 50 FORCE MAIN or relocation was required in the Contract Documents or ordered by the Engineer. 1.31 Finallnspection Final cleaning and repairing shall be so arranged as to be finished upon completion of the construction work. The Engineer will make his final inspection of the,work during the progress of final cleaning and repairing, and any portion of the work finally inspected and accepted by the Engineer shall be kept clean by the Contractor, until the final acceptance of the entire work. When the Contractor has finally cleaned and repaired the whole or any portion of the work, he shall notify the Engineer that he is ready for final inspection of the whole or a portion of the work, and the Engineer will thereupon inspect the work. If the work is not found satisfactory, the Engineer will order further cleaning, repairs, or replacement. When such further cleaning. or repairing is completed, the Engineer, upon further notice, will again inspect the work. The "Final Payment" will not be processed until the Contractor has complied with the requirements set forth, and the Engineer has made his final inspection of the entire work and is satisfied that the entire work is properly and satisfactorily constructed in accordance with the requirements of the Contract Documents. 1.32 Project Close Out As construction of the project enters the final stages of completion, the Contractor shall, in concert with accomplishing the requirements set forth in the Contract Documents, attend to or have already completed the following items as they apply to his Contract. A. Required testing of project components. B. Correcting or replacing defective work, including completion of items previously overlooked or work which remains incomplete, all as evidenced by the Engineers "Punch" Lists. C. Notify other Contractors of completion of work such that connections and/or coordination between different projects can be made. D. Attend to any other items listed herein or brought to the Contractor's attention by the Engineer. Before the Certificate of Substantial Completion is issued, the Contractor shall submit to the Engineer (or to the Owner if indicated) certain records, certifications, etc., which are specified elsewhere in the Contract Documents. Missing, incomplete, or unacceptable items, as determined by the Engineer or the Owner, shall constitute grounds for withholding Final Payment to the Contractor. A partial list of such items appears below, but it shall be the Contractor's responsibility to submit any other items which are required in the Contract Documents: A. Test results of project components. B. Performance Affidavits for equipment. 011063034.2 SECTION1.doc:6/7/2004 1-16 NC 50 FORCE MAIN C. Certification of equipment or materials in compliance with Contract Documents. D. Operation and maintenance instructions or manuals for each item of equipment. E. One set of neatly marked-up record drawings showing as-built changes and additions to the work under his Contract. F. Any special guarantees or bonds (Submit to Owner). The Contractor's attention is directed to the fact that required certifications and information under Items A, B, and D above, must actually be submitted earlier in accordance with other sections of the Specification. 1.33 Blastino and Explosives When blasting is utilized at the site of work, the Contractor shall take all precautions and provide all protective measures necessary to prevent damage to property and structures or injury to persons. Prior to blasting, the Contractor shall secure all permits required by law for blasting operations and shall provide any additional hazard insurance required by the Owner. The Contractor shall have a fully qualified and experienced blasting foreman in charge of all blasting operations. The Contractor shall undertake the complete drilling and blasting operations, including handling and storing of explosives, in accordance with Federal, State and Local laws and regulations in conformance with the recommendations and practices of the Institute of Makers of Explosives. No blasting shall commence without prior notification being given the Owner, Engineer, Police and Fire Departments. Blasting shall be covered or otherwise satisfactorily confined. Contractor shall be responsible for and shall bear the expense of any damage of whatever nature caused by blasting or accidental explosions. Portions of the proposed pipeline installation may require blasting in the proximity of adjacent roads/facilities/structures/buildings/houses. In order to reduce the potential for damaging these roads/facilities/structures/buildings/houses, the Contractor shall notify the Engineer a minimum of 24 hours in advance of any blasting and the Owner will provide a blasting consultant to monitor each blast and to confirm that particle velocities are maintained by the Contractor within acceptable limits. Charge weights and delays for all blasts shall be selected to maintain maximum particle velocities at the nearest building/house location to not more than 2 inches/sec. All blasts are to also be monitored with a vibration monitor capable of providing an immediate hard copy showing the date, time, and peak particle velocities in the longitudinal, transverse, and vertical directions. No blasting shall be performed in the proximity of adjacent buildings/houses without the blasting consultant being present unless specifically directed otherwise by the Engineer. The blasting consultant shall continuously plot scale distance data and this information shall be used by the Contractor to select appropriate charge weights and delays for all shots. The Contractor shall be solely responsible for selection of charge weights and delays. In no case shall the charge weight and delay selected for a shot exceed that which would theoretically maintain maximum peak particle velocities to 2 in/sec based on scale distance data developed for the project. Prior to the first blast within 30 feet of a facilities/structures/building/house, the charge weight and 011063034.2 SECTIONI.doc:6/7/2004 1-17 NC 50 FORCE MAIN delays shall be selected to limit peak particle velocities to not more than 1 in/sec until scale distance for the site is developed. The criteria may then be increased to the specification standard of 2 in/sec for all subsequent shots. If at any time during subsequent blasts, peak particle velocities exceed 2 in/sec, then subsequent blasting shall be limited to a peak particle velocity of 1 in/sec until scale distance data produces consistent results. Peak particle velocities may then be increased to 2 in/sec based on the updated scale distance data and remain at that level as long as consistent results are maintained. 1.34 Additional Definitions Certain Specification Sections refer to Divisions of Contract Specifications. Sections are each individually numbered portions of the Specifications (numeric) such as 4, 11, etc. The term Section is used as a convenience term meaning all Subsections within a numerical grouping. Section 11, would thus include Subsections 11.00 and 11.02. Section 13 would include Subsections 13.00 or ...08, etc. 1.35 Construction Video The Contractor shall videotape the entire proiect route utilizing the VHS format only. The original video tape shall be turned over to the Engineer prior to beginning construction activities. The videotape shall be Kodak HGX Gold or Maxell HGX Gold. The video shall clearly identify existing site conditions prior to construction. 1.36 Ultimate Disposition of Claims by One Contractor Arising From Alleged Damage by Another Contractor During the progress of the work, other Contractors maybe engaged in performing other work or may be awarded other Contracts for additional work on this project. In that event, the Contractor shall coordinate the work to be done hereunder with the work of such other Contractors and the Contractor shall fully cooperate with such other Contractors and carefully fit its own work to that provided under other Contracts as may be directed by the Engineer. The Contractor shall not commit or permit any act, which will interfere with the performance of work by any other Contractor. If the Engineer shall determine that the Contractor is failing to coordinate his work with the work of the other Contractors as the Engineer directed, then the Owner shall have the right to withhold any payments otherwise due hereunder until the Contractor completely complies with the Engineer's directions. If the Contractor notifies the Engineer in writing that another Contractor on this project is failing to coordinate his work with the work of this Contract as directed, the Engineer must promptly investigate the charge. If the Engineer finds it to be true, he must promptly issue such directions to the other Contractor with respect thereto as the situation may require. The Owner, the Engineer, nor any of their agents shall not, however, be liable for any damages suffered by the Contractor by reason of the other Contractor's failure to promptly comply with the directions so issued by the Engineer, or by reason of another Contractor's default in performance, it being understood that the Owner does not guarantee the responsibility or continued efficiency of any Contractor. 011063034.2 SECTION1.doc:6/7/2004 1-18 NC 50 FORCE MAIN The Contractor shall indemnify and hold the Owner and the Engineer harmless from any and all claims of judgments for damages and from costs and expenses to which the Owner may be subjected or which it may suffer or incur by reason of the Contractor's failure to comply with the Engineer's directions promptly. Should the Contractor sustain any damage through any act or omission of any other Contractor having a Contract with the Owner for the performance of work upon the site or of work which may be necessary to be performed for the proper execution of the work to be performed hereunder, or through any act or omission of a Subcontractor of such Contract, the Contractor shall have no claim against the Owner or the Engineer for such damage, but shall have a right to recover such damage from the other Contractor under the provision similar to the following provisions which have been or will be inserted in the Contracts with such other Contractors. Should any other Contractor having or who shall hereafter have a Contract with the Owner for the performance of work upon the site sustain any damage through any act or omission of the Contractor hereunder or through any act or omission of any Subcontractor of the Contractor, the Contractor agrees to reimburse such other Contractor for all such damages and to defend at his own expense any suit based upon such claim and if any judgment or claims against the Owner shall be allowed, the Contractor shall pay or satisfy such judgment or claim and pay all costs and expenses in connection therewith and shall indemnify and hold the Owner harmless from all such claims. The Owner's right to indemnification hereunder shall in no way be diminished, waived or discharged, by its recourse to assessment of liquidated damages as provided in the Contract, or by the exercise of any other remedy provided for by Contract Documents or by law. 1.37 Maintenance of Water and Sewer Facilities During Construction All work requiring interruption of water or sewer service shall be conducted in strict accordance with the conditions set forth in this Section. The intent of this section is to minimize the extent and duration of necessary interruptions in water or sewer service and to insure that such operations are conducted in such a manner as to protect the quality of service provided to the water and sewer customers of the Owner. The intent of this Section is to outline the minimum requirements necessary to provide continuous water and wastewater flow throughout the construction period, except during approved interruptions of service. Work shall be scheduled and conducted by the Contractor so as not to impede any water or wastewater flow, or cause odor or other nuisance, except as explicitly permitted hereinafter. In performing the work shown and specified, the Contractor shall plan and schedule his work to meet the water distribution and the wastewater collection system operating requirements, and the constraints and construction requirements as outlined in this Section and as shown on the Drawings. No discharge of raw or inadequately treated wastewater shall be allowed. The Contractor shall take all necessary precautions and provide all required means and apparatus including, but not limited to, plugs, pumps (including back-up pump), hoses, piping, power (including back-up power) to prevent wastewater from entering the new pipeline. The Contractor shall pay all civil penalties, fines, costs, assessments, etc., associated with any discharge of raw or inadequately treated wastewater associated with the Contractor's work. 011063034.2 SECTION1.doc:6/7/2004 1-19 NC 50 FORCE MAIN The Contractor has the option of providing additional temporary facilities that can eliminate a constraint, provided it is done without cost to the Owner and provided that all requirements of these Specifications are fulfilled. The Contractor shall provide the Engineer with a detailed water and wastewater interruption and diversion plan for approval. At a minimum, this plan shall address the following: 1. Expected date of interruption(s) and duration of any and all interruption(s). 