Loading...
HomeMy WebLinkAbout20040048 Ver 1_COMPLETE FILE_200401144 wATFy QG 1I ICS r iviicnaei r. rsasiey, vovemor William G. Ross Jr., Secretary North Carolina Department of Environment and Natural Resources Alan W. Klimek, P.E., Director I C2ARCADIS FPS Infrastructure, buildings, environment, communications John Dorney, P.E. Wetlands/401 Division Unit NCDENR - Division of Water Quality 1650 Mail Service Center Raleigh, North Carolina 27699-1650 W PPAMOS ! 0 , GAR OUP JAN 1 4 M4 WWI Esc SECTION Subject: Goldsboro, North Carolina Reedy Branch Sanitary Sewer Improvemgnts Dear Mr. Dorney: ARCADIS-FPS has been retained by the City of Goldsboro to design a sanitary sewer and water main improvement project. On behalf of the City, we are pleased to submit: 1. Seven (7) copies of the Preconstruction Notification Application Form. 2. Seven (7) copies of Jurisdictional Wetland Delineation Report 3. Seven (7) copies of plans and specifications. The City of Goldsboro is seeking approval of plans and specifications and an Authorization to Construct from the Division of Water Quality. Please call me if you have any questions. Sincerely, Finkbeiner, Pettis and Strout, Inc. David A. Hamilton, PE Project Manager Copies: Mr. Terry Gallimore, City of Goldsboro Finkbeiner, Pettis & Strout, Inc. One Centerview Drive Suite 208 Greensboro North Carolina 27407 Tel 336 292 2271 Fax 336 855 5648 Date: 13 January 2004 Contact: David A. Hamilton Phone: 336.292.2271 Email: damilton@arcadis- us.com Part of a bigger picture Office Use Only: Form Version May 2002 4n' USACE Action ID No. DWQ No. (If any particular item is not applicable to this project, please enter "Not Applicable" or "N/A".) I. Processing 1. Check all of the approval(s) requested for this project: ? Section 404 Permit ® Riparian or Watershed Buffer Rules ? Section 10 Permit ? Isolated Wetland Permit from DWQ ® 401 Water Quality Certification 2. Nationwide, Regional or General Permit Number(s) Requested: NWP 12 3. If this notification is solely a courtesy copy because written approval for the 401 Certification is not required, check here: ? 4. If payment into the North Carolina Wetlands Restoration Program (NCWRP) is proposed for mitigation of impacts (verify availability with NCWRP prior to submittal of PCN), complete section VIII and check here: ? 5. If your project is located in any of North Carolina's twenty coastal counties (listed on page 4), and the project is within a North Carolina Division of Coastal Management Area of Environmental Concern (see the top of page 2 for further details), check here: ? II. Applicant Information WER41V3, 1. Owner/Applicant Information Name: City of Goldsboro JAN 1 4 2004 Mailing Address: 222 N. Center St. Goldsboro, NC 27533 WA E°°' QUALI ? A Telephone Number: (919) 580-4333 Fax Number: (919) 580-4344 E-mail Address: zaknci.ggldsboro.nc.us 2. Agent/Consultant Information (A signed and dated copy of the Agent Authorization letter must be attached if the Agent has signatory authority for the owner/applicant.) Name: David A. Hamilton Company Affiliation: ARCADIS-FPS Mailing Address: One Centerview Dr. Suite 208 Greensboro, NC 27407 Telephone Number: (336) 292-2271 Fax Number: (336) 855-5648 E-mail Address: dhamiltongarcadis-us.com III. Project Information Attach a vicinity map clearly showing the location of the property with respect to local landmarks such as towns, rivers, and roads. Also provide a detailed site plan showing property Page 5 of 13 boundaries and development plans in relation to surrounding properties. Both the vicinity map and site plan must include a scale and north arrow. The specific footprints of all buildings, impervious surfaces, or other facilities must be included. If possible, the maps and plans should include the appropriate USGS Topographic Quad Map and NRCS Soil Survey with the property boundaries outlined. Plan drawings, or other maps may be included at the applicant's discretion, so long as the property is clearly defined. For administrative and distribution purposes, the USACE requires information to be submitted on sheets no larger than 11 by 17-inch format; however, DWQ may accept paperwork of any size. DWQ prefers full-size construction drawings rather than a sequential sheet version of the full-size plans. If full-size plans are reduced to a small scale such that the final version is illegible, the applicant will be informed that the project has been placed on hold until decipherable maps are provided. 1. Name of project: Reedy Branch Sanitary Sewer improvements 2. T.I.P. Project Number or State Project Number (NCDOT Only): 3. Property Identification Number (Tax PIN): See attached list. 4. Location County: WoMe_ Nearest Town: Goldsboro Subdivision name (include phase/lot number): Directions to site (include road numbers, landmarks, etc.): South most project limits is located approximately 0.3 miles north of the intersection of US 70 Bypass and CUVIer Best Road. 5. Site coordinates, if available (UTM or Lat/Long): N 35024'l 5"; W 77°56' 15" (Note - If project is linear, such as a road or utility line, attach a sheet that separately lists the coordinates for each crossing of a distinct waterbody.) 6. Property size (acres): 15 Acres 7. Nearest body of water (stream/river/sound/ocean/lake): Reedy Branch Creek 8. River Basin: Neuse (Note - this must be one of North Carolina's seventeen designated major river basins. The River Basin map is available at hLtp://h2o.enr.state.ne.us/admin/maps/.) 9. Describe the existing conditions on the site and general land use in the vicinity of the project at the time of this application: The site has mainly flat topography where much of the land is woodlands and agricultural fields. The portion along Hare Road is moderately developed with single-family homes. The portion of the sewer line along Reedy Branch Creek lies within delineated wetlands and is downslope of the Wayne County Community College. Land use in the surrounding area is light to moderate single-family homes with several apartment/condominium housing. At the south end of the project where the line ties into existing manholes along US 70 it becomes light to moderate commercial development. Page 6 of 13 10. Describe the overall project in detail, including the type of equipment to be used: Section 1: Section 1 consists of the proposed sewer that runs south from the intersection of Tommy's Road and Hare Road for approximately 0.7 miles. This section continues as the sewer travels northwest along New Hope Road and turns to travel south on the west side of Reedy Branch for approximately 0.7 miles. Section 2: Section 2 consists of the proposed sewer that runs from US 70 along Cuyler Best Road approximately 1 mile to the intersection with New Hope Road. It travels approximately 1/2 mile north on New Hope Road to the existing water tank site. The line also travels approximately 1/4 mile south from Best Road along New Hope Road. The project will consist of 24" DIP throughout the wetlands and 12, 8 and 4-inch PVC along the rest of the project area. All sewer pipes will be DIP if the pipe runs within 100 feet of a potable well. Additionally, the sewer pipe will be DIP within 50 feet of any. creek crossings. The sewer pipe will be installed with conventional trenching equipment, except all road and creek crossings will be bore and jack installation. 11. Explain the purpose of the proposed work: The purpose of the project is to providzsanitary sewer servie to a developing area of Goldsboro. IV. Prior Project History If jurisdictional determinations and/or permits have been requested and/or obtained for this project (including all prior phases of the same subdivision) in the past, please explain. Include the USACE Action ID Number, DWQ Project Number, application date, and date permits and certifications were issued or withdrawn. Provide photocopies of previously issued permits, certifications or other useful information. Describe previously approved wetland, stream and buffer impacts, along with associated mitigation (where applicable). If this is a NCDOT project, list and describe permits issued for prior segments of the same T.I.P. project, along with construction schedules. The project extends an existing 24" sanitary sewer that was installed to serve the Wayne County Community College. This original sewer line was installed prior to the Neuse Basin Riparian Buffer Rule Implementation; therefore, there is no prior project history, other than a sewer extension permit. V. Future Project Plans Are any future permit requests anticipated for this project? If so, describe the anticipated work, and provide justification for the exclusion of this work from the current application. None. VI. Proposed Impacts to Waters of the United States/Waters of the State It is the applicant's (or agent's) responsibility to determine, delineate and map all impacts to wetlands, open water, and stream channels associated with the project. The applicant must also provide justification for these impacts in Section VII below. All proposed impacts, permanent and temporary, must be listed herein, and must be clearly identifiable on an accompanying site plan. All wetlands and waters, and all streams (intermittent and perennial) must be shown on a delineation map, whether or not impacts are proposed to these systems. Wetland and stream Page 7 of 13 evaluation and delineation forms should be included as appropriate. Photographs may be included at the applicant's discretion. If this proposed impact is strictly for wetland or stream mitigation, list and describe the impact in Section VIII below. If additional space is needed for listing or description, please attach a separate sheet. 1. Provide a written description of the proposed impacts: The impacts to the jurisdictional wetland delineated on the attached figure, includes mechanized clearing, grading and stabilization back to the existing ground elevations. The forested wetlands within the construction corridor would be converted to herbaceous wetlands.. 2. Individually list wetland impacts below: Wetland Impact Site Number indicate on ma Type of Impact* Area of Impact (acres) Located within 100-year Floodplain** (es/no) Distance to Nearest Stream linear feet) Type of Wetland*** 1 Mechanized Clearing, Grading, Stabilization 3.3 yes 50+ ft Forested wetland. * List each impact separately and identify temporary impacts. Impacts include, but are not limited to: mechanized clearing, grading, fill, excavation, flooding, ditching/drainage, etc. For dams, separately list impacts due to both structure and flooding. ** 100-Year floodplains are identified through the Federal Emergency Management Agency's (FEMA) Flood Insurance Rate Maps (FIRM), or FEMA-approved local floodplain maps. Maps are available through the FEMA Map Service Center at 1-800-358-9616, or online at http://www.fema.gov. *** List a wetland type that best describes wetland to be impacted (e.g., freshwater/saltwater marsh, forested wetland, beaver pond, Carolina Bay, bog, etc.) Indicate if wetland is isolated (determination of isolation to be made by USACE only). List the total acreage (estimated) of all existing wetlands on the property: 31.25 (see figure on attached Jurisdictional Wetland Delineation report). Total area of wetland impact proposed: 3.3 acres. 