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