MADISON COUNTY PURCHASING DEPARTMENT 100 North Side Square, Room 735 Huntsville, AL 35801

BID SUBMISSION CHECKLIST Bid #2015-68 Bid Opening Date: November 17, 2015

√ (Please check all completed items) Signed, notarized and returned the Illegal Affidavit

Forms with bid Completed IFB Form, signed and notarized

Filled in all blanks within the specifications

Included bid bond, if applicable

*Included performance bond, if applicable

Included all requested information in bid package

Certifications/Licenses/Permits, if applicable

Certificate of Insurance(s), if applicable

Acknowledged the Addenda, if applicable Put bid number, company name and address on the

outside of the envelope(s) Sealed bid response

Cost Sheet on CD, if applicable

Read specifications thoroughly

MADISON COUNTY COMMISSION 100 NORTH SIDE SQUARE HUNTSVILLE, ALABAMA 35801

INVITATION FOR BIDS BID NUMBER: 2015-68 Madison County Commission will accept bids for Pike Water Line Replacement. Bids will open on Tuesday, November 17, 2015 at 11:00 a.m. 7th Floor, Room 735 – Madison County Courthouse, Huntsville, Alabama

(See attached specifications) Current bids are available on our website at www.madisoncountyal.gov Each vendor submitting a bid must complete the Verified Statements Regarding Unauthorized Aliens.

The Madison County Commission will receive sealed bids until the date and time of bid opening for item(s) meeting, exceeding, or equivalent to specifications.

Madison County is seeking bids for the water main replacement located on Pulaski Pike, between Patterson Lane and Morris Road. The scope of work includes installing erosion control devices, installing 345’ of 6” PVC main and 15,200’ of 12” DI main including valves and hydrants, transferring services, pressure testing and disinfecting, installing new meters, repairing driveways and culverts to preconstruction condition and landscaping.

The Contractor shall furnish all labor, , materials and equipment necessary to complete the work. Madison County will provide the 6” PVC main, meters and backflow preventers. A Bid Bond is required to be submitted with the bid. Performance Bond, Payment Bond and proof of insurance will be required prior to execution of the contract. A mandatory pre-bid conference will be held at 9:00 AM on Tuesday, November 3, 2015 at the Madison County Water Department, 266-B Shields Road, Huntsville, AL 35811. The pre-bid conference will include a site visit. Ms. Dana Pollock will be the point of contact at (256) 534-5512.

The bid package is formatted for double-sided printing. The original and two copies of all bid documents as specified in Section 2, “Instruction to Bidders” must be provided. Additionally, vendors must sign, notarize and return this form with the bid documents.

Should any bidder observe any ambiguity, discrepancy, omission or error in the bid documents the bidder must follow the instructions in Section 2.6 of the bid package.

Notice on Addenda: Bidders must periodically check Madison County’s website for any addenda issued for this procurement. Madison County shall not be responsible for a bidder’s failure to acquire any addenda. The bidder must acknowledge receipt on the addenda on the bid form.

Failure to comply with any of the requirements contained in this invitation for bids may result in the rejection of the entire bid submitted. Any attachments hereto become a part of the bid and will remain in the bid file. Brand names used in this invitation for bids are for comparison purposes only and are not to be construed as indicating any preference. Any items submitted as equivalent to or exceeding specifications must be described in detail. It is the intent of the Madison County Commission to allow any business selling the type(s) of merchandise described, to participate in our bidding process. If any prospective vendor feels that any part of these specifications would prohibit their company from submitting a bid, or has any questions regarding this bid, you may email the Purchasing Department at [email protected] prior to the bid opening date.

SUBMIT BID TO: MADISON COUNTY PURCHASING 100 NORTH SIDE SQUARE ROOM 735 HUNTSVILLE, AL 35801

Vendor must show on envelope the bid number and opening date. Each numbered bid must be in a separate envelope.

All documents submitted to Madison County will be subject to Alabama's Open Records Laws (Code of Alabama, Title 36-12-40 and 41, as last amended). Due to the provisions of the Open Records Laws and the Competitive Bid Laws (especially Code of Alabama, Title 41-16-24(b)), the Madison County Commission cannot assure any Bidder that any information submitted with the bid, even though marked "Proprietary" will not be open to public inspection and copying.

I hereby affirm that I have not been in any agreement or collusion among vendors or prospective vendors in restraint of freedom of competition, by agreement to bid at a fixed price or to refrain from bidding, or otherwise.

COMPANY NAME: ______THIS BID MUST BE NOTARIZED. SIGNATURE: ______Subscribed and sworn to before PRINT NAME: ______me this______day of STREET ADDRESS: ______20_____. CITY: ______STATE:______ZIP CODE: ______

Notary Public PHONE #:______FAX #:______

EMAIL ADDRESS: ______Angela Anderson Madison County Purchasing Director FEDERAL ID# ______

Madison County Commission DATE: October 9, 2015 Awarding Authority

Questions regarding specifications for this bid should be directed to Ms. Dana Pollock at (256) 534-5512 or Ms. Bailee Robinson at [email protected] or 256-746-2871.

****************************************************************************** All procurement questions must be sent via email to Sylvia Battle at [email protected]. Procurement questions will not be permitted via telephone.

******************************************************************************

ALL VENDORS PLEASE NOTE Addenda: Bidders must periodically check the County’s website for any addenda issued for this procurement. Madison County will not be responsible for a bidder’s failure to acquire any addenda issued. The Bidder acknowledges receipt of the following addenda, if applicable: ______www.madisoncountyal.gov

CONTRACT DOCUMENTS AND SPECIFICATIONS

Madison County Water Distribution System Improvements

Pulaski Pike Water Line Replacement

Madison County, Alabama

Bid Package: Including Scope of Work, Instructions to Bidders, Contract Documents, General Conditions, Special Conditions, Technical Specifications, Contract Documents, and Drawings

Project Number MCWD 2015-004 Garver Project Number: 15058000 ADEM DWSRF Project No. FS010017-01

September 2015

Prepared By:

PULASKI PIKE WATER LINE REPLACEMENT GARVER PROJECT NO. 15058000

SEALS AND SIGNATURES APPLICABLE DIVISION

Dana L. Pollock, P.E. All

Digitally signed: 09/14/2015

GARVER, LLC CERTIFICATE OF AUTHORIZATION:

AL ENGINEERING REGISTRATION NO: 27852

Status: Active

Project No. 15058000 Pulaski Pike Water Line Replacement. 1 Seals and Signatures

MCWD Pulaski Pike Water Line Replacement

PLEASE NOTE: THE SPECIFICATIONS LISTED BELOW ARE IN ADDITION TO THE CURRENT, LATEST REVISIONS OF THE MADISON COUNTY, ALABAMA SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS, WATER MAIN INSTALLATION.

TABLE OF CONTENTS Section Page(s)

SUPPLEMENTAL GENERAL CONDITIONS FOR SRF ASSISTED PUBLIC DRINKING WATER AND WASTEWATER FACILITIES CONSTRUCTION CONTRACTS ...... 1-29

1. SCOPE OF WORK 1.1 SUMMARY ...... 1-1 1.2 AWARD OF CONTRACT ...... 1-1

2. INSTRUCTIONS TO BIDDERS 2.1 BID DOCUMENTS ...... 2-1 2.2 GENERAL CONTRACTOR’S STATE LICENSING REQUIREMENTS ...... 2-1 2.3 PREFERENCE TO RESIDENT CONTRACTORS...... 2-1 2.4 EXAMINATION OF BID DOCUMENTS AND THE SITE OF THE WORK ...... 2-1 2.5 MANDATORY PRE-BID CONFERENCE ...... 2-2 2.6 EXPLANATIONS AND INTERPRETATIONS ...... 2-2 2.7 SUBSTITUTIONS ...... 2-2 2.8 PREPARATION AND DELIVERY OF BIDS ...... 2-3 2.9 WITHDRAWAL OR REVISION OF BIDS ...... 2-5 2.10 OPENING OF BIDS ...... 2-5 2.11 INCOMPLETE AND IRREGULAR BIDS ...... 2-5 2.12 BID ERRORS ...... 2-6 2.13 DISQUALIFICATION OF BIDDERS ...... 2-6 2.14 CONSIDERATION OF BIDS ...... 2-7 2.15 UNIT PRICES ...... 2-7 2.16 EXPLANATION OF BID ITEMS ...... 2-8 2.17 AWARD OF CONTRACT ...... 2-14 2.18 POWER OF ATTORNEY ...... 2-16

3. GENERAL CONDITIONS 3.1 DEFINITIONS ...... 3-1 3.2 INTENT AND INTERPRETATION OF THE CONTRACT DOCUMENTS ...... 3-3 3.3 CONTRACTOR’S REPRESENTATIONS ...... 3-5 3.4 DOCUMENTS FURNISHED TO CONTRACTOR ...... 3-5 3.5 OWNERSHIP OF DRAWINGS ...... 3-5 3.6 SUPERVISION, SUPERINTENDENT AND EMPLOYEES ...... 3-5 3.7 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR ...... 3-6 3.8 SURVEYS BY CONTRACTOR ...... 3-7 3.9 SUBMITTALS ...... 3-7

15058000 i

BLANK PAGE

(This page is left blank intentionally.) MCWD Pulaski Pike Water Line Replacement

PLEASE NOTE: THE SPECIFICATIONS LISTED BELOW ARE IN ADDITION TO THE CURRENT, LATEST REVISIONS OF THE MADISON COUNTY, ALABAMA SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS, WATER MAIN INSTALLATION.

TABLE OF CONTENTS Section Page(s) 3.10 DOCUMENTS AND SAMPLES AT THE SITE ...... 3-10 3.11 “AS-BUILTS” DOCUMENTS ...... 3-10 3.12 PROGRESS SCHEDULE ...... 3-11 3.13 EQUIPMENT, MATERIALS, AND SUBSTITUTIONS ...... 3-11 3.14 SAFETY AND PROTECTION OF PERSONS AND PROPERTY ...... 3-12 3.15 HAZARDOUS MATERIALS ...... 3-13 3.16 INSPECTION OF THE WORK ...... 3-14 3.17 CORRECTION OF DEFECTIVE WORK ...... 3-17 3.18 DEDUCTIONS FOR UNCORRECTED WORK...... 3-18 3.19 CHANGES IN THE WORK ...... 3-18 3.20 CLAIMS FOR EXTRA COST OR EXTRA WORK ...... 3-21 3.21 DIFFERING SITE CONDITIONS ...... 3-22 3.22 CLAIMS FOR DAMAGES ...... 3-22 3.23 DELAYS ...... 3-23 3.24 RESOLUTION OF CLAIMS AND DISPUTES ...... 3-24 3.25 OWNER’S RIGHT TO CORRECT DEFECTIVE WORK ...... 3-24 3.26 OWNER’S RIGHT TO STOP OR SUSPEND THE WORK ...... 3-25 3.27 OWNER’S RIGHT TO TERMINATE CONTRACT ...... 3-25 3.28 CONTRACTOR’S RIGHT TO SUSPEND OR TERMINATE THE CONTRACT ...... 3-29 3.29 PROGRESS PAYMENTS ...... 3-30 3.30 CERTIFICATION AND APPROVALS FOR PAYMENT ...... 3-32 3.31 PAYMENTS WITHHELD ...... 3-33 3.32 SUBSTANTIAL COMPLETION ...... 3-34 3.33 OCCUPANCY OR USE PRIOR TO COMPLETION ...... 3-35 3.34 FINAL PAYMENT ...... 3-36 3.35 CONTRACTOR’S WARRANTY ...... 3-38 3.36 INDEMNIFICATION AGREEMENT ...... 3-39 3.37 CONTRACTOR’S AND SUBCONTRACTOR’S INSURANCE ...... 3-40 3.38 PERFORMANCE AND PAYMENT BONDS ...... 3-45 3.39 ASSIGNMENT ...... 3-46 3.40 CONSTRUCTION BY OWNER OR SEPARATE CONTRACTORS...... 3-46 3.41 SUBCONTRACTS ...... 3-47 3.42 ENGINEER’S STATUS ...... 3-48 3.43 PERMITS, LAWS AND REGULATIONS ...... 3-50 3.44 ROYALTIES, PATENTS AND COPYRIGHTS ...... 3-50 3.45 USE OF THE SITE ...... 3-51 3.46 CUTTING AND PATCHING ...... 3-51 3.47 IN-PROGRESS AND FINAL CLEANUP ...... 3-51 3.48 LIQUIDATED DAMAGES ...... 3-52 3.49 USE OF FOREIGN MATERIALS ...... 3-52

15058000 ii

BLANK PAGE

(This page is left blank intentionally.) MCWD Pulaski Pike Water Line Replacement

PLEASE NOTE: THE SPECIFICATIONS LISTED BELOW ARE IN ADDITION TO THE CURRENT, LATEST REVISIONS OF THE MADISON COUNTY, ALABAMA SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS, WATER MAIN INSTALLATION.

TABLE OF CONTENTS Section Page(s) 4. SPECIAL CONDITIONS 4.1 PERIOD OF PERFORMANCE ...... 4-1 4.2 CONSTRUCTION SEQUENCING AND COORDINATION ...... 4-1 4.3 NONPAYMENT ITEMS ...... 4-1 4.4 WATER MAIN ALIGNMENT ...... 4-2 4.5 ACCESS ROADS AND TRAFFIC CONTROL ...... 4-2 4.6 ATTENDANCE AT PRECONSTRUCTION CONFERENCE ...... 4-2 4.7 SECURITY REQUIREMENTS ...... 4-3 4.8 RELEASE OF INFORMATION AND PUBLIC INQUIRIES ...... 4-3 4.9 NOTIFICATION OF DAMAGES, INJURIES, OR DEATHS ...... 4-3 4.10 REQUIRED SUBMITTALS ...... 4-3 4.11 ENGINEER FOR THE WORK AND CONTRACT ADMINISTRATION ...... 4-3 4.12 NOTIFICATION REQUIREMENTS ...... 4-4 4.13 OWNER’S REPRESENTATIVE ...... 4-4 4.14 SOURCE OF PROJECT FUNDING ...... 4-4 4.15 DESIGNATION OF INSPECTORS ...... 4-4 4.16 EMERGENCY SITUATION ...... 4-4 4.17 MATERIALS FURNISHED BY MADISON COUNTY ...... 4-4 4.18 PRECONSTRUCTION VIDEO ...... 4-5 4.19 WORK ON OR ADJACENT TO PRIVATE PROPERTY ...... 4-5 4.20 EXISTING UTILITIES ...... 4-6 4.21 UTILITIES REQUIRED BY CONTRACTOR ...... 4-7 4.22 WATER AND UPLIFT ...... 4-7 4.23 BLASTING ...... 4-7 4.24 SUBSURFACE CONDITIONS ...... 4-7 4.25 PRESSURE TESTING, DISINFECTION AND SAMPLING ...... 4-7 4.26 SITES AND EASEMENTS ...... 4-7 4.27 SEDIMENT AND EROSION CONTROL ...... 4-7

5. TECHNICAL SPECIFICATIONS

15058000 iii

BLANK PAGE

(This page is left blank intentionally.) MCWD Pulaski Pike Water Line Replacement

PLEASE NOTE: THE SPECIFICATIONS LISTED BELOW ARE IN ADDITION TO THE CURRENT, LATEST REVISIONS OF THE MADISON COUNTY, ALABAMA SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS, WATER MAIN INSTALLATION.

TABLE OF CONTENTS Section Page(s)

APPENDIX A: FORMS A.1 BID FORM ...... A-2 A.2 BID BOND ...... A-7 A.3 CONTRACTOR’S QUESTIONNAIRE ...... A-9 A.4 SUBCONTRACTOR LIST ...... A-14 A.5 UNAUTHORIZED ALIENS AFFIDAVIT ...... A-15

APPENDIX B: CONTRACT DOCUMENTS (SAMPLE) B.1 CONSTRUCTION CONTRACT ...... B-2 B.2 PERFORMANCE BOND ...... B-5 B.3 PAYMENT BOND ...... B-8

APPENDIX C: DRAWINGS

15058000 iv

BLANK PAGE

(This page is left blank intentionally.)

State of Alabama Alabama Department of Environmental Management State Revolving Fund (SRF) Loan Program

SRF Section (334) 271-7796 Permits and Services Division (334) 271-7950 FAX Alabama Department of Environmental Management Post Office Box 301463 Montgomery, Alabama 36130-1463

Supplemental General Conditions

for SRF Assisted

Public Drinking Water and Wastewater Facilities Construction Contracts

SRF Project Number: ______

Table of Contents:

I ADEM Special Conditions…………………………………………... SGC-3

II Bonds and Insurance………………………………………...……... SGC-3

III Utilization of Disadvantaged Business Enterprises (DBEs) ……. SGC-3

IV Six Affirmative Steps for Good Faith DBE Solicitation ….………. SGC-4

V Documentation Required from Owner and Contractor …………… SGC-5

VI Resources for Identifying DBE Contractors/Subcontractors…….. SGC-7

VII DBE Compliance Form………………………………………………. SGC-8

VIII EPA Form 6100-2 DBE Subcontractor Participation Form………. SGC-10

IX EPA Form 6100-3 DBE Subcontractor Performance Form…….… SGC-12

X EPA Form 6100-4 DBE Subcontractor Utilization Form……….….. SGC-14

XI EPA Form 5700-52 A MBE/WBE Utilization Reports…………..… SGC-16

XII Changes to Approved DBE Compliance Form……………………. SGC-23

XIII Certification Regarding Equal Employment Opportunity…………. SGC-24

XIV Debarred Firms Certification………………………………………… SGC-25

XV Project Sign Detail - CWSRF………………………….….…………. SGC-26

XVI Project Sign Detail - DWSRF……………………….…….………… SGC-27

XVII Construction Contract Requirements……………….…..…………. SGC-28

XVIII Project Review and Cost Summary……………………...... SGC-29

SRF Supplemental General Conditions SGC - 2

I – ADEM Special Conditions

1. Construction within State right-of-way shall be in accordance with Alabama Department of Transportation policies and procedures.

2. Construction is to be carried out in compliance with applicable NPDES permits and in a manner that prevents bypassing of raw wastewater flows during construction. If bypassing is anticipated, the ADEM NPDES Enforcement Branch (334-271-7975) shall be advised in advance and the contractor shall take all necessary steps to minimize the impacts of bypassing.

3. Siltation and soil erosion shall be minimized during construction. The contractor shall obtain an NPDES storm water permit for construction if required.

4. The owner shall provide and maintain competent and adequate supervision and inspection.

5. ADEM and EPA shall have access to the site and the project work at all times.

6. These Special Conditions shall supersede any conflicting provisions of this contract.

7. A project sign is required. See Parts XV and XVI, pages SGC-26 – SGC-27, for more information.

II – Bonds and Insurance

Bonding requirements shall comply with Alabama Act No. 97-225. Provisions of the Act are summarized below:

1. Bid Bond – Not less than 5% of either the owner’s estimated cost or of the contractor’s bid up to a maximum $10,000. The bid guarantee shall consist of a cashier’s check drawn on an Alabama bank or a bid bond executed by a surety company duly authorized and qualified to make bonds in the State of Alabama.

2. Performance Bond – 100% of the contract price.

3. Payment Bond – Payable to the awarding authority, shall be executed in an amount not less than 50% of the contract price.

In addition to the insurance requirements elsewhere in the specifications, the owner or the contractor, as appropriate, must acquire any flood insurance made available by the Federal Emergency Management Agency as required by 40 CFR 30.600 (b), if construction will take place in a flood hazard area identified by the Federal Emergency Management Agency.

III – Utilization of Disadvantaged Businesses Enterprises (DBEs)

It is the policy of the State Revolving Loan Fund (SRF) to promote a “fair share” of sub- agreement awards to small, minority, and women-owned businesses for equipment, supplies, construction, and services. Compliance with these contract provisions is required in order for project costs to be eligible for SRF funding. The “fair share” objective is a goal, not a quota.

Failure on the part of the apparent successful bidder to submit required information to the loan recipient (Owner) may be considered by the Owner in evaluating whether the bidder is responsive to bid requirements.

SRF Supplemental General Conditions SGC - 3

The project objectives for utilization of Minority Business Enterprises (MBE's) and Women's Business Enterprises (WBE's) are as follows:

Commodities (Supplies) MBE 4% WBE 11% Contractual (Services) MBE 8% WBE 30% Equipment MBE 5% WBE 20% Construction MBE 2.5% WBE 3%

For purposes of clarification:

• This objective applies to any Federally assisted procurement agreement in excess of $10,000.

• This objective necessitates three responsibilities; separate solicitations must be made of small and minority and women's business enterprises.

• A minority business is a business, at least 51 percent of which is owned and controlled by minority group members (Black; Hispanics; Asian American; American Indian; and, any other designations approved by the Office of Management and Budget).

• A women's business is a business, at least 51 percent of which is owned and controlled by one or more women.

• The control determination will revolve around the minority or woman owner's involvement in the day-to-day management of the business enterprise.

• Solicitation should allow adequate time for price analysis; ADEM recommends that contact be made no later than 15 days before bid opening.

• Efforts taken to comply with this objective must be documented in detail; maintain records of firms contacted, including any negotiation efforts to reach competitive price levels, and awards to the designated firms.

• ADEM recommends that the prime contractor utilize the services of the Minority Business Development Service Centers. These Centers are funded by the U.S. Department of Commerce to provide technical, financial and contracting assistance to minority and women's business enterprises. These Centers are located in a number of Regional cities.

• Use of the services provided by Centers does not absolve the prime contractors from pursuing additional efforts to meet this objective.

IV – Six Affirmative Steps for Good Faith DBE Solicitation

The loan recipient shall follow the six affirmative steps found in the SRF application when using loan funds to procure sources of supplies, construction and services.

If the successful bidder plans to subcontract a portion of the project, the bidder must submit to the owner within 10 days after bid opening, evidence of the affirmative steps taken to utilize small, minority and women's businesses. These six affirmative steps or ‘good faith efforts’ are required methods to ensure that DBEs have the opportunity to compete for procurements funded by EPA financial assistance dollars. Such affirmative steps are described as follows:

1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. This will include placing DBEs on solicitation lists and soliciting them whenever there are potential sources.

SRF Supplemental General Conditions SGC - 4

2. Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.

3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. This will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.

4. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.

5. Use the resources, services, and assistance of the Department of Transportation (DOT), Small Business Administration (SBA), and the Minority Business Development Agency of the Department of Commerce (MBDA).

6. If the Contractor awards subcontracts, it must take the steps described in items (1) through (5) listed above.

V – Documentation Required from Owner and Contractor

The low, responsive, responsible bidder must forward the following items, in duplicate, to the Owner no later than 10 days after bid opening. The Owner shall transmit one (1) copy of its DBE documentation of the prime contractor solicitation and the bidder’s DBE documentation of all subcontractor solicitation to ADEM within 14 days after bid opening.

1. SRF project number and project name.

2. List of subcontractors (name, address and telephone) with dollar amount and duration for subcontracts). If there are to be no subcontractors, please indicate as such.

3. List of any subcontract work yet to be committed with estimate of dollar amount and duration of contract.

4. DBE Documents - See Part IV, page SGC-3.

5. Debarred Firms Certification – See Part XIV, page SGC-25.

6. Certification Regarding Equal Employment Opportunity – See Part XIII, page SGC-24.

The Owner shall submit semi-annual MBE/WBE Utilization Reports (EPA Form 5700-52A, pages SGC-16 - SGC-17) within 30 days of the end of the semi-annual reporting period (April 30th and October 30th). Submit reports directly to:

Diane Lockwood Administrative Section Fiscal Branch Alabama Department of Environmental Management Post Office Box 301463 Montgomery, Alabama 36130-1463

SRF Supplemental General Conditions SGC - 5

The Prime Contractor must submit the following items to the Owner:

1) DBE Compliance Form. The Owner must submit this information to ADEM to demonstrate compliance with the DBE requirements. ADEM’s approval is required prior to award of the construction contract and commencement of any SRF-funded construction. (Page SGC-8)

2) Certification Regarding Equal Employment Opportunity. This form is required for the prime contractor and for all subcontractors. The prime contractor’s form should be submitted with the DBE Compliance Form and the subcontractors’ forms should be submitted as the subcontracts are executed. (Page SGC-24)

3) Debarred Firms Certification. This form is required for the prime contractor and for all subcontractors. The prime contractor’s form should be submitted with the DBE Compliance Form and the subcontractors’ forms should be submitted as the subcontracts are executed. (Page SGC-25)

4) EPA Form 6100-2 DBE Subcontractor Participation Form. This form gives a DBE subcontractor the opportunity to describe the work the DBE subcontractor received from the prime contractor, how much the DBE subcontractor was paid, and any other concerns the DBE subcontractor might have. The prime contractor must provide this form to each DBE subcontractor for the DBE subcontractor’s submittal to ADEM’s DBE Coordinator (to be forwarded to EPA’s DBE Coordinator). (Page SGC-10)

5) EPA Form 6100-3 DBE Subcontractor Performance Form. This form captures an intended DBE subcontractor’s description of work to be performed for the prime contractor and the price of the work. This form is to be provided by the prime contractor to each DBE subcontractor and submitted with the DBE Compliance Form. (Page SGC-12)

6) EPA Form 6100-4 DBE Subcontractor Utilization Form. This form captures the prime contractor’s intended use of an identified DBE subcontractor and the estimated dollar amount of the work. This form is to be completed by the prime contractor and submitted with the DBE Compliance Form. (Page SGC-14)

7) EPA Form 5700-52 A MBE/WBE Utilization Reports (DBE Annual Report). The Owner must submit this information to ADEM within 30 days of the end of the semiannual reporting period (October 30th). (Pages SGC-16 – SGC-17)

8) Changes to Approved DBE Compliance Form. If any changes, substitutions, or additions are proposed to the subcontractors included in previous Department approvals, the Owner must submit this information to the Department for prior approval in order for the affected subcontract work to be eligible for SRF funding. (Page SGC-23)

9) Certified Payrolls. These should be submitted to the Owner at least monthly for the prime contractor and all subcontractors. The Owner must maintain payroll records and make these available for inspection.