3. Individually list all intermittent and perennial stream impacts below: Stream Impact Length of Average Width Perennial or Site Number Type of Impact* Impact Stream Name** of Stream Intermittent? (indicate on map) (linear feet) Before Im act (please secify Clearing, grading, 1 excavation, 40 UT-Reedy Branch loft Perennial grass-lined channels. Page 8 of 13 Clearing, grading, 2 excavation, 40 UT-Reedy Branch 4 ft Intermittent grass-lined channels. Clearing, grading, 3 excavation, 40 UT-Reedy Branch 4 ft Intermittent grass-lined channels. Clearing, grading, 4 excavation, 40 UT-Reedy Branch 4 ft Intermittent grass-lined channels. Clearing, grading, 5 excavation, 40 UT-Reedy Branch 6 ft Perennial grass-lined channels. * List each impact separately and identify temporary impacts. Impacts include, but are not limited to: culverts and associated rip-rap, dams (separately list impacts due to both structure and flooding), relocation (include linear feet before and after, and net loss/gain), stabilization activities (cement wall, rip-rap, crib wall, gabions, etc.), excavation, ditching/straightening, etc. If stream relocation is proposed, plans and profiles showing the linear footprint for both the original and relocated streams must be included. ** Stream names can be found on USGS topographic maps. If a stream has no name, list as UT (unnamed tributary) to the nearest downstream named stream into which it flows. USGS maps are available through the USGS at 1-800-358-9616, or online at www.usss.sov. Several internet sites also allow direct download and printing of USGS maps (e.g., www.topozone.com, www.mapguest.com, etc.). Cumulative impacts (linear distance in feet) to all streams on site: 110 feet will be used for a permanent maintenance corridor. Another 120 feet will be disturbed during construction but will be returned to its natural vegetation and existing ground elevations. 4. Individually list all open water impacts (including lakes, ponds, estuaries, sounds, Atlantic Ocean and any other water of the U.S.) below: There are no lakes, ponds, estuaries, sounds, Atlantic Ocean or any other water of the U.S. being impacted for this project. Reedy Branch Creek is the only water system being impacted. Open Water Impact Site Number indicate on ma) Type of Impact* Area of Impact (acres) Name of Waterbody (if applicable) Type of Waterbody (lake, pond, estuary, sound, bay, ocean, etc. * List each impact separately and identify temporary impacts. Impacts include, but are not limited to: fill, excavation, dredging, flooding, drainage, bulkheads, etc. 5. Pond Creation Page 9 of 13 If construction of a pond is proposed, associated wetland and stream impacts should be included above in the wetland and stream impact sections. Also, the proposed pond should be described here and illustrated on any maps included with this application. Pond to be created in (check all that apply): ? uplands ? stream ? wetlands Describe the method of construction (e.g., dam/embankment, excavation, installation of draw-down valve or spillway, etc.): There are no ponds being created in the wetlands area. Proposed use or purpose of pond (e.g., livestock watering, irrigation, aesthetic, trout pond, local stormwater requirement, etc.): There are no ponds being created in the wetlands area. Size of watershed draining to pond: There are no ponds being created in the wetlands area. Expected pond surface area: There are no ponds being created in the wetlands area. VII. Impact Justification (Avoidance and Minimization) Specifically describe measures taken to avoid the proposed impacts. It may be useful to provide information related to site constraints such as topography, building ordinances, accessibility, and financial viability of the project. The applicant may attach drawings. of alternative, lower-impact site layouts, and explain why these design options were not feasible. Also discuss how impacts were minimized once the desired site plan was developed. If applicable, discuss construction techniques to be followed during construction to reduce impacts. The proposed sanitary sewer line ties into an existing manhole that is in the delineated wetlands and in order to meet the tie in point and still have the future customers served by a gravity sewer, the proposed location was the most efficient and practical. The proposed route is outside of the 50' Zone 2 Riparian buffer and contains no permanent structure other than the underground pipe and manholes. By keeping the sewer rg avity operated, the City is able to avoid puttin in n any permanent structures such as a pumping station or permanent access roads to maintain such a facility. The only wet stream crossing (Reedy Branch is designed to be bored, rather than trenched, to minimize impacts to the stream and its banks. Once the area is as well as protect the area from increased sediment. The disturbed area will be returned to natural vegetation and existing ground elevations, once construction is complete. The disturbed area will function as an herbaceous wetland due to the clearing requirements by the Cit T?for utility maintenance corridors. VIII. Mitigation DWQ - In accordance with 15A NCAC 2H .0500, mitigation may be required by the NC Division of Water Quality for projects involving greater than or equal to one acre of impacts to freshwater wetlands or greater than or equal to 150 linear feet of total impacts to perennial streams. USACE - In accordance with the Final Notice of Issuance and Modification of Nationwide Permits, published in the Federal Register on March 9, 2000, mitigation will be required when necessary to ensure that adverse effects to the aquatic environment are minimal. Factors including size and type of proposed impact and function and relative value of the impacted Page 10 of 13 aquatic resource will be considered in determining acceptability of appropriate and practicable mitigation as proposed. Examples of mitigation that may be appropriate and practicable include, but are not limited to: reducing the size of the project; establishing and maintaining wetland and/or upland vegetated buffers to protect open waters such as streams; and replacing losses of aquatic resource functions and values by creating, restoring, enhancing, or preserving similar functions and values, preferable in the same watershed. If mitigation is required for this project, a copy of the mitigation plan must be attached in order for USACE or DWQ to consider the application complete for processing. Any application lacking a required mitigation plan or NCWRP concurrence shall be placed on hold as incomplete. An applicant may also choose to review the current guidelines for stream restoration in DWQ's Draft Technical Guide for Stream Work in North Carolina, available at h"://h2o.enr.state.nc.us/ncwetlands/strmgide.htrnl. 1. Provide a brief description of the proposed mitigation plan. The description should provide as much information as possible, including, but not limited to: site location (attach directions and/or map, if offsite), affected stream and river basin, type and amount (acreage/linear feet) of mitigation proposed (restoration, enhancement, creation, or preservation), a plan view, preservation mechanism (e.g., deed restrictions, conservation easement, etc.), and a description of the current site conditions and proposed method of construction. Please attach a separate sheet if more space is needed. Mitigation will consist of the minimization and avoidance of the impact as described in the above section. The stream crossing is perpendicular and will be bored to avoid having construction activity within Riparian Buffer Zones 1 and 2. The permanent easement corridor width will be 10' within the riparian Zones 1 and 2 and will be approximately 140 linear feet; therefore, designating the practice as allowable. 2. Mitigation may also be made by payment into the North Carolina Wetlands Restoration Program (NCWRP). Please note it is the applicant's responsibility to contact the NCWRP at (919) 733-5208 to determine availability and to request written approval of mitigation prior to submittal of a PCN. For additional information regarding the application process for the NCWRP, check the NCWRP website at http://h2o.enr.state.nc.us/)M/index.htm. If use of the NCWRP is proposed, please check the appropriate box on page three and provide the following information: Amount of stream mitigation requested (linear feet): Amount of buffer mitigation requested (square feet): Amount of Riparian wetland mitigation requested (acres): Amount of Non-riparian wetland mitigation requested (acres): Amount of Coastal wetland mitigation requested (acres): IX. Environmental Documentation (required by DWQ) Does the project involve an expenditure of public (federal/state) funds or the use of public (federal/state) land? Page 11 of 13 Yes ® No ? If yes, does the project require preparation of an environmental document pursuant to the requirements of the National or North Carolina Environmental Policy Act (NEPA/SEPA)? Note: If you are not sure whether a NEPA/SEPA document is required, call the SEPA coordinator at (919) 733-5083 to review current thresholds for environmental documentation. Yes ? No If yes, has the document review been finalized by the State Clearinghouse? If so, please attach a copy of the NEPA or SEPA final approval letter. Yes ? No ? X. Proposed Impacts on Riparian and Watershed Buffers (required by DWQ) It is the applicant's (or agent's) responsibility to determine, delineate and map all impacts to required state and local buffers associated with the project. The applicant must also provide justification for these impacts in Section VII above. All proposed impacts must be listed herein, and must be clearly identifiable on the accompanying site plan. All.buffers must be shown on a map, whether or not impacts are proposed to the buffers. Correspondence from the DWQ Regional Office may be included as appropriate. Photographs may also be included at the applicant's discretion. Will the project impact protected riparian buffers identified within 15A NCAC 2B .0233 (Meuse), 15A NCAC 2B .0259 (Tar-Pamlico), 15A NCAC 2B .0250 (Randleman Rules and Water Supply Buffer Requirements), or other (please identify Neuse )? Yes ? No ® If you answered "yes", provide the following information: Identify the square feet and acreage of impact to each zone of the riparian buffers. If buffer mitigation is required calculate the required amount of mitigation by applying the buffer multipliers. Zone* Impact (square feet) Multiplier Required Mitigation 1 3 2 1.5 Total * Zone 1 extends out 3U teet perpendicular from near banK of channel; Gone L extends an additional 20 feet from the edge of Zone 1. If buffer mitigation is required, please discuss what type of mitigation is proposed (i.e., Donation of Property, Conservation Easement, Riparian Buffer Restoration / Enhancement, Preservation or Payment into the Riparian Buffer Restoration Fund). Please attach all appropriate information as identified within 15A NCAC 2B .0242 or.0260. Page 12 of 13 There is no mitigation required because the perpendicular stream crossing will have a permanent maintenance corridor limited to 10 feet in width. No surface construction disturbance will occur along