2. Sequence of construction operations for any interruption(s). 3. Procedure for flushing and disinfection of all affected water distribution piping and valves. No interruption of service will be permitted until the foregoing plan has been approved by the Engineer. The Engineer reserves the right to adjust, modify, and/or alter the proposed plan to serve the best interests of the Owner at no additional cost to the Owner. The Contractor shall give the Owner through the Engineer, at least 1 week advance notice of his intent to divert or interrupt any portion of the system. All short-term system or partial system interruptions of service and diversions shall receive prior written approval from the Engineer. Long-term interruptions of service and diversions shall conform to the requirements specified herein and shall be minimized by the Contractor as much as possible. If in the judgement of the Engineer a requested interruption of service is not required for the Contractor to perform the Work, the Contractor shall utilize approved alternative methods to accomplish the Work. All interruptions of service shall be coordinated with and scheduled at times suitable to the Owner. Interruptions of service shall not begin until all required materials are on hand and ready for installation. Each interruption of service period shall commence at a time approved by the Owner. The Contractor shall proceed with the Work associated with short-term system or partial system interruptions continuously, start to finish, until the Work is completed and normal operation of service is restored, unless otherwise approved in writing by the Engineer. The Contractor shall schedule short-term and extended interruptions of service in advance and shall present all desired interruptions of service in the 30 and 60-day schedules at the progress meetings (see Section 1). Interruptions of service shall be fully coordinated and finalized with the Engineer at least 24 hours before the scheduled interruption of service. Owner's personnel shall operate the Owner's existing waterfacilities involved in the short-term and extended interruptions of service. Short term interruptions of service will be allowed for repairs to water mains, water services, and sewer service connections to existing facilities. All such interruptions of service shall be scheduled for low usage, low-flow periods and shall be limited to less than two (2) hours depending on the time of day or in the case of the sewer system, the incoming flow rate and storage volume in the collection system. The Contractor shall provide appropriate diversion facilities to be approved by the Owner, and at no additional cost to the Owner, when the sewer system cannot be interrupted for a sufficient amount of time to accomplish the required work. The Contractor may be allowed additional interruption time for short-term interruptions if he can 011063034.2 SECTION1.doc:6/7/2004 1-20 NC 50 FORCE MAIN demonstrate to the Owner and Engineer that the collection system will not surcharge or overflow during the requested interruption period. Duration ofshort-term interruptions allowed will depend on incoming wastewater flow rate and prevention of any discharge of raw wastewater from the collection system. The schedule and duration of short-term interruptions shall be at the discretion of the Owner. Long-term interruptions will be allowed for replacement of the existing sanitary sewer mains and interceptors as indicated on the Drawings. The Contractor shall furnish and install all means and apparatus including, but not limited to, plugs, pumps (including back-up pumps), hoses, piping, power (including back-up power), etc., required to bypass the existing facilities during the construction of that segment of the work. Scheduling and notification of the Owner shall be the same as that for short-term interruptions. The Owner shall have the authority to order Work stopped or prohibited that would, if in its opinion, unreasonably result in interrupting the necessary functions of the existing water and sewer facilities. If the Contractor impairs performance or operation of the existing facilities as a result of not complying with specified provisions for maintaining service, then the Contractor shall immediately make all repairs or replacements and do all work necessary to restore the service to operation to the satisfaction of the Engineer. Such work shall progress continuously to completion on a 24-hours per day, seven work days per week basis. The Contractor shall provide the services of emergency repair crews on call 24-hours per day. Water service shall not be restored until the completed work, including flushing and disinfection, has been approved by the Owner. 1.38 Flushing. Testing. and Disinfection Coordination The intent of this Section is to provide for a complete and comprehensive flushing, pressure testing and disinfection program. Flushing, testing and disinfection of pipe work are specified under Section 4. Water Supply The Owner will provide reasonable quantities of water necessary for flushing, pressure testing, and disinfection of all facilities associated with this project. All pipelines shall be filled slowly either through an existing valve or through taps. Special care shall be exercised in loading lines to prevent damage. The Contractor shall coordinate with the Owner the operation of all existing valves. All valve operations shall be done by City of Raleigh personnel only. Scheduling The Contractor shall provide the Engineer with a detailed flushing, pressure testing, and disinfection plan for approval. The Engineer reserves the right to adjust, modify, and/or alter the proposed plan to serve the best interests of the Owner at no additional cost to the Owner. The Contractor shall give the Owner through the Engineer, at least 1 week advance notice of his 011063034.2 SECTION1.doc:6/7/2004 1-21 NC 50 FORCE MAIN intent to begin flushing any portion of the system. All flushing, pressure testing, disinfection, shall be witnessed by the Engineer and a representative of the Owner. The Contractor shall coordinate all work with the Engineer at a time mutually agreeable to the Owner and shall give at least 24 hours advance notice prior to performing any work. Flushing The Contractor shall flush all facilities described herein in accordance with Section 4 of these Specifications. The times for flushing shall be coordinated, through the Engineer, with the Owner for their ability to provide adequate water. The Contractor shall have no claim for monetary compensation from the Owner for the inability of the Owner to provide adequate water at the proposed time of flushing. Compensation to the Contractor is limited to an extension of time to the Contract only. The Contractor may be required to use pipe extensions to direct discharge flows to the nearest storm drain to prevent excessive water from flowing on private property. Care shall be exercised to prevent the water from entering the trench or wetting the backfill material. All materials shall be furnished by the Contractor. Pressure Testing The Contractor shall pressure test all pipe in accordance with Section 4 of these Specifications. All pressure testing of pipe shall be limited to the distance between isolation valves as shown on the Drawings at any one time, unless otherwise approved, in writing, by the Engineer. The testing meter shall be provided by the Owner. Disinfection The Contractor shall disinfect all pipe in accordance with Section 4 of these Specifications. All disinfection of pipe shall be limited to the distance between isolation valves, as shown on the Drawings, a_t any one time, unless otherwise approved, in writing, by the Engineer. The Owner's Chemist will perform all biological water sampling and all chlorine residual sampling at each pipe flushing connection, stub-out, pipe ends, dead ends, or as otherwise required by the Owner for accurate disinfection and testing of the system. The frequency of testing shall be, at a minimum, 1 sample taken for 2 consecutive days at each location. If the samples are rejected by the Owner, the required procedure shall be repeated until satisfactory results are obtained at no additional cost to the Owner. Disinfection of the facilities shall be performed immediately following the pressure testing (time not to exceed 48 hours). Manually operated pumps shall not be used for chlorine solution injection. Spent chlorine solution shall be disposed of in the Owner's sanitary sewer system only. Alternatively, if no sewer system is available, a dechlorination process utilizing appropriate quantities of sodium bisulfate (NaHSO3) may be used independently or in combination with disposal in the Owner's sewer system. The Contractor shall provide all pipe, pumps, power, materials, equipment, etc., necessary to convey the spent chlorine solution to the Owner's sewer system. The Contractor shall not use fire hoses or any other type of flexible piping to discharge directly into sewer manholes. Rigid pipe shall be adequately supported and suspended at least 1 foot above the manhole top, providing for anair-gap. A check valve shall be installed on the piping to 011063034.2 SECTION1.doc:6/7/2004 1-22 NC 50 FORCE MAIN prevent backflow into the potable water system. The Contractor shall furnish, install and utilize appropriately sized taps strategically located in relation to the Owner's sewer system for disposal of the spend chlorine solution. The release of spent chlorine solution shall be limited to a combined flow of 1.00 MGD into the Owner's sewer system at any one time. The Contractor shall not use the flushing connection assemblies provided for flushing the pipeline, to dispose of the spent chlorine solution. Under no circumstances shall spent chlorine solution be disposed of in such a way that it would be detrimental to animal, plant, or fish life. The Contractor shall pay all civil penalties, fines, costs, assessments, etc., associated with any discharge of spent chlorine solution associated with the Contractor's work. The Contractor shall have no claim for monetary compensation from the Owner for