Please note that DBEs, MBEs, and WBEs must be certified by EPA, SBA, or DOT (or by state, local, Tribal, or private entities whose certification criteria match EPA’s). DBEs must be certified in order to be counted toward the recipient’s MBE/WBE accomplishments. Depending upon the certifying agency, a DBE may be classified as a DBE, a Minority Business Enterprise (MBE), or a Women’s Business Enterprise (WBE).

The documentation of these good faith solicitation efforts must be detailed in order to allow for satisfactory review. Such documentation might include fax confirmation sheets, copies of solicitation letters/emails, printouts of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The prime contractor is strongly encouraged to follow up each written, fax, or email solicitation with at least 1 logged phone call.

The prime contractor must employ the six affirmative steps to subcontract with DBEs, even if the prime contractor has achieved its fair share objectives.

SRF Supplemental General Conditions SGC - 6

If a DBE subcontractor fails to complete work under the subcontract for any reason, the prime contractor must notify the Owner in writing prior to any termination and must employ the six good faith efforts described above if using a replacement subcontractor. Any proposed changes from an approved DBE subcontractor must be reported to the Owner and to ADEM on the Changes to Approved Subcontractors Form prior to initiation of the action. EPA Forms Nos. 6100-3 and 6100-4 must also be submitted to ADEM for new DBE subcontracts.

VI – Resources for Identifying DBE Contractors/Subcontractors

The following organizations may provide assistance in soliciting DBE participation:

City of Birmingham Alabama Department of Governor’s Office of Office of Economic Transportation Minority and Women’s Development ATTN: John Huffman Business Enterprises ATTN: Andrew Mayo, 1409 Coliseum Boulevard 401 Adams Avenue Economic Specialist Montgomery, Alabama Suite 360 710 20th Street North 36130 Montgomery, Alabama Birmingham, Alabama 334-244-6261 36130 35203 http://www.dot.state.al.us 1-800-447-4191 205/254-2799 334/242-2220 205/254-7741 FAX U.S. Department of 334/242-4203 FAX [email protected] Commerce .us Minority Business Birmingham Construction Development Agency Industrial Authority U.S. Small Business 401 West Peachtree ATTN: Rhonsha Walker Administration Street NW – Suite 1715 or Kimberly Bivins http://www.pro- Atlanta, Georgia 30308 3600 4th Avenue South net.sba.gov 404/730-3300 Birmingham, Alabama 404/730-3313 FAX 35222 National Association of http://www.mbda.gov/ 205/324-6202 Minority 205/324-6210 FAX Contractors (NAMC) http://www.BCIA1.org http://www.namc-atl.org

NOTES:

(1) The Owner and the prime contractor shall use the necessary resources to identify and directly solicit no less than 3 certified DBE/MBE firms and 3 WBE firms to bid in each expected contract/subcontract area. If a diligent and documented search of ALDOT, SBA, and MBDA directories does not identify 3 potential certified DBE/MBE firms and 3 potential certified WBE firms, then the prime contractor shall post an advertisement in at least 1 of the other online or print resources. Whenever possible, post solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.

(2) Expenditures to a DBE that acts merely as a broker or passive conduit of funds, without performing, managing, or supervising the work of its subcontract in a manner consistent with normal business practices may not be counted.

(3) The prime contractor should attempt to identify and first solicit DBEs in the geographic proximity of the project before soliciting those located farther away.

(4) In addition, you may contact ADEM’s DBE Coordinator, Diane Lockwood, at (334) 271-7815 for assistance.

SRF Supplemental General Conditions SGC - 7

VII – DBE Compliance Form

PLEASE NOTE: ALL INFORMATION OUTLINED ON THIS FORM IS REQUIRED FOR DBE COMPLIANCE. THE PROPOSED PRIME CONTRACTOR AND OWNER SHOULD ENSURE THAT THIS INFORMATION IS COMPLETE PRIOR TO SUBMITTAL.

Loan Recipient: ______SRF Loan Number: ______

CERTIFICATIONS:

I certify that the information submitted on and with this form is true and accurate and that this firm has met and will continue to meet the conditions of this construction contract regarding DBE solicitation and utilization. I further certify that criteria used in selecting subcontractors and suppliers were applied equally to all potential participants and that EPA Forms 6100-2 and 6100-3 were distributed to all DBE subcontractors.

______Date______(Prime Contractor signature)

______(Printed name and title)

I certify that I have reviewed the information submitted on and with this form and that it meets the requirements of the Owner's State Revolving Fund loan contract.

______Date______(Signature of Owner or Owner's representative)

______(Printed name and title)

GENERAL INFORMATION:

Owner contact: ______

Owner phone number/email: ______

Consulting engineer contact: ______

Consulting engineer phone number/email: ______

Proposed prime contractor: ______

Prime contractor contact: ______

Prime contractor phone number/email: ______

Proposed prime contract amount: $ ______

Proposed total DBE/MBE participation: $ ______Percentage: ____% Goal: 2.5%

Proposed total WBE participation: $ ______Percentage: ____% Goal: 3.0%

SRF Supplemental General Conditions SGC - 8

Please submit the following with the DBE COMPLIANCE FORM:

(1) List of all committed and uncommitted subcontractors by trade, including company name, address, telephone number, contact person, dollar amount of subcontract, and DBE/MBE/WBE status. Indicate in writing if no solicitations were made because the contractor intends to use only its own forces to accomplish the work.

(2) Proof of certification by EPA, SBA, DOT (or by state, local, Tribal, or private entities whose certification criteria match EPA’s) for each subcontractor listed as a DBE, MBE, or WBE.

(3) Documentation of solicitation effort for prospective DBE firms, such as fax confirmation sheets, copies of solicitation letters/emails, printout of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The prime contractor is strongly encouraged to follow up each written, fax, or email solicitation with at least 1 logged phone call. Whenever possible, post solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.

(4) Justification for not selecting a certified DBE subcontractor that submitted a low bid for any subcontract area.

(5) Certification By Proposed Prime Contractor or Subcontractor Regarding Equal Employment Opportunity. (Page SGC-24)

(6) Debarred Firms Certification. (Page SGC-25)

(7) EPA Form 6100-3 DBE Subcontractor Performance Form for all DBE subcontracts. (Page SGC-12)

(8) EPA Form 6100-4 DBE Subcontractor Utilization Form for all DBE subcontracts. (Page SGC-14)

SRF Supplemental General Conditions SGC - 9

VIII - EPA Form 6100-2 DBE Subcontractor Participation Form

SRF Supplemental General Conditions SGC - 10

VIII - EPA Form 6100-2 DBE Subcontractor Participation Form

SRF Supplemental General Conditions SGC - 11

IX - EPA Form 6100-3 DBE Subcontractor Performance Form

SRF Supplemental General Conditions SGC - 12

IX - EPA Form 6100-3 DBE Subcontractor Performance Form

SRF Supplemental General Conditions SGC - 13

X - EPA Form 6100-4 DBE Subcontractor Utilization Form

SRF Supplemental General Conditions SGC - 14

X - EPA Form 6100-4 DBE Subcontractor Utilization Form

SRF Supplemental General Conditions SGC - 15

OMB CONTROL NO. 2030-0020

APPROVED: 06/30/2014

APPROVAL EXPIRES: 06/30/2017

U.S. ENVIRONMENTAL PROTECTION AGENCY MBE/WBE UTILIZATION UNDER FEDERAL GRANTS AND COOPERATIVE AGREEMENTS

FOR COOPERATIVE AGREEMENTS OR OTHER FEDERAL FINANCIAL ASSISTANCE WHERE THE COMBINED TOTAL OF FUNDS BUDGETED FOR PROCURING SUPPLIES, EQUIPMENT, CONSTRUCTION OR SERVICES EXCEED $150,000. PART 1: PLEASE REVIEW INSTRUCTIONS BEFORE COMPLETING

1A. FEDERAL FISCAL YEAR (Oct 1- Sep 30) 1B. REPORT TYPE

20_____ ☐Annual ☐ Last Report (Project completed)

1C: REVISION OF A PRIOR YEAR REPORT? ☐ No ☐ Yes, Year______IF YES, BRIEFLY DESCRIBE THE REVISIONS YOU ARE MAKING:

2A. EPA FINANCIAL ASSISTANCE OFFICE ADDRESS (ATTN: DBE COORDINATOR) 3A. RECIPIENT NAME AND ADDRESS

2B. EPA DBE COORDINATOR 3B. RECIPIENT REPORTING CONTACT Name: Name: Email: Address: Phone: Phone: Fax: Email: 4A. FINANCIAL ASSISTANCE AGREEMENT ID NUMBER 4B. FEDERAL FINANCIAL ASSISTANCE PROGRAM TITLE OR CFDA NUMBER: (SRF State Recipients, refer to Instructions for Completion of blocks 4A, 5A and 5C)

5A. TOTAL ASSISTANCE AGREEMENT AMOUNT 5B. If NO procurements and NO accomplishments were made this reporting EPA Share: $ ______period (by the recipients, sub-recipients, loan recipients, and prime contractors), CHECK and SKIP to Block No. 7. (Procurements are all expenditures through Recipient Share: $ ______contract, order, purchase, lease or barter of supplies, equipment, construction, or services needed to complete Federal assistance programs. Accomplishments, ☐ N/A (SRF Recipient) in this context, are procurements made with MBEs and/or WBEs.) ☐ 5C. Total Procurements This Reporting Period (Only include amount not reported in any prior reporting period) Total Procurement Amount $______(Include total dollar values awarded by recipient, sub-recipients and SRF loan recipients, including MBE/WBE expenditures.)

5D. Were sub-awards issued under this assistance agreement? Yes____ No____ Were contracts issued under this assistance agreement? Yes____ No____

5E. MBE/WBE Accomplishments This Reporting Period Actual MBE/WBE Procurement Accomplished (Include total dollar values awarded by recipient, sub-recipients, SRF loan recipients and Prime Contractors.) Construction Equipment Services Supplies Total $MBE: ______$WBE: ______

6. COMMENTS: (If no MBE/WBE procurements, please summarize how certified MBEs/WBEs were notified of the opportunities to compete for the procurement dollars entered in Block 5C and why certified MBEs /WBEs were not awarded any procurements during this reporting period.)

7. NAME OF RECIPIENT’S AUTHORIZED REPRESENTATIVE TITLE

8. SIGNATURE OF RECIPIENT’S AUTHORIZED REPRESENTATIVE DATE

EPA FORM 5700-52A available electronically at http://www.epa.gov/osbp/pdfs/5700_52a.pdf

SRF Supplemental General Conditions SGC - 16

OMB CONTROL NO. 2030-0020 APPROVED: 06/30/2014 APPROVAL EXPIRES: 06/30/2017 PART II.

SRF MBE/WBE PROCUREMENTS MADE DURING REPORTING PERIOD

EPA Financial Assistance Agreement Number: ______Supplemental 1. Procurement Made By 2. Business Enterprise 3. $ Value of 4. Date of 5. Type of Product or 6. Name/Address/Phone Number of MBE/WBE Procurement Procurement Service (Enter Code) Contractor or Vendor Recipient Sub- Prime Minority Women MM/DD/YY Recipient and/or SRF Loan General Recipient

Conditions

SGC

- 17 Type of Product or Service Codes: 1 = Construction 2 = Supplies 3 = Services 4 = Equipment

Note: Recipients are required to submit MBE/WBE reports to EPA beginning with the Federal fiscal year the recipients receive the award, continuing until the project is completed.

Instructions: If at the time of award, the combined total of funds budgeted for procurements in any category is less A. General Instructions: than or equal to $150,000 and is maintained below the threshold, no DBE report is required to be submitted. MBE/WBE utilization is based on 40 CFR Part 33. The reporting requirement reflects the class deviation issued on November 8, 2013, clarified on Recipients are required to report 30 days after the January 9, 2014 and modified on December 2, end of each federal year, per the terms and 2014. EPA Form 5700-52A must be completed conditions of the financial assistance agreement. annually by recipients of financial assistance agreements where the combined total of funds Last reports are due October 30th or 90 days after budgeted for procuring supplies, equipment, the end of the project period, whichever comes construction or services exceeds $150,000.This first. reporting requirement applies to all new and existing awards and voids all previous reporting MBE/WBE program requirements, including requirements. reporting, are material terms and conditions of the financial assistance agreement. In determining whether the $150,000 threshold is exceeded for a particular assistance B. Definitions: agreement, the analysis must focus on funds budgeted for procurement under the supplies, equipment, construction, services or “other” Procurement is the acquisition through contract, categories, and include funds budgeted for order, purchase, lease or barter of supplies, procurement under sub-awards or loans equipment, construction or services needed to accomplish Federal assistance programs. Reporting will also be required in cases where the details of the budgets of sub-awards/loans are not A contract is a written agreement between an EPA clear at the time of the grant awards and the recipient and another party (also considered combined total of the procurement and sub- “prime contracts”) and any lower tier agreement awards and/or loans exceeds the $150,000 (also considered “subcontracts”) for equipment, threshold. services, supplies, or construction necessary to complete the project. This definition excludes written agreements with another public agency. When reporting is required, all procurement This definition includes personal and professional actions are reportable, not just the portion which services, agreements with consultants, and exceeds $150,000. purchase orders.

If at the time of award the budgeted funds exceed A minority business enterprise (MBE) is a business $150,000 but actual expenditures fall below, a concern that is (1) at least 51 percent owned by report is still required. one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority

SRF Supplemental General Conditions SGC - 18

individuals; and (2) whose daily business efforts for utilizing MBEs and WBEs must be operations are managed and directed by one or documented. Such documentation is subject to more of the minority owners. In order to qualify EPA review upon request: and participate as an MBE prime or subcontractor for EPA recipients under EPA’s DBE Program, an 1. Ensure DBEs are made aware of contracting entity must be properly certified as required by 40 opportunities to the fullest extent practicable CFR Part 33, Subpart B. through outreach and recruitment activities. For Indian Tribal, State and Local and U.S. citizenship is required. Recipients shall Government recipients, this will include placing presume that minority individuals include Black DBEs on solicitation lists and soliciting them Americans, Hispanic Americans, Native Americans, whenever they are potential sources. Asian Pacific Americans, or other groups whose members are found to be disadvantaged by the 2. Make information on forthcoming Small Business Act or by the Secretary of opportunities available to DBEs and arrange Commerce under section 5 of Executive order time frames for contracts and establish delivery 11625. The reporting contact at EPA can provide schedules, where the requirements permit, in a additional information. way that encourages and facilitates participation by DBEs in the competitive A woman business enterprise (WBE) is a business process. This includes, whenever possible, concern that is, (1) at least 51 percent owned by posting solicitations for bids or proposals for a one or more women, or, in the case of a publicly minimum of 30 calendar days before the bid or owned business, at least 51 percent of the stock is proposal closing date. owned by one or more women and (2) whose daily business operations are managed and directed by 3. Consider in the contracting process whether one or more of the women owners. In order to firms competing for large contracts could qualify and participate as a WBE prime or subcontract with DBEs. For Indian Tribal, State subcontractor for EPA recipients under EPA’s DBE and local Government recipients, this will Program, an entity must be properly certified as include dividing total requirements when required by 40 CFR Part 33, Subpart B. economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. Business firms which are 51 percent owned by minorities or women, but are in fact not managed 4. Encourage contracting with a consortium of and operated by minorities or females do not DBEs when a contract is too large for one of qualify for meeting MBE/WBE procurement goals. these firms to handle individually. U.S. Citizenship is required. 5. Use the services and assistance of the SBA and Good Faith Efforts the Minority Business Development Agency of the Department of Commerce.

A recipient is required to make the following good 6. If the prime contractor awards subcontracts, faith efforts whenever procuring construction, require the prime contractor to take the steps equipment, services, and supplies under an EPA in paragraphs (a) through (e) of this section. financial assistance agreement. These good faith

SRF Supplemental General Conditions SGC - 19

C. Instructions for Part I: 5A. Provide the total amount of the Assistance Agreement which includes Federal funds plus recipient matching funds and funds from other 1A. Specify Federal fiscal year this report covers. sources. The Federal fiscal year runs from October 1st through September 30th (e.g. November 29, 2014 falls within Federal fiscal year 2015) *For SRF recipients only: SRF recipients will not enter an amount in 5a. SRF recipients should check the “N/A” box. 1B. Specify report type. Check the annual reporting box. Also indicate if the project is completed. 5B. Self-explanatory.

1C. Indicate if this is a revision to a previous year 5C. Provide the total dollar amount of ALL and provide a brief description of the revision you procurements awarded this reporting period by the are making. recipient, sub-recipients, and SRF loan recipients, including MBE/WBE expenditures, not just the portion which exceeds $150,000. For example: 2A-B. Please refer to your financial assistance Actual dollars for procurement from the procuring agreement for the mailing address of the EPA office; actual contracts let from the contracts financial assistance office for your agreement. office; actual goods, services, supplies, etc., from other sources including the central purchasing/ The “EPA DBE Reporting Contact” is the DBE procurement centers). Coordinator for the EPA Region from which your financial assistance agreement was originated. For *NOTE: To prevent double counting on line 5C, if a list of DBE Coordinators please refer to the EPA any amount on 5E is for a subcontract and the OSBP website at http://epa.gov/osbp/dbe_cord. prime contract has already been included on Line 5C in a prior reporting period, then report the 3A-B. Identify the agency, state authority, amount going to MBE or WBE subcontractor on university or other organization which is the line 5E, but exclude the amount from Line 5C. To recipient of the Federal financial assistance and the include the amount on 5C again would result in person to contact concerning this report. double counting because the prime contract, which includes the subcontract, would have already been 4A. Provide the Assistance Agreement number reported. assigned by EPA. A separate report must be submitted for each Assistance Agreement. *For SRF recipients only: In 5c please enter the total annual procurement amount under all of your *For SRF recipients: In box 4a list numbers for ALL SRF Assistance Agreements. The figure reported in OPEN Assistance Agreements being reported on this section is not directly tied to an individual this form. Assistance Agreement identification number. (SRF state recipients report state procurements in this

section) 4B. Refer back to Assistance Agreement document for this information.

SRF Supplemental General Conditions SGC - 20

5D. State whether or not sub-awards and/or 2. Check either the MBE or WBE column. If a subcontracts have been issued under the financial firm is both an MBE and WBE, the recipient may assistance agreements by indicating “yes” or “no”. choose to count the entire procurement towards EITHER its MBE or WBE accomplishments. The 5E. Where requested, also provide the total recipient may also divide the total amount of the dollar amount of all MBE/WBE procurement procurement (using any ratio it so chooses) and awarded during this reporting period by the count those divided amounts toward its MBE and recipient, sub-recipients, SRF loan recipients, and WBE accomplishments. If the recipient chooses to prime contractors in the categories of construction, divide the procurement amount and count portions equipment, services and supplies. These amounts toward its MBE and WBE accomplishments, please include Federal funds plus recipient matching funds state the appropriate amounts under the MBE and and funds from other sources. WBE columns on the form. The combined MBE and WBE amounts for that MBE/WBE contractor must not exceed the “Value of the Procurement” 6. If there were no MBE/WBE accomplishments reported in column #3 this reporting period, please briefly how certified MBEs/WBEs were notified of the opportunities to compete for the procurement dollars entered in 3. Dollar value of procurement. Block 5C and why certified MBEs /WBEs were not awarded any procurements during this reporting 4. Date of procurement, shown as month, day, period. year. Date of procurement is defined as the date the contract or procurement was awarded, not the 7. Name and title of official administrator or date the contractor received payment under the designated reporting official. awarded contract or procurement, unless payment occurred on the date of award. (Where direct purchasing is the procurement method, the date 8. Signature, month, day, and year report of procurement is the date the purchase was submitted. made)

D. Instructions for Part II: 5. Using codes at the bottom of the form, identify type of product or service acquired through For each MBE/WBE procurement made under this this procurement (e.g., enter 1 if construction, 2 if financial assistance agreements during the supplies, etc.). reporting period, provide the following information: 6. Name, address, and telephone number of MBE/WBE firm. 1. Check whether this procurement was made by the recipient, sub-recipient/SRF loan recipient, or the prime contractor.

SRF Supplemental General Conditions SGC - 21

**This data is requested to comply with provisions mandated by: statute or regulations (40 CFR Parts 30, 31, and 33 and/or 2 CFR Parts 200 and 1500); OMB Circulars; or added by EPA to ensure sound and effective assistance management. Accurate, complete data are required to obtain funding, while no pledge of confidentiality is provided.

The public reporting and recording burden for this collection of information is estimated to average l hour per response annually. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclosure or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number.

Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, OPPE Regulatory Information Division, U.S. Environmental Protection Agency (2136), 1200 Pennsylvania Avenue, NW, Washington, D.C. 20460. Include the OMB Control number in any correspondence. Do not send the completed form to this address.

SRF Supplemental General Conditions SGC - 22

XII - Changes to Approved DBE Compliance Form

SRF Supplemental General Conditions SGC - 23

XIII – Certification Regarding Equal Employment Opportunity

The contractor is required to comply with Executive Order 112-46 of September 24, 1965 entitled “Equal Employment Opportunity” as amended by Executive Order 11375 of October 13, 1967.

The contract for the work under this proposal will obligate the prime contractor and its subcontractors not to discriminate in employment practices.

The contractor shall not maintain or provide for his/her employees the facilities, which are segregated on a basis of race, creed, color or national origin, whether such facilities are segregated by directive or on a de facto basis.

The contractor must, if requested, submit a compliance report concerning their employment practices and policies in order to maintain his/her eligibility to receive the award of the contract.

The contractor must be prepared to comply in all respects with any contract provisions regarding non-discrimination stipulated in conjunction with labor standards.

CONTRACTOR'S CERTIFICATION:

Contractor's Name: Address:

1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes____ No____

2. Compliance Reports were required to be filed in connection with such contract or subcontract. Yes____ No____

3. Bidder has filed all compliance reports due under applicable contract requirements. Yes____ No____

If answer to item 3 is “No”, please explain in detail on reverse side of this certification.

Certification - The information above is true and complete to the best of my knowledge and belief.

Signature of Authorized Official:

Title:

Date:

SRF Supplemental General Conditions SGC - 24

XIV – Debarred Firms Certification

All prime construction contractors shall certify that Subcontracts have not and will not be awarded to any firm that is currently on the General Service Administration's Master List of Debarred, Suspended and Voluntarily Excluded Persons, in accordance with the provisions of ADEM Administrative Code 335-6- 14-.35. Debarment action is taken against a firm for noncompliance with Federal Law.

All bidders shall complete this certification in duplicate and submit both copies to the owner with the bid proposal. The owner shall transmit one copy to ADEM within 14 days after the bid opening.

Project Name:

SRF Project No.:

The undersigned hereby certifies that the firm of

has not and will not award a subcontract, in

connection with any contract awarded to it as the result of this bid, to any firm that

is currently on the General Service Administration's Master List of Debarred,

Suspended, and Voluntarily Excluded Persons.

Signature of Authorized Official:

Title:

Date:

SRF Supplemental General Conditions SGC - 25

XV – Project Sign Detail - CWSRF

STATE OF ALABAMA Honorable (name), Governor

ALABAMA WATER POLLUTION CONTROL AUTHORITY POLLUTION CONTROL PROJECT

(NAME OF OWNER)

(NAME OF PROJECT)

$(amount) STATE REVOLVING FUND LOAN

(NAME OF CONTRACTOR) • CONTRACTOR (NAME OF ENGINEER) • CONSULTING ENGINEER

ALABAMA DEPARTMENT OF ENVIRONMENTAL MANAGEMENT U.S. ENVIRONMENTAL PROTECTION AGENCY

1. Sign is to be constructed of ½” MDO plywood, 4’ x 8’. 2. Paint with two (2) coats oil-base enamel before lettering. 3. Background color white; lettering black. 4. Lettering may be painted or vinyl. All lettering sizes to be proportionate to sign layout. 5. Sign shall be attached to 4” x 4” x 8’ treated posts. 6. Sign shall be placed in prominent location, easily readable from existing street or roadway. 7. Sign shall be maintained in good condition until completion of project.