the 140-foot subterranean bore that passes through the riparian buffer. This practice is allowable per Administrative Code 15A NCAC 02B .0233 (6) - Table of Uses. XI. Stormwater (required by DWQ) Describe impervious acreage (both existing and proposed) versus total acreage on the site. Discuss stormwater controls proposed in order to protect surface waters and wetlands downstream from the property. Entire project area is grassed or wooded, therefore, there is no impervious area associated with the sewer improvements. Limiting erosion and sediment transport off-site through measures shown on drawings and included in Sedimentation and Erosion Control Plan (check dams, silt fencing, ditch stabilization, rip rap, etc.). XII. Sewage Disposal (required by DWQ) Clearly detail the ultimate treatment methods and disposition (non-discharge or discharge) of wastewater generated from the proposed project, or available capacity of the subject facility. This is a non-discharge project/facility. The sewage will be conveyed through the sanitary sewe system and disposed of at the Goldsboro WWTF. XIII. Violations (required by DWQ) Is this site in violation of DWQ Wetland Rules (15A NCAC 2H .0500) or any Buffer Rules? Yes ? No Is this an after-the-fact permit application? Yes ? No XIV. Other Circumstances (Optional): It is the applicant's responsibility to submit the application sufficiently in advance of desired construction dates to allow processing time for these permits. However, an applicant may choose to list constraints associated with construction or sequencing that may impose limits on work schedules (e.g., draw-down schedules for lakes, dates associated with Endangered and Threatened Species, accessibility problems, or other issues outside of the applicant's control). Page 13 of 13 (Agent's signature is valid only if an authorization letter from the applicant is provided.) t ^? ENVIRONMENTAL CONSULTANTS 8480 Garvey Drive Since 1985 Tei:(919)872-1174 or (800)407-0889 Raleigh, North Carolina 27616-3175 Fax:(919)872-9214 e-mail: rooldstein(MriaaCarolina com website: www.riaaCarolina.com May 22, 2003 Mr. David Hamilton, P.E. Finkbeiner, Pettis & Strout, Inc. One Centerview Drive Greensboro, N.C. 27407 RE: Jurisdictional Wetland Delineation, Proposed Sewerline Corridor along Reedy Branch in Wayne County, NC. Mr. Hamilton: Robert J. Goldstein & Associates has completed surveys of the proposed sewerline corridor along Reedy Branch in Wayne County, NC. The route is bounded by New Hope Road to the north, an existing sewerline to the south, Wayne County Community College (WCCC) to the west, and Reedy Branch to the east. Sequentially numbered flags (pink) were hung along the wetland's boundary from south to north (flag WA-1, through WA -184). The area is a wetland complex, dominated by alluvial hardwoods and dense understory vegetation. Numerous seeps and drainage channels were observed. These inputs maintain upslope portions of the wetland. Beaver activity in the lower slope areas of this wetland has created large marsh areas along Reedy Branch. Several areas of this wetland are defined by moderate to steep slopes with obvious boundaries, whereas others are saturated areas reaching upslope to their source. We did not locate the proposed project's transect line, so we instead delineated the entire wetland edge. The area covered should be more than sufficient to accommodate realignments to your proposed corridor. The wetland delineation extents are illustrated on the attached figure. Some portions extend beyond the treeline, upslope into mowed portions of the WCCC property. These areas were not delineated. The attached figure illustrates five unnamed tributaries (Uts) of Reedy Branch. The first three, numbered on Figure 1 accordingly, are depicted on Wayne County soil surveys, and do qualify for protection under 15A NCAC 2B .0233 (Neuse River Riparian Area Buffer Rules). The remaining two streams, numbered 4 and 5 on the attached figure, do not appear on either USGS 7.5 minute topographic maps or Wayne County soil survey. These streams do not qualify for protection. However, local regulations and planning staff should be consulted to determine if protection is mandated under local ordinance. Our biologists also observed a protected species. Lanius ludovicianus (Loggerhead Shrike), during our surveys. This bird, protected as a species of `Special Concern' by the State of North Carolina, was observed upslope of the proposed project, inside WCCC maintained lawn and does not utilize alluvial forests for nesting or forage. Avoidance of upland forest edges and open forage areas should insure no impact to this species. Environmental Assessments # Environmental Impact Statements :Jurisdictional Wetland Delineations a Endangered Species Surveys GIS/GPS Mapping P Reservoirs *Archaeological Surveys and Testing • Water Supply Projects *Real Estate Risk Assessments *Lake Management Watershed Management 0 lnstream Flow Analyses • Mitigation Plans • Stream Restoration • Municipal Solid Waste Landfills • Sewerlines Wastewater Treatment Plants • 404 and 401 Permits • Groundwater Monitoring • Biological Assessments • Expert Witness Testimony ENVIRONMENTAL CONSULTANTS 8480 Garvey Drive Since 9985 Tel:(919)872-1174 or (800)407-0889 Raleigh, North Carolina 27616-3175 Fax:(919)872-9214 e-mail: raoldstein(Md-gaCarolina com website: www.rioaCarolina.com Stream and wetland delineation flag locations were recorded with our sub-meter GPS. The GPS points are being sent to you via email, as AutoCAD r14.dxf files, NAD 83 meters. COE Wetland Determination forms will be mailed out tomorrow morning. These will be necessary if permitting is required. Two links are provided for your information below. DWQ General Certification 3374 is the state's counterpart for the US Army Corps of Engineers Nationwide Permit (NWP) 12, Utility Line Backfill and Bedding, which applies to the proposed project. The text of these regulations are also enclosed for your reference. •DWQ General Certifications: http://h2o.enr.state.nc.us/ncwetlands/certs.html •US Army COE Wilmington District: http://www.saw.usace.army.miI/wetlands/general&nationwide permits.htm •NCAC (Buffers in Title 15A, Chapter 2, subchapter B, section .0233: http://ncrules state nc us/ncadministrativ /title 15aenviron /chapter02enviro /default.htm The permitting process can be complex; don't hesitate to contact us with questions. Your project also requires DWQ approval to impact Neuse River Riparian Buffers, 15A NCAC 2B .0233. Call with questions. Thank you for the opportunity to provide environmental services to FP&S. Sincerely, Christopher D. Hopper, Biologist Robert J. Goldstein & Associates, Inc. 8480 Garvey Drive - Raleigh, NC 27616 (919) 872-1174 fax: (919) 872-9214 URL: www.rigaCarolina.com Email: chopper _rigaCarolina.com Environmental Assessments • Environmental Impact Statements • Jurisdictional Wedand Delineations • Endangered Species Surveys GIS/GPS Mapping *Reservoirs &Archaeological Surveys and Tesdng • Water Supply Projects *Real Estate Risk Assessments *Lake Management Watershed Management • Instream Flow Analyses • Midgation Plans • Stream Restoration • Municipal Solid Waste Landfills • Sewerlines Wastewater Treatment Plants • 404 and 401 Permits • Groundwater Monitoring • Biological Assessments • Expert Witness Testimony it ZM-ZL8(666) :X8b (.U00'i L.lll0.>eoebfTjVtiVW BL£-MLZ ON '4Bie1ea VL66ZL8 (66) enua AGAM0 (381,19 S1NviinSN 00 IVIN3 W N 081AN3 •aul `samoossv :p waisppoD •r magoy ' s •eug01e0 yVoN uno0 au eM '100101 aupaaMeS L a.nBld posodoid aol paaedaid `pueje (peeN 6uole uogeeullaa puegaM ? jl) swesil.s aaglo o} elgeogdde I + F, salru jo} suoll.elnBei leool l,insuoo p # •(salm jejjna JGAIN asnON i r }t -?f 6uliaMpl.) sdL*lN Ilos Sos dasn 3 uo jeadde g pue `z` 6 sweaa}s.Ln SJaleM aofr rtg w?' q •. Ej7 7 pa}eaullap IOU 8003 ?f puelleM leuollol0slanf £ load 00% Q •r Y a alloy 41unwuuoJ Ajuhoo auKeM v_ // ? L"r? ? .. { yet' 1 Y ? t T' Y? h rl'M S a DATA FORM ROUTINE WETLAND DETERMINATION (1987 COE Wetlands Delineation Manual) ProjectYSite:_. ; Date: vie-, a, J , , f R'63 Applicant/Owner: County' ;-, e Investigator ,???? State: Do Normal Circumstances east on the site? e- Community ID: Is the site significantly disturbed (Atypical Situation) ? es Transect ID: Is the area a potential Problem Area? Yes No Plot ID: If needed, a lain on reverse. VEGETATION HYDROLOGY Do inant Plant Species m Stratum Indicator Dominant Plant Species Stratum Indicator 1. ,r ( L Z , ?, l to o- . 3 u , r;k-. 2 _ 9. L y a Vi 'N <- 2. ~ivt? ?• t' ?A r.`. ? e 10. 1 - vC i C+` cue .ac?f? t n c s1 . ? ? _ 3. )) { ? y ? ? 4. ':v e Ll ?' w ?7L7 I 1 !' (? 12. _ 6. 14. 7. 't?X . off:: S ?? ?a1S'v l e lid 15. 8. U;10-, Oy'+? c _ I ?'Y d? i a+ 16. _ Percent of Dominant Species that are OBL. FACW or FAC .. . ...i'?t ( excluding FAC Remarks: _ Recorded Data (Descrbe in Remarks): Stream, Lake, or Tide Gauge _ Aerial Photographs _ Other _ No Recorded Data Avallable Wetland Hydrology Indicators: Primary indicators: _ hnxndated _ Saturated in Upper 12 Inches _ Water Marks _ Drift Lines _ Sediment Deposits Field Observations: Drainage Patterns in Wetlands -' \ Secondary Indicators (2 or more required): Depth of Surface Water. (in.) _ Oxidized Root Channels In Upper 12 Inches Water-Stalled Leaves Depth to Free Water in Pit: (in.) _ Local Sal Survey Data ,/ - FAC-Neutral Test Depth to Saturated Soil: (in.) _ Other (Explain in Remarks) Remarks: Al/A 132 Appendix B Blank and Example Data Forms r SOILS Map Unit Name (Series and Phase): Cra-yc? n -%Z _++r °f . v1? b n -ite `! Drainage Gass: Taxonomy (Subgroup). ti''tcl?i Field Observations Confirm Mapped Type? .Yes __No .:. . Profile Description: Depth Matrix Color ` finches) Horizon (Munsell Mois Mottle Colors Mottle Abundance/ Texture, Concretions, t) (Munseli Moist) Size/Contrast Structure. etc. -(? +? . ???? 1. , .. Hydric Soil Indicators: _ Hstosol - Concretions _ Hstic Epipedon _ Hgh Organic Content in Surface Layer in Sandy We _ Sulfidic Odor _ Organic Streaking In Sandy Solls _ Aquic Moisture Regime - Listed on Local Hydric Soils List _ Reducing Conditions - Listed on National Hydric Soils List Gieyed or Low-Chroma Colors _ Other (EVlain in Remarks) Remarks: WETLAND DETERMINATION Fydrophytic Vegetation Present? Yes No (Circle) y -.(Circle) Wetland Hydrology Present? Yes ? "'^ Hydric Sail Present? Yes Is this Sampling Point Within a Wetland? Yes 0 Remarks: ^ . 4 _? _1 ?1x1L?i? T\OC b-4 Aooroved by Appendix B Blank and Example Data Fors 133 DATA FORM ROUTINE WETLAND DETERMINATION (1987 COE Wetlands Delineation Manual) Project/Site:° Date: HL4 1 _ `? . Z =c . Applicant/Owner: County: Investigator: ?•?w . < ? . a? " \i lcl- State: . Do Normal Circumstances e)dst on the site? Yes) No Community ID: Is the site significantly disturbed (Atypical Situation)? Yes CN7oD Transect ID: Is the area a potential Problem Area? Yes No Plot ID: If needed explain on reverse. VEGETATION Dominant Plant Speci es Stratum Indicator Dominant Plant Species Stratum Indicator 2. Act-s, .rt `Jiri JL} it 1''b`v 4.LirtC, !L e" ;. "C?S?? •. 14 ?C? ?. 12.j1?C?j1.