the inability of the Owner to provide adequate water at the proposed time of disinfection or to accept spent chlorine solution into the Owner's sewer system at the proposed time of release. Compensation to the Contractor is limited to an extension of time to the Contract only. 1.39 Safety Plan The Contractor shall submit a detailed Safety Plan specifically established for this project, prior to or at the preconstruction conference. The Safety Plan shall be in compliance with all local, state and federal safety regulations and guidelines. The Owner must approve the Safety Plan before any Work will be permitted on the project. The Owner shall have the authority to order Work stopped, if in it's opinion, the Contractor is not in compliance with the approved Safety Plan. ***END OF SECTION*** 011063034.2 SECTION1.doc:6/7/2004 1-23 NC 50 FORCE MAIN SECTION 3 -SITE PREPARATION 3.00 General The Contractor shall be responsible for all site preparation necessary for the work shown on the Drawings and specified herein. This includes, but is not limited to the proper removal and storage of topsoil, the proper removal and disposal of all spoil and refuse materials, and the removal and reinstallation of any items such as driveways, culverts, storm drains, paved ditches, signs, pavements, walks, fences, mailboxes, etc. as may be necessary for carrying out the work. The restoration of surfaces shall be done in accordance with the requirements of Section 7. The removal of signs shall be done in accordance with and subject to the approval of the North Carolina Department of Transportation. Temporary signs shall be furnished and installed by the Contractor as necessary and as required. All Regulatory Signs, shall be replaced immediately following backfilling or at the end of each day, whichever occurs first. Where removal of existing structures (such as driveway culverts, storm drains, etc, and/or utilities) is required in order to carry out the work, the Contractor shall be responsible for re-installing these items to their original condition and functional capacity. The Contractor shall provide adequate means to prevent any sediment from entering any storm drains (curb inlet filter box), ditches, streams, or bodies of water downstream of any area disturbed by construction. Excavated materials shall be placed upstream of any trench or other excavation to prevent sedimentation of offsite areas. In areas where a natural buffer area exists between the work area and the closest stream or watercourse, this area shall not be disturbed. All streets and driveways shall be scraped and swept as necessary (minimum daily) to prevent the accumulation of dirt and debris. At the completion of the work at this site each day, the Contractor shall remove all debris and excess construction materials, and the site shall be left clean and presentable. 3.01 Clearina. Grubbina and Pavement Removal The Contractor shall clear and grub any proposed permanent easements as shown on the Drawings and specified herein. The Contractor shall also clear and grub such portions of the highway or street rights-of-way required for placement of the pipeline. The Contractor shall notify the Engineer of any clearing and grubbing that is required outside the proposed easement, and shall obtain the Engineer's approval of the proposed limits of the areas to be cleared and grubbed prior to starting any work. Clearing shall consist of cutting, removal, and satisfactory disposal of all trees, fallen timber, brush, rubbish, sanitary landfill material, fencing, and other perishable and objectionable material within the designated areas. Grubbina shall consist of the removal and disposal of all stumps, roots, logs, sticks, and other perishable materials to a depth of at least 6 inches below ground surface. Topsoil shall be stripped from the work area and kept in piles until needed for final grading. Pavement removal shall consist of the removal and proper disposal of all asphalt or concrete, etc., road surfaces, driveways or sidewalks as may be necessary for carrying out the work. 011063034.2 SECTION3.doc:6/7/2004 3-1 NC 50 FORCE MAIN In temporary construction easement locations, only those trees and shrubs shall be removed which are in actual interference with excavation or grading work under this Contract, and removal shall be subject to approval by the Engineer. However, the Engineer reserves the right to order additional trees and shrubs removed at no additional cost to the Owner, if such, in his opinion, are too close to the work to be maintained or have become damaged due to the Contractor's operations. 3.02 Disposal of Cleared and Grubbed Material All trees, stumps, roots, bushes, refuse, heavy oils, asphaltic or concrete materials, items containing natural or synthetic rubber or any unsuitable materials shall be removed from the site and disposed of by the Contractor. Off-site disposal areas are subject to approval by the Engineer. 3.03 Payment For completing the work specified under this Section and shown on the Drawings, the Contractor shall be paid the unit price bid for the Pay Item stipulated below: Pay Item Description Unit 3 Site Preparation ***END OF SECTION*** LS 011063034.2 SECTION3.doc:6/7/2004 3-2 NC 50 FORCE MAIN SECTION 7 -SURFACE RESTORATION 7.00 General The Contractor shall furnish all labor, equipment and materials required to perform and complete the restoration of all surfaces in the excavation and work area. The Contractor shall remove all surface materials of whatever nature and shall properly store., guard, and preserve as much material as may be required for restoration of disturbed areas. Topsoil, where encountered, shall be piled separately from other excavated materials to prevent mixing with the suitable backfill materials, and shall be backfilled to a compacted depth equal to the original condition. Depressions that occur along the line of excavation, due to the settlement, shall be brought to grade, restoring the surface to its original condition. Where trenches cross or disturb improved or unimproved driveways the ground surface shall be returned to its original condition by the Contractor at his own expense. 7.01 Final Grading and Finished Grade Adjustments All areas disturbed during the course of the work shall be brought to the original grade of the adjacent ground surfaces. The surface shall be graded smoothly with all stones and debris removed. Where called for in the Drawings, the Contractor shall provide all labor and materials necessary to perform any adjustments in grade needed to obtain minimum cover. Excess fill material from the project excavation maybe used for grade adjustments provided that it is free of rocks (over 4-inches in diameter), roots or other objectionable materials. The fill material shall be spread evenly and compacted to 85 percent Standard Proctor density in lifts not to exceed one (1) foot in depth. Surface restoration shall be as specified under this Section. If in the event that sufficient fill material or topsoil is not available, the Contractor shall supply all such material at his own expense. 7.02 Maintenance and Restoration of Unpaved Surfaces All grassed and natural areas (including shoulders of roads) disturbed during the course of the work shall be reseeded. The topsoil shall be replaced and raked to an even grade with all stones, and debris removed. All grass, fertilizer and mulch applications shall be furnished and placed in accordance with the following table: Item Application Rate Kentucky 80 Ibs/ac. Kenblue 10 Ibs./ac. Reliant Hard Fescue 10 Ibs./ac. Korean or Kobe Lespedeza 20 Ibs./ac. Small Grain Straw 2,000 Ibs./ac. 011063034.2 SECTION7.doc:6l7/2004 7-1 NC 50 FORCE MAIN Item Application Rate Agri Lime 4,000 lbs./ac. Fertilizer (Choose One) 12-24-24 400 lbs./ac. 10-20-20 500 lbs./ac. 5-10-10 1,000 lbs./ac. After seeding, the area shall be rolled and mulched with fine grain straw at the application rate specified. An asphaltic tack coat, or an approved equal treatment shall be used to hold the mulch in place. Seeded areas that fail to establish a vigorous stand of grass adequate to restrain accelerated erosion shall be reseeded at the Contractors expense. The Contractor shall not be eligible for Final Payment until a vigorous stand of grass has been established for all disturbed areas. The season for grass seeding shall be from March 1 to June 1, and from September 1 to December 15. Rye grain shall be added to the seed mixture at a minimum rate of 25 pounds/acre for the period from November through February and millet or sudan shall be added to the seed mixture at a minimum rate of 35 pounds/acre for the period from July through August. In addition, the application rate for emulsified asphalt tack should be specified at about 250 gal./acre. Seeded areas that fail to establish a vigorous strand of grass adequate to restrain erosion shall be promptly reseeded at the Contractor's expense. Seeding at any other time must be requested in writing and approved by the Engineer. Unoaved Roads and Driveways On all unpaved roads and driveways,_the Contractor shall strip and stockpile the existing crushed stone base. After construction, the Contractor shall restore the crushed stone base to its original condition. Additional crushed stone shall be provided by the Contractor at his expense if a suitable surface cannot be established. Ditch and Swale Erosion Protection On all ditches and swales shown on the Drawings to receive erosion protection, shall be lined with an erosion retention blanket as shown on the Drawings and as specified under Section 9. Blanket staples shall be made of wire, 0.091-inch in diameter or greater, "U" shaped with legs 6- inches in length and a 1-inch crown. The area to be covered shall be properly graded and prepared, fertilized, and seeded before the blanket is applied. Unroll blanket so that the netting is on top and the fibers are in contact with the soil. Install in direction of water flow. Staple ends and sides one (1) row alternately spaced down the center or as otherwise recommended by the manufacturer. The staples shall be driven vertically into the ground. Payment for this work shall be included under the Unit Prices Bid in Section 9, Erosion and Sedimentation Controls. 