SRF Supplemental General Conditions SGC - 26

XVI – Project Sign Detail - DWSRF

STATE OF ALABAMA Honorable (Name), Governor

ALABAMA DRINKING WATER FINANCE AUTHORITY INFRASTRUCTURE PROJECT

(NAME OF OWNER)

(NAME OF PROJECT)

$(amount) STATE REVOLVING FUND LOAN

(NAME OF CONTRACTOR) • CONTRACTOR (NAME OF ENGINEER) • CONSULTING ENGINEER

ALABAMA DEPARTMENT OF ENVIRONMENTAL MANAGEMENT U.S. ENVIRONMENTAL PROTECTION AGENCY

1. Sign is to be constructed of ½” MDO plywood, 4’ x 8’. 2. Paint with two (2) coats oil-base enamel before lettering. 3. Background color white; lettering black. 4. Lettering may be painted or vinyl. All lettering sizes to be proportionate to sign layout. 5. Sign shall be attached to 4” x 4” x 8’ treated posts. 6. Sign shall be placed in prominent location, easily readable from existing street or roadway. 7. Sign shall be maintained in good condition until completion of project.

SRF Supplemental General Conditions SGC - 27

XVII – Construction Contract Requirements

This checklist is to be completed by the Owner/Engineer when submitting plans and specifications to the SRF and Operator Certification Section for review. It affirms to the SRF reviewer that the Owner/Engineer has addressed these items (in boilerplate form) within the specifications manual.

Contract Satisfied Page No. Yes/No

Bid Advertisement (including date, time, and location of bid opening).

Bid Bond.

Performance Bond (100%).

Payment Bond (Not less than 50%).

Contract Length.

Liquidated Damages.

Liability Insurance (including workman’s comp, public liability, and builder’s risk, if applicable).

Method of Award (i.e. lowest, responsive, responsible bidder).

Air testing of gravity sewers (if applicable).

Within 14 days after bid opening, the Owner/Engineer is to prepare the Project Review and Cost Summary (page SGC-29) and submit it to the SRF Section of ADEM. Upon completion of review, an Approval to Award will be issued.

Note: The Owner assumes all financial risk if the construction contract is awarded prior to the issuance of an Approval to Award by the SRF Section.

SRF Supplemental General Conditions SGC - 28

XVIII – Project Review and Cost Summary

Form Revised ADEM SRF Project Review and Cost Summary 03 -10-10 Alabama Department of Environmental Management

This form is to be completed and sent with supporting documentation to ADEM within 14 days after bid opening. Following review, an Approval to Award letter will be issued. Upon award of the contract, a complete, bound set of the contract documents should be forwarded to ADEM for review.

Loan Applicant: Project Number:

Contract Number/Name:

1. Date of plans and specifications concurrence letter from ADEM:

Date of construction permit issuance from ADEM:

2. Attach copies of the following documents:

a. Bid advertisement with certification by publisher and date(s) of publication.

b. Certified bid tabulation.

c. Proposal of the selected bidder.

d. Bid bond.

e. Engineer’s letter to loan applicant recommending award of the contract. If the award is made to other than the low bidder, provide justification.

f. Site certificates for the project if not previously submitted with SRF loan application.

g. Documentation from the owner and contractor. The list of required documents can be found in Part III, page SGC-3 of the ADEM Supplemental General Conditions for SRF Assisted Public Drinking Water and Wastewater Facilities Construction Contracts (ADEM FORM 341).

h. Copy of the wage determination used in bidding.

i. Any addenda that have been issued after ADEM review of the plans and specifications.

Comments:

SRF Supplemental General Conditions SGC - 29

MCWD Pulaski Pike Water Line Replacement

1. SCOPE OF WORK

1.1 SUMMARY. Madison County will accept bids to install approximately 15,200 linear feet of 12-inch Ductile Iron water distribution piping and approximately 345 linear feet of 6-inch PVC water distribution piping in the Northwest portion of the County.

The Contractor shall furnish all labor, tools, materials, equipment, and services necessary and proper for the complete installation and construction of the site piping and all required site work as specified and/or as shown on the Contract Drawings. The scope of work to be performed shall include, but not be limited to the following items:

(a) Install erosion control devices as shown on Contract Documents, CBMPP, and as directed by Engineer or Owner. (b) Install necessary piping, valves, fire hydrants, etc. as shown on the plans and connect to existing distribution system at each end of newly installed distribution line per Contract Documents. (c) Transfer all existing service lines to new lines and install new service meters as shown on the Contract Documents. Service Meters and backflow preventers will be provided by the Madison County Water Department. All other necessary equipment to be provided by the Contractor. Contractor will install all equipment. (d) Connect new 12” DIP water line to all existing water lines that are currently served by the existing 6” water line that is to be abandoned as shown on the Contract Drawings. (e) Contractor will abandon the existing 6” water line as shown on the Contract Drawings and return all old service meters, assemblies, and valves to the Owner. (f) Connect new 6” PVC water line (Frank Church Road) to the new 12” DIP water line and abandon existing 3” water line. (g) Repair driveways, roadways, and culverts to original condition or better as indicated on the Contract Drawings. (h) Miscellaneous site work as shown on Contract Documents. (i) Required testing and disinfection as specified on Contract Documents and in these Specifications. (j) All associated appurtenances as may be referred to in these specifications and on the Contract Documents. (k) Seed, mulch, and fertilize all disturbed areas at all locations.

1.2 Award of Contract: Once the contract is fully executed, a “Notice-to-Proceed with Construction” will be issued from the Owner/Engineer. This notice will instruct the Contractor to begin submittals and on-site construction activities. The period of performance for construction is 180 days.

* * * * *

15058000 1-1

BLANK PAGE

(This page is left blank intentionally.) MCWD Pulaski Pike Water Line Replacement

2. INSTRUCTIONS TO BIDDERS

2.1 BID DOCUMENTS: The Bid Documents consist of the Advertisement for Bids, these Instructions to Bidders, any modifications of or supplements to these Instructions to Bidders, the Bid Form and the proposed Contract Documents. The Contract Documents consist of the Construction Contract, the Performance Bond and Payment Bond, the Conditions of the Contract (General, Special, and other Conditions), Technical Specifications including diagrams and drawings, and all addenda issued prior to execution of the Construction Contract. Bid Documents may be obtained or examined as set forth in the Advertisement for Bids.

2.2 GENERAL CONTRACTOR’S STATE LICENSING REQUIREMENTS: All contractors performing work for Madison County must comply with all applicable licensing and qualification requirements including but not limited to Code of Alabama 34-8-1 through 34-8-28 (1975). Generally, when the amount bid for a contract exceeds $50,000, the bidder must be licensed by the State Licensing Board for General Contractors and must provide Madison County evidence of license before bidding or the bid will not be received by or considered by Madison County, Alabama. A bid exceeding the bid limit stipulated in the bidder’s license, or which is for work outside of the type or types of work stipulated in the bidder’s license, will not be considered. In case of a joint venture of two or more contractors, the amount of the bid shall be within the maximum bid limitation as set by the State Licensing Board for General Contractors of the combined limitations of the partners to the joint venture.

2.3 PREFERENCE TO RESIDENT CONTRACTORS:

(a) In awarding the Contract in accordance with Code of Alabama, Section 39-3-5 1975, as amended, preference will be given to Alabama resident contractors and a nonresident bidder domiciled in a state having laws granting preference to local contractors shall be awarded the Contract only on the same basis as the nonresident bidder’s state awards contracts to Alabama contractors bidding under similar circumstances.

(b) A nonresident bidder is a contractor which is neither organized and existing under the laws of the State of Alabama, nor maintains its principal place of business in the State of Alabama. A nonresident contractor which has maintained a permanent office within the State of Alabama for at least five continuous years shall not thereafter be deemed to be a non-resident contractor so long as the contractor continues to maintain a branch office within Alabama.

2.4 EXAMINATION OF BID DOCUMENTS AND THE SITE OF THE WORK: Before submitting a bid for the Work, the bidders shall carefully examine the Bid Documents, visit the site, and satisfy themselves as to the nature and location of the Work, and the general and local conditions, including weather, the general character of the site, the character and extent of existing work within or adjacent to the site and any other work being performed thereon at the time of submission of their bids. They shall obtain full knowledge as to transportation, disposal, handling, and storage of materials, availability of water, electric power, and all other facilities in the area which will have a bearing on the performance of the Work for which they submit their bids. The submission of a bid shall constitute a representation by the bidder that the bidder has made such examination and visit and has judged for and satisfied himself or herself as to the conditions to be encountered regarding the character, difficulties, quality, and quantities of work to be performed and the material and equipment to be furnished, and as to the contract requirements involved. Neither the Owner nor the Engineer will be responsible for subsurface conditions. However, the Contractor should make its own determination concerning the possible presence, quantity and nature of rock prior to bidding.

15058000 2-1 MCWD Pulaski Pike Water Line Replacement

2.5 MANDATORY PRE-BID CONFERENCE: A pre-bid conference/site tour will be conducted by Madison County and Garver. Attendance at the pre-bid conference is a mandatory requirement for bidding on this contract. The date and time for the pre-bid conference is provided in the Project Advertisement. The pre-bid conference will be held at 266-B Shields Rd., Huntsville, Alabama 35811. The pre-bid conference will include a visit to the site.

2.6 EXPLANATIONS AND INTERPRETATIONS:

(a) Should any bidder observe any ambiguity, discrepancy, omission, or error in the drawings and specifications, or in any other bid document, or be in doubt as to the intention and meaning of these documents, the bidder should immediately report, in writing, such to Ms. Dana Pollock, PE, Garver, 5125A Research Drive, Huntsville, Alabama 35805. Reports may also be sent in facsimile to (256) 534-5544 or to [email protected] .

(b) Clarification will be made only by written Addenda sent to all prospective bidders via the “Current Bids” page of the Madison County Web Site. Madison County will not be responsible in any manner for verbal answers or instructions regarding intent or meaning of the Bid Documents.

(c) In the case of inconsistency in the specifications, a bidder will be deemed to have included in its bid the better quality or greater quantity of the work involved unless the bidder asked for and obtained the Owner’s written clarification of the requirements before submission of a bid.

2.7. SUBSTITUTIONS:

(a) The identification of any product, material, system, item of equipment, or service in the Bid Documents by reference to a trade name, manufacturer’s name, model number, etc. (hereinafter referred to as “source”), is intended to establish a required standard of performance, design, and quality and is not intended to limit competition unless the provisions of paragraph “d” below apply.

(b) When the Bid Documents identify only one or two sources, or three or more sources followed by “or approved equal” or similar wording, the bidder’s proposal may be based on a source not identified but considered by the bidder to be equal to the standard of performance, design and quality as specified; however, such substitutions must ultimately be approved by the Owner. If the bidder elects to bid on a substitution without “Pre-bid Approval” as described below, then it will be understood that proof of compliance with specified requirements is the exclusive responsibility of the bidder.

(c) When the Bid Documents identify three or more sources and the list of sources is not followed by “or approved equal” or similar wording, the bidder’s proposal shall be based upon one of the identified sources, unless the bidder obtains “Pre-bid Approval” of another source as described below. Under these conditions it will be expressly understood that no product, material, system, item of equipment, or service that is not identified in the Bid Documents or granted “Pre-Bid Approval” will be incorporated into the Work unless such substitution is authorized and agreed upon through a Contract Change Order.

(d) If the Bid Documents identify only one source and expressly provide that it is an approved sole source for the product, material, system, item of equipment, or service, the bidder’s proposal must be based upon the identified sole source.

15058000 2-2 MCWD Pulaski Pike Water Line Replacement

(e) Procedures for “Pre-bid Approval”. If it is desired that a product, material, system, piece of equipment, or service from a source different from those sources identified in the Bid Documents be approved as an acceptable source, application for the approval of such source must reach the hands of the Madison County at least ten days prior to the date set for the opening of bids. At Madison County’s discretion, this ten day provision may be waived. The application for approval of a proposed source must be accompanied by technical data which the applicant desires to submit in support of the application. Madison County will give consideration to reports from reputable independent testing laboratories, verified experience records showing the reputation of the proposed source with previous users, evidence of reputation of the source for prompt delivery, evidence of reputation of the source for efficiency in servicing its products, or any other pertinent written information. The application to Madison County for approval of a proposed source must be accompanied by a schedule setting forth in which respects the materials or equipment submitted for consideration differ from the materials or equipment designated in the Bid Documents. The burden of proof of the merit of the proposed substitution is upon the proposer. To be approved, a proposed source must also meet or exceed all express requirements of the Bid Documents. Approval, if granted, shall not be effective until published by Madison County in an addendum to the Bid Documents.

2.8 PREPARATION AND DELIVERY OF BIDS:

(a) Bid Form: As used in these Instructions to Bidders, “authorized representative” is defined as a person to whom the bidder has granted written authority to conduct business in the bidder’s behalf by signing and/or modifying the bid. Such written authority shall be signed by the bidder (the individual proprietor, or a member of the Partnership, or an officer of the Corporation) and shall be attached to the Proposal Form.

(i) Bids must be submitted on the Bid Form as contained in the Bid Documents; one (1) original and two (2) copies are required to be submitted.

(ii) All information requested of the bidder on the Bid Form must be filled in. The form must be completed by typewriter or hand-printed in ink.

(iii) Where indicated by the format of the Bid Form, the bidder must specify lump sum prices in both words and figures. In case of discrepancy between the prices shown in words and in figures, the words will govern.

(iv) All bid items requested in the Bid Form, including alternate bid prices and unit prices for separate items of the Work, must be bid. If a gross sum of bid items is requested in the Proposal Form, the gross sum shall be provided by the bidder.

(v) The estimated quantities on the Bid Form are for use of Madison County only. Madison County makes no warranty representation or guarantee as to the actual quantities.

(vi) The bidder shall not include sale and use taxes that qualify for exemption in the bid amounts (See Section 3.43 Permits, Laws, and Regulations paragraph (b) Taxes). The bidder shall account for the tax savings on the bid form.

15058000 2-3 MCWD Pulaski Pike Water Line Replacement

(vii) In the space provided on the Invitation for Bids Form under “Bidder’s Alabama License”, the bidder must insert his or her current general contractor’s state license number, current bid limit, and type(s) of work for which bidder is licensed.

(viii) The Bid Form shall be properly signed by the bidder. If the bidder is:

1. an individual, that individual or his or her “authorized representative” must sign the Proposal Form; 2. a partnership, the Proposal Form must be signed by one of the partners or an “authorized representative” of the Partnership; 3. a corporation, the president, vice-president, secretary, or “authorized representative” of the corporation shall sign and affix the corporate seal to the Proposal Form.

(ix) Interlineations, alterations or erasures on the Proposal Form must be initialed by the bidder or its “authorized representative”.

(b) Bid Guaranty

(i) The Bid Form must be accompanied by a cashier’s check, drawn on an Alabama bank, or a Bid Bond, executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama, payable to Madison County.

(ii) If a Bid Bond is provided in lieu of a cashier’s check, the bond shall be on the Bid Bond form as stipulated in the Bid Documents. Refer to Appendix A for the Bid Bond form.

(iii) The amount of the cashier’s check or Bid Bond shall not be less than five percent (5%) of the contractor’s bid, but is not required to be in an amount more than Ten Thousand Dollars ($10,000).

(c) Other Required Documents: The Bid Package shall include a completed Contractor’s Questionnaire with required attachments and a list of all proposed subcontractors. A subcontractor list is required even if all work is performed by the prime contractor. If no subcontractors will be used, the bidder must state no subcontractor on the subcontractors list. Refer to Appendix A for the required forms.

(d) Unauthorized Aliens Affidavit (E-Verify Notice): Contractor’s Unauthorized Aliens Affidavit shall be a part of the contract bid documents and shall be submitted with the bid package. This can be found in Appendix A.5.

(e) Delivery of Bids

(i) Bids will be received until the time set, and at the location designated, in the Invitation for Bids unless notice is given of postponement. Any bid not received prior to the time set for opening bids will be rejected absent extenuating circumstances and such bids shall be rejected in all cases where received after other bids are opened.

15058000 2-4 MCWD Pulaski Pike Water Line Replacement

(ii) Each bid shall be placed, together with the bid guaranty, in a sealed envelope. On the outside of the envelope the bidder shall write in large letters “Proposal”, below which the bidder shall identify the Project and the Work bid on, the name of the bidder, and the bidder’s current general contractor’s state license number.

(iii) Bids may be delivered in person or by mail if ample time is allowed for delivery. When sent by mail, the sealed envelope containing the bid, marked as indicated above, shall be enclosed in another envelope for mailing. Bids, delivered in person, sent by US mail or by delivery service, must be delivered to the Madison County Purchasing Department, 100 Northside Square, Room 735, Huntsville, Alabama 35801.

2.9 WITHDRAWAL OR REVISION OF BIDS:

(a) A bid may be withdrawn prior to the time set for opening of bids, provided a written request, executed by the bidder or the bidder’s “authorized representative”, is filed with the Madison County Purchasing Department prior to that time. The bid will then be returned to the bidder unopened.

(b) A bid which has been sealed in its delivery envelope may be revised by writing the change in price on the outside of the delivery envelope over the signature of the bidder or the bidder’s “authorized representative”. In revising the bid in this manner, the bidder must only write the amount of the change in price on the envelope and must not reveal the bid price.

(c) Written communications, signed by the bidder or its “authorized representative”, to revise bids will be accepted if received by the Owner prior to the time set for opening bids. The Owner will record the instructed revision upon opening the bid. Such written communication may be by facsimile if so stipulated in Supplemental Instructions to Bidders. In revising the bid in this manner, the bidder must only write the amount of the change in price and must not reveal the bid price.

(d) Except as provided in Section 2.12 of these Instructions to Bidders, no bid shall be withdrawn, modified, or corrected after the time set for opening bids.

2.10 OPENING OF BIDS: Bids will be opened and read publicly at the time and place indicated in the Advertisement for Bids. Bidders or their authorized representatives are invited to be present.

2.11 INCOMPLETE AND IRREGULAR BIDS: A bid that is not accompanied by data required by the Bid Documents, or a bid which is in any way incomplete, may be rejected. Any bid which contains any uninitiated alterations or erasures, or any bid which contains any additions, alternate bids, or conditions not called for, or any other irregularities of any kind, will be subject to rejection. Bids may also be rejected for any of (but not limited to) the following causes:

(a) Failure to utilize bid forms provided by Madison County.

(b) Lack of signature by an authorized representative on the bid form.

(c) Failure to properly complete the bid.

15058000 2-5 MCWD Pulaski Pike Water Line Replacement

(d) Evidence of collusion among bidders.

(e) Unauthorized alteration of proposal form.

(f) Failure to submit a bid bond.

(g) Failure to note the general contractor’s license number as required.

(h) Failure to submit a contractor’s questionnaire

(i) Failure to submit a subcontractor list.

2.12 BID ERRORS:

(a) Errors and Discrepancies in the Proposal Form. In case of error in the extension of prices in bids, the unit price will govern. In case of discrepancy between the prices shown in the figures and in words, the words will govern.

(b) Mistakes within the Bid. If the low bidder discovers a mistake in its bid, the low bidder may seek withdrawal of its bid without forfeiture of its bid guaranty under the following conditions:

(i) Timely Notice: The low bidder must notify Madison County, Alabama in writing, within three working days after the opening of bids, that a mistake was made. This notice must be given within this time frame whether or not award has been made.

(ii) Substantial Mistake: The mistake must be of such significance as to render the bid price substantially out of proportion to the other bid prices.

(iii) Type of Mistake: The mistake must be due to calculation or clerical error, an inadvertent omission, or a typographical error which results in an erroneous sum. A mistake of law, judgment, or opinion shall not constitute a valid ground for withdrawal without forfeiture.

(iv) Documentary Evidence: Clear and convincing documentary evidence of the mistake must be presented to Madison County, Alabama as soon as possible, but no later than three working days after the opening of bids.

(c) Decisions Regarding Withdraw Request: Madison County’s decision regarding a low bidder’s request to withdraw its bid without penalty shall be made within 10 days after receipt of the bidder’s evidence or by the next regular meeting of Madison County, Alabama. Upon withdrawal of bid without penalty, the low bidder shall be prohibited from (1) doing work on the project as a subcontractor or in any other capacity and (2) bidding on the same project if it is re-bid.

2.13 DISQUALIFICATION OF BIDDERS: Any bidder(s) may be disqualified from consideration for contract award for the following reasons:

(a) Collusion. Any agreement or collusion among bidders or prospective bidders in restraint of freedom of competition to bid at a fixed price or to refrain from bidding or otherwise shall render the bids void and shall cause the bidders or prospective bidders participating in such agreement or

15058000 2-6 MCWD Pulaski Pike Water Line Replacement collusion to be disqualified from submitting further bids to Madison County, Alabama on future lettings. (See § 39-2-6, Code of Alabama 1975, for possible criminal sanctions.)

(b) Advance Disclosure. Any disclosure in advance of the terms of a bid submitted in response to an Advertisement for Bids shall render the proceedings void and require re-advertisement and rebid.

(c) Failure to Settle Other Contracts. Madison County, Alabama may reject a bid from a bidder who has not paid, or satisfactorily settled, all bills due for labor and material on other contracts in force at the time of letting.

2.14 CONSIDERATION OF BIDS:

(a) After the bids are opened and read publicly, the bid prices will be compared and the results of this comparison will be available to the public. Until the final award of the contract, however, Madison County shall have the right to reject any or all bids, and it shall have the right to waive technical errors and irregularities if, in its judgment, the bidder will not have obtained a competitive advantage and the best interests of Madison County, Alabama will be promoted.

(b) If the Bid Documents request bids for projects or parts of projects in combination or separately, the Bid Documents must include modifications of, or supplements to, these Instructions to Bidders setting forth applicable bid procedures. Award or awards will be made to the lowest responsible and responsive bidder or bidders in accordance with such bid procedures.

(c) The qualifications, ability and responsibility of all bidders and their proposed sub-contracts will be considered in making the award. Only bids of such contractors who are licensed as required by the Code of Alabama, Titles 34 and 46, as amended, prior to the date of the bid opening will be considered.

2.15 UNIT PRICES

(a) Work Bid on a Unit Price Basis. Where all, or part(s), of the planned Work is bid on a unit price basis, both the unit prices and the extensions of the unit prices constitute a basis of determining the lowest responsible and responsive bidder. In cases of error in the extension of prices of bids, the unit price will govern. A bid may be rejected if any of the unit prices are obviously unbalanced or non-competitive.

(b) Unit Prices for Application to Change Orders. As a means of predetermining unit costs for changes in certain elements of the Work, the Bid Documents may require that the bidders furnish unit prices for those items in the Proposal Form. Unit prices for application to changes in the work are not a basis for determining the lowest bidder. Non-competitive unit prices proposed by the successful bidder may be rejected and competitive prices negotiated by Madison County, Alabama prior to contract award. Unit prices for application to changes in the work are not effective unless specifically included and agreed upon in the Construction Contract.

15058000 2-7 MCWD Pulaski Pike Water Line Replacement

2.16 EXPLANATION OF BID ITEMS:

(a) MOBILIZATION FOR ENTIRE PROJECT:

(i.) Includes all labor, materials, and equipment to completely mobilize on the site.

(ii.) Includes all bonds and insurance expenses.

(iii.) Includes all labor, materials, and equipment to perform clearing and grubbing on the site as necessary.

(iv.) Includes all labor, materials, and equipment to manage and control traffic according to the Manual on Uniform Traffic Control Devices, (MUTCD) and per local regulations.

(v.) Payment shall be made in one lump sum.

(b) SUBMITTALS AND SHOP DRAWINGS:

(i.) Includes the preparation of all submittals for this project. This includes any associated equipment or material necessary to complete project.

(ii.) Payment shall be made in one lump sum.

(c) ROAD BORE (PULASKI PIKE) 6” RESTRAINED JOINT DUCTILE IRON PIPE INSIDE 16” STEEL CASING (TWO LOCATIONS):

(i) Includes all labor, materials, equipment to bore under Pulaski Pike in two different locations as shown on the Construction Documents. This includes the installation of a 16” casing with 6” RJ DIP per Construction Documents. This shall also include all necessary work to provide a complete and working installation per the Construction Documents.

(ii) Payment shall be made in one lump sum.

(d) ROAD BORE (PULASKI PIKE) 12” RESTRAINED JOINT DUCTILE IRON PIPE INSIDE 24” STEEL CASING:

(i) Includes all labor, materials, equipment to bore under Pulaski Pike where shown on the Construction Documents. This includes the installation of a 24” casing with 12” RJ DIP per Construction Documents. This shall also include all necessary work to provide a complete and working installation per the Construction Documents.

(ii) Payment shall be made in one lump sum.

15058000 2-8 MCWD Pulaski Pike Water Line Replacement

(e) 12” DUCTILE IRON PIPE DISTRIBUTION LINE, WITH ALL ASSOCIATED APPURTENANCES:

(i) Includes all labor, materials (pipe, fittings, bends, etc.), equipment to install the 12” ductile iron pipe per Construction Documents. This includes all trenching, pipe bedding, trench backfill, temporary seeding and mulching to provide a complete and working installation per the Construction Documents.