^l?l t:al '-' 13 ';ii ci.Ll a Z? 8. + ? :1at ?t.Smt=.;t lip; ^r'L. Vf 14. :?,`v? , ?d? _ y•-i??a c .tu?hC,d+l',^r? -clrG 7. is.??ilt.i.ticj_ Percent of Dominant (excluding FAG). Species that are OBL, FACW or FAC Remarks: HYDROLOGY Recorded Data (Describe in Remarks): _ Stream, Lake, or Tide Gauge _ Aerial Photographs _ Other _ No Recorded Data Available Wetland Hydrology Indicators: Primary Indicators: X inundated )L Saturated in Upper 12 Inches _ Water Marks _ Drift Lines _ Sediment Deposits Field Observations: \ r* Drainage Patterns In Wetlands Depth of Surface Water. ) }3 (in.) Secondary Indicators (2 or more required): Oxidized Root Channels in Upper 12 Inches Water-Started Leaves Depth to Free Water in Pit' Local Soil Surrey Data _ FAC-Neutral Test Depth to Saturated Soil:` (in.) _ Other (Explain in Remarks) Remarks: e,, s r_+se ?:'ar?c c1"? j ?uiC ?t?ir?c'+d,t) , t l1,Jc? C3 .., i b vI"J ?+ t_t_.? Lf? ?? l?•JSt? y ?,1«?t 1dl C)± i1?ti 'I`i\c'l'? ?l!ilC i? eJe1`?. N? 132 Appendix B Blank and Example Data Forms snit s Map Unit Nacre (Series and Phase): Drainage Gass: \te_a - O C : ?}} Field Observations " ? Yes Q r d T fi M N C . rry . ' Taxorwmy (Subgroup)- ype ... .: _ appe k .,-. on rm .. o Profile Description: Depth Matrix Collor' • chesl Horizon (Mansell Moj) Mottle Colors Mottle Abundance/ Texture, Concretions, (Munsell Moist) Sim/ContrastStructure. etc. Hydric Soil Indicators: _ Hstosol Concretions Hello Epipedon Hgh Organic Content in Surface Layer in Sandy Soils SulNdlo Odor Organic Streaking in Sandy Soils _ Aquic Moisture Regime Listed on Local Hydric Soils List _ Reducing Conditions _ Listed on National RAric Soils List _ Geyed or tow-Chroma Colors _ Other (Explain in Remarks) Remarks: WM ANn nFTFRMINATInN Fydrophytic Vegetation Present? Yes) No (Circle) _(Circle) Wetland Hydrology Present? es No (?'1 Hydrlc Soils Present? ete;i No Is this Sampling Point Within a Wetland? Yom' No Remarks: TEL?1i??`f _$ orl VIJes TI?Ccs?J? 1 fl D? c?. -i L ?t tot \?( RECONSEMEM= Amrtmwi by Appendix B Blank and Example Data Forms B3 Fj Finkbeiner, Pettis & Strout, Inc. r 10166106 Invoice Number Date Voucher Amount Disco P vious Pay Net Amount 1222031 12/22/03 1137026 475.00 475.00 NCDENR -Division of Water Qua Totals 475.00 475.00 001 3 001 II I r a j z v mac" ta ARCADIS FPS Infrastructure, buildings, environment, communications 1 1 1 f 1 1 1 1 CITY OF GOLDSBORO Alfonzo King, Mayor Richard M. Slozak, City Manager W. Harrell Everett, Jr., City Attorney Sandra T. Justice, City Clerk Richard Durham, Finance Director Terry H. Gallimore, City Engineer 0 1 FPS Infrastructure, buildings, environment, communications CONTRACT DOCUMENTS AND DETAILED SPECIFICATIONS FOR THE REEDY BRANCH SANITARY SEWER IMPROVEMENTS ARCADIS PROJECT NO. GRGOL03101 B1 January 2004 BID REQUEST NO. SPECIFICATIONS AND CONTRACT FORMS REEDY BRANCH SANITARY SEWER IMPROVEMENTS FOR THE ' CITY OF GOLDSBORO, NC ALFONZO KING, MAYOR COUNCIL MEMBERS J. B. RHODES CHARLES J. WILLIAMS DELMUS BRIDGERS CHUCK ALLEN BOB WALLER JR GOODMAN WILLIAM C , . . CITY MANAGER RICHARD M. SLOZAK CITY ATTORNEY W. HARRELL EVERETT, JR. CITY CLERK SANDRA T. JUSTICE FINANCE DIRECTOR RICHARD DURHAM CITY ENGINEER TERRY H. GALLIMORE ENGINEERING BY ARCADIS FPS ONE CENTERVIEW DRIVE SUITE 208 GREENSBORO, NC 27265 (336) 292-2271 J ENGINEER CERTIFICATION HEREBY CERTIFY THAT SPECIFICATIONS CONTAINED HEREIN AND THE ACCOMPANYING DRAWINGS WERE PREPARED BY ME OR UNDER MY DIRECT SUPERVISION. SIGNED, SEALED AND DATED THIS ?-t'14 DAY OF --TkN ut Act 2004 BY DAVID A. HAMILTON, P.E. BY MICHAEL S. CALDWELL, P. E. TITLE PROJECT MANAGER TITLE PROJECT ENGINEER (Seal) (Seal) `,,,t4/111111/1j N CAR941 ' FESS/ % y .o Q L 19697 ?i F ?P: ?? CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS PROPOSAL CONTRACT CONTRACT BOND GENERAL CONDITIONS SPECIAL CONDITIONS EQUIPMENT CHECKLIST SCHEDULE OF DRAWINGS SALES TAX DETAIL SPECIFICATIONS 1. (NOT USED) II. STORM SEWERS AND APPURTENANCES III. CONCRETE CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS IV. BITUMINOUS CONCRETE PLANT MIXES AND TACK COATS IV A. (NOT USED) V. (NOT USED) VI. CONTROL OF EROSION, SILTATION, AND POLLUTION VII. SANITARY SEWER AND APPURTENANCES VII A. (NOT USED) VIII. WATER LINES AND APPURTENANCES IX. BORED ENCASEMENT PIPE X. (NOT USED) XI. (NOT USED) PAGE NUMBER Total NO. of Pages I-1 1 IB-1 : IB-6 6 P-1: P-10 10 C-1 : C-3 3 CB-1 : CB-4 4 GC-1 : GC-30 30 SC-1 : SC-17 17 CL-1 I SD-1 1 ST-1 : ST-3 3 DS II-I : DS II-7 7 DS III-1 : DS III-10 10 DS IV-i : DS IV-10 10 DS VI-1 : VI-5 5 DS VII-I : DS VII-14 14 DS VIII-1 : DS VIII-14 14 DS IX-I : DS IX-3 3 XII. (NOT USED) XIII. (NOT USED) XV. (NOT USED) XVI. (NOT USED) XVII. FENCE RELOCATION XVIII. PROGRESS MEETINGS 0270. SEEDING AND MULCHING 210 (NOT USED) DS XVII-1 : DS XVII-2 DS XVHI-I : DS XVIII-2 DS 0270-1 : DS 0270-6 2 2 6 CITY OF GOLDSBORO NC INVITATION TO BID Sealed bids will be received by the City of Goldsboro, North Carolina, until , at which time at a meeting in the , Goldsboro, NC, the sealed bids will be publicly opened. The work shall consist principally of: Reedy Branch Sanitary Sewer Improvements Formal Bid 14,500 Linear Feet of Sanitary Sewer Line and 2,380 LF of Water Line Accessory Construction Proposals must be enclosed in a sealed envelope addressed to the City Purchasing Agent, P. O. Drawer A, or 214 N. Center Street, City of Goldsboro, North Carolina 27530. The outside of the envelope must be marked NORMAL BID REQUEST , "Reedy Branch Sanitary Sewer Improvements". All proposals must be made on the blank forms provided for that purpose. The name, address, and license number of the bidder shall be plainly marked on the sealed envelope. Each proposal must be accompanied by a certified check, drawn on a bank or trust company authorized to do business in North Carolina, payable to the City of Goldsboro, in an amount to at least equal five percent (5%) of the total amount of the bid, as a guarantee that a contract will be entered into and that a satisfactory performance bond will be executed. In lieu of a certified check, the bidder may submit a bid bond in the form prescribed by G.S. 143-129 as amended by Chapter 1104 of the Public Laws of 1951. Contractors are notified that Legislative Acts relating to licensing of contractors will be observed in receiving bids and awarding the contract. Plans and specifications are on file and may be examined at the office of the City Engineer, ' Goldsboro, North Carolina; in AGC offices in Raleigh, Charlotte, High Point, and Fayetteville, North Carolina; and, in the Dodge Plan Rooms in Raleigh and Greensboro, North Carolina. Plans and specifications may be obtained upon application to FPS accompanied by a payment in ' the amount of Fifty Dollars ($50.00). The deposit will be refunded to those who return plans and specifications in a usable condition within ten (10) days after date of receiving bids. The right is reserved to reject any or all bids, to add or delete work, to waive informalities, and to award contract which, in the opinion of the City, appears to be in its best interest. The right is reserved to hold any or all proposals for a period of sixty (60) days from the opening thereof. I I-I CITY OF GOLDSBORO, NC INSTRUCTIONS TO BIDDERS 1. BID FORM The Contract Documents include a complete set of bidding and Contract forms, which are for the convenience of bidders and are not to be detached from the Contract Documents, filled out, or executed. Separate copies of Bid Forms are furnished for that purpose. Bid Forms must be completed in ink or by typewriter without erasure, interlineation, changes, or special conditions. All Bids shall be subject to all requirements of the Contract Documents, including the Drawings, and these Instructions to Bidders. All Bids must be regular in every respect. The Owner may consider as irregular any Bid on which there is an alteration of or departure from the Bid Form hereto attached and at its option may reject the same. Bid Documents including the completed Bid Form and the Bid Bond shall be I enclosed in a sealed envelope marked as specified in the Invitation to Bid (Advertisement). Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature, and the official address of the partnership and names of all partners must be typed or printed below the signature. The Bid shall contain an acknowledgment of receipt of Addenda. 2. BID SECURITY The amount and type of Bid Security is stated in the Invitation to Bid ' (Advertisement). The required security must be in the form of a certified check made payable to the City of Goldsboro or a bid bond issued by a surety licensed to conduct business in North Carolina and named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The Bid Security of the successful Bidder will be retained until he has executed the Contract and furnished the required Contract Security, whereupon it will be returned; if he fails to execute and deliver the Contract and furnish the required Contract Security within ten (10) days of the Notice of Award, the City of Goldsboro may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom the City of Goldsboro believes to have a reasonable chance. of receiving the award may be retained by the City IB-1 until the earlier of the seventh day after the executed Contract is delivered by Owner to Contractor and the required Contract Security is furnished or the sixty-first day after the Bid opening. Bid Security of other Bidders will be returned within seven days of the Bid opening except that Bid Bonds will only be returned upon request. Revised Bids submitted before the opening of Bids, if representing an increase in excess of two percent (2%) of the original Bid, must have the Bid guaranty adjusted accordingly; otherwise, the Bid will not be considered. 3. MODIFICATION AND WITHDRAWAL OF BIDS Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the Work; and (d) carefully correlate his observations with the requirements of the Contract Documents. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. The Contractor by the execution of the Contract shall in no wise be relieved of any obligation under it due to his failure to receive or examine any form or legal instrument or to visit the site and acquaint himself with the conditions there existing and the City of Goldsboro will be justified in rejecting any claim based on facts regarding which he should have been on notice as a result thereof. 5. BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the City of Goldsboro, submit a statement of the Bidder's qualifications, his experience record in constructing the type of improvements embraced in the project, his organization and equipment available for the work contemplated, and, when specifically requested, a detailed financial statement. The City of Goldsboro shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the City of Goldsboro all such information and data for this purpose as it may request. The right is reserved to reject any Bid where an investigation of the available evidence or information does not satisfy the City of Goldsboro that the Bidder is qualified to carry out properly the terms of the Contract. IB-2 1 6. INTERPRETATIONS OR ADDENDA All questions about the meaning or intent of the Contract Documents shall be submitted to the Engineer in writing by prospective Bidders who have obtained Contract Documents from the office of the Engineer. Replies will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the bidding documents. Questions received less than five days prior to the date for opening of Bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall ascertain prior to submitting his Bid that he has received all Addenda issued, and he shall acknowledge their receipt with his Bid. 7. UNIT PRICES The unit price for each of the several items in the Proposal of each bidder shall include its pro rata share of overhead so that the sum of the products obtained by ' multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this requirement may be rejected as informal. It is hereby agreed that the preliminary measurements and estimated quantities are not necessarily correct and that payments to be received by the Contractor shall be the actual quantities developed by construction of the work at the unit prices contained in this Contract or as otherwise provided. The City of Goldsboro reserves the right to extend the Contract upon the same terms and at the same unit prices provided that such extensions shall not exceed in cost twenty- five percent (25%) of the original total amount of bid. Such extensions will automatically extend the time of completion in proportion to the dollar value as stipulated in paragraph 1-35 of the General Conditions. If the conditions under the contract result in an increase of more than 25% in the quantities of such item, then the City and the Bidder shall negotiate a reasonable unit price based upon the quantities cost to Bidder, comparable unit prices in the Goldsboro area, and other factors presented to the City by the Bidder. If the Bidder and the City are unable to agree upon the unit price, the City may have said item of work performed by it or a third party and this item will be deducted from the contract . It is agreed that the City of Goldsboro shall have the right to determine the amount of work to be done under this contract and may, at any time, make any changes in the dimensions, grades, and alignment, and may increase or decrease the quantity of work to be done or may entirely exclude any of the items or work without thereby altering or invalidating any of the prices herein named in this contract in any respect. If such alterations diminish the quantity of work to be done, they shall not constitute a claim for damages for loss of anticipated profits. If such action be taken, unit prices appearing in l h ll t l th f th P l t id roposa s a con ro e ina e amoun pa . 'J IB-3 8. ALTERNATIVE BIDS No alternative bids will be considered unless alternative bids are specifically requested in the Bid form. 9. TIME FOR RECEIVING BIDS Bids received prior to the advertised hour of opening will be kept securely sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered; except that when a Bid arrives by mail after the time fixed for opening, but before the reading of all other Bids is completed, and it is shown to the satisfaction of the City of Goldsboro that the nonarrival on time was due solely to delay in the mails for which the Bidder was not responsible, such Bid will be received and considered. 10. OPENING OF BIDS At the time and placed fixed for the opening of Bids, the City of Goldsboro will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and other persons properly interested may be present, in person or by representative. 11. BIDS TO REMAIN OPEN All Bids shall remain open for the time stated in the Invitation to Bid (Advertisement) or in the Special Conditions after the day of the Bid opening, but the City of Goldsboro may, its sole discretion, release any Bid and return the Bid Security prior to that date. 12. AWARD OF CONTRACT The City of Goldsboro reserves the right to reject any and all Bids and waive any and all informalities, and the right to disregard all nonconforming or conditional Bids or counter proposals. In evaluating Bids, the City shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid Forms. The City may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Special Conditions. The City may conduct such IB-4 F1 investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, and other persons and organizations to do the Work in accordance with the Contract Documents to the satisfaction of the City within the prescribed time. The City of Goldsboro reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to the City's satisfaction. If a contract is to be awarded, it will be awarded to the lowest responsible Bidder whose evaluation by the City indicates that the award will be in the best interests of the city. 13. EXECUTION OF AGREEMENT - PERFORMANCE AND PAYMENT BOND Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the City of Goldsboro a contract in the form included in the Contract Documents in such number of 1 copies as the City may require. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful Bidder shall, within the period specified above, furnish a surety bond in a penal sum not less than the amount of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. Such bond shall be in the same form as that included in the Contract Documents and shall bear the same date as, or a date subsequent to that of the Contract. The current power of attorney for the person who signs for any surety company shall be attached to such bond. This bond shall be issued by a surety licensed to conduct business in North Carolina and named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The failure of the successful Bidder to execute such Agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Goldsboro may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award the Contract to the next lowest responsible Bidder or readvertise for Bids, and may charge against the Bidder the difference between the amount of the Bid and the amount for which a Contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the Bid bond. If a more favorable Bid is received by readvertising, the defaulting Bidder shall have no claim against the City for a refund. IB-5 14. CONTRACT TIME AND LIQUIDATED DAMAGES The number of days for the completion of Work (the Contract Time) is set forth in the Proposal or in the Special Conditions and will be included in the executed Contract. Any provisions for liquidated damages are set forth in the Special Conditions and/or Proposal. IB-6 1 11 PROPOSAL TO THE MAYOR AND COUNCILMEMBERS OF THE CITY OF GOLDSBORO GOLDSBORO, NORTH CAROLINA The undersigned hereby signifies that it is his intention and purpose to enter into a contract to furnish labor, materials, equipment, apparatus, etc. required and to do all work necessary for and because of the construction of Reedy Branch Sanitary Sewer Improvements of Goldsboro, North Carolina, in accordance with the terms of the Invitation to Bid (Advertisement), Instructions to Bidders, General Conditions, Special Conditions, Specifications, Drawings, and this Proposal and the following form of Contract, and pursuant with the requirements of the Invitation to Bid (Advertisement) and the Instructions to Bidders, there is deposited herewith a (bid bond) (certified check) in the amount of dollars ($ ) payable to the City of Goldsboro, the same to be refunded to the undersigned under the conditions and in compliance with the terms of this Proposal, which are as follows: THAT: The undersigned carefully examined the Invitation to Bid, Instructions to Bidders, General Conditions, Special Conditions, Specifications, Drawings, and this Form of Proposal and the Contract and fully understands them. THAT: The undersigned carefully examined the site or sites of the project or projects and is familiar with the conditions under which the work, or any part of it, is to be done and the conditions which must be fulfilled in furnishing and/or erection or construction of any or all items of the project, and the furnishing only of any materials, equipment, or apparatus specified in connection therewith. THAT: The undersigned will provide all necessary tools, machinery, apparatus, and all means necessary to do all the work and will furnish all materials, equipment, apparatus, and all else necessary to complete such Contract as may be entered into, in the manner prescribed in the Contract and Specifications and according to the Drawings and requirements under them of the Engineer, in a first class manner. THAT: It is the intention of the City of Goldsboro, subject to the conditions set forth, to award contracts for the project on the basis of bids received at this letting and in such manner as they may decide on being in the best interest of the City. THAT: Should this Proposal not be accepted by the City, the amount of the (bid bond) (certified check) in the amount of . dollars ($ ) deposited herewith will be returned to the undersigned. Bid bonds will not be returned except on request of the bidder. P-1 THAT: Should this Proposal be accepted by the City, and the undersigned fail or neglect to execute such proposed contract, and to furnish the required bond within ten (10) days after receiving notification from the City of Goldsboro that such Proposal was accepted, the above amount of dollars ($_ ) deposited herewith shall be retained as liquidated damages. The City reserves the right to extend the time allowed for executing the Contract and furnishing the bond. THAT: The City reserves the right to reject any or all Proposals. THAT: On being awarded the Contract, the undersigned will execute a Contract Bond, satisfactory to the City, on the form included hereinafter, equal to one hundred percent (100%) of the contract price, as surety for the faithful performance of the Contract. THAT: A Proposal made by a corporation must be signed by its proper officers in a legal manner and its official address stated therein. THAT: A Proposal made by a firm shall be signed with the name of each member of said firm and the firm name added, with the official address of said firm. THAT: The undersigned will complete such contracts as it is hereby proposed to enter into within the time stated herein. THAT: The undersigned proposes to enter into a contract in accordance with this Proposal and the Plans and Specifications and the Contract attached for Reedy Branch Sanitary Sewer Improvements for the City of Goldsboro for the following price or prices: A (certified check) (bid bond) in the amount of dollars ($ ) the total of such amount being not less than five percent (5%) of the total amount of the bid submitted under this Proposal, as required by the Invitation to Bid, is hereto attached in the space provided below: (PIN CERTIFIED CHECK OR BID BOND IN THIS SPACE) The undersigned hereby certifies that he is licensed as a General Contractor under the provisions of the Act of the North Carolina Legislature, Session of 1925, regulating the practice of General Contracting, and that the number of his license under which he is now operating is It is fiu-ther agreed that the Bidder is to complete work included in the award within the time and under the conditions set forth, and that if default is made in such completion and conditions, the City shall deduct as liquidated damages the sum of Eight Hundred Dollars ($800.00) per day for each and every calendar day that the completion P-2 of the contract is delayed and above the contract time or conditions not met as set forth below. The undersigned