011063034.2 SECTION7.doc:6l7/2004 7-2 NC 50 FORCE MAIN 7.03 Restoration of Paved Surfaces Where trenches cross or disturb paved streets, driveways, parking areas, sidewalks and curbs, the Contractor shall remove where necessary and shall replace all portions of pavements, curbs, sidewalks, and driveways destroyed or damaged by his operation. The Contractor shall take all precautions to protect the existing pavement from damage by his equipment during construction. It is the intent of these specifications that the Contractor leave all paved surfaces affected by the construction work equal to or better than the original condition and that all work be done in conformance with approved practice. The Contractor shall be advised, when concrete sub-base is encountered under existing pavement, it shall be replaced with the flexible base pavement as described herein. The Contractor shall not begin final restoration work until the subgrade has been inspected and approved by the agency having authority over the rights-of-way. All pavement and road restoration within State or City owned rights-of-way shall be done as specified herein and as detailed on the Drawings, to the requirements of the North Carolina Department of Transportation Standard Specification, and to the approval of the North Carolina Department of Transportation District Engineer and the City of Raleigh. Bituminous concrete binder course restoration shall be completed prior to the close of work each day allowing the trench to be exposed to traffic during non-working hours. Depressions that occur along the line of the excavation, due to settlement, shall be brought to grade, restoring the base course to its original condition, prior to final pavement restoration. Final flexible pavement restoration shall be deferred at least two (2) weeks after the trench area has been backfilled and exposed to traffic. The existing pavement shall be cut back with a pavement saw and squared off in a neat and workmanlike manner as directed by the Engineer. In general, the base for bituminous pavements shall extend at least one (1) foot on undisturbed subgrade. The following are the minimum pavement specifications that will be accepted under this Contract. A. Asphaltic Surfacing with Flexible Base Pavements Type "A" Pavement -Type "A" pavement shall be used for all roads or streets owned or maintained by the North Carolina Department of Transportation. Type "A" pavement shall be as described herein and as shown on the Drawings. Materials and work shall be as follows: Sub-Base -None required; see Base Base -The Contractor shall place a bituminous concrete binder course to a compacted depth of the original sub-base and base (full depth replacement) 6-inches (minimum). Placement of the bituminous concrete binder course shall not exceed 2-inch lifts. No paving shall be done unless the temperature is above 50°F. Rolling shall be done with an approved 10-ton roller. Special care shall be taken that the new base abuts directly against the existing pavement base. Bituminous concrete binder course shall conform to NCDOT TYPE H. 011063034.2 SECTION7.doc:6/7/2004 7-3 NC 50 FORCE MAIN Wearing Surface -Hot plant mix asphaltic concrete conforming to North Carolina Department of Transportation Specification Type I-2. No paving shall be done unless the temperature is above 50°F. Rolling shall be with an approved 10-ton roller. The asphaltic wearing surface shall be the minimum thickness shown on the Drawings, after rolling. Type "B" Pavement -Type "B" pavement shall be as described herein and as shown on the Drawings. Materials and work shall be as follows: Sub-Base -The Contractor shall place an aggregate base course to the compacted depth shown on the Drawings. Special care shall betaken that the new sub-base abuts directly against the existing pavement sub-base. Aggregate base course shall conform to NCDOT Item 910-1, (Type ABC). Base -The Contractor shall place a bituminous concrete binder course to the compacted depth shown on the Drawings. No paving shall be done unless the temperature is above 50°F. Rolling shall be done with an approved 10-ton roller. Special care shall be taken that the new base abuts directly against the existing pavement base. Bituminous concrete binder course shall conform to NCDOT TYPE H. Wearing Surface -Hot plant mix asphaltic concrete conforming to North Carolina Department of Transportation Specifications Type I-2. No paving shall be done unless the temperature is above 50°F. Rolling shall be with an approved 10-ton roller. The asphaltic wearing surface shall be the minimum thickness shown on the Drawings, after rolling. Tyge "C" Pavement -Type "C" pavement shall be used where shown on the Drawings. Type "C" pavement shall be as described herein and as shown on the Drawings. Materials and work shall be as follows: Sub-Base -The Contractor shall place an aggregate course to the compacted depth shown on the Drawings. Special care shall be taken that the new sub-base abuts directly against the existing pavement sub-base. Aggregate base course shall conform to NCDOT Item 910-1, (Type ABC). Base -The Contractor shall place a bituminous concrete binder course to the compacted depth shown on the Drawings. No paving shall be done unless the temperature is above 50°F. Rolling shall be done with an approved 10-ton roller. Special care shall be taken that the new base abuts directly against the existing pavement base. Bituminous concrete binder course shall conform to NCDOT TYPE H. Overlay Wearing Surface -Hot plant mix asphaltic concrete conforming to North Carolina Department of Transportation Specifications Type I-2. No paving shall be done unless the temperature is above 50°F. Rolling shall be with an approved 10-ton roller. The asphaltic wearing surface (overlay) shall be the minimum thickness shown on the Drawings, after rolling. Overlay wearing surface shall typically extend from curb to center line of street, unless otherwise shown on the Drawings or as directed by the Engineer. Overlay wearing surface shall taper to existing pavement and curb. 011063034.2 SECTION7.doc:6/7/2004 7-4 NC 50 FORCE MAIN B. Bituminous Macadam and Asphaltic Drivewavs and Walks Special attention shall be given to the restoration of all driveways and walks damaged by the construction work. Work, materials, grading, and finish shall be of a higher quality and standard than the original. 1. Flexible Base Base -Aggregate base course conforming to NCDOT Item 910-1, (TYPE ABC). Base thickness -Same as original, 8 inches minimum Prime coat -Rapid-curing cut asphalt, 0.5 gallons per square yard. Wearing surface - 1 course, NCDOT TYPE I-2, 1-inch minimum thickness after rolling. 2. Rigid Base Rigid base - Class B concrete Base thickness -Same as original, 5 inches minimum Tack coat -Rapid-curing liquid asphalt or quick breathing emulsified asphalt, 0.2 gallons per square yard Wearing surface - 1 course, NCDOT TYPE I-2, 1-inch minimum thickness after rolling. C. Portland Cement Concrete Pavements Drivewavs -The existing concrete shall be cut-back with a pavement saw to the next joint beyond the Trench Excavation Limits and shall be replaced to the full length (as measured parallel to the roadway). Existing concrete driveways that do not have existing joints shall be cut-back (saw cut) to the Trench Excavation Limit (minimum) or to a width sufficient to remove concrete damaged by construction or equipment on the property line side of the trench and to the edge of the highway pavement on the highway side of the trench and to the full length (as measured parallel to the highway). No patching shall be allowed. The existing concrete shall be cut-back and squared off in a neat and workmanlike manner as directed by the Engineer. Concrete and work shall be as follows: Concrete -Class A Thickness - 6 inches Finish - As directed Reinforcement* -Steel mesh shall be 6 x 6 - W2.0 x W2.0 WWF (6 x 6 - 8 x 8 WWF) Placement of Reinforcement - As directed 011063034.2 SECTION7.doc:sn/2004 7-5 NC 50 FORCE MAIN Joint Material -Bituminous premolded filler type; 1/2-inch thick for expansion joints against all structures surrounded by driveway. One-inch thick where concrete abuts against existing pavements or structures. Sidewalks -Sidewalks shall be replaced to the. nextjoint beyond the Trench Excavation Limits and to the full width of the sidewalk. Concrete and work as follows:. Concrete -Class A Thickness - 5 inches Finish -Floated or broomed to match adjacent concrete Reinforcement* -Steel mesh shall be 6 x 6 - W2.0 x W2.0 WWF (6 x 6 - 8 x 8 WWF) Joint Material -Bituminous premolded filler type; '/2-inch thick for expansion joints against all structures surrounded by walk. One-inch thick where walks abut against other pavements or structures. Expansion joint spacing -Approximately 20 feet or as directed by the Engineer Curbs -Curbs shall be rebuilt to original lines, grade, cross-section and finish. Any curbing that has settled or shifted shall be relaid. Concrete -Class A Joints - As directed Expansion - '/2-inch bituminous expansion joint material, matching cross-section, at ends of replacement sections *Reinforcement required even when original had none. 7.04 Traffic Loops Where trenches cross or disturb paved streets containing traffic signal loop detectors, the Contractor shall replace all traffic loops damaged during construction, and installation shall be in accordance with the North Carolina Department of Transportation, Division of Highways Traffic Signal Specifications. The Contractor shall take all precautions to protect the traffic loops from damage by his equipment during construction. Traffic loops shall be replaced in any pavement that is to be overlayed. In areas where traffic control measures have been moved or are not currently being employed, the Contractor shall provide a temporary repair to the traffic signal loop detectors or other means approved by the Engineer, for controlling traffic signals, until final pavement and traffic loop restoration is completed. Traffic signal loop detectors shall be installed utilizing a diamond blade saw providing a clean well-defined 0.250" width cut without damage to adjacent areas. The saw cuts shall be overlapped to provide full depth at all corners. All slots requiring a right angle turn of the wire shall be cut at a diagonal to prevent sharp wire bends, and shall be cut 12" to 18" from the corners of the loop. 011063034.2 SECTION7.doc:6/7/2004 7-6 NC 50 FORCE MAIN The loop lead-in wires shall be carried through the pavement by a 1-inch drilled hole approximately 3 to 6-inches from the edge of pavement. Where curbing is involved the loop lead-in wires shall be carried through by a 1-inch drilled hole. Prior to installation of the wire, the saw cuts shall be checked for the presence of jagged edges or protrusions and cleaned and dried removing all cutting dust, grit, oil, moisture orothercontaminants in the saw cut. The sealer shall be of the flexible imbedding type and used in accordance with the manufacturer's instructions. Prior to placing the sealer, the loop lead-in wire shall be checked for continuity and resistance and the integrity of the insulation shall be checked by applying a megger between each end of the loop lead-in and the nearest reliable electrical ground. The meggar reading shall be in excess of 10-M-OHMS under all conditions. All traffic signal loop detectors shall be subject to inspection by the N.C. Dept. of Transportation prior to acceptance. 7.05 Pavement Markings Where trenches cross or disturb paved streets containing pavement markings, the Contractor shall replace all pavement markings removed or damaged during construction. Pavement markings shall be replaced to their original configuration immediately following final pavement restoration, unless otherwise approved by the Engineer. Pavement markings shall be replaced in accordance with the Specifications and requirements of the North Carolina Department of Transportation District Engineer and the City of Raleigh, as they apply to the authority having jurisdiction over the roadway segment involved. Pavement markings shall be replaced on any pavement that is to be overlayed. All pavement markings shall be subject to inspection by the North Carolina Department of Transportation and the City of Raleigh prior to acceptance. In areas where traffic control measures have been moved or are not currently being employed, the Contractor shall provide temporary regulatory and warning pavement markings or other means approved by the Engineer, for controlling traffic, until final pavement restoration is completed. 7.06 Measurement and Pavment The quantities to be measured under this Section shall be the actual units of each item installed as specified herein. Payment for restoration of unpaved surfaces shall be in accordance with the Lump Sum Price stipulated below for Pay Item 7a. Payment for restoration of paved surfaces to be paid for under this Section shall be the measured number of tons replaced in accordance with these specifications and the direction of the Engineer. The final pavement shall be measured and paid for under this Section up to the maximum widths shown on the Drawings. Beyond these limits, any pavement restoration required shall be at the Contractor's expense. 