(ii) Payment shall be made in linear feet of pipe.

(f) 6” POLYVINYL CHLORIDE PIPE DISTRIBUTION LINE (INSTALL ONLY), WITH ALL ASSOCIATED APPURTENANCES:

(i) Includes all labor, fittings, bends and equipment to install the 6” PVC pipe per Construction Documents. (The PVC pipe material will be supplied by Madison County Water Department, all other material/fittings/bends to be supplied by Contractor.) This includes all trenching, pipe bedding, trench backfill, temporary seeding and mulching to provide a complete and working installation per the Construction Documents and County Regulations.

(ii) Payment shall be made in linear feet of pipe.

(g) 12” GATE VALVES:

(i) Includes all labor, materials, equipment to install each gate valves and associated appurtenances as shown on Construction Documents. This includes all trenching, pipe/valve bedding, valve boxes, concrete, and backfill necessary to provide a complete and working installation per the Contract Documents and County Regulations.

(ii) Payment shall be made per each valve.

(h) 8” GATE VALVES:

(i) Includes all labor, materials, equipment to install each gate valve and associated appurtenances as shown on Construction Documents. This includes all trenching, pipe/valve bedding, valve boxes, concrete, and backfill necessary to provide a complete and working installation per the Contract Documents and County Regulations.

(ii) Payment shall be made per each gate valve.

(i) 6” GATE VALVES:

(i) Includes all labor, materials, equipment to install each gate valve and associated appurtenances as shown on Construction Documents. This includes all trenching, pipe/valve bedding, valve boxes, concrete, and

15058000 2-9 MCWD Pulaski Pike Water Line Replacement

backfill necessary to provide a complete and working installation per the Contract Documents and County Regulations.

(ii) Payment shall be made per each gate valve.

(j) FIRE HYDRANT ASSEMBLIES:

(i) Includes all labor, materials, and equipment to install each Fire Hydrant Assembly as shown on and per Construction Documents. All Fire Hydrant Assemblies shall be installed per County regulations and installed to a fully functional state including necessary trenching, pipe bedding, and trench backfill to provide complete and working installation.

(ii) Payment shall be made per each Fire Hydrant Assembly.

(k) PRESSURE AIR RELEASE VALVE ASSEMBLIES

(i) Includes all labor, materials, and equipment to install each Air Release Valve Assembly as shown on and per Construction Documents. All Air Release Assemblies shall be installed per County regulations and installed to a fully functional state including necessary trenching, pipe bedding, and trench backfill to provide acomplete and working installation.

(ii) Payment shall be made per each Air Release Assembly.

(l) LONG SIDE SERVICES:

(i) Includes all labor, materials, equipment to install each long side service (service on the opposite side of the road as the 12” DIP main) as shown on and per Construction Documents. All services shall be installed per County regulations and installed to a fully functional state including necessary trenching, road boring, pipe bedding, and trench backfill to provide complete and working installation.

(ii) Payment shall be made per each service installed.

(m) SHORT SIDE SERVICES:

(i) Includes all labor, materials, equipment to install each short side service (service on the same side of the road as the 12” DIP main) as shown on and per Construction Documents. All services shall be installed per County regulations and installed to a fully functional state including necessary trenching, pipe bedding, and trench backfill to provide complete and working installation.

(ii) Payment shall be made per each service installed.

15058000 2-10 MCWD Pulaski Pike Water Line Replacement

(n) RECONNECTING METERS:

(i) Includes all labor, materials, and equipment necessary to reconnect each meter installed as shown on and per Construction Documents. (Madison County Water Department to provide the meter and backflow preventer for each service connection. Contractor to provide all other necessary materials.) All meters shall be reconnected per County regulations and installed to a fully functional state to provide a complete and working installation.

(ii) Payment shall be made per each meter reconnected.

(o) ABANDONMENT OF EXISTING 6” WATER LINE:

(i) Includes all labor, materials, and equipment necessary to abandon in place the existing 6” water line per Construction Documents. This includes the addition of any new valves, caps, grout fill, etc. necessary to properly abandon the 6” line as shown.

(ii) Includes all labor, materials, and equipment necessary to remove and return all existing valves, meters, and hydrants, not remaining in service, per the Construction Documents.

(iii) Includes all labor, materials, and equipment necessary to restore any disturbed areas. This includes filling in holes or low spots and seeding and mulching disturbed areas at a minimum.

(iv) Payment shall be made in one lump sum payment.

(p) ASPHALT REPLACEMENT ON ROADWAYS:

(i) Includes all labor, materials, equipment to replace pavement on areas where open-cut installation of water line occurred on the following roadways: Lacy Circle, Rigsby Circle, and Rigsby Road. Asphalt replacement shall match existing pavement and shall be completed per Contract Documents.

(ii) Payment shall be per Square Yard of pavement replacement.

(q) CONCRETE DRIVEWAY REPAIRS FOR OPEN CUT INSTALLATION:

(i) Includes all labor, materials, equipment to replace concrete on areas where open-cut installation of water line occurred on private driveways. Concrete replacement shall match existing pavement and shall be completed per Contract Documents.

(ii) Payment shall be per Square Yard of concrete replacement.

15058000 2-11 MCWD Pulaski Pike Water Line Replacement

(r) ASPHALT DRIVEWAY REPAIRS FOR OPEN CUT INSTALLATION:

(i) Includes all labor, materials, equipment to replace asphalt on areas where open-cut installation of water line occurred on private driveways. Asphalt replacement shall match existing pavement and shall be completed per Contract Documents.

(ii) Payment shall be per one lump sum payment.

(s) GRAVEL DRIVEWAY REPAIRS FOR OPEN CUT INSTALLATION:

(i) Includes all labor, materials, equipment to replace gravel on areas where open-cut installation of water line occurred on private driveways. Gravel replacement shall match existing drive and shall be completed per Contract Documents.

(ii) Payment shall be per one lump sum payment.

(t) MISCELLANEOUS CULVERT REMOVE/REPLACE:

(i) Includes all labor, materials, equipment to remove and/or replace multiple miscellaneous sized culverts in areas along construction zone where open-cut installation of water line requires culverts to be removed during installation. If culverts require replacement, they may be removed and replaced if in good condition and if approved by Owner/Engineer. If the culvert removed is in poor condition, contractor shall replace in like kind and size with new materials and all work shall be completed per Contract Documents.

(ii) Includes replacing in like kind (unless otherwise specified on Construction Documents) and size, any headwalls (on roadways or driveways) disturbed during construction. Decorative headwalls on driveways shall be replaced in like kind and to satisfaction of Owner/Engineer, if disturbed.

(iii) Includes any necessary ditch restoration, including rip rap to be placed around headwalls.

(iv) Payment shall be lump sum for entire project.

(u) GROUTED RIPRAP:

(i) Includes all labor, materials, equipment to install grouted riprap along ditch line where called on Drawings and per Construction Documents. Grouted riprap shall extend to limits shown on Drawings or until pipe has minimum cover.

(ii) Payment shall be per Square Yard of Riprap.

15058000 2-12 MCWD Pulaski Pike Water Line Replacement

(v) RIPRAP:

(i) Includes all labor, materials, equipment to install riprap along ditch line where called on Drawings and per Construction Documents or where requested by Owner/Engineer. Riprap shall extend to limits shown on Drawings.

(ii) Riprap installed around headwalls shall be covered under item (s).

(iii) Payment shall be per Square Yard of Riprap.

(w) SILT FENCING:

(i) Includes all labor, materials, and equipment to install and maintain silt fencing for stormwater control and erosion and sediment control for entire project and throughout duration of project per the Construction Best Management Practice Plan.

(ii) Actual quantity to be determined in field by Engineer, based on site and weather conditions.

(iii) Payment shall be per linear foot of silt fence installed and maintained.

(x) STRAW BALES:

(i) Includes all labor, materials, and equipment to install and maintain straw bales for stormwater control and erosion and sediment control for entire project and throughout duration of project per the Construction Best Management Practice Plan.

(ii) Payment shall be per each straw bale installed and maintained.

(y) LANDSCAPING AND SITE RESTORATION:

(i) Includes all labor, materials, equipment to landscape entire area disturbed during construction activities per Construction Document instructions. Landscaping may include grading of area, addition of rip- rap, seeding, hydro-seeding, sodding, mulching, watering, etc. until grassed area is well established and flourishing.

(ii) Includes all labor, materials, equipment to restore area disturbed during construction activities back to original conditions per Construction Document instructions. Restoration may include, but not limited to, repairing/replacing fencing, replacing plants/trees, removing/replacing mailboxes and/or signs, etc.

(iii) Payment shall be made in one lump sum.

15058000 2-13 MCWD Pulaski Pike Water Line Replacement

(z) RECORD DRAWINGS (RED-LINED DRAWINGS):

(i) Includes the preparation of red-line drawings and the recording of any field changes made during construction for this site. Also includes the recording of any relevant information useful to the Owner. These record drawings should be completed as the project progresses.

(ii) Payment shall be made in one lump sum of $1,500.00.

(aa) STARTUP, TESTING AND DISINFECTION:

(i) Includes all labor, materials, equipment to provide and perform all the startup and testing on this new water line.

(ii) Includes all labor, materials, equipment to provide the proper disinfection according to the contract documents for all new water lines.

(iii) All testing shall be conducted by Madison County Water Department.

(iv) Payment shall be made in one lump sum of $10,000.00.

(bb) FINAL CLEANUP AND DEMOBILIZATION:

(i) Includes all labor, materials, and equipment to completely de-mobilize on the site.

(ii) Includes all labor, materials, equipment to provide final cleanup to entire site

(iii) Payment shall be made in one lump sum of $15,000.00.

2.17 AWARD OF CONTRACT:

(a) The contract shall be awarded to the lowest responsible and responsive bidder unless Madison County, Alabama finds that all the bids are unreasonable or that it is not in the best interest of Madison County, Alabama to accept any of the bids. A responsible bidder is one who, among other qualities determined necessary for performance, is competent, experienced, and financially able to perform the contract. A responsive bidder is one who submits a bid that complies with the terms and conditions of the Advertisement for Bids and the Bid Documents. Minor irregularities in the bid shall not defeat responsiveness.

15058000 2-14 MCWD Pulaski Pike Water Line Replacement

(b) A bidder to whom award is made will be notified by email and confirmed by letter to the address shown on the Proposal Form at the earliest possible date. Unless other time frames are stipulated in Supplemental Instructions to Bidders, the maximum time frames allowed for each step of the process between the opening of bids and the issuance of an order to proceed with the work shall be as follows:

1. Award of contract by Madison County 45 calendar days after the opening Commission of bids

2. Contractor’s return of the fully 15 calendar days after the contract executed contract, with bonds and has been presented to the evidence of insurance, to Madison contractor for signature County, Alabama

3. Madison County’s approval of the 20 calendar days after the contractor’s bonds and evidence of contractor presents complete and insurance and completion of contract acceptable documents to the execution Owner

4. Notice To Begin Preconstruction 15 calendar days after final Activities issued to the contractor execution of contract by Madison County, Alabama

The time frames stated above, or as otherwise specified in the Bid Documents, may be extended by written agreement between the parties. Failure by Madison County, Alabama to comply with the time frames stated above or stipulated in Supplemental Instructions to Bidders, or agreed extensions thereof, shall be just cause for the withdrawal of the contractor’s bid and contract without forfeiture of bid security.

(c) Should the successful bidder or bidders to whom the contract is awarded fail to execute the Construction Contract and furnish acceptable Performance and Payment Bonds and satisfactory evidence of insurance within the specified period, Madison County, Alabama shall retain from the bid guaranty, if it is a cashier’s check, or recover from the principal or the sureties, if the guaranty is a bid bond, the difference between the amount of the contract as awarded and the amount of the bid of the next lowest responsible and responsive bidder, but not more than Ten Thousand Dollars ($10,000). If no other bids are received, the full amount of the bid guaranty shall be so retained or recovered as liquidated damages for such default. Any sums so retained or recovered shall be the property of Madison County, Alabama.

(d) All bid guaranties, except those of the three lowest bona fide bidders, will be returned immediately after bids have been checked, tabulated, and the relation of the bids established. The bid guaranties of the three lowest bidders will be returned as soon as the contract bonds and the contract of the successful bidder have been properly executed and approved. When the award is deferred for a period of time longer than 45 days after the opening of the bids, all bid guaranties, except those of the potentially successful bidders, shall be returned. If no award is made within the specified period, as it may by agreement be extended, all bids will be rejected, and all guaranties returned. If any potentially successful bidder agrees in writing to a stipulated extension in time for consideration of its bid and its bid

15058000 2-15 MCWD Pulaski Pike Water Line Replacement was guaranteed with a cashier’s check, Madison County, Alabama may permit the potentially successful bidder to substitute a satisfactory bid bond for the cashier’s check.

2.18 POWER OF ATTORNEY: Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.

* * * * *

15058000 2-16 MCWD Pulaski Pike Water Line Replacement

3. GENERAL CONDITIONS

3.1 DEFINITIONS: Whenever the following terms, or pronouns in place of them, are used in the Contract Documents, the intent and meaning shall be interpreted as follows:

(a) Contract: The Contract is the embodiment of the Contract Documents. The Contract represents the entire and integrated agreement between the Owner and Contractor and supersedes any prior written or oral negotiations, representations or agreements that are not incorporated into the Contract Documents. The Contract may be amended only by a Contract Change Order or a Modification to the Construction Contract. The contractual relationship which the Contract creates between the Owner and the Contractor extends to no other persons or entities. The Contract consists of the following Contract Documents, including all additions, deletions, and modifications incorporated therein before the execution of the Construction Contract:

(i) Contract

(ii) Performance and Payment Bonds

(iii) Conditions of the Contract (General, Supplemental, Special and other Conditions)

(iv) Specifications

(v) Drawings

(vi) Contract Change Orders

(vii) Modifications to the Construction Contract

(b) Contract Sum: The Contract Sum is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. The term “Contract Sum” means the Contract Sum stated in the Construction Contract as may have been increased or decreased by Change Order(s) in accordance with the Contract Documents.

(c) Contract Time: The Contract Time is the period of time in which the Contractor must complete the work. The date on which the Contract Time begins is specified in the written “Notice To Proceed” issued to the Contractor by the Owner. The term “Contract Time” means the Contract Time stated in the Construction Contract as may have been extended by Change Order(s) in accordance with the Contract Documents. The term “day” as used in the Contract Documents shall mean calendar day unless otherwise specifically defined.

(d) Contractor: The Contractor is the person or persons, firm, partnership, joint venture, association, corporation, cooperative, limited liability company, or other legal entity, identified as such in the Construction Contract. The term “Contractor” means the Contractor or the Contractor’s authorized representative.

(e) Defective Work: The term “Defective Work” shall apply to:

15058000 3-1 MCWD Pulaski Pike Water Line Replacement

(i) any product, material, system, equipment, or service, or its installation or performance, which does not conform to the requirements of the Contract Documents,

(ii) in-progress or completed Work the workmanship of which does not conform to the quality specified or, if not specified, to the quality produced by skilled workers performing work of a similar nature on similar projects in the state,

(iii) substitutions and deviations not properly submitted and approved or otherwise authorized,

(iv) temporary supports, structures, or construction which will not produce the results required by the Contract Documents, and

(v) materials or equipment rendered unsuitable for incorporation into the Work due to improper storage or protection.

(f) Drawings: The Drawings are the portions of the Contract Documents showing graphically the design, location, layout, and dimensions of the Work, in the form of plans, elevations, sections, details, schedules, and diagrams.

(g) Engineer: The Engineer is the person or entity lawfully licensed to practice engineering in the State of Alabama, who is under contract with the Owner as the primary design professional for the Project and identified as the Engineer in the Construction Contract. The term “Engineer” means the Engineer or the Engineer’s authorized representative. The term "Engineer" or "Engineers" in this contract shall mean Garver, LLC, 5125A Research Drive, Huntsville, Alabama 35805, its successors, or duly authorized representative. If the employment of the Engineer is terminated, the Owner shall employ a new Engineer whose status under the Contract Documents shall be that of the former Engineer.

(h) Notice To Proceed: A proceed order issued by the Owner/Engineer, fixing the date on which the Contractor shall begin the on-site prosecution of the Work, which is also the date on which the Contract Time shall begin.

(i) Owner: The Owner is the entity identified as such in the Construction Contract and is referred to throughout the Contract Documents as if singular in number. The term “Owner” means the Owner or the Owner’s authorized representative. The term “Owner” as used herein shall be synonymous with the term “Awarding Authority” as defined and used in Title 39 - Public Works, Code of Alabama, 1975, as amended.

(j) The Project: The Project is the total construction of which the Work required by these Contract Documents may be the entirety or only a part with other portions to be constructed by the Owner or separate contractors.

(k) Specifications: The Specifications are that portion of the Contract Documents which set forth in writing the standards of quality and performance of products, equipment, materials, systems, and services and workmanship required for acceptable performance of the Work.

15058000 3-2 MCWD Pulaski Pike Water Line Replacement

(l) Subcontractor: A Subcontractor is a person or entity who is undertaking the performance of any part of the Work by virtue of a contract with the Contractor. The term “Subcontractor” means a Subcontractor or its authorized representatives.

(m) The Work: The Work is the construction and services required by the Contract Documents and includes all labor, materials, supplies, equipment, and other items and services as are necessary to produce the required construction and to fulfill the Contractor’s obligations under the Contract. The Work may constitute the entire Project or only a portion of it.

3.2 INTENT AND INTERPRETATION OF THE CONTRACT DOCUMENTS:

(a) Intent. It is the intent of the Contract Documents that the Contractor shall properly execute and complete the Work described by the Contract Documents, and unless otherwise provided in the Contract, the Contractor shall provide all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work, in full accordance with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results.

(b) Complementary Documents. The Contract Documents are complementary. If Work is required by one Contract Document, the Contractor shall perform the Work as if it were required by all of the Contract Documents. However, the Contractor shall be required to perform Work only to the extent that is consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results.

(c) Order of Precedence. Should any discrepancy arise between the various elements of the Contract Documents, precedence shall be given to them in the following order unless to do so would contravene the apparent Intent of the Contract Documents stated in preceding Paragraph (a):

(i) The Construction Contract.

(ii) Addenda, with those of later date having precedence over those of earlier date.

(iii) General Conditions of the Contract.

(iv) Supplementary or Special Conditions (or other Conditions which modify the General Conditions of the Contract).

(v) The Specifications.

(vi) Details appearing on the Drawings; large scale details shall take precedence over smaller scale details.

(vii) The Drawings; large scale drawings shall take precedence over smaller scale drawings.

(d) Organization. Except as may be specifically stated within the technical specifications, neither the organization of the Specifications into divisions, sections, or otherwise, nor any

15058000 3-3 MCWD Pulaski Pike Water Line Replacement arrangement of the Drawings shall control how the Contractor subcontracts portions of the Work or assigns Work to any trade.

(e) Interpretation.

(i) The Contract Documents shall be governed by and construed in accordance with the laws of the State of Alabama.

(ii) The Contract Documents shall be interpreted collectively, each part complementing the others and consistent with the Intent of the Contract Documents stated in preceding Paragraph (a). Unless an item shown or described in the Contract Documents is specifically identified to be furnished or installed by the Owner or others or is identified as “Not In Contract” (“N.I.C.”), the Contractor’s obligation relative to that item shall be interpreted to include furnishing, assembling, installing, finishing, and/or connecting the item at the Contractor’s expense to produce a product or system that is complete, appropriately tested, and in operative condition ready for use or subsequent construction or operation of the Owner or separate contractors. The omission of words or phases for brevity of the Contract Documents, the inadvertent omission of words or phrases, or obvious typographical or written errors shall not defeat such interpretation as long as it is reasonably inferable from the Contract Documents as a whole.

(iii) Words or phrases used in the Contract Documents which have well- known technical or construction industry meanings are to be interpreted consistent with such recognized meanings unless otherwise indicated.

(iv) Except as noted otherwise, references to standard specifications or publications of associations, bureaus, or organizations shall mean the latest edition of the referenced standard specification or publication as of the date of the Invitation for Bids.

(v) In the case of inconsistency between Drawings and Specifications or within either document not clarified by addendum, the better quality or greater quantity of Work shall be provided in accordance with the Owner’s interpretation.

(vi) Generally, portions of the Contract Documents written in longhand take precedence over typed portions, and typed portions take precedence over printed portions.

(vii) Any doubt as to the meaning of the Contract Documents or any obscurity as to the wording of them shall be promptly submitted in writing to the Owner for written interpretation, explanation, or clarification.

(viii) Severability. The partial or complete invalidity of any one or more provision of this Contract shall not affect the validity or continuing force and effect of any other provision.

15058000 3-4 MCWD Pulaski Pike Water Line Replacement

3.3 CONTRACTOR’S REPRESENTATIONS: By executing the Contract the Contractor represents to the Owner:

(a) The Contractor has visited the site of the Work to become familiar with local conditions under which the Work is to be performed and to evaluate reasonably observable conditions as compared with requirements of the Contract Documents.

(b) The Contractor shall use its best skill and attention to perform the Work in an expeditious manner consistent with the Contract Documents.

(c) The Contractor is an independent contractor and in performance of the Contract remains and shall act as an independent contractor having no authority to represent or obligate the Owner in any manner unless authorized by the Owner in writing.

3.4 DOCUMENTS FURNISHED TO CONTRACTOR:Unless otherwise provided in the Contract Documents, five (5) sets of Drawings and Technical Specifications will be furnished to the Contractor by the Owner without charge. Other copies requested will be furnished at reproduction cost.

3.5 OWNERSHIP OF DRAWINGS:All original or duplicated Drawings, Specifications, and other documents prepared by the Owner, and furnished to the Contractor are the property of the Owner and are to be used solely for this Project and not to be used in any manner for other work. Upon completion of the Work, all copies of Drawings and Specifications, with the exception of the Contractor’s record set, shall be returned or accounted for by the Contractor to the Owner, on request.

3.6 SUPERVISION, SUPERINTENDENT AND EMPLOYEES:

(a) Supervision and Construction Methods.

(i) The term “Construction Methods” means the construction means, methods, techniques, sequences, and procedures utilized by the Contractor in performing the Work. The Contractor is solely responsible for supervising and coordinating the performance of the Work, including the selection of Construction Methods, unless the Contract Documents give other specific instructions concerning these matters.

(ii) The Contractor is solely and completely responsible for job site safety, including the protection of persons and property in accordance with Section 3.14.

(iii) The Contractor shall be responsible to the Owner for acts and omissions of not only the Contractor and its agents and employees, but all persons and entities, and their agents and employees, who are performing portions of the Work for or on behalf of the Contractor or any of its Subcontractors.

(iv) The Contractor shall be responsible to inspect the in-progress and completed Work to verify its compliance with the Contract Documents and to insure that any element or portion of the Work upon which subsequent Work is to be applied or performed is in proper condition to receive the subsequent Work.

15058000 3-5 MCWD Pulaski Pike Water Line Replacement

(b) Superintendent:

(i) The Contractor shall employ and maintain a competent level of supervision for the performance of the Work at the Project site, including a superintendent who shall:

1. have full authority to receive instructions from the Owner and to act on those instructions; and

2. be present at the Project site at all times during which Work is being performed.

(ii) Before beginning performance of the Work, the Contractor shall notify the Owner of the name and qualifications of its proposed superintendent so that the Owner may review the individual’s qualifications. If, for reasonable cause, the Owner refuses to approve the individual, or withdraws its approval after once giving it, the Contractor shall name a different superintendent for the Owner’s review and approval. Any disapproved superintendent will not perform in that capacity thereafter at the Project site.

(c) Employees: The Contractor shall permit only fit and skilled persons to perform the Work. The Contractor shall enforce safety procedures, strict discipline, and good order among persons performing the Work. The Contractor will remove from its employment on the Project any person who deliberately or persistently produces non-conforming Work or who fails or refuses to conform to reasonable rules of personal conduct contained in the Contract Documents or implemented by the Owner and delivered to the Contractor in writing during the course of the Work.

3.7 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR:

(a) In order to facilitate assembly and installation of the Work in accordance with the Contract Documents, before starting each portion of the Work, the Contractor shall examine and compare the relevant Contract Documents, and compare them to relevant field measurements made by the Contractor and any conditions at the site affecting that portion of the Work.

(b) If the Contractor discovers any errors, omissions, or inconsistencies in the Contract Documents, the Contractor shall promptly report them to the Owner as a written request for information that includes a detailed statement identifying the specific Drawings or Specifications that are in need of clarification and the error, omission, or inconsistency discovered in them.

(i) The Contractor shall not be expected to act as a licensed design professional and ascertain whether the Contract Documents comply with applicable laws, statutes, ordinances, building codes, and rules and regulations, but the Contractor shall be obligated to promptly notify the Owner of any such noncompliance discovered by or made known to the Contractor. If the Contractor performs Work without fulfilling this notification obligation, the Contractor shall pay the resulting costs and damages that would have been avoided by such notification.