agrees to begin work on a date to be set by the Engineer after contract award has been made and to complete all work included in the project within 180 (One hundred and Eighty) days from the date of Notice to Proceed. Time is of the essence in the completion of this contract. The schedules set forth above will be strictly enforced by the City due to the inconvenience and expense any delays will cost the City and abutting property owners. The City reserves the right to terminate this contract as provided for in GC 1-48, if the Contractor fails to complete any segment of said work in accordance with the above schedule. The receipt of the following Addenda is hereby acknowledged: Number Date Number Date Number Date Respectfully submitted the day of 2004. Signature of Person, Firm, or Corporation Making Bid By: (CORPORATE SEAL) Address: P-3 It is understood that only the names of the bidders given above are to be made public, but for the full information of the City of Goldsboro, there is to be stated in the following space the names of all persons interested in this Proposal. F1 U LJ The bidder shall state in the following space where he has or they have executed work of a similar nature to this, as proposed, the extent of such work, for whom executed, and the names of persons for personal and business references. P-4 I PROPOSAL FOR REEDY BRANCH SANITARY SEWER IMPROVEMENTS ITEM. ESTIMATED NO. DESCRIPTION QUANTITY UNIT SANITARY SEWER IMPROVEMENTS CUYLER BEST ROAD & NEW HOPE ROAD 1 8" PVC (6'-8') Sewer Line 972 Linear Feet 2 8" PVC (8'-10') Sewer Line 2,273 Linear Feet 3 8" PVC (10'-12') Sewer Line 130 Linear Feet 4 8" D.I. (6'-8') Sewer Line 5 Linear Feet 5 8" D.I. (8'-10') Sewer Line 65 Linear Feet 6 12" PVC (0'-6') Sewer Line 26 Linear Feet 7 12" PVC (6'-8') Sewer Line 71 Linear Feet 8 12" PVC (8'-10') Sewer Line 507 Linear Feet 9 12" PVC (10'-12') Sewer Line 2,245 Linear Feet 10 12" PVC (12'-14') Sewer Line 1,280 Linear Feet 11 12" PVC (14'-16') Sewer Line 614 Linear Feet 12 I2" PVC (16'-18') Sewer Line 72 Linear Feet 13 12" D.I. (8'-10') Sewer Line 179 Linear Feet 14 12" D.I. (10'-12') Sewer Line 28 Linear Feet p - 5 UNIT TOTAL COST PRICE INPLACE ITEM. NO DESCRIPTION 15 12" D.T. (12'-14') Sewer Line 16 12" Pipe Sewer in Tunnel or Bored 17 18" Steel Casing Pipe w/8" MIDI Pipe by Dry Bore 18 24" Steel Casing Pipe w/12" MIDI Pipe by Dry Bore 19 Manhole Including Ring and Cover 20 4" PVC Schedule 40 (open cut) 21 4" PVC Schedule 40 (bored) 22 4" Sewer Tap w/Cleanout 23 Select Borrow 24 Remove and Replace Existing Fence 25 Remove and Replace Storm Drainage Pipe 26 Remove and Replace Existing DOT Guard Rail 27 Traffic Control 28 Testing Allowance 29 Silt fence 30 Stone Check Dam 31 Temporary Sediment Trap P - 6 ESTIMATED QUANTITY UNIT 13 Linear Feet 150 Linear Feet 188 Linear Feet 50 Linear Feet 326 Vertical Feet 234 Linear Feet 198 Linear Feet 9 Each 222 Cubic Yards 100 Linear Feet 300 Linear Feet 40 Linear Feet I Lump Sum I Lump Sum 4,643 Linear Feet 24 Each I Each UNIT TOTAL COST PRICE IN PLACE i t r ITEM. ESTIMATED NO. DESCRIPTION QUANTITY UNIT 32 Temporary Ditch Stabilization Material 1,740 Square Yards 33 Rock Pipe Inlet Sediment Trap Type "B" I Each 34 Seeding and Mulching 8,700 Square Yards SANITARY SEWER IMPROVMENTS - CUYLER BEST & NEW HOPE ROAD SUBTOTAL WATER MAIN IMPROVEMENTS CUYLER BEST ROAD 1 12" D.I. RJ Water Main 2,230 Linear Feet 2 12" HDPE Pipe, Directionally Drilled 150 Linear Feet 3 Fire Hydrant Assembly Type "2" 4 Each 4 Select Borrow 10 Cubic Yards 5 Replace 3" Sewer FM w/DIP 250 Linear Feet 6 Remove and Replace Storm Drainage Pipe 100 Linear Feet 7 Traffic Control I Lump Sum 8 Testing Allowance 1 Lump Sum 9 Stone Check Dam 4 Each 10 Temporary Ditch Stabilization Material 440 Square Yards 11 Rock Pipe Inlet Sediment Trap Type "B" 1 Each 12 Seeding and Mulching 2,200 Square Yards P - 7 UNIT TOTAL COST PRICE INPLACE ITEM. ESTIMATED UNIT TOTAL COST NO. DESCRIPTION QUANTITY UNIT PRICE IN PLACE WATER MAIN IMPROVEMENTS - CUYLER BEST ROAD SUBTOTAL SANITARY SEWER IMPROVEMENTS REEDY BRANCH, NEW HOPE ROAD & HARE ROAD 1 12" PVC (6' w 8') S Li 59 Li - e er ne near Feet 2 12" PVC (8'-10') Sewer Line 1,063 Linear Feet 3 12" PVC (10'-12') Sewer Line 607 Linear Feet 4 12" PVC (12'-14') Sewer Line 638 Linear Feet 5 12" PVC (14'-I6') Sewer Line 890 Linear Feet 6 12" PVC (16'-18') Sewer Line 1,232 Linear Feet 7 12" D.I. (0'-6') Sewer Line 48 Linear Feet 8 12" D.I. (6'-8') Sewer Line 42 Linear Feet " ' ' , 9 12 D.I. (8 -10 ) Sewer Line 564 Linear Feet 10 I (10'-12') Sewer Line 12" D 171 Linear Feet . . 11 12" D.I. (14'-16) Sewer Line 110 Linear Feet 12 24" D.I. (6'-8') Sewer Line 141 Linear Feet 13 24" D.I. (8'-10') Sewer Line 872 Linear Feet 14 24" D.I. (10'-12') Sewer Line 1,049 Linear Feet 15 24" D.I. (12'-14') Sewer Line 480 Linear Feet p - a ' ITEM. ESTIMATED NO. DESCRIPTION QUANTITY UNIT 16 24" D.I. (14'-16') Sewer Line 306 Linear Feet 17 24" D.T. (16'-18') Sewer Line 145 Linear Feet 18 24" D.I. (18'-20') Sewer Line 152 Linear Feet 19 24" D.I. (20'-22') Sewer Line 112 Linear Feet 20 24" D.I. (22'-24') Sewer Line 136 Linear Feet 21 24" D.I. (24'-26') Sewer Line 101 Linear Feet 22 24" D.T. (26'-28') Sewer Line 104 Linear Feet 23 24" D.I. (28'-30') Sewer Line 19 Linear Feet 24 24" Steel Casing Pipe w/l2" MJDI Pipe by Dry Bore 185 Linear Feet 25 36" Steel Casing Pipe w/24" MIDI Pipe by Dry Bore 50 Linear Feet 26 Manhole Including Ring and Cover 449 Vertical Feet 27 Additional Cost for Watertight MH Ring & Cover 4 Each 28 4" PVC Schedule 40 (open cut) 669 Linear Feet 29 4" PVC Schedule 40 (bored) 875 Linear Feet 30 4" Sewer Tap w/Cleanout 26 Each 31 Anti-Seep Collar, 24" 1 Each 32 Select Borrow 95 Cubic Yards P - 9 UNIT TOTAL COST PRICE IN PLACE ITEM. NO. DESCRIPTION 33 Remove Existing Concrete Pavement 34 Replace Conc. Pvmt. to Match Original Thickness 35 Remove and Replace Existing Fence 36 Remove and Replace Storm Drainage Pipe 37 Saw Asphalt or Concrete 38 Remove and Replace Existing DOT Guard Rail 39 Traffic Control 40 Testing Allowance 41 Silt fence 42 Stone Check Dam 43 Temporary Ditch Stabilization Material 44 Rock Pipe Inlet Sediment Trap Type "B" 45 Seeding and Mulching ESTIMATED QUANTITY UNIT 12 Linear Feet 12 Linear Feet 100 Linear Feet 300 Linear Feet 24 Linear Feet 50 Linear Feet I Lump Sum I Lump Sum 3,632 Linear Feet 29 Each 2,504 Square Yards 1 Each 9,200 Square Yards SANITARY SEWER IMPROVEMENTS REEDY BRANCH CREEK, NEW HOPE ROAD & HARE ROAD SUBTOTAL TOTAL P - 10 UNIT TOTAL COST PRICE IN PLACE i CONTRACT THIS CONTRACT, made this _ day of in the year 20 , by and between of party of the first part, hereinafter called the Contractor, and the City of Goldsboro, N.C., party of the second part, hereinafter called the Owner. WITNESSETH: THAT WHEREAS, a contract for has recently been awarded to the Contractor by Owner, at and for a sum equal to the aggregate cost of the work to be done and labor, materials, equipment, apparatus, and supplies furnished at the prices and rates respectively named therefore, in the Proposal attached thereto. AND WHEREAS, it was one of the conditions of said award that a formal contract should be executed by and between the Contractor and the Owner, evidencing the terms of said award and that the Contractor shall commence the work to be performed under this agreement on a date to be specified in a written order of the Owner, and shall fully complete all work thereunder within consecutive calendar days from said date. 0 I NOW, THEREFORE, THIS CONTRACT FURTHER WITNESSETH that the Contractor doth hereby covenant and agree with the Owner, that will well and faithfully perform and execute such work and furnish such labor, materials, equipment, apparatus and supplies, in accordance with each and every one of the conditions, covenants, stipulations, terms and provisions contained in said specifications and in accordance with the plans, at and for a sum equal to the aggregate cost of the work done and labor, materials, equipment, apparatus, and supplies furnished at the prices and rates respectively named therefore on the Proposal attached hereto, and will well and faithfully comply with and perform each and every obligation imposed upon by said plans and specifications or the terms of said award. The Contractor shall promptly make payments to all persons supplying materials in the prosecution of the work and to all laborers and others employed thereon. The Contractor shall be responsible for all damages to the property of the Owner that may be consequent upon the normal procedure of work or that may be caused by or result from the negligence of the Contractor, his, its, or their employees or agents, during the progress of, or connected with the prosecution of the work, whether within the limits of the work or elsewhere. The Contractor must restore all property so injured to a condition as well as it was when the Contractor entered upon the work. C-1 The Contractor shall furthermore be responsible for and required to make good at his, its, or their expense any and all damages of whatever nature to persons or property, arising during the period of this Contract, caused by carelessness, neglect, or want of due precaution on the part of the Contractor, his, its, or their agents, employees, or workmen. The Contractor shall also indemnify and save harmless the Owner and the officers and agents thereof from all claims, suits, and proceedings of every name and description which may be brought against them or the officers and agents thereof, for or on account of any injuries or damages to persons or property received or sustained by any person or persons, firm, corporation, or by or in consequence of any materials used in said work or by or on account of any improper materials or workmanship in its connection or by or on account of any accident, or of any other acts or omission of said Contractor, his, its, or their agents, employees, servants, or workmen. It is agreed and understood that the advertisement for bids, the information for bidders, the accepted Proposal, the general conditions, the detailed specifications, and the enumerated addenda and drawings are a part and parcel of this Contract, to the same extent as if incorporated herein in full. It is further mutually agreed between the parties hereto that if, at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance the second party shall deem the surety or sureties upon such bond to be unsatisfactory, of it, for any reason, such bond ceases to be adequate to cover this performance of the work, the first party shall, at its expense, within five (5) days after the receipt of notice form the second party so to do: furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the second party. In such event, no further payment to the first party shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in the manner and form satisfactory to the second party. And the Owner doth hereby covenant and agree with the Contractor that it will pay to the Contractor, when due and payable under the terms of said specifications and said award, the above mentioned sum, and that it will well and faithfully comply with and perform each and every obligation imposed upon it by said specifications of the terms of said award. IN WITNESS WHEREOF, said ha_ hereunto set