011063034.2 SECTION7.doc:6/7/2004 7-7 NC 50 FORCE MAIN Any miscellaneous surface restoration not previously mentioned such as concrete or brick sidewalks, curbs and gutters, driveways, traffic islands, traffic signal loops, pavement markings, etc. shall be paid for under Pay Item 7e. For completing the work specified under this Section and shown on the Drawings, the Contractor shall be paid the Unit Prices Bid for the respective Pay Items stipulated below: Pay Item Description 7a Maintenance and Restoration 7b Restoration of Sub-Base (Type ABC) 7c Restoration of Base Pavement (Type H) 7d Restoration of Wearing Surface Pavement (Type I-2) 7e Miscellaneous Surface Restoration (not included in other Pay Items) ***END OF SECTION*** Unit LS TON TON TON LS 011063034.2 SECTION7.doc:6/7/2004 7-8 NC 50 FORCE MAIN SECTION 8 -ADDITIONAL EXCAVATION AND CRUSHED STONE BEDDING 8.00 General Under this Section, the Contractor shall do all additional excavation specifically requested by the Engineer and shall furnish all labor, equipment, and materials for the placement and compaction of additional crushed stone bedding as herein speciti'led or as directed by the Engineer. Payment for stone bedding for the pipe (Type B bedding as shown on the Drawings) shall be included for payment under Section 4. Payment for stone bedding for manholes shown on the Drawings shall be included for payment under the Unit Price Bid for other Pay Items of this Contract. No payment for these materials will be made under this Section. Payment shall be made under this Section only for stone bedding used to replace unsatisfactory earth soils removed as additional excavation or for stone bedding requested by the Engineer and not shown on the Drawings or specified under other sections. Additional excavation in any trench or other excavation is defined as excavation to a depth greater than 6 inches below the depths shown on the Drawings. This Section is intended to provide for the removal of unsatisfactory subgrade materials for pipe and manholes. Backfill for additional excavation shall be crushed stone bedding as described herein. Any and all work done under this Section shall be at the direction of the Engineer. 8.01 Excavation Work The Contractor shall do such additional excavating work as the Engineer shall direct. Such excavations shall be subject to the same conditions and requirements as specified for trench excavation. Excavation work shall include soil (dirt) only. Additional excavated rock shall be a negotiated Extra Work Item. 8.02 Bedding Material and Placement Bedding material shall be No. 67 stone meeting the requirements of the North Carolina Department of Transportation and furnished from an approved source. When tested according to the ASTM D422, the bedding material shall conform to the following gradation: Sieve 1" 3/4" 3/8" No. 4 No. 8 No. 200 Percent Passing (bv weight) 100 90-100 20-55 0-10 0-5 0-0.6 011063034.2 SECTIONB.doc:6/7/2004 8-1 NC 50 FORCE MAIN Stone bedding shall be spread in layers and shall be compacted in place to the proper grade to provide a solid bed for the pipe or structures for the full width of the excavation. 8.03 Measurement and Payment The quantity to be paid for under this Section shall be the volume of materials excavated in accordance with the Engineer's directions as measured in place by the Engineer. No payment will be made for excavation beyond the Maximum Trench Excavation Limits, as shown on the Drawings. Any excavation not authorized by the Engineer will be at the Contractor's expense. Additional excavation less than or equal to six (6) inches below the depths shown on the Drawings, including allowance for required bedding materials, shall lie considered incidental to the work and no additional payment will be made. If excavation is ordered to a depth greater than six (6) inches, then the entire depth will be considered for payment. The quantity of granular bedding and granular fill to be paid for under this Section shall be the measured quantity in place within the limits shown, specified or ordered by the Engineer. The stone bedding specified under other sections will not be included for payment under this Section. No payment will be made for stone bedding when soil (dirt) excavation is carried deeper than the required trench depths or outside the specified trench limits, except where the Contractor is ordered by the Engineer to excavate beyond the specified depth and trench limits. For completing the work specified under this Section, the Contractor shall be paid unit prices bid for the respective Pay Items stipulated below: Pay Item Description 8a Perform Additional Excavation 8b Furnish and Place Additional Compacted Stone Bedding ***END OF SECTION*** Unit CY CY 011063034.2 SECTIONB.doc:6/7/2004 8-2 NC 50 FORCE MAIN SECTION 9 -EROSION AND SEDIMENTATION CONTROLS 9.00 General It is the intent of this Specification that the Contractor conduct the construction activities in such a manner that erosion of disturbed areas and off site sedimentation be absolutely minimized. All work under this Contract shall be done in conformance with and subject to the limitations of the North Carolina Rules and Regulations for Erosion and Sedimentation Control as adopted by the North Carolina Sedimentation Control Commission (15 NCAC, Chapter 4). The following excerpts from the regulations are particularly important: 1) ...slopes left exposed will, within 15 working days of completion of any phase of grading, be planted or otherwise provided with ground cover, devices, or structures sufficient to restrain erosion...(Section 6b) 2) ...a ground cover sufficient to restrain erosion must be planted or otherwise provided within 15 working days on that portion of the tract (disturbed area) upon which further active construction is not being undertaken...(Section 6c) Erosion and sedimentation controls applicable to this project shall include but not be limited to the following items of work: Temporary diversion ditches shall be constructed adjacent to disturbed areas as shown on the Drawings to collect surface runoff from disturbed areas and direct the runoff to the temporary sediment basins. All such temporary diversion ditches shall terminate with temporary sediment basins as shown on the Drawings. 2. Erect silt fence at locations shown on the Drawings and at other locations directed by the Engineer. 3. Provide temporary or permanent ground cover adequate to restrain erosion on erodible slopes or other areas that will be left unworked for periods exceeding 30 calendar days. 4. The Contractor shall be responsible for developing suitable erosion control measures for all off site waste and borrow areas to the satisfaction of the Engineer. The Contractor is also advised that off site borrow areas more than one acre in size shall comply with all provisions of N.C. Mining Act. 5. Construct 50 foot gravel buffers at entrances from public roads to all unpaved access roads used by the Contractor. The Contractor shall maintain the gravel buffers for the Contract duration or until final pavement, where applicable, has been constructed. 6. Provide other types of erosion and sedimentation control devices at the locations shown on the Drawings, or as specified herein. 011063034.2 SECTION 9.doc:6/7/2004 9-1 NC 50 FORCE MAIN 9.01 Silt Fence Silt fences shall be erected as shown on the Drawings and specified herein. The silt fences shall be erected and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance shall include, but not be limited to, the periodic removal of trapped sediments and replacement of the filter fabric should it deteriorate to a point that in the opinion of the Engineer it will no longer provide an adequate runoff filter. Replacement of the filter fabric, if required by the Engineer, will be at the Contractor's expense. Posts: Posts for silt fence shall be steel and shall have the following properties: ASTM Designation: ASTM 702 Length: 5-Feet Long (T-Type) Weight: 1.25#/Foot (min.) Area of Anchor Plate: 14 Sq. In. Note: Five (T) Fasteners shall be furnished with each post. Wire Fabric: Wire Fabric for the silt fence shall have the following properties: Wire Fabric Designation: ASTM Designation: Width: Number of Line Wires: Stay Wire Spacing: Line and Stay Wires: Top and Bottom Wires: Wire Coating: 832-12-10-12.5 Class 1 ASTM A116 32" 8 12" 12.5 Ga. 10 Ga. ASTM Class 1 Zinc Coating Filter Fabric: Filter Fabric for the silt fence shall have the following minimum properties: Value Test Method Weight 2.8 oz/ydz ASTM D3776 Grab Tensile Strength 110 Ibs ASTM D4632 Grab Elongation 15% ASTM D4632 Trapezoid Tear Strength 50 Ibs ASTM D4533 Mullen Burst Strength 270 Ibs ASTM D3786 Puncture Strength 60 Ibs ASTM D4833 Retained Strength (500 hrs. accelerated UV exposure) 80% ASTM D4355 Filtration Efficiency 75% VTM-51 011063034.2 SECTfON9.doc,6/7/2004 9-2 NC 50 FORCE MAIN Flow Rate Height .30 gal/ft2/min VTM-51 36 inches Filter fabric shall be a woven geotextile made specifically for sediment control. Filter fabric shall not rot when buried and shall resist attack from soil chemicals, alkalies and acids in the PH range from 2 to 13, and shall resist damage due to prolonged ultraviolet exposure. Filter fabric shall be Type FX- 11, asmanufactured by Carthage Mills, Style GTF-180, as manufactured by LINQ Industrial Fabrics, Amoco 2130 as manufactured by Amoco Fabrics & Fibers, Co., or equal. After the completion of the project, the Contractor shall remove all silt fence in areas where a good stand of grass has been established and erosion is no longer evident. Removal of the remainder of the silt fence shall occur as other areas are established. Removal of silt fence shall be permitted only with the prior approval of the Engineer. The Engineer may direct the Contractor to erect and maintain silt fence at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.02 Synthetic Geotextile Filter Fabric The filter fabric shall be a woven synthetic cloth such as Mirafi 700X as manufactured by Mirafi, Inc., or equal. During all periods of shipment and storage, the fabric shall be wrapped in heavy-duty protective covering which will protect the fabric from sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140°F. After the protective covering has been removed, the fabric shall not be left uncovered under any circumstances for longer than three (3) days. The filter fabric shall have the following mechanical properties: Geotextile Construction Woven Mass per Unit Area (Unit Weight), ASTM D52611 (oz/yd2) 5.6 Ultraviolet Resistance, (500 hrs.) 90 ASTM D4355, Average % Strength Retention Grab Tensile Strength (Ibs.) 390~'~X250~2~ ASTM D4632 370X250 Grab Tensile Elongation(%) 20 MAX ASTM D4632 Wide Width Tensile Strength, (Ibs./in.) N/A ASTM D4595 Burst Strength, ASTM D3786, Diaphragm Method (psi) 480 Apparent Opening Size (AOS), (mm), ASTM D4751 0.21 Permittivity at 50 mm constant head (sec"'), ASTM D4491 N/A Puncture Resistance, ASTM D4833 (Ib) 135 * MINIMUM AVERAGE ROLL VALUE (MARY) Warp Direction c2> Fill Direction 011063034.2 SECTION 9.doc:6/7/2004 9-3 NC 50 FORCE MAIN Each roll of fabric will be visually inspected by the Engineer or his representative. The Engineer reserves the right to sample and test at any time and reject, if necessary, any material based on visual inspection or verification tests. Filter fabric shall be installed in such a manner that all splice joints are provided with a minimum overlap of 12-inches. Field splices of filter fabric shall be anchored with anchor pins to insure that required overlap is maintained. At the time of installation, the fabric will be rejected if it has defects, rips, holes, flaws, deteriorations, or damage incurred during manufacture, transportation, or storage. Backfilling operations shall be done so as to