15058000 3-6 MCWD Pulaski Pike Water Line Replacement

(ii) The Contractor shall not be liable to the Owner for errors, omissions, or inconsistencies that may exist in the Contract Documents, or between the Contract Documents and conditions at the site, unless the Contractor knowingly fails to report a discovered error, omission, or inconsistency to the Owner, in which case the Contractor shall pay the resulting costs and damages that would have been avoided by such notification.

(c) If the Contractor considers the Owner’s response to a request for information to constitute a change to the Contract Documents involving additional costs and/or time, the Contractor shall follow the procedures of Section 3.20, Claims for Extra Cost or Extra Work.

(d) If, with undue frequency, the Contractor requests information that is obtainable through reasonable examination and comparison of the Contract Documents, site conditions, and previous correspondence, interpretations, or clarifications, the Contractor shall be liable to the Owner for reasonable charges from the Owner and/or Engineer for the additional services required to review, research, and respond to such requests for information.

3.8 SURVEYS BY CONTRACTOR:

(a) The Contractor shall provide competent engineering services to assure accurate execution of the Work in accordance with the Contract Documents. The Contractor shall verify the figures given for the contours, approaches and locations shown on the Drawings before starting any Work and be responsible for the accuracy of the finished Work. Without extra cost to the Owner and/or Engineer, the Contractor shall engage a licensed surveyor if necessary to verify boundary lines, keep within property lines, and shall be responsible for encroachments on rights or property of public or surrounding property owners.

(b) The Contractor shall establish all base lines for the location of the principal components of the Work and make all detail surveys necessary for construction, including grade stakes, batter boards and other working points, lines and elevations. If the Work involves alteration of or addition to existing structures or improvements, the Contractor shall locate and measure elements of the existing conditions as is necessary to facilitate accurate fabrication, assembly, and installation of new Work in the relationship, alignment, and/or connection to the existing structure or improvement as is shown in the Contract Documents.

3.9 SUBMITTALS:

(a) Where required by the Contract Documents, the Contractor shall submit shop drawings, product data, samples and other information (hereinafter referred to as Submittals) to the Owner for the purpose of demonstrating the way by which the Contractor proposes to conform to the requirements of the Contract Documents. Submittals which are not required by the Contract Documents may be returned by the Owner without action. The Owner, upon receiving project submittals from the Contractor, will then determine whether a review by the Engineer is required. If a review is required by the Engineer, the Owner will coordinate with the Engineer for a review to be completed. The Engineer will return the reviewed submittals back to the Owner for distribution to the Contractor. If no review is required by the Engineer, the Owner will review the submittals and coordinate with the Contractor after the review is completed.

(b) The Contractor shall be responsible to the Owner for the accuracy of its Submittals and the conformity of its submitted information to the requirements of the Contract Documents. Each Submittal shall bear the Contractor’s approval, evidencing that the Contractor has

15058000 3-7 MCWD Pulaski Pike Water Line Replacement reviewed and found the information to be in compliance with the requirements of the Contract Documents. Submittals which are not marked as reviewed and approved by the Contractor may be returned by the Owner without action.

(c) The Contractor shall prepare and deliver its submittals to the Owner sufficiently in advance of construction requirements and in a sequence as to cause no delay in the Work or in the activities of the Owner or of separate contractors. In coordinating the Submittal process with its construction schedule, the Contractor shall allow sufficient time to permit adequate review by the Owner.

(d) By approving a Submittal the Contractor represents not only that the element of Work presented in the Submittal complies with the requirements of the Contract Documents, but also that the Contractor has:

(i) found the layout and/or dimensions in the Submittal to be comparable with those in the Contract Documents and other relevant Submittals and has made field measurements as necessary to verify their accuracy, and

(ii) determined that products, materials, systems, equipment and/or procedures presented in the Submittal are compatible with those presented, or being presented, in other relevant Submittals and with the Contractor’s intended Construction Methods.

(e) The Contractor shall not fabricate or perform any portion of the Work for which the Contract Documents require Submittals until the respective Submittals have been approved by the Owner.

(f) In the case of a resubmission, the Contractor shall direct specific attention to all revisions in a Submittal. The Owner’s approval of a resubmission shall not apply to any revisions that were not brought to the Owner’s attention.

(g) If the Contract Documents specify that a Submittal is to be prepared and sealed by a registered architect or licensed engineer retained by the Contractor, all drawings, calculations, specifications, and certifications of the Submittal shall bear the Alabama seal of registration and signature of the registered/licensed design professional who prepared them or under whose supervision they were prepared. The Owner shall be entitled to rely upon the adequacy, accuracy and completeness of such a Submittal, provided that all performance and design criteria that such Submittal must satisfy are sufficiently specified in the Contract Documents. The Owner will review, approve or take other appropriate action on such a Submittal only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Contractor shall not be responsible for the adequacy of the performance or design criteria specified in the Contract Documents.

(h) Deviations.

(i) Garver Engineer’s Representatives (Engineer) and Madison County Water Department Inspectors are authorized by the Owner to approve “minor” deviations from the requirements of the Contract Documents. “Minor” deviations are defined as those which are in the interest of the Owner, do not materially alter the quality or performance of the finished Work, and do not affect the cost or time of performance of the Work.

15058000 3-8 MCWD Pulaski Pike Water Line Replacement

Deviations which are not “minor” may be authorized only by the Owner through the Change Order procedures of Section 3.19.

(ii) Any deviation from the requirements of the Contract Documents contained in a Submittal shall be clearly identified as a “Deviation from Contract Requirements” (or by similar language) within the Submittal and, in a letter transmitting the Submittal to the Owner, the Contractor shall direct the Owner’s attention to, and request specific approval of, the deviation. Otherwise, the Owner’s approval of a Submittal does not constitute approval of deviations from the requirements of the Contract Documents contained in the Submittal.

(iii) The Contractor shall bear all costs and expenses of any changes to the Work, changes to work performed by the Owner or separate contractors required to accommodate an approved deviation unless the Contractor has specifically informed the Owner in writing of the required changes and a Change Order has been issued authorizing the deviation and accounting for such resulting changes and costs.

(i) Owner’s and/or Engineer’s Review and Approval.

(i) The Owner and/or Engineer will review the Contractor’s Submittals for conformance with requirements of, and the design concept expressed in, the Contract Documents and will approve or take other appropriate action upon them. This review is not intended to verify the accuracy and completeness of details such as dimensions and quantities nor to substantiate installation instructions or performance of equipment or systems, all of which remain the responsibility of the Contractor. However, the Owner and/or Engineer shall advise the Contractor of any errors or omissions which the Owner and/or Engineer may detect during this review. The Owner’s and/or Engineer’s approval of a specific item shall not indicate approval of an assembly of which the item is a component.

(ii) The Owner and/or Engineer will review and respond to all Submittals with reasonable promptness to avoid delay in the Work or in the activities of the Owner and/or Engineer, Contractor or separate contractors, while allowing sufficient time to permit adequate review.

(iii) No corrections or changes to Submittals indicated by the Owner and/or Engineer will be considered as authorizations to perform Extra Work. If the Contractor considers such correction or change of a Submittal to require Work which differs from the requirements of the Contract Documents, the Contractor shall promptly notify the Owner in writing in accordance with Section 3.20, Claims for Extra Cost or Extra Work.

(j) Conformance with Submittals. The Work shall be constructed in accordance with approved Submittals.

15058000 3-9 MCWD Pulaski Pike Water Line Replacement

3.10 DOCUMENTS AND SAMPLES AT THE SITE:

(a) “As Issued” Set. The Contractor shall maintain at the Project site, in good order, at least one copy of all Addenda, Change Orders, supplemental drawings, written directives and clarifications, and approved Submittals intact as issued, and an updated construction schedule.

(b) “Posted” Set. The Contractor shall maintain at the Project site, in good order, at least one set of the Drawings and Project Manual into which the Contractor has “posted”(incorporated) all Addenda, Change Orders, supplemental drawings, clarifications, and other information pertinent to the proper performance of the Work. The Contractor shall assure that all sets of the Drawings and Project Manuals being used by the Contractor, Subcontractors, and suppliers are “posted” with the current information to insure that updated Contract Documents are used for performance of the Work.

(c) Record Set. One set of the Drawings and Project Manual described in Paragraph (b) shall be the Contractor’s record set in which the Contractor shall record all field changes, corrections, selections, final locations, and other information as will be duplicated on the “As-built” documents required under Section 3.11. The Contractor shall record such “as-built” information in its record set as it becomes available through progress of the Work. The Contractor’s performance of this requirement shall be subject to confirmation by the Owner at any time as a prerequisite to approval of Progress Payments.

(d) The documents and samples required by this Section to be maintained at the Project site shall be readily available to the Owner, and their representatives.

3.11 “AS-BUILT” DOCUMENTS:

(a) Unless otherwise provided in the Contract Documents, the Contractor shall deliver two (2) sets of “As-built” documents, as described herein, to the Owner upon completion of the Work. Each set of “As-built’ documents shall consist of a copy of the Record of Coatings Applied, Record of Repairs, and Project Manual, in like-new condition, into which the Contractor has neatly incorporated all Addenda, Change Orders, supplemental drawings, clarifications, field changes, corrections, selections, and other information as required herein or specified elsewhere in the Contract Documents.

(i) Project Manual

1. A copy of all Addenda and Change Orders, excluding drawings thereof, shall be bound in the front of the Project Manual.

2. Where a document, form, or entire specification section is revised, the latest issue shall be bound into the Project Manual in the place of the superseded issue.

3. Where information within a specification section is revised, the deleted or revised information shall be drawn through in ink and an adjacent note added identifying the Addendum or Change Order containing the revised information.

(b) Within ten days after the Date of Substantial Completion of the Work, or the last completed portion of the Work, the Contractor shall submit the “As-built” documents to the Owner for approval. If the Owner requires that any corrections be made, the documents will be returned in a reasonable time for correction and resubmission.

15058000 3-10 MCWD Pulaski Pike Water Line Replacement

3.12 PROGRESS SCHEDULE:

(a) The Contractor shall within fifteen days after the date of commencement stated in the Notice to Proceed, or such other time as may be provided in the Contract Documents, prepare and submit to the Owner for review and approval a practicable construction schedule informing the Owner of the order in which the Contractor plans to carry on the Work within the Contract Time. The Owner’s review and approval of the Contractor’s construction schedule shall be only for compliance with the specified format, Contract Time, and suitability for monitoring progress of the Work and shall not be construed as a representation that the Owner has analyzed the schedule to form opinions of sequences or durations of time represented in the schedule.

(b) If a schedule format is not specified elsewhere in the Contract Documents, the construction schedule shall be prepared using Alabama Building Commission (ABC) Form C-11, “Progress Schedule and Report”, or similar format of suitable scale and detail to indicate the percentage of Work scheduled to be completed at the end of each month. At the end of each month the Contractor shall enter the actual percentage of completion on the construction schedule submit two copies to the Owner, and attach one copy to each copy of the monthly Application for Payment. The construction schedule shall be revised to reflect any agreed extensions of the Contract Time or as required by conditions of the Work.

(c) If a more comprehensive schedule format is specified elsewhere in the Contract Documents or voluntarily employed by the Contractor, ABC Form C-11 shall also be prepared, updated, and submitted as described in preceding Paragraph (b).

(d) The Contractor’s construction schedule shall be used by the Contractor and Owner to determine the adequacy of the Contractor’s progress. The Contractor shall be responsible for maintaining progress in accordance with the currently approved construction schedule and shall increase the number of shifts, and/or overtime operations, days of work, and/or the amount of construction plant and equipment as may be necessary to do so. If the Contractor’s progress falls materially behind the currently approved construction schedule and, in the opinion of the Owner, the Contractor is not taking sufficient steps to regain schedule, the Owner may issue the Contractor a Notice to Cure pursuant to Section 3.27. In such a Notice to Cure the Owner may require the Contractor to submit such supplementary or revised construction schedules as may be deemed necessary to demonstrate the manner in which schedule will be regained.

3.13 EQUIPMENT, MATERIALS AND SUBSTITUTIONS:

(a) Every part of the Work shall be executed in a workmanlike manner in accordance with the Contract Documents and approved Submittals. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except such materials as may be expressly provided or allowed in the Contract Documents to be otherwise.

(b) Whenever a product, material, system, item of equipment, or service is identified in the Contract Documents by reference to a trade name, manufacturer’s name, model number, etc. (hereinafter referred to as “source”), and only one or two sources are listed, or three or more sources are listed and followed by “or approved equal” or similar wording, it is intended to establish a required standard of performance, design, and quality, and the Contractor may submit, for the Owner’s approval, products, materials, systems, equipment, or services of other sources which the Contractor can prove to the Owner’s satisfaction are equal to, or exceed, the standard of performance, design and quality

15058000 3-11 MCWD Pulaski Pike Water Line Replacement specified, unless the provisions of Paragraph (d) below apply. Such proposed substitutions are not to be purchased or installed without the Owner’s written approval of the substitution.

(c) If the Contract Documents identify three or more sources for a product, material, system, item of equipment or service to be used and the list of sources is not followed by “or approved equal” or similar wording, the Contractor may make substitution only after evaluation by the Owner and execution of an appropriate Contract Change Order.

(d) If the Contract Documents identify only one source and expressly provide that it is an approved sole source for the product, material, system, item of equipment, or service, the Contractor must furnish the identified sole source.

3.14 SAFETY AND PROTECTION OF PERSONS AND PROPERTY:

(a) The Contractor shall be solely and completely responsible for conditions at the Project site, including safety of all persons (including employees) and property. The Contractor shall create, maintain, and supervise conditions and programs to facilitate and promote safe execution of the Work, and shall supervise the Work with the attention and skill required to assure its safe performance. Safety provisions shall conform to OSHA requirements and all other federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. Nothing contained in this Contract shall be construed to mean that the Owner has employed the Engineer nor has the Engineer employed its consultants to administer, supervise, inspect or take action regarding safety programs or conditions at the Project site.

(b) The Contractor shall employ Construction Methods, safety precautions, and protective measures that will reasonably prevent damage, injury or loss to:

(i) workers and other persons on the Project site and in adjacent and other areas that may be affected by the Contractor’s operations;

(ii) the Work and materials and equipment to be incorporated into the Work and stored by the Contractor on or off the Project site; and

(iii) other property on, or adjacent to, the Project site, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and other improvements not designated in the Contract Documents to be removed, relocated, or replaced.

(c) The Contractor shall be responsible for the prompt remedy of damage and loss to property, including the filing of appropriate insurance claims, caused in whole or in part by the fault or negligence of the Contractor, a Subcontractor, or anyone for whose acts they may be liable.

(d) The Contractor shall comply with and give notices required by applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety and protection of persons or property, including without limitation notices to adjoining property owners of excavation or other construction activities that potentially could cause damage or injury to adjoining property or persons thereon.

(e) The Contractor shall erect and maintain barriers, danger signs, and any other reasonable safeguards and warnings against hazards as may be required for safety and protection during

15058000 3-12 MCWD Pulaski Pike Water Line Replacement performance of the Contract and shall notify owners and users of adjacent sites and utilities of conditions that may exist or arise which may jeopardize their safety.

(f) If use or storage of explosives or other hazardous materials or equipment or unusual Construction Methods are necessary for execution of the Work, the Contractor shall exercise commensurate care and employ supervisors and workers properly qualified to perform such activity.

(g) The Contractor shall furnish a qualified safety representative at the Project site whose duties shall include the prevention of accidents. The safety representative shall be the Contractor’s superintendent, unless the Contractor assigns this duty to another responsible member of its on-site staff and notifies the Owner in writing of such assignment.

(h) The Contractor shall not permit a load to be applied, or forces introduced, to any part of the construction or site that may cause damage to the construction or site or endanger safety of the construction, site, or persons on or near the site.

(i) The Contractor shall have the right to act as it deems appropriate in emergency situations jeopardizing life or property. The Contractor shall be entitled to equitable adjustment of the Contract Sum or Contract Time for its efforts expended for the sole benefit of the Owner in an emergency. Such adjustment shall be determined as provided in Section 3.19 and 3.20.

(j) The duty of the Engineer and the Engineer’s consultants to visit the Project site to conduct periodic inspections of the Work or for other purposes shall not give rise to a duty to review or approve the adequacy of the Contractor’s safety program, safety supervisor, or any safety measure which Contractor takes or fails to take in, on, or near the Project site.

3.15 HAZARDOUS MATERIALS:

(a) A Hazardous Material is any substance or material identified as hazardous under any federal, state, or local law or regulation, or any other substance or material which may be considered hazardous or otherwise subject to statutory or regulatory requirements governing its handling, disposal, and/or clean-up. Existing Hazardous Materials are Hazardous Materials discovered at the Project site and not introduced to the Project site by the Contractor, a Subcontractor, or anyone for whose acts they may be liable.

(b) If, during the performance of the Work, the Contractor encounters a suspected Existing Hazardous Material, the Contractor shall immediately stop work in the affected area, take measures appropriate to the condition to keep people away from the suspected Existing Hazardous Material, and immediately notify the Owner of the condition in writing.

(c) The Owner shall obtain the services of an independent laboratory or professional consultant, appropriately licensed and qualified, to determine whether the suspected material is a Hazardous Material requiring abatement and, if so, to certify after its abatement that it has been rendered harmless. Any abatement of Existing Hazardous Materials will be the responsibility of the Owner. The Owner will advise the Contractor in writing of the persons or entities who will determine the nature of the suspected material and those who will, if necessary, perform the abatement. The Owner will not employ persons or entities to perform these services to whom the Contractor has reasonable objection.

(d) After certification by the Owner’s independent laboratory or professional consultant that the material is harmless or has been rendered harmless, work in the affected area shall

15058000 3-13 MCWD Pulaski Pike Water Line Replacement resume upon written agreement between the Owner and Contractor. If the material is found to be an Existing Hazardous Material and the Contractor incurs additional cost or delay due to the presence and abatement of the material, the Contract Sum and/or Contract Time shall be appropriately adjusted by a Contract Change Order pursuant to Section 3.19.

(e) The Owner shall not be responsible for Hazardous Materials introduced to the Project site by the Contractor, a Subcontractor, or anyone for whose acts they may be liable unless such Hazardous Materials were required by the Contract Documents.

3.16 INSPECTION OF THE WORK:

(a) General

(i) The Contractor is solely responsible for the Work’s compliance with the Contract Documents; therefore, the Contractor shall be responsible to inspect in-progress and completed Work, and shall verify its compliance with the Contract Documents and that any element or portion of the Work upon which subsequent Work is to be applied or performed is in proper condition to receive the subsequent Work. Neither the presence nor absence of inspections by the Owner, Engineer, any public authority having jurisdiction, or their representatives shall relieve the Contractor of responsibility to inspect the Work, for responsibility for Construction Methods and safety precautions and programs in connection with the Work, or from any other requirement of the Contract Documents.

(ii) The Owner, Engineer, any public authority having jurisdiction, and their representatives shall have access at all times to the Work for inspection whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access and inspection. All materials, workmanship, processes of manufacture, and methods of construction, if not otherwise stipulated in the Contract Documents, shall be subject to inspection, examination, and test at any and all places where such manufacture and/or construction are being carried on. Such inspections will not unreasonably interfere with the Contractor’s operations.

(iii) The Engineer will inspect the Work as a representative of the Owner.

(iv) The Contractor may be charged by the Owner for any extra cost of inspection incurred by the Owner or Engineer on account of material and workmanship not being ready at the time of inspection set by the Contractor.

(b) Types of Inspections

(i) Scheduled Inspections and Conferences; Scheduled Inspections and Conferences are conducted by the Owner and Engineer, scheduled by the Owner in coordination with the Contractor and are attended by the Contractor and applicable Subcontractors, suppliers and manufacturers. Scheduled Inspections and Conferences of this Contract include:

1. Pre-construction Conference.

15058000 3-14 MCWD Pulaski Pike Water Line Replacement

2. Final Inspection(s): A Final Inspection shall establish that the Work, or a designated portion of the Work, is Substantially Complete in accordance with Section 3.32 and is accepted by the Owner and Engineer as being ready for the Owner’s occupancy or use. At the conclusion of this inspection, items requiring correction or completion (“punch list” items) shall be minimal and require only a short period of time for accomplishment to establish Final Acceptance of the Work. If the Work, or designated portion of the Work, includes the installation, or modification, of a fire alarm system or other life safety systems essential to occupancy, such systems shall have been tested and appropriately certified before the Final Inspection.

3. Year-end Inspection(s): An inspection of the Work or each separately completed portion thereof, is required near the end of the Contractor’s one year warranty period(s). The subsequent delivery of the report of this inspection will serve as confirmation that the Contractor was notified of Defective Work found within the warranty period in accordance with Section 3.35.

(ii) Periodic Inspections. Periodic Inspections are conducted throughout the course of the Work by the Owner, the Engineer, the Owner’s consultants, and their representatives, jointly or independently, with or without advance notice to the Contractor.

(iii) Specified Inspections and Tests. Specified Inspections and Tests include inspections, tests, demonstrations, and approvals that are either specified in the Contract Documents or required by laws, ordinances, rules, regulations, or orders of public authorities having jurisdiction, to be performed by the Contractor, one of its Subcontractors, or an independent testing laboratory or firm (whether paid for by the Contractor or Owner).

(c) Inspections by the Engineer and the Water Department Inspector.

(i) The Engineer or Water Department Inspector is not authorized to revoke, alter, relax, or waive any requirements of the Contract Documents (other than “minor” deviations as defined in Section 3.9 and “minor” changes as defined in Section 3.19), to finally approve or accept any portion of the Work or to issue instructions contrary to the Contract Documents without concurrence of the Owner.

(ii) The Engineer or Inspector will visit the site at intervals appropriate to the stage of the Contractor’s operations and as otherwise necessary to:

1. become generally familiar with the in-progress and completed Work and the quality of the Work,

15058000 3-15 MCWD Pulaski Pike Water Line Replacement

2. determine whether the Work is progressing in general accordance with the Contractor’s schedule and is likely to be completed within the Contract Time,

3. visually compare readily accessible elements of the Work to the requirements of the Contract Documents to determine, in general, if the Contractor’s performance of the Work indicates that the Work will conform to the requirements of the Contract Documents when completed,

4. endeavor to guard the Owner against Defective Work,

5. review and address with the Contractor any problems in implementing the requirements of the Contract Documents that the Contractor may have encountered, and

6. keep the Owner fully informed about the Project.

(iii) The Engineer or Inspector shall have the authority to reject Defective Work and Defective Materials or require their correction, but shall not be required to make exhaustive investigations or examinations of the in- progress or completed portions of the Work to expose the presence of Defective Work.

(iv) The Engineer or Inspector shall have the authority to require the Contractor to stop work only when, in the Engineer’s or Inspector’s reasonable opinion, such stoppage is necessary to avoid Defective Work. The Engineer or Inspector shall not be liable to the Contractor or Owner for the consequences of any decisions made by the Engineer or Inspector in good faith either to exercise or not to exercise this authority.

(d) Uncovering Work.

(i) If the Contractor covers a portion of the Work before it is examined by the Engineer or Inspector and this is contrary to the Owner’s request or specific requirements in the Contract Documents, then, upon written request of the Owner, the Work must be uncovered for the Engineer or Inspector’s examination and be replaced at the Contractor’s expense without change in the Contract Time.

(ii) Without a prior request or specific requirement that Work be examined by the Engineer or Inspector before it is covered, the Engineer or Inspector may request that Work be uncovered for examination and the Contractor shall uncover it. If the Work is in accordance with the Contract Documents, the Contract Sum shall be equitably adjusted under Section 3.19 to compensate the Contractor for the costs of uncovering and replacement. If the Work is not in accordance with the Contract Documents, uncovering, correction, and replacement shall be at the Contractor’s expense unless the condition was caused by the Owner or a

15058000 3-16 MCWD Pulaski Pike Water Line Replacement

separate contractor in which event the Owner shall be responsible for payment of such costs.

(e) Specified Inspections and Tests.

(i) The Contractor shall schedule and coordinate Specified Inspections and Tests to be made at appropriate times so as not to delay the progress of the Work or the work of the Owner or separate contractors. If the Contract Documents require that a Specified Inspection or Test be witnessed or attended by the Owner’s Representative, the Contractor shall give the Owner timely notice of the time and place of the Specified Inspection or Test. If a Specified Inspection or Test reveals that Work is not in compliance with requirements of the Contract Documents, the Contractor shall bear the costs of correction, repeating the Specified Inspection or Test, and any related costs incurred by the Owner. Through appropriate Contract Change Order the Owner shall bear costs of tests, inspections or approvals which become Contract requirements subsequent to the receipt of bids.

(ii) If the Owner or public authority having jurisdiction determines that inspections, tests, demonstrations, or approvals in addition to Specified Inspections and Tests are required, the Contractor shall, upon written instruction from the Owner, arrange for their performance by an entity acceptable to the Owner, giving timely notice to the Owner of the time and place of their performance. Related costs shall be borne by the Owner unless the procedures reveal that Work is not in compliance with requirements of the Contract Documents, in which case the Contractor shall bear the costs of correction, repeating the procedures, and any related costs incurred by the Owner including reasonable charges by the Engineer.