hand and seal (or) has caused these presents to be signed in its corporate name by its and its corporate seal to be hereto affixed and attested by its Secretary and the City of Goldsboro, has caused this presents to be signed in its corporate name by the Mayor and its seal to be hereto affixed and duly attested by its City Clerk, by authority of the City of Goldsboro duly given, all as of the day and year first above written. C-2 1 1 1 1 1 i 1 1 1 1 1 1 i 1 1 FURTHER AGREEMENTS BY TITLE (SEAL) ATTEST: SECRETARY BY: ATTEST: CITY CLERK CITY OF GOLDSBORO, N.C. MAYOR "Provisions for the payment of monies to fall due under this agreement has been made by appropriation duly made or by bonds or notes duly authorized, Approved as to Form and as required by the Municipal Fiscal Legal Sufficiency: Control Act." CITY ATTORNEY CITY FISCAL OFFICER C-3 1 t CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS, that we of as Principal, and of as Surety, are held and firmly bound unto the City of Goldsboro, N. C. in the full and just sum of (dollars) ($ ) lawful money of the United States, to be paid to the City of Goldsboro or its certain attorney, to which payment well and truly to be made and done we bind ourselves, our heirs, executors, and administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, has entered into a contract with the said City of Goldsboro, N. C., dated the - day of ,20 ,for upon certain terms and conditions in said contract more particularly mentioned, a copy of which said contract is incorporated herein by references and is made a part hereof as if fully copied herein, and WHEREAS, it was one of the conditions of the award by said City, pursuant to which said contract was entered into, that these presents should be executed. NOW, THEREFORE, the condition of this obligation is such that if the principal shall faithfully perform the terms and conditions of the contract in all respects on part, and shall fully pay all obligations incurred in connection with the performance of such contract on account of labor and materials used in connection therewith, and all such other obligations of every form, nature and character, and shall save harmless the City from all and any liability of every nature, kind and character which may be incurred in connection with the performance or fulfillment of such contract or other such liability resulting from negligence or otherwise on the part of such principal and further shall save harmless the City from all costs and damage which may be suffered by reason of failure to fully and completely perform said contract and shall fully reimburse and repay the City for all expenditures of every kind, character and description which may be incurred by them in making good any and every default which may exist on the part of the principal in connection with the performance of said contract; and further that the principal shall pay all lawful claims of all persons, firms, partnerships, or corporations for all labor performed and materials furnished in connection with the performance of the contract, and that the failure so to do with such persons, firms, partnerships or corporations shall give them a direct right of action against the principal and surety under this obligation; then this obligation shall become null and void, otherwise to remain in full force and effect. Provided, however, that no suit, action or proceeding by reason of any default whatever shall be brought on this bond after twelve months from the date on which the final payment on the contract falls due. CB-1 And the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the specifications. IN WITNESS WHEREOF, the said as Principal, ha hereunto set hand and seal (or) has caused these presents to be signed in its corporate name by its and its corporate seal to be hereto affixed and attested by its Secretary, all by authority of its Board of Directors, duly given, and as Surety, has caused these presents to be signed in its and its corporate seal to be affixed and attested by its all by authority of its Board of Directors duly given. This day of 20 BY TITLE ATTEST: BY TITLE (Seal) ATTEST: CB-2 E GENERAL CONDITIONS OF THE CONTRACT 1-01. General 1-02. Definitions 1-03. Drawings and Specifications 1-04. Drawings and Specifications at the Job Site 1-05. Intent and Workmanship 1-06. Accident Prevention 1-07. Ownership of Drawings 1-08. Materials and Products 1-09. Engineer's Status 1-10. Engineer's Decisions 1-11. Survey Information 1-12. Subsurface Conditions 1-13. Permits and Taxes 1-14. Codes and Regulations 1-15. Shop Drawings 1-16. Samples 1-17. Pipe and Conduit Sleeves 1-18. Responsibility for Connecting to Existing Work 1-19. Field Measurements 1-20. Lines of Reference 1-21. Progress Schedule and Cost Breakdown 1-22. Cooperation with Governmental Departments, Public Utilities, Etc. 1-23. Work in Street, Highway, and Other Rights-of-Way 1-24. Insurance 1-25. Surety Bond 1-26. Responsibility, Risk, Blame, Etc. 1-27. Work During Inclement Weather 1-28. Inspection of Work 1-29. Superintendence 1-30. Testing and Use of Incomplete Portions of the Work INDEX 1-31. Sanitary Provisions 1-32. Public Convenience and Safety 1-33. Measurement of Quantities 1-34. Patents and Royalties 1-35. Changes in the Work 1-36. Delays and Extension of Time 1-37. Deductions for Uncorrected Work 1-38. Correction of Work 1-39. Cash Allowances 1-40. Assignment 1-41. Use of Premises 1-42. Protection of Existing Property Improvements 1-43. Temporary Heat 1-44. Electrical Power and Lighting 1-45. Contractors' Cooperation and Coordination 1-46. Cutting, Digging, Fitting, and Patching 1-47. Subcontracts 1-48. Owner's Right to Terminate Contract 1-49. Contractor's Right to Terminate Contract 1-50. Removal of Equipment 1-51. Use of Completed Portions 1-52. Cleaning Up 1-53. Inspection Certificates, Bonds, and Guarantees 1-54. Partial Payments 1-55. Final Inspection 1-56. Final Certificate of Payment 1-57. Acceptance of Final Payment Constitutes Release 1-58. Guarantee of Work 1-59. Occupational Safety and Health Administration (OSHA) 1-01. GENERAL ' These conditions and every part herein are binding upon the Contractor and Owner insofar as they can or do apply to him, his work, and on the Owner. Each shall be responsible for neglect to read or to attend to any paragraph or item contained herein. The Engineer shall decide as to the meaning and the applicability of any part of these w or uncrushed gravel, or other inert material having similar characteristics. It shall be composed of clean, tough, durable fragments free from organic matter or other deleterious materials. That portion of the coarse aggregate retained on the No. 4 sieve shall contain at least 60 percent by weight of crushed pieces having one or more fractured faces. Coarse aggregate shall contain not more than 20 percent of flat or elongated pieces determined by particle count. Flat pieces are those having a width to thickness ratio greater than 4. Elongated pieces are those having a length to thickness ratio greater than 5. The maximum weighted average loss shall be 15 percent when subjected to 5 cycles of the soundness test, AASHTO T104, using sodium sulfate. Coarse aggregate shall have a maximum percentage of wear of 55 percent as determined in accordance with AASHTO T96. The maximum percentage by weight of clay lumps shall be 0.3 percent when tested in accordance with AASHTO T112. s. (c) Fine Aggregate: Fine aggregate shall be well graded from coarse to fine and consist of natural sand and stone screenings. It shall be composed of rough surfaces and angular grains of quartz or other hard durable rock and shall be clean and free from lumps of clay, loam, roots, or other foreign matter. Fine aggregate containing sticks, roots, trash, or other unsatisfactory material shall be cleaned before being placed in the cold feeder at the asphalt plant. Sand shall be from approved pits and shall contain not more than 0.3 percent clay lumps by weight when tested in accordance with AASHTO TI 12. Sand contaminated by industrial wastes shall not be.used. Stone screenings shall be produced from stone having a maximum percent of wear of 55 percent when tested in accordance with AASHTO T96 using test grading A. The maximum weighted average loss shall be 15 percent for stone screenings when subjected to 5 cycles of the soundness test, AASHTO T104, using sodium sulfate. Stone screenings shall be so graded that no more than 20 percent by weight will pass the No. 200 sieve. The total natural sand or sands in the mixture will be tested in accordance with AASHTO TI I to determine the amount of material which can be washed through the No. 200 sieve. The total amount of such washed material shall not exceed 8 percent by weight of the total aggregate in the mixture or, for type I-2 mixture, 8 percent by weight of the total natural sand in the mixture. The above test will be performed prior to establishing the design mix and, when deemed necessary by the Engineer, prior to the entry of the sand into the dryer. (d) Mineral Filler: Mineral filler shall consist of limestone dust, dolomite dust, portland cement, or other inert mineral matter which has been approved by the Engineer. It shall be free from foreign or other objectionable material and shall exhibit a plasticity index of not more than 5 when tested in accordance with AASHTO T90. It shall be dry and free from lumps. When fly ash is used, the loss on ignition shall not exceed 10 percent by weight of the fly ash. Mineral filler shall meet the following grading requirements when tested in accordance with AASHTO T37: DS IV-2 l i 1 1 1 1 1 1 1 1 1 1 1 1 Sieve Designation Percent Passing by Weig_ht, No. 30 100 No. 80 95 - 100 No. 200 65 - 100 (e) Job Mix Formulas: Asphalt cement, coarse aggregate, fine aggregate, and mineral filler shall be mixed in such proportions that the resulting mixture meets the requirements of the job mix formula for the type mix being produced. Aggregate which will not produce a job mix within the allowable tolerances shall not be used. The Contractor shall submit a job mix formula within the design limits below to the Engineer for approval. Once a job mix formula has been approved, the Contractor shall not change the source of any material without the specific written approval of the Engineer. (1) Design Limits: The job mix formula shall conform to the following design limits for the particular type mix. DESIGN LIMITS Mix Type HB Base H Binder 1-2 Surface Sieve Designation 211 1 %2 3/4tt 1/2 n 3/811 No. 4 No. 8 No. 40 No. 80 No. 200 Asphalt Content % Percent Passinia by Weight 100 -- -- 90 - 100 100 -- 60- 85 90 - 100 100 -- 67- 88 96 - 100 -- -- 90 - 100 25- 50 -- 70- 95 20- 40 25- 45 55- 75 -- -- 15- 45 -- -- 7- 22 0- 6 1- 7 3- 9 3.0- 6.0 3.5-6.5 4.5-8.5 AWWA C110 with push-on or mechanical type joints conforming to AWWA C111 as specified on the plans on in the Special Conditions. Cast iron fittings shall be cement- mortar lined in accordance with AWWA C104. Necessary adapters shall be furnished and installed which in every respect meet Class 150 PVC specification. (d) Copper Service Pipe: Copper pipe for service connections shall conform to ASTM B88 for Type K. (e) Gate Valves: Gate valves shall be Mueller Resilient Seat gate valves or