prevent damage to the filter fabric. Damaged sections of filter fabric shall be replaced at no cost to the Owner. Installation of filter fabric shall be done in a manner so as not to rupture, tear, puncture, cut, or abrade the materials. Where such damage occurs, it shall be required with a patch which extends at least 18 inches beyond the edge of the damaged area. Filter fabric shall be protected by an opaque, waterproof, and oil proof covering during transportation and storage. The fabric shall be protected from exposure to sunlight. The maximum cumulative time of exposure to sunlight during transportation, storage, handling, and installation shall not exceed 3 days. 9.03 Temporary Sediment Basins Temporary sediment basins shall be constructed as shown on the Drawings and as specified herein. The temporary sediment basins shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance will include, but not be limited to, the periodic removal of trapped sediments. The cost of the temporary sediment basins shall include the excavation, grading, diversion ditches, stone for erosion control, washed stone, synthetic geotextile filter fabrics, etc. and all maintenance activities required. The Engineer may direct the Contractor to erect and maintain temporary sediment basins at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. ' 9.04 Stone Check Dams Stone check dams shall be constructed as shown on the Drawings and as specified herein. The stone check dams shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance will include, but not be limited to, the periodic removal of trapped sediments. The cost of the stone check dams shall include the excavation, grading, stone for erosion control or rip rap, washed stone, etc., and all maintenance activities required. The Engineer may direct the Contractor to erect and maintain stone check dams at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.05 Stone Filters Stone filters shall be constructed as shown on the Drawings and as specified herein. The stone filters shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance will include, but not be limited to, the 011063034.2 SECTION 9.doc:6/7/2004 9-4 NC 50 FORCE MAIN periodic removal of trapped sediments. The cost of the stone filters shall include the excavation, grading, washed stone, mesh hardware cloth, steel post, etc., and all maintenance activities required. The Engineer may direct the Contractor to erect and maintain stone filters at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.06 Rock Dams Rock dams shall be constructed as shown on the Drawings and as specified herein. The rock dams shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance will include, but not be limited to, the periodic removal of trapped sediments. The cost of the rock check dams shall include the excavation, grading, rock for erosion control or rip rap, washed stone, etc., and all maintenance activities required. The Engineer may direct the Contractor to erect and maintain rock dams at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.07 Rock Silt Check Rock silt checks shall be constructed as shown on the Drawings and as specified herein. The rock silt checks shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance will include, but not be limited to, the periodic removal of trapped sediments. The cost of the rock silt check shall include the excavation, grading, rock for erosion control or rip rap, washed stone, etc., and all maintenance activities required. The structural stone shall be placed in the stream below the construction site with approximately 2:1 side slopes, and shall be faced on the upstream side with sediment control stone approximately 12 inches thick. The dam structure shall have a 1.5 foot minimum height and a 3 foot maximum height and shall not be higher than 1 foot above normal flow of the stream. The Engineer may direct the Contractor to erect and maintain rock silt checks at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.08 Rip Rap The Contractor shall place rip rap as shown on the Drawings. The stone for rip rap shall consist of field stone or rough unhewn quarry stone. The stone shall be sound, tough, dense, and resistant to the action of air and water. The rip rap shall be Class I as specified in the NCDOT Standard Specifications. The 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 shall be in individual pieces weighing less than 15 pounds each. During placing, the stone shall be graded so that the smaller stones are uniformly distributed throughout the mass. The Contractor may place the stone by mechanical methods, augmented by hand placing where necessary or ordered by the Engineer. The placed rip rap shall form a properly 011063034.2_SECTfON9.doc:6l7/2004 9-5 NC 50 FORCE MAIN graded, dense, neat layer of stone. The placed rip rap shall have a minimum depth of 18-inches and shall have a laver of synthetic geotextile filter fabric as specified in Section 9.02 placed between the soil and the stone. The Engineer may direct the Contractor to place rip rap at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.09 Stone for Erosion Control The Contractor shall place Stone for Erosion Control as shown on the Drawings, as specified herein and as specified in Section 1042-2 of the NCDOT Standard Specifications. The Stone for Erosion Control shall be Class (A) or Class (B), as shown on the Drawings. Stone for Erosion Control shall be dumped and placed in such a manner that the larger rock fragments are uniformly distributed throughout the rock mass and the smaller fragments fill the voids between the larger fragments. Rearranging of individual stones by equipment or by hand shall only be required to the extent necessary to secure the results specified above and to protect structures from damage when rock material is placed against the structures. The placed stone shall be the minimum thickness shown on the Drawings and shall have a layer of synthetic geotextile filterfabric as specified in Section 9.02 placed between the soil and the stone. The Engineer may direct the Contractor to place Stone for Erosion Control at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.10 Temporary Level Spreader Temporary level spreaders shall be constructed as shown on the Drawings and as specified herein. The temporary level spreaders shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance shall include, but not be limited to, the periodic replacement of the synthetic lining. The cost of the temporary level spreaders shall include the excavation, grading, diversion ditches, synthetic geotextile filter fabric, etc., and all maintenance activities required. The Engineer may direct the Contractor to furnish and install temporary level spreaders at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.11 Temporary Stream Crossing Temporary stream crossings shall be constructed as shown on the Drawings and as specified herein. The temporary stream crossings shall be constructed and maintained to the satisfaction of the Engineer until a vegetative ground cover has been established. Proper maintenance shall include, but not be limited to, the periodic replacement of riprap. The cost of the temporary stream crossing shall include the excavation, grading, Class A riprap, synthetic geotextile filter fabric, etc., and all maintenance activities required. The Engineer may direct the Contractor to furnish and install temporary stream crossings at other locations not shown on the Drawings. Payment for this work shall be at the Unit Price Bid for this item. 011063034.2 SECTION 9.doc:6l7/2004 9-6 NC 50 FORCE MAIN 9.12 Other Work In addition to the silt fences, temporary sediment basins, stone filters, etc., shown on the Drawings, the Contractor shall provide adequate means to prevent any sediment from entering any storm drains (curb inlet filter box), ditches, streams, or bodies of water downstream of any area disturbed by construction. Excavation materials shall be placed upstream of any trench or other excavation to prevent sedimentation of off-site areas. In areas where a natural buffer area exists between the work area and the closest stream or water course, this area shall not be disturbed. All streets and driveways shall be scraped and swept as necessary to prevent the accumulation of dirt and debris. Work associated with this provision shall be considered incidental to the project and no specific payment will be made. 9.13 Temporary Ground Cover Provide temporary or permanent ground cover adequate to restrain erosion on erodible slopes or other areas that will be left unworked for periods exceeding 15 calendar days. No specific payment will be made for temporary ground cover. Cost associated with this provision shall be deemed as included in the Lump Sum payment for Maintenance and Restoration of Unpaved Surface. _ 9.14 Straw with Net Temporary Ditch Linin The Contractor shall place straw with net temporary ditch lining in ditches as shown on the Drawings. The blanket shall consist of clean wheat straw from agricultural crops made into a knitted straw blanket that is machine assembled. The straw shall be evenly distributed throughout the blanket. The blanket shall be covered with a photodegradable synthetic mesh attached to the straw with degradable thread. The Contractor shall place the straw with net temporary liner immediately after the ditch has been properly graded and prepared, fertilized, and seeded. The netting shall be on top with the straw in contact with the soil. The blanket shall be unrolled in the ditch in the direction of the flow of water. The end of the upstream blanket shall overlap the buried end of the downstream blanket by a minimum of 4 inches. The blanket shall be stapled as per manufacturer's specifications. Straw with net shall be North American Green S150, Erosion Control Systems High Velocity Straw Mat (net on one side); Contech Ero-Mat, or equal. Straw with net shall be capable of withstanding a channel shear stress of 1.60 psf. The Contractor shall immediately repair or replace any section of straw with net ditch lining which is nonfunctioning properly or has been damaged in any way until a stable growth of grass has been established. The Engineer may direct the Contractor to place straw with net ditch liner at other locations not shown on Drawings. Payment for this work shall be at the Unit Price Bid for this item. 011063034.2 SECTION9.doc:6/7/2004 9-7 NC 50 FORCE MAIN 9.15 Curled Wood Mat Temoorarv Ditch Linin The Contractor shall place curled wood mat temporary ditch lining in ditches as shown on the Drawings. The mat shall consist of machine-produced mat of curled wood excelsior or coconut fibers with a majority of the fibers 6 inches or longer with consistent thickness and the fibers evenly distributed over the entire area of the blanket. The top of the mat shall be covered with a biodegradable synthetic mesh. The mesh shall be attached to the curled wood excelsior with photodegradable synthetic yarn. The Contractor shall place the curled wood mat temporary liner immediately after the ditch has been properly graded and prepared, fertilized, and seeded. The mesh shall be on top with the wood fibers in contact with the soil. The mat shall be unrolled in the ditch in the direction of the flow of water. The end of the upstream blanket shall overlap the buried end of the downstream blanket by a minimum of 4 inches. The mat shall be stapled as per manufacturer's specifications. Curled wood mat shall be Erosion Control Systems Excelsior High Impact, North American Green C125, Contech Excelsior Blanket, or equal. Curled wood mat shall be capable of withstanding a channel shear stress of 2.0 psf. The Contractor shall immediately repair or replace any section of mat which is not