(iii) Unless otherwise required by the Contract Documents, required certificates of Specified Inspections and Tests shall be secured by the Contractor and promptly delivered to the Owner.

(iv) Failure of any materials to pass Specified Inspections and Tests will be sufficient cause for refusal to consider any further samples of the same brand or make of that material for use in the Work.

3.17 CORRECTION OF DEFECTIVE WORK:

(a) The Contractor shall, at the Contractor’s expense, promptly correct Defective Work rejected by the Owner or which otherwise becomes known to the Contractor, removing the rejected or nonconforming materials and construction from the project site.

(b) Correction of Defective Work shall be performed in such a timely manner as will avoid delay of completion, use, or occupancy of the Work and the work of the Owner and separate contractors.

15058000 3-17 MCWD Pulaski Pike Water Line Replacement

(c) The Contractor shall bear all expenses related to the correction of Defective Work, including but not limited to:

(i) additional testing and inspections, including repeating Specified Inspections and Tests, (ii) reasonable services and expenses of the Owner, and (iii) the expense of making good all work of the Contractor, Owner, or separate contractors destroyed or damaged by the correction of Defective Work.

3.18 DEDUCTIONS FOR UNCORRECTED WORK: If the Owner deems it advisable and in the Owner’s interest to accept Defective Work, the Owner may allow part or all of such Work to remain in place, provided an equitable deduction from the Contract Sum, acceptable to the Owner, is offered by the Contractor.

3.19 CHANGES IN THE WORK:

(a) General.

(i) The Owner may at any time direct the Contractor to make changes in the Work which are within the general scope of the Contract, including changes in the Drawings, Specifications, or other portions of the Contract Documents to add, delete, or otherwise revise portions of the Work. The Engineer is authorized by the Owner to direct “minor” changes in the Work by written order to the Contractor. “Minor” changes in the Work are defined as those which are in the interest of the Owner, do not materially alter the quality or performance of the finished Work, and do not affect the cost or time of performance of the Work. Changes in the Work which are not “minor” may be authorized only by the Owner.

(ii) If the Owner directs a change in the Work, the change shall be incorporated into the Contract by a Contract Change Order prepared by the Owner and signed by the Contractor, Owner, and other signatories to the Construction Contract, stating their agreement upon the change or changes in the Work and the adjustments, if any, in the Contract Sum and the Contract Time.

(iii) In the event of a claim or dispute as to the appropriate adjustment to the Contract Sum or Contract Time due to a directive to make changes in the Work, the Work shall proceed as provided in this section subject to subsequent agreement of the parties or final resolution of the dispute pursuant to Section 3.24.

(iv) Consent of surety will be obtained from all Contract Change Orders involving an increase in the Contract Sum.

(v) Changes in the Work shall be performed under applicable provisions of the Contract Documents and the Contractor shall proceed promptly to perform changes in the Work, unless otherwise directed by the Owner or Engineer.

15058000 3-18 MCWD Pulaski Pike Water Line Replacement

(b) Determination of Adjustment of the Contract Sum. The adjustment of the Contract Sum resulting from a change in the Work shall be determined by one of the following methods, or a combination thereof, as selected by the Owner:

(i) Lump Sum. By mutual agreement to a lump sum based on or negotiated from an itemized cost proposal from the Contractor. Additions to the Contract Sum shall include the Contractor’s direct costs plus a maximum 15% markup for overhead and profit. Where subcontract work is involved the total mark-up for the Contractor and a Subcontractor shall not exceed 25%. No allowance for overhead and profit shall be figured on a change which involves a net credit to the Owner. For the purposes of this method of determining an adjustment of the Contract Sum, “overhead” shall cover the Contractor’s indirect costs of the change, such as the cost of bonds, superintendent and other job office personnel, watchman, job office, job office supplies and expenses, temporary facilities and utilities, and home office expenses.

(ii) Unit Price. By application of Unit Prices included in the Contract or subsequently agreed to by the parties. However, if the character or quantity originally contemplated is materially changed so that application of such unit price to quantities of Work proposed will cause substantial inequity to either party, the applicable unit price shall be equitably adjusted.

(iii) Force Account. By directing the Contractor to proceed with the change in the Work on a “force account” basis under which the Contractor shall be reimbursed for reasonable expenditures incurred by the Contractor and its Subcontractors in performing added Work and the Owner shall receive reasonable credit for any deleted Work. The Contractor shall keep and present, in such form as the Owner may prescribe, an itemized accounting of the cost of the change together with sufficient supporting data. Unless otherwise stated in the directive, the adjustment of the Contract Sum shall be limited to the following:

1. costs of labor and supervision, including employee benefits, social security, retirement, unemployment and workers’ compensation insurance required by law, agreement, or under Contractor’s or Subcontractor’s standard personnel policy;

2. cost of materials, supplies and equipment, including cost of delivery, whether incorporated or consumed;

3. rental cost of machinery and equipment, not to exceed prevailing local rates if contractor-owned;

4. costs of premiums for insurance required by the Contract Documents, permit fees, and sales, use or similar taxes related to the change in the Work;

15058000 3-19 MCWD Pulaski Pike Water Line Replacement

5. reasonable credits to the Owner for the value of deleted Work, without Contractor or Subcontractor mark-ups; and

6. for additions to the Contract Sum, mark-up of the Contractor’s direct costs for overhead and profit not exceeding 15% on Contractor’s work nor exceeding 25% for Contractor and Subcontractor on a Subcontractor’s work. No allowance for overhead and profit shall be figured on a change which involves a net credit to the Owner. For the purposes of this method of determining an adjustment of the Contract Sum, “overhead” shall cover the Contractor’s indirect costs of the change, such as the cost of insurance other than mentioned above, bonds, superintendent and other job office personnel, watchman, use and rental of small tools, job office, job office supplies and expenses, temporary facilities and utilities, and home office expenses.

(c) Adjustment of the Contract Time Due to Changes.

(i) Unless otherwise provided in the Contract Documents, the Contract Time shall be equitably adjusted for the performance of a change provided that the Contractor notifies the Owner in writing that the change will increase the time required to complete the Work. Such notice shall be provided no later than:

1. with the Contractor’s cost proposal stating the number of days of extension requested, or

2. within ten days after the Contractor receives a directive to proceed with a change in advance of submitting a cost proposal, in which case the notice should provide an estimated number of days of extension to be requested, which may be subject to adjustment in the cost proposal.

(ii) The Contract Time shall be extended only to the extent that the change affects the time required to complete the entire Work of the Contract, taking into account the concurrent performance of the changed and unchanged Work.

(d) Change Order Procedures.

(i) If the Owner proposes to make a change in the Work, the Owner will request that the Contractor provide a cost proposal for making the change to the Work. The request shall be in writing and shall adequately describe the proposed change using drawings, specifications, narrative, or a combination thereof. Within 21 days after receiving such a request, or such other time as may be stated in the request, the Contractor shall prepare and submit to the Owner a written proposal, properly itemized and supported by sufficient substantiating data to facilitate evaluation. The stated time within which the Contractor must submit a proposal may be extended if, within that time, the Contractor makes a written request with reasonable justification thereof.

15058000 3-20 MCWD Pulaski Pike Water Line Replacement

(ii) The Contractor may voluntarily offer a change proposal which, in the Contractor’s opinion, will reduce the cost of construction, maintenance, or operation or will improve the cost-effective performance of an element of the Project, in which case the Owner will accept, reject, or respond otherwise within 21 days after receipt of the proposal, or such other reasonable time as the Contractor may state in the proposal.

(iii) If the Contractor’s proposal is acceptable to the Owner, or is negotiated to the mutual agreement of the Contractor and Owner, the Owner will prepare an appropriate Contract Change Order for execution. Upon receipt of the fully executed Contract Change Order, the Contractor shall proceed with the change.

(iv) If the Contractor and Owner cannot agree on the amount of the adjustment in the Contract Sum for a change, the Owner may order the Contractor to proceed with the change on a Force Account basis, but the net cost to the Owner shall not exceed the amount quoted in the Contractor’s proposal. Such order shall state that funds are available to pay for the change.

(v) If the Contractor does not promptly respond to a request for a proposal, or the Owner determines that the change is essential to the final product of the Work and that the change must be effected immediately to avoid delay of the Project, the Owner may:

1. determine with the Contractor a sufficient maximum amount to be authorized for the change and

2. direct the Contractor to proceed with the change on a Force Account basis pending delivery of the Contractor’s proposal, stating the maximum increase in the Contract Sum that is authorized for the change.

(vi) Pending agreement of the parties or final resolution of any dispute of the total amount due the Contractor for a change in the Work, amounts not in dispute for such changes in the Work may be included in Applications for Payment accompanied by an interim Change Order indicating the parties’ agreement with part of all of such costs or time extension. Once a dispute is resolved, it shall be implemented by preparation and execution of an appropriate Change Order.

3.20 CLAIMS FOR EXTRA COST OR EXTRA WORK:

(a) If the Contractor considers any instructions by the Owner, or public authority having jurisdiction to be contrary to the requirements of the Contract Documents and will involve extra work and/or cost under the Contract, the Contractor shall give the Owner written notice thereof within ten days after receipt of such instructions, and in any event before proceeding to execute such work. As used in this section, “instructions” shall include written or oral clarifications, directions, instructions, interpretations, or determinations.

15058000 3-21 MCWD Pulaski Pike Water Line Replacement

(b) The Contractor’s notification pursuant to Section 3.20. (a) shall state:

(i) the date, circumstances, and source of the instructions,

(ii) that the Contractor considers the instructions to constitute a change to the Contract Documents and why, and

(iii) an estimate of extra cost and time that may be involved to the extent an estimate may be reasonably made at that time.

(c) Except for claims relating to an emergency endangering life or property, no claim for extra cost or extra work shall be considered in the absence of prior notice required under paragraph 3.20 (a).

(d) Within ten days of receipt of a notice pursuant to paragraph 3.20 (a), the Owner will respond in writing to the Contractor, stating one of the following:

(i) The cited instruction is rescinded. (ii) The cited instruction is a change in the Work and in which manner the Contractor is to proceed with procedures of paragraph 3.19, Changes in the Work. (iii) The cited instruction is reconfirmed, is not considered by the Owner to be a change in the Contract Documents, and the Contractor is to proceed with Work as instructed.

(e) If the Owner’s response to the Contractor is as in paragraph 3.20 (d) (iii), the Contractor shall proceed with the Work as instructed. If the Contractor continues to consider the instructions to constitute a change in the Contract Documents, the Contractor shall, within ten days after receiving the Owner’s response, notify the Owner in writing that the Contractor intends to submit a claim pursuant to Section 3.24, Resolution of Claims and Disputes.

3.21 DIFFERING SITE CONDITIONS:

(a) Definition. “Differing Site Conditions” are: Subsurface or otherwise concealed physical conditions at the Project site which differ materially from those indicated in the Contract Documents, or unknown physical conditions at the Project site which are of an unusual nature, differing materially from conditions ordinarily encountered and generally recognized as inherent in construction activities of the character required by the Contract Documents.

(b) Procedures. If Differing Site Conditions are encountered, then the party discovering the condition shall promptly notify the other party before the condition is disturbed and in no event later than ten days after discovering the condition. Upon such notice and verification that a Differing Site Condition exists, the Owner will, with reasonable promptness make changes in the Drawings and/or Specifications as are deemed necessary to conform to the Differing Site Condition. Any increase or decrease in the Contract Sum or Contract Time that is warranted by the changes will be made as provided under Section 3.19, Changes in the Work.

3.22 CLAIMS FOR DAMAGES: If either party to the Contract suffers injury or damage to person or property because of an act or omission of the other party, or of others for whose acts such party

15058000 3-22 MCWD Pulaski Pike Water Line Replacement is legally responsible, written notice of such injury or damage, whether or not insured, shall be given to the other party within a reasonable time after the discovery. The notice shall provide sufficient detail to enable the other party to investigate the matter.

3.23 DELAYS:

(a) A delay beyond the Contractor’s control at any time in the commencement or progress of Work by an act or omission of the Owner, or any separate contractor or by labor disputes, unusual delay in deliveries, unavoidable casualties, fires, abnormal floods, tornadoes, or other cataclysmic events of nature, may entitle the Contractor to an extension of the Contract Time provided, however, that the Contractor shall, within ten days after the delay first occurs, give written notice to the Owner of the cause of the delay and its probable effect on progress of the entire Work.

(b) Adverse weather conditions that are more severe than anticipated for the locality of the Work during any given month may entitle the Contractor to an extension of Contract Time provided, however;

(i) the weather conditions had an adverse effect on construction scheduled to be performed during the period in which the adverse weather occurred, which in reasonable sequence would have an effect on completion of the entire Work,

(ii) the Contractor shall, within twenty-one days after the end of the month in which the delay occurs, give the Owner written notice of the delay that occurred during that month and its probable effect on progress of the Work, and

(iii) within a reasonable time after giving notice of the delay, the Contractor provides the Owner with sufficient data to document that the weather conditions experienced were unusually severe for the locality of the Work during the month in question. Unless otherwise provided in the Contract Documents, data documenting unusually severe weather conditions shall compare actual weather conditions to the average weather conditions for the month in question during the previous five years as recorded by the National Oceanic and Atmospheric Administration (NOAA) or similar record-keeping entities.

(c) Adjustments, if any, of the Contract Time pursuant to this Section shall be incorporated into the Contract by a Contract Change Order prepared by the Owner and signed by the Contractor, Owner, and other signatories to the Construction Contract or, at closeout of the Contract, by mutual written agreement between the Contractor and Owner. The adjustment of the Contract Time shall not exceed the extent to which the delay extends the time required to complete the entire Work of the Contract.

(d) The Contractor shall not be entitled to any adjustment of the Contract Sum for damage due to delays claimed pursuant to this Section unless the delay was caused by the Owner and was either:

(i) the result of bad faith or active interference or

15058000 3-23 MCWD Pulaski Pike Water Line Replacement

(ii) beyond the contemplation of the parties and not remedied within a reasonable time after notification by the Contractor of its presence.

3.24 RESOLUTION OF CLAIMS AND DISPUTES:

(a) Applicability of Section.

(i) As used in this section, “Claims and Disputes” include claims or disputes asserted by the Contractor, its Surety, or Owner arising out of or related to the Contract, or its breach, including without limitation claims seeking, under the provisions of the Contract, equitable adjustment of the Contract Sum or Contract Time and claims and disputes arising between the Contractor (or its Surety) and Owner regarding interpretation of the Contract Documents, performance of the Work, or breach of or compliance with the terms of the Contract.

(ii) “Resolution” addressed in this Section applies only to Claims and Disputes arising between the Contractor (or its Surety) and Owner and asserted after execution of the Construction Contract and prior to the date upon which final payment is made. Upon making application for final payment the Contractor may reserve the right to subsequent Resolution of existing Claims by including a list of all Claims, in stated amounts, which remain to be resolved and specifically excluding them from any release of claims executed by the Contractor, and in that event Resolution may occur after final payment is made.

(b) Continuance of Performance. An unresolved Claim or Dispute shall not be just cause for the Contractor to fail or refuse to proceed diligently with performance of the Contract or for the Owner to fail or refuse to continue to make payments in accordance with the Contract Documents.

(c) Good Faith Effort to Settle. The Contractor and Owner agree that, upon the assertion of a Claim by the other, they will make a good faith effort to achieve mutual resolution of the Claim. If mutually agreed, the Contractor and Owner may endeavor to resolve a Claim through mediation. If efforts to settle are not successful, the Claim shall be resolved in accordance with paragraph (d).

(d) Final Resolution for Locally-Funded Contracts. If the Contract is funded in whole with funds provided by a city or county board of education or other local governmental authority and the Contract Documents do not stipulate a binding alternative dispute resolution method, the final resolution of Claims and Disputes which cannot be resolved by the Contractor (or its Surety) and Owner may be by any legal remedy available to the parties. Alternatively, upon the written agreement of the Contractor and the Owner, final Resolution of Claims and Disputes may be by submission to binding arbitration before a neutral arbitrator or panel.

3.25 OWNER’S RIGHT TO CORRECT DEFECTIVE WORK: If the Contractor fails or refuses to correct Defective Work in a timely manner that will avoid delay of completion, use, or occupancy of the Work or work by the Owner or separate contractors, the Owner may give the Contractor written Notice to Cure the Defective Work within a reasonable, stated time. If within ten days after receipt of the Notice to Cure the Contractor has not proceeded and satisfactorily continued to cure the Defective Work or provided the Owner with written verification that satisfactory positive action is in process to cure the Defective Work, the Owner may, without prejudice to any other remedy available to

15058000 3-24 MCWD Pulaski Pike Water Line Replacement the Owner, correct the Defective Work and deduct the actual cost of the correction from payment then or thereafter due to the Contractor.

3.26 OWNER’S RIGHT TO STOP OR SUSPEND THE WORK:

(a) Stopping the Work for Cause. If the Contractor fails to correct Defective Work or persistently fails to carry out Work in accordance with the Contract Documents, the Owner may direct the Contractor in writing to stop the Work, or any part of the Work, until the cause for the Owner’s directive has been eliminated; however, the Owner’s right to stop the Work shall not be construed as a duty of the Owner to be exercised for the benefit of the Contractor or any other person or entity.

(b) Suspension by the Owner for Convenience.

(i) The Owner may, at any time and without cause, direct the Contractor in writing to suspend, delay or interrupt the Work, or any part of the Work, for a period of time as the Owner may determine.

(ii) The Contract Sum and Contract Time shall be adjusted, pursuant to Section 3.19, for reasonable increases in the cost and time caused by an Owner-directed suspension, delay or interruption of Work for the Owner’s convenience. However, no adjustment to the Contract Sum shall be made to the extent that the same or concurrent Work is, was or would have been likewise suspended, delayed or interrupted for other reasons not caused by the Owner.

3.27 OWNER’S RIGHT TO TERMINATE CONTRACT:

(a) Termination by the Owner for Cause.

(i) Causes: The Owner may terminate the Contractor’s right to complete the Work, or any designated portion of the Work, if the Contractor:

1. should be adjudged bankrupt, or should make a general assignment for the benefit of the Contractor’s creditors, or if a receiver should be appointed on account of the Contractor’s insolvency to the extent termination for these reasons is permissible under applicable law;

2. refuses or fails to prosecute the Work, or any part of the Work, with the diligence that will insure its completion within the Contract Time, including any extensions, or fails to complete the Work within the Contract Time;

3. refuses or fails to perform the Work, including prompt correction of Defective Work, in a manner that will insure that the Work, when fully completed, will be in accordance with the Contract Documents;

4. fails to pay for labor or materials supplied for the Work or to pay Subcontractors in accordance with the respective Subcontract;

15058000 3-25 MCWD Pulaski Pike Water Line Replacement

5. persistently disregards laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction, or the instructions of the Owner; or

6. is otherwise guilty of a substantial breach of the Contract.

(ii) Procedure for Unbonded Construction Contracts (Generally, contracts less than $50,000):

1. Notice to Cure: In the presence of any of the above conditions the Owner may give the Contractor written notice to cure the condition within a reasonable, stated time, but not less than ten days after the Contractor receives the notice.

2. Notice of Termination: If, at the expiration of the time stated in the Notice to Cure, the Contractor has not proceeded and satisfactorily continued to cure the condition or provided the Owner with written verification that satisfactory positive action is in process to cure the condition, the Owner may, without prejudice to any other rights or remedies of the Owner, give the Contractor written notice that the Contractor’s right to complete the Work, or a designated portion of the Work, shall terminate seven days after the Contractor’s receipt of the written Notice of Termination.

3. If the Contractor satisfies a Notice to Cure, but the condition for which the notice was first given reoccurs, the Owner may give the Contractor a seven day Notice of Termination without giving the Contractor another Notice to Cure.

4. At the expiration of the seven days of the termination notice, the Owner may:

a. take possession of the site, of all materials and equipment stored on and off site, and of all Contractor- owned tools, construction equipment and machinery, and facilities located at the site, and

b. finish the Work by whatever reasonable method the Owner may deem expedient.

5. The Contractor shall not be entitled to receive further payment under the Contract until the Work is completed.

6. If the Owner’s cost of completing the Work, including correction of Defective Work, compensation for additional architectural, engineering, managerial, and administrative services, and reasonable attorneys’ fees due to the default and termination, is less than the unpaid balance of the Contract Sum, the excess balance less liquidated damages for delay shall be paid to the

15058000 3-26 MCWD Pulaski Pike Water Line Replacement

Contractor. If such cost to the Owner including attorney’s fees, plus liquidated damages, exceeds the unpaid balance of the Contract Sum, the Contractor shall pay the difference to the Owner. Final Resolution of any claim or Dispute involving the termination or any amount due any party as a result of the termination shall be pursuant to Section 3.24.

7. Upon the Contractor’s request, the Owner shall furnish to the Contractor a detailed accounting of the Owner’s cost of completing the Work.

(iii) Procedure for Bonded Construction Contracts (Generally, contracts over $50,000):

1. Notice to Cure: In the presence of any of the above conditions the Owner may give the Contractor and its Surety written Notice to Cure the condition within a reasonable, stated time, but not less than ten days after the Contractor receives the notice.

2. Notice of Termination: If, at the expiration of the time stated in the Notice to Cure, the Contractor has not proceeded and satisfactorily continued to cure the condition or provided the Owner with written verification that satisfactory positive action is in process to cure the condition, the Owner may, without prejudice to any other rights or remedies of the Owner, give the Contractor and its Surety written notice declaring the Contractor to be in default under the Contract and stating that the Contractor’s right to complete the Work, or a designated portion of the Work, shall terminate seven days after the Contractor’s receipt of the written Notice of Termination.

3. If the Contractor satisfies a Notice to Cure, but the condition for which the notice was first given reoccurs, the Owner may give the Contractor a Notice of Termination without giving the Contractor another Notice to Cure.

4. Demand on the Performance Bond: With the Notice of Termination the Owner shall give the Surety a written demand that, upon the effective date of the Notice of Termination, the Surety promptly fulfill its obligation to take charge of and complete the Work in accordance with the terms of the Performance Bond.

5. Surety Claims: Upon receiving the Owner’s demand on the Performance Bond, the Surety shall assume all rights and obligations of the Contractor under the Contract. However, the Surety shall also have the right to assert “Surety Claims” to the Owner, which are defined as claims relating to acts or omissions of the Owner prior to termination of the Contractor which may have prejudiced its rights as Surety or its interest in the unpaid

15058000 3-27 MCWD Pulaski Pike Water Line Replacement

balance of the Contract Sum. If the Surety wishes to assert a Surety Claim, it shall give the Owner written notice within twenty-one days after first recognizing the condition giving rise to the Surety Claim. The Surety Claim shall then be submitted to the Owner no later than sixty days after giving notice thereof, but no such Surety Claims shall be considered if submitted after the date upon which final payment becomes due. Final resolution of Surety Claims shall be pursuant to Section 3.24, Resolution of Claims and Disputes. The presence or possibility of a Surety Claim shall not be just cause for the Surety to fail or refuse to take charge of and complete the Work or for the Owner to fail or refuse to continue to make payments in accordance with the Contract Documents.

6. Payments to Surety: The Surety shall be paid for completing the Work in accordance with the Contract Documents as if the Surety were the Contractor. The Owner shall have the right to deduct from payments to the Surety any reasonable costs incurred by the Owner, including compensation for additional architectural, engineering, managerial, and administrative services, and attorneys’ fees as necessitated by termination of the Contractor and completion of the Work by the Surety. No further payments shall be made to the Contractor by the Owner. The Surety shall be solely responsible for any accounting to the Contractor for the portion of the Contract Sum paid to Surety by Owner or for the costs and expenses of completing the Work.

(iv) Wrongful Termination: If any notice of termination by the Owner for cause, made in good faith, is determined to have been wrongly given, such termination shall be effective and compensation therefore determined as if it had been a termination for convenience pursuant to Paragraph (b) below.

(b) Termination by the Owner for Convenience:

(i) The Owner may, without cause and at any time, terminate the performance of Work under the Contract in whole, or in part, upon determination by the Owner that such termination is in the Owner’s best interest. Such termination is referred to herein as Termination for Convenience.

(ii) Upon receipt of a written notice of Termination for Convenience from the Owner, the Contractor shall:

1. stop Work as specified in the notice;

2. enter into no further subcontracts or purchase orders for materials, services, or facilities, except as may be necessary for Work directed to be performed prior to the effective date of the termination or to complete Work that is not terminated;

15058000 3-28 MCWD Pulaski Pike Water Line Replacement

3. terminate all existing subcontracts and purchase orders to the extent they relate to the terminated Work;

4. take such actions as are necessary, or directed by the Owner, to protect, preserve, and make safe the terminated Work; and

5. complete performance of the Work that is not terminated.