approved equal and conform to AWWA C509. Valves shall have ends adapted to the type of pipe or fittings to be installed. Valves shall be iron body, fully bronze mounted, modified wedge disc pattern, O-ring seals, and designed for 150 psi working pressure. Valves shall have a breaking point in the stem that allows the stem to shear off near the operating nut so that the valve can still be controlled if the stem is sheared. Valves shall have non-rising stems and shall open counterclockwise with a 2-inch square operating nut. Gate valves 16 inches in diameter and larger for vertical installation shall be equipped with a bypass valve assembly, spur gearing with grease case, and a shoe on each side of the disc assembly for guiding the disc assembly throughout its entire travel. Gate valves 16 inches in diameter and larger for horizontal installation shall be equipped with a bypass valve assembly, bevel gearing with grease case, and rollers and scrapers on tracks. (f) Tapping Sleeves and Valves: Tapping sleeves shall be either (1) mechanical joint, cast iron body with 125 lb. ANSI Standard outlet flange and shall be designed for 150 psi working pressure. Sleeve shall have a single rubber gasket cemented in place on the inside of the sleeve body. Sleeve shall meet all requirements of ANSUAWWA C1 10/A21.10 and ANSUAWWA Cl 11/A21.11; or (2) Tapping sleeves shall be all 304 stainless steel including the flange, outlet, shell, sidebars, lugs, bolts, nuts, armors, and lifter bars. Sleeve shall be designed for 200-psi working pressure. Sleeve shall be ROMAC "SST" stainless steel tapping sleeve. Tapping valves shall meet the requirements for gate valves. (g) Butterfly Valves: Butterfly valves shall be rubber-seated, manually operated, conforming to AWWA C504 Class 150-B. Valve bodies shall be cast iron ASTM A126 Class B, and shall have integrally cast mechanical joint ends. Each valve shall have a buried service type operator complete with indicating type valve box, cover, extension stem, and 2-inch square operating nut. Valves shall open with a counterclockwise rotation of the nut. Valves shall be suitable for two-way flow. (h) Fire Hydrants: Fire hydrants shall be Mueller Centurion or approved equal. Fire hydrants shall be 4%2-inch traffic model, compression type, cast iron, and shall conform to the requirements of AWWA C502, latest edition. Fire hydrants shall have a 6-inch mechanical joint shoe inlet with a minimum 41/2-inch main valve. Each hydrant shall have two 2%2-inch hose nozzles and one 4%2-inch pumper nozzle with caps and washer chains attached to the hydrant barrel. Barrel lengths shall be generally for 3%2- DS VIII-2 u u foot trenches, except where other lengths are necessitated by the hydrant location. Hydrants shall open with a counterclockwise rotation of the nut. The hydrant stem shall be non-rising. Operating and cap nuts shall be pentagon shaped, l'/Z inches from point to flat. Pumper nozzle and small nozzle threading shall be the City of Goldsboro standard as follows: Pumper Nozzle: Mueller Code 4-550 or equal Major Diameter O.D. 6.162 inches Pitch Diameter 6.000 inches Minor Diameter 5.812 inches 4 threads per inch Pumper nozzle cap must also be threaded to fit. Small nozzles are National Standard Threads. The hydrant barrel shall be made in two sections joined together a few inches above the ground line by a watertight coupling, or break ring, so designed that if a break occurs, it will occur at this point. The ring shall be of ample strength for ordinary service, and be easily and cheaply replaceable. The valve stem shall be in two sections, jointed by a special coupling at the same point as the break ring, so designed that if the hydrant is broken, the coupling will break and the valve will not be disturbed. All working parts shall be removable without disconnecting the hydrant. The color of fire hydrants shall be red. (i) Corporation and Meter Stops: Corporation and meter stops shall be AWWA approved. Corporation stops shall have AWWA threads on the inlet and a connection for copper pipe on the outlet. Meter stops shall have a compression connection for CTS O.D. tubing one end and inside I.P. thread other end. Meter stops shall be Mueller H-14258, Ford KV43, or approved equal. 0) Service Saddles: Service saddles shall be double strap, nylon coated iron ' service saddle with wide stainless steel straps. Service saddles shall be Smith-Blair 317, ROMAC 202N, or approved equal. 0 (k) Valve Boxes and Meter Boxes: Valve boxes and meter boxes shall be gray iron meeting the requirements of ASTM A48 for Class 30 iron. Valve boxes shall be Dewey Bros. #VBX-TI-100, or approved equal. Water meter boxes shall be Dewey Bros. #MBX-l, or approved equal except for water services larger than 1 inches which shall be Dewey Bros. #MBX-5A, or approved equal. The castings shall be free from pouring faults, sponginess, cracks, blow holes, and other defects, and they shall be clean of scale and sand so as to present a smooth, clean, and uniform surface. The boxes and covers shall be given one shop coat of first quality protective asphaltum paint. (1) Concrete: Portland cement shall conform to the requirements of ASTM C150 for Type I. Fine aggregate and coarse aggregate shall conform to the requirements of DS VIII-3 C 8-3. CONSTRUCTION REQUIREMENTS ' (a) Description: On the rights-of-way provided and shown on the plans, the Contractor shall furnish all materials, labor, equipment, and miscellaneous items ' necessary to construct water line and appurtenances as shown on the plans, complete, tested, and ready for service. Included as principal items of construction, but not limited thereto in detail are: 1. Clearing of rights-of-way; ' 2. Furnishing all materials, labor, equipment, and miscellaneous items; 3. Excavating, pipe laying, backfilling, disinfecting, and testing lines; 4. Pavement cutting, removal, and replacement; 5. Removal and replacement of public and private property such as fences, road signs, mail boxes, shrubbery, culverts, driveways, etc.; and 6. Clean-up of premises after construction. (b) Excavation and Foundation PreRaration: Only a reasonable length of trench shall be opened ahead of pipe laying. A reasonable length may be interpreted to mean a length which ordinarily could be laid and backfilled in a half-day's operation. Streets shall not be blocked so as to prevent operation of emergency vehicles. Ordinarily, not ' more than one block at a time shall be closed to private driveway usage. The Police and drawings and/or ' directed by the Engineer. In all cases, water lines shall be installed with a minimum of 3 feet of cover over the top of the pipe from the finished grade. Excavation shall be made ' by equipment suitable for the type of excavation and the size of the bucket will be compatible to the trench width required. Trench width from a point one foot above the top of the pipe to the bed of the trench shall not exceed the outside diameter of the pipe plus one foot on each side of the pipe unless permitted otherwise by the Engineer. Wide top dimensions sloping directly to the pipe will not be allowed. ' The Contractor shall sheet and brace trenches where necessary to prevent sloughing off. Sheeting shall not be removed until backfilling has progressed to such a stage that no damage to pipe lines will result from its removal. All sheeting shall be removed unless directed otherwise by the Engineer. The trench bottom shall be accurately graded to provide uniform bearing and support for the entire length of the pipe except at joints where recesses shall be excavated. Where the foundation material is found to be of suitable supporting value or DS VIII-5 Fire Departments Excavation shall shall be be kept true to line informed and as to grade the as streets shown on which the are closed. of extremely hard material, such as rock, the foundation shall be conditioned by removing the existing foundation material to sufficient depth and backfilling with a suitable backfill material as directed by the Engineer. In the event that unstable conditions are found at the invert elevation and it is found that dewatering or other similar measures will not prevent or cure this condition, the Engineer may require that stabilizing material be placed in the ditch. Stabilization material shall be number 57 stone, or other materials as directed by the Engineer, and shall be placed in the trench in such quantities and manner as the Engineer may direct, but in no case less than 4 inches deep. Material used to bring the ditch bottom to uniform grade after excess and faulty excavation will not be paid for. The Engineer may require that stabilization material be placed at no cost to the Owner if the Contractor has not taken sufficient action to dewater the trench. Measurement of approved stabilization material shall be on a cubic yard basis with 2,700 pounds per cubic yard being used to convert weight measures to volumetric measures. Volumes will be determined by the depth of bed authorized, the allowed trench width, and the length of the ditch authorized by the Engineer. The Contractor shall carefully record the quantities of stabilization material used and it shall be his responsibility to notify the Engineer at the end of each day of the quantities; however, the Engineer shall be the sole judge as to whether material deposited is a "Pay Item". (c) Dewatering Provisions: Trenches and other excavations shall be kept free from water at all times. The Contractor shall use well point systems and other dewatering devices as necessary to keep excavated area free from water. The use of installed lines for drainage will not be permitted. No direct payment will be made for dewatering measures as such measures will be considered incidental to the work. (d) Laving Pipe: Prior to being lowered into the trench, pipe and fittings shall be cleaned and carefully inspected to see that they are sound and free from defects. Defective pipe and fittings shall be removed from the project. The pipe shall be laid to the line and grade shown on the plans. Prior to placement of the pipe in the trench, the bottom of the trench shall be smooth to insure that the barrel of the pipe is evenly supported along the full length. The use of boards, brick, earthmounds, or other materials to jack-up or support the pipe will not be permitted. Whenever the nature of the soil will permit, the excavation at the bottom of the trench shall have the shape and dimensions of the outside lower one-third of the circumference of the pipe. A space shall be excavated around each bell or coupling of sufficient depth to relieve it of any load and to insure that the pipe is supported along its full length. In case the foundation prepared for the pipe is not firm enough to support the pipe and the superimposed loads, the Engineer may require the Contractor to consolidate the subgrade by tamping or other means until the foundation is satisfactory. Gaskets shall be clean, sound, and free from defects and shall be installed as recommended by the manufacturer using lubricant recommended by the manufacturer. Flanged joints shall be placed in absolute true alignment so that the flange faces will be true and square before bolting the same together in order to guarantee that no stresses DS VIII-6