functioning properly or has been damaged in any way until a stable growth of grass has been established. The Engineer may direct the Contractor to place curled wood mat ditch liner at other locations not shown on Drawings. Payment for this work shall be at the Unit Price Bid for this item. 9.16 Svnthetic Mat Permanent Ditch Linin The Contractor shall place synthetic mat permanent ditch lining in ditches as shown on the Drawings. The mat shall consist of entangled nylon, polypropylene or polyester monofilaments mechanically joined at their intersections forming a three dimensional structure. The mat shall be crush-resistant, pliable, water-permeable, and highly resistant to chemical and environmental degradation. The Contractor shall place the synthetic mat immediately after the ditch has been properly graded and prepared, fertilized and seeded. The mat shall be unrolled in the direction of the flow of water. The upstream end of each section shall be secured in an anchor trench at leasttwelve inches deep. The upstream end of mat shall overlap the downstream section by a minimum of three feet, with the upstream length on top. The mat shall be staked as per manufacturer's specifications. Synthetic mat shall be Enkamat 7020, Synthetic Industries Landlock Erosion Mat TRM 1060, Miramat 1800, or equal. Synthetic mat shall be capable of withstanding a channel shear stress of 5.8 psf. The Contractor shall immediately repair or replace any section of mat which is not functioning properly or has been damaged in any way until a stable growth of grass has been established. The Engineer may direct the Contractor to place synthetic mat ditch liner at other locations not shown on Drawings. Payment for this work shall be paid at the Unit Price Bid for this item. 011063034.2 SECTION9.doc:6l7/2004 9-8 NC 50 FORCE MAIN 9.17 Establishment of Erosion Control Devices Due to the nature of the work required by this Contract, it is anticipated that the location and nature of the erosion control devices will be adjusted on several occasions to reflect the current phase of construction. Erosion control devices shall be established prior to or concurrent with the clearing operations in a given area. Where such practice is not feasible, the erosion control device(s) shall be established immediately following completion of the clearing operation. The construction schedule adopted by the Contractor will impact the placement and need for specific devices required for the control of erosion. The Contractor shall develop and implement such additional techniques as maybe required to minimize erosion and off site sedimentation. The location and extent of erosion control devices shall be revised at each phase of construction that results in a change in either the quantity or direction of surface runoff from construction areas. All deviations from the control provisions shown on the Drawings shall have the prior approval of the Engineer. 9.18 Maintenance of Erosion Control Devices The Contractor shall furnish the labor, materials and equipment required for routine maintenance of all erosion control devices. Maintenance shall be scheduled as required for a particular device to maintain the removal efficiency and intent of the device. Maintenance shall include but not be limited to 1) the removal and satisfactory disposal of trapped sediments from basins or silt barriers and 2) replacement of filter fabrics used for silt fences. Sediments removed from erosion control devices shall be disposed of in locations that will not result in off site sedimentation as approved by the Engineer. 9.19 Measurement and Payment The quantity of erosion and sedimentation control devices to be included for payment under this Section shall be the total unit quantity of each type erected or placed during the course of construction. All other work required to control erosion and maintain devices shall be considered incidental to the project and no specific payment will be made. Rip Rap and Stone for Erosion Control not included in other pay items shall be paid for at the unit price listed below when placed at the specific depth. For completing the work specified under this Section and shown on the Drawings, the Contractor shall be paid the Unit Prices Bid for the respective Pay Items stipulated below: Pay Item Description 9a Erect and Maintain Silt Fence 9b Construct and Maintain Temporary Sediment Basin 9c Construct and Maintain Stone Check Dam 9d Construct and Maintain Stone Filter 9e Construct and Maintain Rock Silt Check 9f Furnish and Place Rip Rap Unit LF EA EA EA EA TON 011063034.2 SECTION 9.doc:6/7/2004 9-9 NC 50 FORCE MAIN Pay Item Description Unit 9g Furnish and Place Stone for Erosion Control TON 9h Furnish and Place Synthetic Geotextile Filter Fabric SY 9i Furnish and Place Straw with Net Temporary Ditch Lining SY 9j Furnish and Place Curled Wood Mat Temporary Ditch Lining SY 9k Furnish and Place Synthetic Permanent Ditch Lining SY 91 Furnish and Place Temporary Stream Crossing EA ***END OF SECTION*** 011063034.2 SECTION 9.doc:6/7/2004 9-10 NC 50 FORCE MAIN SECTION 10 BORED AND JACKED HIGHWAY AND RAILROAD CROSSINGS 10.00 General The Contractor shall furnish all labor, equipment and materials and perform all operations in connection with the complete installation of a bored and jacked casing, as specified herein and as shown on the Drawings. The Contractor shall be responsible for the structural design of the casing pipe and coordinating work in this Section with related work specified elsewhere in this Contract so as to provide all hardware and accessories for a complete installation. The highway/railroad crossing(s) shall comply with standards set forth in the "Policies and Procedures for Accommodating Utilities on Highway Rights of Way" from the N.C. Department of Transportation, Division of Highways (Latest Revision),"Standard Specifications for Pipelines Conveying Flammable and Non-Flammable Substances" from the American Railway Engineering Association, and the "Standard Specifications for Highway Bridges" from AASHTO (Latest Revision). All parts of the materials furnished shall be amply designed, manufactured and constructed for the maximum stresses occurring during fabrication and erection. All materials shall be new and both workmanship and materials shall; be of the very best quality, entirely suitable for the service to which they will be subjected and shall conform to all applicable sections of these Specifications. Manufacturer's designs shall accommodate all the requirements of these Specifications. The Contractor shall be responsible for the structural design of the casing pipe. The Contractor shall submit certification that the casing pipe has been designed to resist all loads implied and reasonably anticipated plus other loadings stipulated in the N.C. Building Code in strict conformance with Section 16 of the Standard Specifications for Highway Bridges adopted by AASHTO, latest revision. THE CERTIFICATION SHALL ALSO STATE THAT THE DESIGN OF THE CASING PIPE HAS BEEN PERFORMED BY A PROFESSIONAL ENGINEER REGISTERED IN THE STATE OF NORTH CAROLINA. 10.01 Submittals The Contractor shall submit Shop Drawings, Material Certification, design certifications and other information as specified for all materials in this Section in accordance with Section 1, General. Shop Drawings shall also include complete erection, installation, and adjustment instructions and recommendations. 10.02 Manufacturers The materials covered by these Specifications are intended to be standard materials of proven reliability and as manufactured by reputable manufacturers having experience in the production of such materials. The materials furnished shall be designed, constructed, and installed in accordance with the best practices and methods. 011063034.2 SECTION10.doc.•6!7/2004 10-1 NC 50 FORCE MAIN 10.03 Casing Pipe The casing pipe shall be smooth wall or spiral welded steel pipe with a minimum yield strength of 35,000 psi. The minimum pipe size and wall thickness shall be as indicated in the table below. Actual thickness shall be determined and certified after design by the Contractor. All joints shall be butt welded with a full depth, single "V"groove weld. The casing pipe shall conform to ASTM A139, Grade B (without hydro-test) or ASTM A53, Grade B (without hydro-test). The outside of the casing pipe shall be coated with one coat of zinc chromate primer (10 mils DFT min) conforming to Federal Specifications and painted with a compatible black finish coat (12 mils DFT min). The carrier pipe shall be Ductile Iron as specified in Section 4, unless otherwise noted herein. Carrier Pipe Casing Pipe Wall Size (Nom.) Size (Min. I.D.) Thickness (Min.) 16-Inches 30-Inches 0.500-Inches 24-Inches 36-Inches 0.500-Inches 30-Inches 42-Inches 0.625-Inches 36-Inches 48-Inches 0.625-Inches 42-Inches 54-Inches 0.750-Inches 48-Inches 66-Inches 0.750-Inches 54-Inches 72-Inches 0.750-Inches 10.04 Installation -General The Contractor shall be responsible for the design, adequacy and methodology of the bored and jacked casing pipe installation. The Contractor shall submit the proposed method of installation, detailed layout information, methods to be implemented if unusual or adverse soil conditions (i.e.: running sand, water, etc.) are encountered during installation, and design certifications, all sealed and signed by a professional engineer registered in the State of North Carolina to the Engineer for submittal to the N.C. Department of Transportation, Design Services Unit or the Norfolk-Southern Corporation prior to starting work. The recommended methods and details shown on the Drawings and specified herein, are intended to indicate the minimum acceptable standard of quality required for the casing installation. Other methods of installation, based on acceptable industry standards and techniques, may be acceptable for the installation. Alternative methods proposed by the Contractor shall be submitted to the Engineer for review and approval prior to beginning work. Under no conditions shall jetting or wet boring of the casing/tunnel be allowed. All excavations and pits shall be well sheeted and braced as necessary for safe and adequate access for workmen, inspections, and materials and shall be of a size suitable to equipment and material handling requirements. All of the Contractor's plans, specifications and design computations for pit shoring shall be sealed and signed by a Professional Engineer registered in the State of North Carolina. All pits required for the installation of the casing/tunnel and located within NCDOT right-of-way shall be completely isolated from the roadway traffic with precast concrete barriers installed in accordance with the NCDOT Roadway Standard Drawings, Standard No. 150.02. 