(iii) In the event of Termination for Convenience, the Contractor shall be entitled to receive payment for the Work performed prior to its termination, including materials and equipment purchased and delivered for incorporation into the terminated Work, and any reasonable costs incurred because of the termination. Such payment shall include reasonable mark-up of costs for overhead and profit, not to exceed the limits stated in Section 3.19, Changes in the Work. The Contractor shall be entitled to receive payment for reasonable anticipated overhead (“home office”) and shall not be entitled to receive payment for any profits anticipated to have been gained from the terminated Work. A proposal for decreasing the Contract Sum shall be submitted to the Owner by the Contractor in such time and detail, and with such supporting documentation, as is reasonably directed by the Owner. Final modification of the Contract shall be by Contract Change Order pursuant to Section 3.19. Any Claim or Dispute involving the termination or any amount due a party as a result shall be resolved pursuant to Section 3.24.

3.28 CONTACTOR’S RIGHT TO SUSPEND OR TERMINATE THE CONTRACT:

(a) Suspension by the Owner. If all of the Work is suspended or delayed for the Owner’s convenience or under an order of any court, or other public authority, for a period of sixty days, through no act or fault of the Contractor or a Subcontractor, or anyone for whose acts they may be liable, then the Contractor may give the Owner a written Notice of Termination which allows the Owner fourteen days after receiving the Notice in which to give the Contractor appropriate written authorization to resume the Work. Absent the Contractor’s receipt of such authorization to resume the Work, the Contract shall terminate upon expiration of this fourteen day period and the Contractor will be compensated by the Owner as if the termination had been for the Owner’s convenience pursuant to Section 3.27 (b).

(b) Nonpayment. The Owner’s failure to pay the undisputed amount of an Application for Payment within sixty days after receiving it from the Owner shall be just cause for the Contractor to give the Owner fourteen days’ written notice that the Work will be suspended pending receipt of payment but that the Contract shall terminate if payment is not received within fourteen days (or a longer period stated by the Contractor) of the expiration of the fourteen day notice period.

(i) If the Work is then suspended for nonpayment, but resumed upon receipt of payment, the Contractor will be entitled to compensation as if the suspension had been by the Owner pursuant to Section 3.26, paragraph (b).

15058000 3-29 MCWD Pulaski Pike Water Line Replacement

(ii) If the Contract is then terminated for nonpayment, the Contractor will be entitled to compensation as if the termination had been by the Owner pursuant to Section 3.27, Paragraph (b).

3.29 PROGRESS PAYMENTS:

(a) Frequency of Progress Payments. Unless otherwise provided in the Contract Documents, the Owner will make payments to the Contractor as the Work progresses based on estimates prepared and certified by the Contractor at the end of each calendar month and approved by the Owner and other authorities whose approval is required.

(b) Designation of Owner’s Representative. All progress payments and associated documentation shall be submitted to the Owner’s Representative for review, approval, and certification as per Section 3.30.

(c) Schedule Values. Within ten days after receiving the Notice to Proceed the Contractor shall submit to the Owner a Schedule of Values, which is a breakdown of the Contract Sum showing the value of the various parts of the Work for billing purposes, in a format acceptable to the Owner. The Schedule of Values shall divide the Contract Sum into as many parts (“line items”) as the Owner determines to be necessary to permit evaluation and to show amounts attributable to Subcontractors. The Contractor’s overhead and profit are to be proportionately distributed throughout the line items of the Schedule of Values. Upon approval, the Schedule of Values shall be used as a basis for monthly Applications for Payment, unless it is later found to be in error. Approved change order amounts shall be added to or incorporated into the Schedule of Values as mutually agreed by the Contractor and Owner.

(d) Application for Payments.

(i) Based on the approved Schedule of Values, each monthly Application for Payment shall show the Contractor’s estimate of the value of Work performed in each line item as of the end of the billing period. The Contractor’s cost of materials and equipment not yet incorporated into the Work, but delivered and suitably stored on the site, may be considered in monthly Applications for Payment.

(ii) The Contractor’s estimate of the value of Work performed and stored materials must represent such reasonableness as to warrant certification by the Owner in accordance with Section 3.30. Each monthly Application for Payment shall be supported by such data as will substantiate the Contractor’s right to payment, including without limitation copies of requisitions from subcontractors and material suppliers.

(iii) If no other date is stated in the Contract Documents or agreed upon by the parties, each monthly Application for Payment shall be submitted to the Owner on or about the first day of each month and payment shall be issued to the Contractor within thirty five (35) days after an Application for Payment is certified pursuant to Section 3.30.

(e) Materials Stored Off Site. Unless otherwise provided in the Contract Documents, the Contractor’s cost of materials and equipment to be incorporated into the Work, which are

15058000 3-30 MCWD Pulaski Pike Water Line Replacement stored off the site, may also be considered in monthly Applications for Payment under the following conditions:

(i) The contractor has received written approval from the Owner to store the materials or equipment off site in advance of delivering the materials to the off site location;

(ii) A Certificate of Insurance is furnished to the Owner evidencing that a special insurance policy, or rider to an existing policy, has been obtained by the Contractor providing all-risk property insurance coverage, specifically naming the materials or equipment stored, and naming the Owner as an additionally insured party;

(iii) The Owner is provided with a detailed inventory of the stored materials or equipment and the materials or equipment are clearly marked in correlation to the inventory to facilitate inspection and verification of the presence of the materials or equipment by the Owner;

(iv) The materials or equipment are properly and safely stored in a bonded warehouse, or a facility otherwise approved in advance by the Owner; and

(v) Compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner’s title to such materials and equipment or otherwise protect the Owner’s interest.

(f) Retainage:

(i) “Retainage” is defined as the money earned and, therefore, belonging to the Contractor (subject to final settlement of the Contract) which has been retained by the Owner conditioned on final completion and acceptance of all Work required by the Contract Documents. Retainage shall not be relied upon by Contractor (or Surety) to cover or off-set unearned monies attributable to uncompleted or uncorrected Work.

(ii) In making progress payments the Owner shall retain five percent of the estimated value of Work performed and the value of the materials stored for the Work; but after retainage has been held upon fifty percent of the Contract Sum, no additional retainage will be withheld.

(g) Contractor’s Certification.

(i) Each Application for Payment shall bear the Contractor’s notarized certification that, to the best of the Contractor’s knowledge, information, and belief, the Work covered by the Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid by the Contractor for Work for which previous Certificates for Payments were issued and payments received from the Owner and that the current payment shown in the Application for Payment has not yet been received.

15058000 3-31 MCWD Pulaski Pike Water Line Replacement

(ii) By making this certification the Contractor represents to the Owner that, upon receipt of previous progress payments from the Owner, the Contractor has promptly paid each Subcontractor, in accordance with the terms of its agreement with the Subcontractor, the amount due the Subcontractor from the amount included in the progress payment on account of the Subcontractor’s Work and stored materials. The Owner may advise Subcontractors and suppliers regarding percentages of completion or amounts requested and/or approved in an Application for Payment on account of the Subcontractor’s Work and stored materials.

(h) Payment Established Ownership. All material and Work covered by progress payments shall become the sole property of the Owner, but the Contractor shall not be relieved from the sole responsibility for the care and protection of material and Work upon which payments have been made and for the restoration of any damaged material and Work.

3.30 CERTIFICATION AND APPROVALS FOR PAYMENT:

(a) The Owner’s review, approval, and certification of Applications for Payment shall be conducted by the Owner’s Representative. The Owner’s Representative’s review, approval, and certification of Applications for Payment shall be based on the Owner’s Representative’s general knowledge of the Work obtained through site visits and the information provided by the Contractor with the Application. The Owner’s Representative shall not be required to perform exhaustive examinations, evaluations, or estimates of the cost of completed or uncompleted Work or stored materials to verify the accuracy of amounts requested by the Contractor, but the Owner’s Representative shall have the authority to adjust the Contractor’s estimate when, in the Owner’s Representative’s reasonable opinion, such estimates are overstated or understated.

(b) Within ten (10) days after receiving the Contractor’s monthly Application for Payment, or such other time as may be stated in the Contract Documents, the Owner’s Representative will take one of the following actions:

(i) The Owner’s Representative will approve and certify the Application as submitted and forward for payment.

(ii) If the Owner’s Representative takes exception to any amounts claimed by the Contractor and the Contractor and Owner’s Representative cannot agree on revised amounts, the Owner’s representative will promptly issue a Certificate for Payment for the amount for which the Owner’s Representative is able to certify, transmitting a copy of same to the Contractor.

(iii) To the extent the Owner’s Representative determines may be necessary to protect from loss on account of any of the causes stated in Section 3.31, the Owner’s Representative may subtract from the Contractor’s estimates and will issue a Certificate for Payment with a copy to the Contractor, for such amount as the Owner’s Representative determines is properly due and notify the Contractor in writing of the reasons for withholding payment in whole or in part.

15058000 3-32 MCWD Pulaski Pike Water Line Replacement

(c) Neither the Owner’s Representative’s issuance of a Certificate for Payment nor the Owner’s resulting progress payment shall be a representation to the Contractor that the Work in progress or completed at that time is accepted or deemed to be in conformance with the Contract Documents.

(d) The Owner’s Representative shall not be required to determine that the Contractor has promptly or fully paid Subcontractors and suppliers or how or for what purpose the Contractor has used monies paid under the Construction Contract. However, the Owner’s Representative may, upon request and if practical, inform any Subcontractor or supplier of the amount, or percentage of completion, approved or paid to the Contractor on account of the materials supplied or the Work performed by the Subcontract.

3.31 PAYMENTS WITHHELD:

(a) The Owner may nullify or revise a previously issued Certificate for payment prior to Owner’s payment there under to the extent as may be necessary in the Owner’s opinion to protect the Owner from loss on account of any of the following causes not discovered or fully accounted for at the time of the certification or approval of the Application for Payment:

(i) Defective Work;

(iii) filed, or reasonable evidence indicating probable filing of, claims arising out of the Contract by other parties against the Contractor;

(iv) the Contractor’s failure to pay for labor, materials or equipment or to pay Subcontractors;

(iv) reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum;

(v) damage suffered by the Owner or another contractor caused by the Contractor, a Subcontractor, or anyone for whose acts they may be liable;

(vi) reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance is insufficient to cover applicable liquidated damages; or

(vii) the Contractor’s persistent failure to conform to the requirements of the Contract Documents.

(b) If the Owner deems it necessary to withhold payment pursuant to preceding Paragraph (a), the Owner will notify the Contractor in writing of the amount to be withheld and the reason for same.

(c) The Owner shall not be required to withhold payment for completed or partially completed Work for which compliance with the Contract Documents remains to be determined by Specified Inspections or Final Inspections to be performed in their proper sequence. However, if Work for which payment has been approved, certified, or made under an Application for Payment is

15058000 3-33 MCWD Pulaski Pike Water Line Replacement subsequently determined to be Defective Work, the Owner shall determine an appropriate amount that will protect the Owner’s interest against the Defective Work.

(i) If payment has not been made against the Application for Payment first including the Defective Work, the Owner will notify the Contractor of the amount to be withheld from the payment until the Defective Work is brought into compliance with the Contract Documents.

(ii) If payment has been made against the Application for Payment first including the Defective Work, the Owner will withhold the appropriate amount from the next Application for Payment submitted after the determination of noncompliance, such amount to then be withheld until the Defective Work is brought into compliance with the Contract Documents.

(d) The amount withheld will be paid with the next Application for Payment certified and approved after the condition for which the Owner has withheld payment is removed or otherwise resolved to the Owner’s satisfaction.

(e) The Owner shall have the right to withhold from payments due the Contractor under this Contract an amount equal to any amount which the Contractor owes the Owner under another contract.

3.32 SUBSTANTIAL COMPLETION:

(a) Substantial Completion is the stage in the progress of the Work when the Work or designated portion of the Work is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use without disruption or interference by the Contractor in completing or correcting any remaining unfinished Work (“punch list” items). Substantial Completion of the Work, or a designated portion of the Work, is not achieved until so agreed in a Certificate of Substantial Completion signed by the Contractor and Owner.

(b) The Contractor shall notify the Owner in writing when it considers the Work, or a portion of the Work which the Owner has agreed to accept separately, to be substantially complete and ready for a Final Inspection pursuant to Section 3.16. In this notification the Contractor shall identify any items remaining to be completed or corrected for Final Acceptance prior to final payment.

(c) Substantial Completion is achieved and a Final Inspection is appropriate only when a minimal number of punch list items exists and only a short period of time will be required to correct or complete them. Upon receipt of the Contractor’s notice for a Final Inspection, the Owner will advise the Contractor in writing of any conditions of the Work which the Owner is aware do not constitute Substantial Completion, otherwise, a Final Inspection will proceed within a reasonable time after the Contractor’s notice is given. However, the Owner will not be required to prepare lengthy listings of punch list items; therefore, if the Final Inspection discloses that Substantial Completion has not been achieved, the Owner may discontinue or suspend the inspection until the Contractor does achieve Substantial Completion.

(d) Certificate of Substantial Completion:

15058000 3-34 MCWD Pulaski Pike Water Line Replacement

(i) When the Work or a designated portion of the Work is substantially complete, the Owner will prepare and sign a Certificate of Substantial Completion to be signed in order by the Contractor, and Owner.

(ii) When signed by all parties, the Certificate of Substantial Completion shall establish the Date of Substantial Completion which is the date upon which:

1. the Work, or designated portion of the Work, is accepted by the Owner as being ready for occupancy,

2. the Contractor’s one-year and special warranties for the Work covered by the Certificate commence, unless stated otherwise in the Certificate (the one-year warranty for punch list items completed or corrected after the period allowed in the Certificate shall commence on the date of their Final Acceptance) , and

3. Owner becomes responsible for building security, maintenance, utility services, and insurance, unless stated otherwise in the Certificate.

(iii) The Certificate of Substantial Completion shall set the time within which the Contractor shall finish all items on the “punch list” accompanying the Certificate. The completion of punch list items shall be a condition precedent to Final Payment.

(e) The Date of Substantial Completion of the Work, as set in the Certificate of Substantial Completion of the Work or of the last completed portion of the Work, establishes the extent to which the Contractor is liable for Liquidated Damages, if any; however, should the Contractor fail to complete all punch list items within thirty days, or such other time as may be stated in the respective Certificate of Substantial Completion, the Contractor shall bear any expenses incurred by the Owner as a result of such failure to complete punch list items in a timely manner.

3.33 OCCUPANCY OR USE PRIOR TO COMPLETION:

(a) Upon Substantial Completion. Prior to completion of the entire Work, the Owner may occupy or begin utilizing any designated portion of the Work on the agreed Date of Substantial Completion of that portion of the Work.

(b) Before Substantial Completion.

(i) The Owner shall not occupy or utilize any portion of the Work before Substantial Completion of that portion has been achieved.

(ii) The Owner may deliver furniture and equipment and store, or install it in place ready for occupancy and use, in any designated portion of the Work before it is substantially completed under the following conditions:

1. The Owner’s storage or installation of furniture and equipment will not unreasonably disrupt or interfere with the Contractor’s completion of the designated portion of the Work.

15058000 3-35 MCWD Pulaski Pike Water Line Replacement

2. The Contractor consents to the Owner’s planned action (such consent shall not be unreasonably withheld).

3. The Owner shall be responsible for insurance coverage of the Owner’s furniture and equipment, and the Contractor’s liability shall not be increased.

4. The Contractor and Owner will jointly inspect and record the condition of the Work in the area before the Owner delivers and stores or installs furniture and equipment; the Owner will equitably compensate the Contractor for making any repairs to the Work that may subsequently be required due to the Owner’s delivery and storage or installation of furniture and equipment.

5. The Owner’s delivery and storage or installation of furniture and equipment shall not be deemed an acceptance of any Work not completed in accordance with the requirements of the Contract Documents.

3.34 FINAL PAYMENT:

(a) Prerequisites to Final Payment. The following conditions are prerequisites to Final Payment becoming due the Contractor:

(i) Full execution of a Certificate of Substantial Completion for the Work, or each designated portion of the Work.

(iii) Final Acceptance of the Work.

(iii) The Contractor’s completion, to the satisfaction of Owner, of all documentary requirements of the Contract Documents; such as delivery of “as-built” documents, operating and maintenance manuals, warranties, etc.

(iv) Delivery to the Owner of a final Application for Payment, prepared by the Contractor.

(v) Completion of an Advertisement for Completion pursuant to Paragraph (c) below.

(vi) Delivery by the Contractor to the Owner of a Release of Claims and such other documents as may be required by Owner, satisfactory in form to the Owner pursuant to Paragraph (d) below.

(vii) Consent of Surety, if any, to Final Payment to Contractor.

(viii) Delivery by the Contractor to the Owner of other documents, if any, required by the Contract Documents as prerequisites to Final Payment.

15058000 3-36 MCWD Pulaski Pike Water Line Replacement

(b) Final Acceptance of the Work. “Final Acceptance of the Work” shall be achieved when all “punch list” items recorded with the Certificate(s) of Substantial Completion are accounted for by either:

(i) their completion or correction by the Contractor and acceptance by the Owner

(ii) their resolution under Section 3.18, Deductions for Uncorrected Work.

(c) Advertisement for Completion.

(i) If the Contract Sum is less than $50,000: The Owner, immediately after determining that all other requirements of the Contract have been completed, shall give public notice of completion of the Contract by having an Advertisement for Completion published one time in a newspaper of general circulation, published in the county in which the Owner is located and shall post notice of completion of the Contract on the Owner’s bulletin board for one week, and shall require the Contractor to certify under oath that all bills have been paid in full. Final payment may be made at any time after the notice has been posted for one entire week.

(ii) If the Contract Sum is more than $50,000: The Contractor, immediately after being notified by the Owner that all other requirements of the Contract have been completed, shall give public notice of completion of the Contract by having an Advertisement for Completion published for a period of four successive weeks in some newspaper of general circulation published within the city or county where the Work was performed. Proof of publication of the Advertisement for Completion, in duplicate, shall be made by the Contractor to the Owner by affidavit of the publisher and a printed copy of the Advertisement for Completion published, in duplicate. If no newspaper is published in the county where the work was done, the notice may be given by posting at the Court House for thirty days and proof of same made by Probate Judge or Sheriff and the Contractor. Final payment shall not be due until thirty days after this public notice is completed.

(d) Release of Claims. The Release of Claims and other documents referenced in Paragraph (a) (vi) above are as follows:

(i) A release executed by Contractor of all claims and claims of lien against the Owner arising under and by virtue of the Contract, other than such claims of the Contractor, if any, as may have been previously made in writing and as may be specifically excepted by the Contractor from the operation of the release in stated amounts to be set forth therein.

(ii) An affidavit under oath, if required, stating that so far as the Contractor has knowledge or information, there are no claims or claims of lien which have been or will be filed by any Subcontractor, Supplier or other

15058000 3-37 MCWD Pulaski Pike Water Line Replacement

party for labor or material for which a claim or claim of lien could be filed.

(iii) A release, if required, of all claims and claims of lien made by any Subcontractor, Supplier or other party against the Owner or unpaid Contract funds held by the Owner arising under or related to the Work on the Project; provided, however, that if any Subcontractor, Supplier or others refuse to furnish a release of such claims or claims of lien, the Contractor may furnish a bond executed by Contractor and its Surety to the Owner to provide an unconditional obligation to defend, indemnify and hold harmless the Owner against any loss, cost or expense, including attorney’s fees, arising out of or as a result of such claims, or claims of lien, in which event Owner may make Final Payment notwithstanding such claims or claims of lien. If Contractor and Surety fail to fulfill their obligations to Owner under the bond, the Owner shall be entitled to recover damages as a result of such failure, including all costs and reasonable attorney’s fees incurred to recover such damages.

(e) Effect of Final Payment.

(i) The making of Final Payment shall constitute a waiver of Claims by the Owner except those arising from:

1. liens, claims, security interests or encumbrances arising out of the Contract and unsettled; 2. failure of the Work to comply with the requirements of the Contract Documents; 3. terms of warranties or indemnities required by the Contract Documents, or 4. latent defects.

(ii) Acceptance of Final Payment by the Contractor shall constitute a waiver of claims by Contractor except those previously made in writing, identified by Contractor as unsettled at the time of final Application for Payment, and specifically excepted from the release provided for in Paragraph (d) (1), above.

3.35 CONTRACTOR’S WARRANTY:

(a) General Warranty. The Contractor warrants to the Owner that all materials and equipment furnished under the Contract will be of good quality and new, except such materials as may be expressly provided or allowed in the Contract Documents to be otherwise, and that none of the Work will be Defective Work as defined in Section 3.1.

(b) One-Year Warranty.

(i) If, within one year after the date of Completion of the Work or each designated portion of the Work (or otherwise as agreed upon in a

15058000 3-38 MCWD Pulaski Pike Water Line Replacement

mutually-executed Certificate of Completion), any of the Work is found to be Defective Work, the Contractor shall promptly upon receipt of written notice from the Owner and without expense to the Owner, replace or correct the Defective Work to conform to the requirements of the Contract Documents, and repair all damage to the site, the building and its contents which is the result of Defective Work or its replacement or correction.

(ii) The one-year warranty for punch list items shall begin on the Date of Completion if they are completed or corrected within the time period allowed in the Certificate of Substantial Completion in which they are recorded. The one-year warranty for punch list items that are not completed or corrected within the time period allowed in the Certificate of Substantial Completion, and other Work performed after Substantial Completion, shall begin on the date of Final Acceptance of the Work. The Contractor’s correction of Work pursuant to this warranty does not extend the period of the warranty. The Contractor’s one-year warranty does not apply to defects or damages due to improper or insufficient maintenance, improper operation, or wear and tear during normal usage.

(iii) Upon recognizing a condition of Defective Work, the Owner shall promptly notify the Contractor of the condition. If the condition is causing damage to the building, its contents, equipment, or site, the Owner shall take reasonable actions to mitigate the damage or its continuation, if practical. If the Contractor fails to proceed promptly to comply with the terms of the warranty, or to provide the Owner with satisfactory written verification that positive action is in process, the Owner may have the Defective Work replaced or corrected and the Contractor and the Contractor’s Surety shall be liable for all expense incurred.

(iv) Year-End Inspection(s): An inspection of the Work, or each separately completed portion thereof, is required near the end of the Contractor’s one-year warranty period(s). The subsequent delivery of the report of a Year-end Inspection will serve as confirmation that the Contractor was notified of Defective Work found within the warranty period.

(v) The Contractor’s warranty of one year is in addition to, and not a limitation of, any other remedy stated herein or available to the Owner under applicable law.

3.36 INDEMNIFICATION AGREEMENT: To the fullest extent permitted by law, the Contractor shall defend, indemnify, and hold harmless the Owner, Owner’s consultants, Engineer, Engineer’s consultants, and their agents, employees, and consultants (hereinafter collectively referred to as the “Indemnitees”) from and against all claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of, related to, or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting there from, and is caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable, regardless of whether such

15058000 3-39 MCWD Pulaski Pike Water Line Replacement claim, damage, loss or expense is caused in part, or is alleged but not legally established to have been caused in whole or in part by the negligence or other fault of a party indemnified hereunder.

(a) This indemnification shall extend to all claims, damages, losses and expenses for injury or damage to adjacent or neighboring property, or persons injured thereon, that arise out of, relate to, or result from performance of the Work.

(b) This indemnification does not apply to the extent of the sole negligence of the Indemnitees.

3.37 CONTRACTOR’S AND SUBCONTRACTORS’ INSURANCE:

(a) General.

(i) Responsibility. The Contractor shall be responsible to the Owner from the time of the signing of the Construction Contract or from the beginning of the first work, whichever shall be earlier, for all injury or damage of any kind resulting from any negligent act or omission or breach, failure or other default regarding the work by the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of who may be the owner of the property.

(ii) Insurance Providers. Each of the insurance coverage’s required below shall be issued by an insurer licensed by the Insurance Commissioner to transact the business of insurance in the State of Alabama for the applicable line of insurance, and such insurer (or, for qualified self- insured or group self-insured, a specific excess insurer providing statutory limits) must have a Best Policyholders Rating of “A-” or better and a financial size rating of Class V or larger.

(iii) Notification Endorsement. Each policy shall be endorsed to provide that the insurance company agrees that the policy shall not be canceled, changed, allowed to lapse or allowed to expire for any reason until thirty days after the Owner has received written notice by certified mail as evidenced by return receipt or until such time as other insurance coverage providing protection equal to protection called for in the Contract Documents shall have been received, accepted and acknowledged by the Owner. Such notice shall be valid only as to the Project as shall have been designated by Project Name and Number in said notice.