011063034.2 SECTION10.doc:6/7/2004 10-2 NC 50 FORCE MAIN Boring and Jackin Boring and jacking installations shall be jacked through dry bores slightly larger than the pipe bored progressively ahead of the leading edge of the advancing pipe as spoil is mucked by the auger back through the pipe. As the dry boring operation progresses, each new section of the casing pipe shall be 360° butt-welded, using a full depth, single "V"groove weld, to the next section previously jacked into place. The boring equipment to be used for installing the jacked casing shall be of such size and capacity to allow the boring to proceed in a safe and expeditious manner. The installation of the casing and boring of the hole shall be done as rapidly as possible and shall be done simultaneously to avoid voids, cave-ins or settlement and for safety of traffic above. A special lubricant may be used to facilitate movement or lessen the danger of jacked pipe from freezing. If voids are encountered or occur outside the casing pipe, grout holes shall be installed in the top section of the casing pipe at 10 foot (maximum) centers and the voids filled with 1:3 Portland Cement to sand grout with sufficient water added to produce a flowable mixture and at sufficient pressure to prevent settlement. The Contractor shall be prepared to bore through weathered or partially weathered rock, if encountered, with a specialized bit. Costs associated with this provision shall be deemed as included in the Unit Price Bid for each location and no additional payment will be made. In the event an obstruction is encountered during the boring and jacking operation, and the easing pipe is at least 30-inches in diameter, the auger shall be withdrawn and the obstruction removed. If a bolder is encountered and is removed by blasting or other approved method, the void shall be filled with grout, as previously specified. No blasting shall be permitted until a detailed blasting plan is submitted to and approved by the City of Raleigh, NCDOT, and the Engineer. The methods and techniques used for blasting shall be as described and in strict accordance with NCDOT "Policies and Procedures for Accommodating Utilities on Highway Rights-of-Way," Subsection on Tunnel Liners. All shoring materials shall be removed in such a manner so as to avoid collapse and to allow proper backfill. The backfill shall be placed in accordance with Section 4. Casing Alignment The Contractor shall check the vertical and horizontal alignment of the casing by survey instrument at least once during each four feet of advance, or as directed by the Engineer. Carrier Pipe Installation For all casing installations the carrier pipe shall be installed with adequately designed and spaced pipe alignment guides "spiders", secured, and bulkheaded as shown on the Drawings. The proposed procedure to install the carrier pipe is to "bell-up" the pipe outside the casing and push the carrier pipe through the casing. Restrained joint pipe shall be "extended" after installation in the casing pipe. Concrete brick and mortar bulkheads with air and water vent holes shall be constructed at the terminal ends of the casing. 011063034.2 SECTION10.doc:6l7/2004 10-3 NC 50 FORCE MAIN In addition, a Class B concrete cradle shall be provided from the. end of the casing bulkhead to the first pipe joint outside the casing. Surface Settlement Monitoring Prior to the beginning of any casing excavation, a surface settlement monitoring grid system shall be installed on the highway/railroad. This grid shall consist of PK nails installed along the tunnel centerline at ten foot intervals. Additional lines of PK nails shall be installed ten feet each side of the centerline. These points shall be initially read and the elevations recorded prior to the start of the casing construction. If no visible settlement is occurring during casing excavations, these points shall be read only at such times as the Contractor's surveyor is present to transfer the line and grade into the casing. These points shall be checked and elevations recorded on a daily basis, until the casing installation is completed. Dewatering The Contractor shall do all dewatering as required for the completion of the work. Procedures for dewatering proposed by the Contractor shall be submitted to the Engineer for review prior to any earthwork operations. All water removed by dewatering operations shall be disposed of in accordance with the North Carolina Sedimentation Pollution Control Act. The dewatering system shall be of sufficient size and capacity as required to control groundwateror seepage to permit proper excavation and boring, operations. The system shall include a sump system or other equipment, appurtenances and other related earthwork necessary for the required control of water. The Contractor shall drawdown groundwater to at least the bottom of excavations at all times in order to maintain a dry and undisturbed condition. The Contractor shall control, by acceptable means, all water regardless of source. Water shall be controlled and its disposal provided for. The entire periphery of the excavation areas shall be ditched and diked to prevent waterfromentering the excavation where applicable. The Contractor shall be fully responsible for disposal of the water and shall provide all necessary means at no additional expense to the Owner. The Contractor shall be solely responsible for proper design, installation, proper operation, maintenance, and any failure of any component of the system. The Contractor shall be responsible for and shall repair without cost to the Owner, any damage to work in place and the excavation, including damage to the bottom due to heave and including removal of material and pumping out of the excavated area. The Contractor shall be responsible for damages to any other area or structure caused by his failure to maintain and operate the dewatering system proposed and installed by the Contractor. The Contractor shall take all the steps that he considers necessary to familiarize himself with the surface and subsurface site conditions, and shall obtain the data that is required to analyze the water and soil environment at the site and to assure that the materials used for the dewatering systems will not erode, deteriorate, or clog to the extent that the dewatering systems will not perform properly during the period of dewatering. Copies of logs of borings and laboratory test results are available to the Contractor. This data is furnished for information only, and it is expressly understood that the Owner and Engineer will not be held responsible for any interpretations or conclusions drawn therefrom by the Contractor. Prior to the execution of the work, the Contractor, Owner and Engineer shall jointly survey the condition of adjoining structures. Photographs and records shall be made of any prior settlement or 011063034.2 SECTION10.doC:6/7/2004 10-4 NC 50 FORCE MAIN cracking of structures, pavements, and the like, that may become the subject of possible damage claims. 10.05 Soecial Construction Requirements for NCDOT The entire operation shall be subject to inspection by the Division of Highways' Resident Engineer or Inspector on the project, and shall have full authority to stop work if, in his opinion, it shall cause any damage to the roadway section or endanger traffic. All material shall be subject to inspection by the Division of Highways. The method of shoring the pits for tunneling operations shall be approved by the State Design Services Engineer of the Division of Highways prior to any work beginning at the site. The Owner, upon completion of the casing/tunnel liner installation, shall notify the Division Engineer in writing by letter with a copy to the attention of the State Design Services Engineer, North Carolina Department of Transportation, Division of Highways, Raleigh, North Carolina 27611, the Owner should require in his Contract the same of the Contractor. The Owner shall reimburse the Division of Highways for repair costs, should any settlement or damage result to the roadway within a period of one (1) year after completion of the casing/tunneling operations, the Owner should require in his contract the same of the Contractor. The Contractor and any of his subcontractors performing work on the State right of way in connection with tunneling operations shall furnish to the Department of Transportation to the attention of the State Design Services Engineer, North Carolina Department of Transportation, Division of Highways, Raleigh, North Carolina 27611, for his approval, a certificate of insurance, in an original and one copy, in the minimum amounts of $500,000 Bodily Injury and $250,000/$500,000 Property Damage as evidence of proper coverage before beginning anywork at the site. The Certificate is to show that explosion, collapse and underground insurance coverage is provided and is to make reference to the project, county and the Design Services Unit's file number. The Certificate is also to be countersigned by an authorized North Carolina Resident Agent with the name and address of the agent denoted thereon. tt will be the responsibility of the Contractor and/or his subcontractor to furnish and keep in force the insurance requirements for a period of one (1) year after completion and acceptance of the work by the Owner and the Department of Transportation. 10.06 Special Construction Requirements for the Railroads The Contractor and any of his subcontractors performing work in connection with casing/tunnel installations shall furnish to each railroad company the following: NORFOLK-SOUTHERN CORPORATION 1. General Liability Insurance -not less than $1,000,000 per occurrence. 2. Railroad Protective Liability Insurance -not less than $2,000,000 per occurrence and $6,000,000 aggregate. 3. A Pollution Exclusion Amendment is required. 011063034.2 SECTION10.doc:sn/2004 10-5 NC 50 FORCE MAIN 4. Norfolk Southern Corporation, Three Commercial Place, Norfolk, VA 23510-2191, being named as certificate holder. 5. If the Contractor is unable to obtain the Railroad Protective Liability Insurance you may request to be included in the Norfolk Southern Corp. master policy. The fee for this service is usually $350 per crossing. It will be the responsibility of the Contractor and/or his subcontractor to furnish and keep in force the insurance requirements for a period of one (1) year after completion and acceptance of the work by the Owner and each railroad company. A flagman will be required by each railroad company for this project. The Contractor shall pay the costs for each flagman required for the duration of the work within the railroad Rights-of-Way. The flagman cannot be provided by any other personnel other than an authorized employee of each railroad. The daily cost for the flagman shall be estimated as follows: 1. Norfolk Southern Corporation: $250 per day based on an 8 hour day. Contact Glenn Mauer (919) 596-1240. 10.08 Measurement and Payment Quantities included for payment under this Section shall be the total amount of work and materials required for each bored and jacked crossing installed at the locations shown on the Drawings. The Lump Sum cost at each location shall include the carrier pipe, casing pipe, pipe alignment guides, vent pipe (if required), all excavations, dewatering, jacking, boring, brick bulkhead, concrete cradle (as specified above) and sheeting as required for a complete installation. All other work required to complete the bored and jacked crossing shall be considered as incidental to the project and no specific payment will be made. For completing the work specified under this Section, and as shown on the Drawings, the Contractor shall be paid the Unit Price Bid for the Pay Item(s) stipulated below: Pay Item Description Unit 10a Furnish and Install Bored and Jacked Highway Crossing @ FM LS Sta. 50+00. 10a Furnish and Install Bored and Jacked Highway Crossing @ FM LS Sta. 50+00. 10a Furnish and Install Bored and Jacked Highway Crossing @ FM LS Sta. 50+00. 10a Furnish and Install Bored and Jacked Highway Crossing @ FM LS Sta. 50+00. 10a Furnish and Install Bored and Jacked Highway Crossing @ FM LS Sta. 50+00. 10a Furnish and Install Bored and Jacked Highway Crossing @ FM LS Sta. 50+00. 011063034.2 SECTION10.doc:6/7/2004 10-6 NC 50 FORCE MAIN 10a 10a 10a Furnish and Install Bored and Jacked Highway Crossing @ FM Sta. 50+00. Furnish and Install Bored and Jacked Highway Crossing @ FM Sta. 50+00. Furnish and Install Bored and Jacked Highway Crossing @ FM Sta. 50+00. ***END OF SECTION**'' LS LS LS 011063034.2 SECTION10.doc:6/7/2004 10-7 NC 50 FORCE MAIN NUMBER DATE GR. AMOUNT DISCOUNT. TpX €:ADD: CHRt3. NET AMOUNT: HIGHWAY50PUMP 05/21/04 200.00 .00 .00 .00 200.00 S/401 ROUP JUN ~ 8 2 U4 Z2`~~0 D~~3 QllAIITY 0170N