(iv) Insurance Certificates. The Contractor shall procure the insurance coverage’s identified below, or as otherwise required in the Contract Documents, at the Contractor’s own expense, and to evidence that such insurance coverage’s are in effect, the Contractor shall furnish the Owner an insurance certificate(s) acceptable to the Owner and listing the Owner as the certificate holder. The insurance certificate(s) must be delivered to the Owner with the Construction Contract and Bonds for final approval and execution of the Construction Contract. The insurance certificate must provide the following:

15058000 3-40 MCWD Pulaski Pike Water Line Replacement

1. Name and address of authorized agent of the insurance company

2. Name and address of insured

3. Name of insurance company or companies

4. Description of policies

5. Policy Number(s)

6. Policy Period(s)

7. Limits of liability

8. Name and address of Owner as certificate holder

9. Project Name and Number, if any

10. Signature of authorized agent of the insurance company

11. Telephone number of authorized agent of the insurance company

12. Mandatory thirty day notice of cancellation / non-renewal / change

(v) Maximum Deductible. Self-insured retention, except for qualified self- insurers or group self-insurers, in any policy shall not exceed $25,000.00.

(b) Insurance Coverage’s. Unless otherwise provided in the Contract Documents, the Contractor shall purchase the types of insurance coverage’s with liability limits not less than as follows:

(i) Workers’ Compensation and Employer’s Liability Insurance.

1. Workers’ Compensation coverage shall be provided in accordance with the statutory coverage required in Alabama. A group insurer must submit a certificate of authority from the Alabama Department of Industrial Relations approving the group insurance plan. A self-insurer must submit a certificate from the Alabama Department of Industrial Relations stating the Contractor qualifies to pay its own workers’ compensation claims.

2. Employer’s Liability Insurance limits shall be at least:

Bodily Injury by Accident - $1,000,000 each accident Bodily Injury by Disease - $1,000,000 each employee

(iii) Commercial General Liability Insurance.

15058000 3-41 MCWD Pulaski Pike Water Line Replacement

1. Commercial General Liability Insurance, written on an ISO Occurrence Form (current edition as of the date of Advertisement for Bids) or equivalent, shall include, but need not be limited to, coverage for bodily injury and property damage arising from premises and operations liability, products and completed operations liability, blasting and explosion, collapse of structures, underground damage, personal injury liability and contractual liability. The Commercial General Liability Insurance shall provide at minimum the following limits:

Coverage Limit 1. General Aggregate $2,000,000 per Project 2. Products, Completed $2,000,000 per Project Operations Aggregate 3. Personal and Advertising $1,000,000 per Occurrence Injury 4. Each Occurrence $1,000,000

2. Additional Requirements for Commercial General Liability Insurance:

a. The policy shall name the Owner, Engineer, and their agents, consultants and employees as additional insured, state that this coverage shall be primary insurance for the additional insured; and contain no exclusions of the additional insured relative to job accidents.

b. The policy must include separate per project aggregate limits.

(iii) Commercial Business Automobile Liability Insurance.

1. Commercial Business Automobile Liability Insurance which shall include coverage for bodily injury and property damage arising from the operation of any owned, non-owned or hired automobile. The Commercial Business Automobile Liability Insurance Policy shall provide not less than $1,000,000 Combined Single Limits for each occurrence.

2. The policy shall name the Owner, Engineer, and their agents, consultants, and employees as additional insured.

(iv) Commercial Umbrella Liability Insurance.

1. Commercial Umbrella Liability Insurance to provide excess coverage above the Commercial General Liability, Commercial Business Automobile Liability and the Workers’ Compensation

15058000 3-42 MCWD Pulaski Pike Water Line Replacement

and Employer’s Liability to satisfy the minimum limits set forth herein.

2. Minimum Combined Primary Commercial General Liability and Commercial/Excess Umbrella Limits of:

$ 5,000,000 per Occurrence $ 5,000,000 Aggregate

3. Additional Requirements for Commercial Umbrella Liability Insurance:

a. The policy shall name the Owner, Engineer, and their agents, consultants, and employees as additional insureds. b. The policy must be on an “occurrence” basis.

(v) Builder’s Risk Insurance.

1. The Builder’s Risk Policy shall be made payable to the Owner and Contractor, as their interests may appear. The policy amount shall be equal to the cost of removing and installing the new roof, written on a Causes of Loss - Special Form (current edition as of the date of Advertisement for Bids), or its equivalent. All deductibles shall be the sole responsibility of the Contractor.

2. The policy shall be endorsed as follows: “The following may occur without diminishing, changing, altering or otherwise affecting the coverage and protection afforded the insured under this policy:

a. Furniture and equipment may be delivered to the insured premises and installed in place ready for use; or

b. Partial or complete occupancy by Owner; or

c. Performance of work in connection with construction operations insured by the Owner, by agents or lessees or other contractors of the Owner, or by contractors of the lessee of the Owner.”

(b) Subcontractors’ Insurance.

(i) Workers’ Compensation and Employer’s Liability Insurance. The Contractor shall require each Subcontractor to obtain and maintain Workers’ Compensation and Employer’s Liability Insurance coverages as described in preceding Paragraph (b), or to be covered by the Contractor’s Workers’ Compensation and Employer’s Liability Insurance while performing Work under the Contract.

15058000 3-43 MCWD Pulaski Pike Water Line Replacement

(ii) Liability Insurance. The Contractor shall require each Subcontractor to obtain and maintain adequate General Liability, Automobile Liability, and Umbrella Liability Insurance coverages similar to those described in preceding Paragraph (b). Such coverage shall be in effect at all times that a Subcontractor is performing Work under the Contract.

(iii) Enforcement Responsibility. The Contractor shall have responsibility to enforce its Subcontractors’ compliance with these or similar insurance requirements; however, the Contractor shall, upon request, provide the Owner and Engineer acceptable evidence of insurance for any Subcontractor.

(d) Termination of Obligation to Insure. Unless otherwise expressly provided in the Contract Documents, the obligation to insure as provided herein shall continue as follows:

(i) Builder’s Risk Insurance. The obligation to insure under Subparagraph b (v) shall remain in effect until the Date of Substantial Completion as shall be established in the Certificate of Substantial Completion. In the event that multiple Certificates of Substantial Completion covering designated portions of the Work are issued, Builder’s Risk coverage shall remain in effect until the Date of Substantial Completion as shall be established in the last issued Certificate of Substantial Completion. However, in the case that the Work involves separate buildings, Builder’s Risk coverage of each separate building may terminate on the Date of Substantial Completion as established in the Certificate of Substantial Completion issued for each building.

(ii) Products and Completed Operations. The obligation to carry Products and Completed Operations coverage specified under Subparagraph b (ii) shall remain in effect for two years after the Date(s) of Substantial Completion.

(iii) All other Insurance. The obligation to carry other insurance coverage’s specified under Subparagraphs b(i) through b(iv) and Paragraph (b) shall remain in effect after the Date(s) of Substantial Completion until such time as all Work required by the Contract Documents is completed. Equal or similar insurance coverages shall remain in effect if, after completion of the Work, the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, returns to the Project to perform warranty or maintenance work pursuant to the terms of the Contract Documents.

(e) Waivers of Subrogation. The Owner and Contractor waive all rights against (1) each other and any of their subcontractors, sub-subcontractors, agents and employees, each of the other, and (2) Engineer, Engineer’s consultants, the separate contractors performing construction or operations related to the Project, if any, and any of their subcontractors, sub-subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent covered by builder’s risk insurance or other property insurance applicable to the Work or to other property located within or adjacent to the Project, except such rights as they may have to proceeds of such insurance held by the Owner or Contractor as fiduciary. The Owner or Contractor, as appropriate, shall require of the separate contractors,

15058000 3-44 MCWD Pulaski Pike Water Line Replacement if any, and the subcontractor, sub-subcontractors, suppliers, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The Policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to the person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. The waivers provided for in this paragraph shall survive final acceptance and continue to apply to insured losses to the Work or other property on or adjacent to the Project.

3.38 PERFORMANCE AND PAYMENT BONDS:

(a) General. Upon signing and returning the Construction Contract to the Owner for final approval and execution, the Contractor shall, at the Contractor’s expense, furnish to the Owner a Performance Bond and a Payment Bond, each in a penal sum equal to 100% of the Contract Sum. Each bond shall be on the form contained in the Bid Package, shall be executed by a surety company (Surety) acceptable to the Owner and duly authorized and qualified to make such bonds in the State of Alabama in the required amounts, shall be countersigned by an authorized, Alabama resident agent of the Surety who is qualified to execute such instruments, and shall have attached thereto a power of attorney of the signing official.

The provisions of this Section are not applicable to this Contract if the Contract Sum is less than $50,000, unless bonds are required for this Contract in the Supplemental General Conditions.

(b) Performance Bond. Through the Performance Bond, the Surety’s obligation to the Owner shall be to assure the prompt and faithful performance of the Contract and Contract Change Orders. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. In case of default on the part of the Contractor, the Surety shall take charge of and complete the Work in accordance with the terms of the Performance Bond. Any reasonable expenses incurred by the Owner as a result of default on the part of the Contractor, including architectural, engineering, administrative, and legal services, shall be recoverable under the Performance Bond.

(c) Payment Bond. Through the Payment Bond the Surety’s obligation to the Owner shall be to guarantee that the Contractor and its Subcontractors shall promptly make payment to all persons supplying labor, materials, or supplies for, or in, the prosecution of the Work, including the payment of reasonable attorneys fees incurred by successful claimants or plaintiffs in civil actions on the Bond. Any person or entity indicating that they have a claim of nonpayment under the Bond shall, upon written request, be promptly furnished a certified copy of the Bond and Construction Contract by the Contractor, or Owner, whomever is recipient of the request.

(d) Change Orders. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time.

(e) Expiration. The obligations of the Contractor’s performance bond surety shall be coextensive with the contractor’s performance obligations under the Contract Documents; provided, however, that the surety’s obligation shall expire at the end of the one-year warranty period(s) of Section 3.35.

15058000 3-45 MCWD Pulaski Pike Water Line Replacement

3.39 ASSIGNMENT. The Contractor shall not assign the Contract or sublet it as a whole nor assign any moneys due or to become due to the Contractor thereunder without the previous written consent of the Owner (and of the Surety, in the case of a bonded Construction Contract). As prescribed by the Public Works Law, the Contract shall in no event be assigned to an unsuccessful bidder for the Contract whose bid was rejected because the bidder was not a responsible or responsive bidder.

3.40 CONSTRUCTION BY OWNER OR SEPARATE CONTRACTORS:

(a) Owner’s Reservation of Right.

(i) The Owner reserves the right to self-perform, or to award separate contracts for, other portions of the Project and other Project related construction and operations on the site. The contractual conditions of such separate contracts shall be substantially similar to those of this Contract, including insurance requirements and the provisions of this section. If the Contractor considers such actions to involve delay or additional cost under this Contract, notifications and assertion of claims shall be as provided in Section 3.20 and Section 3.23.

(ii) When separate contracts are awarded, the term “Contractor” in the separate Contract Documents shall mean the Contractor who executes the respective Construction Contract.

(b) Coordination. Unless otherwise provided in the Contract Documents, the Owner shall be responsible for coordinating the activities of the Owner’s forces and separate contractors with the Work of the Contractor. The Contractor shall cooperate with the Owner and separate contractors, shall participate in reviewing and comparing their construction schedules relative to that of the Contractor when directed to do so, and shall make and adhere to any revisions to the construction schedule resulting from a joint review and mutual agreement.

(c) Conditions Applicable to Work Performed by Owner. Unless otherwise provided in the Contract Documents, when the Owner self-performs construction or operations related to the Project, the Owner shall be subject to the same obligations to Contractor as Contractor would have to a separate contractor under the provision of this Section 3.40.

(d) Mutual Responsibility.

(i) The Contractor shall reasonably accommodate the required introduction and storage of materials and equipment and performance of activities by the Owner and separate contractors and shall connect and coordinate the Contractor’s Work with theirs as required by the Contract Documents.

(ii) By proceeding with an element or portion of the Work that is applied to or performed on construction by the Owner or a separate contractor, or which relies upon their operations, the Contractor accepts the condition of such construction or operations as being suitable for the Contractor’s Work, except for conditions that are not reasonably discoverable by the Contractor. If the Contractor discovers any condition in such construction or operations that is not suitable for the proper performance of the Work, the Contractor shall not proceed, but shall instead promptly notify the Owner in writing of the condition discovered.

15058000 3-46 MCWD Pulaski Pike Water Line Replacement

(iii) The Contractor shall reimburse the Owner for any costs incurred by a separate contractor and payable by the Owner because of acts or omissions of the Contractor. Likewise, the Owner shall be responsible to the Contractor for any costs incurred by the Contractor because of the acts or omissions of a separate contractor.

(iv) The Contractor shall not cut or otherwise alter construction by the Owner or a separate contractor without the written consent of the Owner and separate contractor; such consent shall not be unreasonably withheld. Likewise, the Contractor shall not unreasonably withhold its consent allowing the Owner or a separate contractor to cut or otherwise alter the Work.

(v) The Contractor shall promptly remedy any damage caused by the Contractor to the construction or property of the Owner or separate contractors.

3.41 SUBCONTRACTS:

(a) Award of Subcontracts and Other Contracts for Portion of the Work.

(i) Unless otherwise provided in the Contract Documents, when delivering the executed Construction Contract, bonds, and evidence of insurance to the Owner the Contractor shall also submit a listing of Subcontractors proposed for each principal portion of the Work and fabricators or suppliers proposed for furnishing materials or equipment fabricated to the design of the Contract Documents. This listing shall be in addition to any naming of Subcontractors, fabricators, or suppliers that may have been required in the bid process. The Owner will promptly reply to the Contractor in writing stating whether or not the Owner, after due investigation, has reasonable objection to any Subcontractor, fabricator, or supplier proposed by the Contractor. The issuance of the Notice to Proceed in the absence of such objection by the Owner shall constitute notice that no reasonable objection to them is made.

(ii) The Contractor shall not contract with a proposed Subcontractor, fabricator, or supplier to whom the Owner has made reasonable and timely objection. Except in accordance with prequalification procedures as may be contained in the Contract Documents, through specified qualifications, or on the grounds of reasonable objection, the Owner may not restrict the Contractor’s selection of Subcontractors, fabricators, or suppliers.

(iii) Upon the Owner’s reasonable objection to a proposed Subcontractor, fabricator, or supplier, the Contractor shall promptly propose another to whom the Owner has no reasonable objection. If the proposed Subcontractor, fabricator, or supplier to whom the Owner made reasonable objection was reasonably capable of performing the Work, the Contract Sum and Contract Time shall be equitably adjusted by

15058000 3-47 MCWD Pulaski Pike Water Line Replacement

Contract Change Order for any resulting difference if the Contractor has acted promptly and responsively in this procedure.

(iv) The Contractor shall not change previously selected Subcontractors, fabricators, or suppliers without notifying the Owner in writing of proposed substitute Subcontractors, fabricators, or suppliers. If the Owner does not make a reasonable objection to a proposed substitute within three working days, the substitute shall be deemed approved.

(b) Subcontractor Relations.

(i) The Contractor agrees to bind every Subcontractor and material supplier (and require every Subcontractor to so bind its subcontractors and material suppliers) to all the provisions of the Contract Documents as they apply to the Subcontractor’s and material supplier’s portion of the Work.

(ii) Nothing contained in the Contract Documents shall be construed as creating any contractual relationship between any Subcontractor and the Owner, nor to create a duty of the Owner to resolve disputes between or among the Contractor or its Subcontractors and suppliers or any other duty to such Subcontractors or suppliers.

3.42 ENGINEER’S STATUS:

(a) The Engineer is an independent contractor performing, with respect to this Contract, pursuant to an agreement executed between the Owner and the Engineer. The Engineer has prepared the Drawings and Specifications and assembled the Contract Document and is, therefore, charged with their interpretation and clarification as described in the Contract Documents. As a representative of the Owner, the Engineer will endeavor to guard the Owner against variances from the requirements of the Contract Documents by the Contractor. On behalf of the Owner, the Engineer will administer the contract as described in the Contract Documents during construction and the Contractor’s one-year warranty.

(b) So as to maintain continuity in administration of the Contract and performance of the Work, and to facilitate complete documentation of the project record, all communications between the Contractor and Owner regarding matters of or related to the Contract shall be directed through the Engineer, unless direct communication is otherwise required to provide a legal notification. Unless otherwise authorized by the Engineer, communications by and with the Engineer’s consultants shall be through the Engineer. Unless otherwise authorized by the Contractor, communications by and with Subcontractors and material suppliers shall be through the Contractor.

(c) ENGINEER’S AUTHORITY: Subject to other provisions of the Contract Documents, the following summarizes some of the authority vested in the Engineer by the Owner with respect to the Construction Contract and as further described or conditioned in other Articles of these General Conditions of the Contract.

(i.) The Engineer is authorized to:

1. approve “minor” deviations as defined in 3.9 Submittals,

2. make “minor” changes in the Work as defined in 3.19, Changes in the Work.

15058000 3-48 MCWD Pulaski Pike Water Line Replacement

3. reject or require the correction of Defective Work or Materials

4. require the Contractor to stop the performance of Defective Work,

(ii.) The Engineer is not authorized to:

1. revoke, alter, relax, or waive any requirements for the Contract Documents (other than “minor” deviations and changes) without concurrence of the Owner

2. finally approve or accept any portion of the Work without concurrence of the Owner

3. issue instructions contrary to the Contract Documents

4. issue Notice of Termination or otherwise terminate the Contract, or

5. require the Contractor to stop the Work except only to avoid the performanace of Defective Work.

(d) Limitations of Responsibilities

(i) The Engineer shall not be responsible to Contractors or to others for supervising or coordinating the performance of the Work or for the Construction Methods or safety of the Work, unless the Contract Documents give other specific instructions concerning these matters.

(ii) The Engineer will not be responsible to the Contractor (nor the Owner) for the Contractor’s failure to perform the Work in accordance with the requirements of the Contract Documents or for actors or omissions of the Contractor, a subcontractor, or anyone for whose acts they may be liable. However, the Engineer will report to the Owner and Contractor any Defective Work recognized by the Engineer.

(iii) The Engineer will endeavor to secure faithful performance by Owner and Contractor, and the Engineer will not show partiality to either or be liable to either for results of interpretations or decisions rendered in good faith.

(iv) The Contractor’s remedies for additional time or expense arising out of or related to this Contract, or the breach thereof, shall be solely as provided for in the contract Documents. The Contractor shall have no claim or cause of action against the Owner, Engineer, or its consultants for any actions or failures to act, whether such claim may be in contract, tort, strict liability, or otherwise, it being the agreement of the parties that the Contractor shall make no claim against the Owner or any agents of the Owner, including the Engineer or its consultants, except as may be provided for claims or disputes submitted in accordance with 3.24. The

15058000 3-49 MCWD Pulaski Pike Water Line Replacement

Engineer and Engineer’s consultants shall be considered third party beneficiaries of this provision of the Contract and entitled to enforce same.

(e) Engineer’s Decisions: Decisions by the Engineer shall be in writing. The Engineer’s decisions on matters relating to aesthetic effect will be final and binding if consistent with the intent expressed in the Contract Documents. The Engineer’s decisions regarding disputes arising between the Contractor and Owner shall be advisory.

3.43 PERMITS, LAWS AND REGULATIONS:

(a) Permits, Fees and Notices.

(i) Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for the building permit and other permits and governmental fees, licenses, and inspections necessary for proper execution and completion of the Work which are customarily secured after award of the Construction Contract and which are in effect on the date of receipt of bids.

(ii) The Contractor shall comply with and give notices required by all laws, ordinances, rules, regulations, and lawful orders of public authorities applicable to performance of the Work.

(b) Taxes. Unless stated otherwise in the Contract Documents, materials incorporated into the Work should be exempt from sales and use tax. The Contractor and its subcontractors shall be responsible for complying with rules and regulations of the Sales, Use, & Business Tax Division of the Alabama Department of Revenue regarding certificates and other qualifications necessary to claim such exemption when making qualifying purchases from vendors. The Contractor shall pay all applicable taxes that are not otherwise exempt and which are imposed as of the date of receipt of bids, including those imposed as of the date of receipt of bids but scheduled to go into effect after that date. Pursuant to Code of Alabama § 40-9-14.1 (1975) and Alabama Administrative Code r. 810-6-3-.77 (2013) Madison County anticipates applying to the Alabama Department of Revenue for a Sales and Use Tax Certificate of Exemption immediately after the contract is fully executed. The Contractor agrees to likewise apply to the Alabama Department of Revenue immediately upon receipt of the fully executed contract and to provide such additional information to the Alabama Department of Revenue as may be necessary to secure the Sales and Use Tax Exemption Certificate for this Project.

(c) Compensation for Taxes if Exemption is Denied. The contractor shall be compensated for the actual amount of sales and use tax on materials incorporated in the Work if the Sales and Use Tax Certificate of Exemption is not issued by the Alabama Department of Revenue.

(d) Compensation for Increases. The Contractor shall be compensated for additional costs incurred because of increases in tax rates imposed after the date of receipt of bids.

3.44 ROYALTIES, PATENTS AND COPYRIGHTS: The Contractor shall pay all royalties and license fees. The Contractor shall defend, indemnify and hold harmless the Owner and their agents, employees, and consultants from and against all claims, damages, losses and expenses, including but not limited to attorney’s fees, arising out of, related to, or resulting from all suits or claims for infringement of any patent rights or copyrights arising out of the inclusion of any patented or copyrighted materials, methods, or systems selected by the Contractor and used during the execution of or

15058000 3-50 MCWD Pulaski Pike Water Line Replacement incorporated into the Work. This indemnification does not apply to any suits or claims of infringement of any patent rights or copyrights arising out of any patented or copyrighted materials, methods, or systems specified in the Contract Documents. However, if the Contractor has information that a specified material, method, or system is or may constitute an infringement of a patent or copyright, the Contractor shall be responsible for any resulting loss unless such information is promptly furnished to the Owner.

3.45 USE OF THE SITE:

(a) The Contractor shall confine its operations at the Project site to areas permitted by the Owner and by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials, equipment, employees’ vehicles, or debris. The Contractor’s operations at the site shall be restricted to the sole purpose of constructing the Work, use of the site as a staging, assembly, or storage area for other business which the Contractor may undertake shall not be permitted.

(b) Unless otherwise provided in the Contract Documents, temporary facilities, such as storage sheds, shops, and offices may be erected on the Project site with the approval of the Owner. Such temporary buildings and/or utilities shall remain the property of the Contractor, and be removed at the Contractor’s expense upon completion of the Work, unless the Owner authorizes their abandonment without removal.

3.46 CUTTING AND PATCHING:

(a) The Contractor shall be responsible for all cutting, fitting, or patching that may be required to execute the Work to the results indicated in the Contract Documents or to make its parts fit together properly.

(b) Any cutting, patching, or excavation by the Contractor shall be supervised and performed in a manner that will not endanger persons nor damage or endanger the Work or any fully or partially completed construction of the Owner or separate contractors.

3.47 IN-PROGRESS AND FINAL CLEANUP:

(a) In-Progress Clean-Up.

(i) The Contractor shall at all times during the progress of the Work keep the premises and surrounding area free from rubbish, scrap materials and debris resulting from the Work. Trash and combustible materials shall not be allowed to accumulate inside buildings or elsewhere on the premises. At no time shall any rubbish be thrown from window openings. Burning of trash and debris on site is not permitted.

(ii) The Contractor shall make provisions to minimize and confine dust and debris resulting from construction activities.

(b) Final Clean-Up. Before Substantial Completion or Final Acceptance is achieved, the Contractor shall have removed from the Owner’s property all construction equipment, tools, and machinery; temporary structures and/or utilities including the foundations thereof (except such as the Owner permits in writing to remain); rubbish, debris, and waste materials; and all surplus materials, leaving the site clean and true to line and grade, and the Work in a safe and clean condition, ready for use and operation.

15058000 3-51 MCWD Pulaski Pike Water Line Replacement

(c) Owner’s Right to Clean-Up. If the Contractor fails to comply with these clean- up requirements and then fails to comply with a written directive by the Owner to clean-up the premises within a specified time, the Owner may implement appropriate clean-up measures and the cost thereof shall be deducted from any amounts due or to become due the Contractor.

3.48 LIQUIDATED DAMAGES:

(a) Time is the essence of the Contract. Any delay in the completion of the Work required by the Contract Documents may cause inconvenience to the public and loss and damage to the Owner including but not limited to interest and additional administrative, architectural, inspection and supervision charges. By executing the Construction Contract, the Contractor agrees that the Contract Time is sufficient for the achievement of Substantial Completion.

(b) The Contract Documents may provide in the Construction Contract or elsewhere for a certain dollar amount for which the Contractor and its Surety (if any) will be liable to the Owner as liquidated damages for each calendar day after expiration of the Contract Time that the Contractor fails to achieve Substantial Completion of the Work. If such daily liquidated damages are provided for, Owner and Contractor, and its Surety, agree that such amount is reasonable and agree to be bound thereby.

(c) If a daily liquidated damage amount is not otherwise provided for in the Contract Documents, a time charge equal to six percent interest per annum on the total Contract Sum may be made against the Contractor for the entire period after expiration of the Contract Time that the Contractor fails to achieve Substantial Completion of the Work.

(d) The amount of liquidated damages due under either paragraph b or c, above, may be deducted by the Owner from the moneys otherwise due the Contractor in the Final Payment, not as a penalty, but as liquidated damages sustained, or the amount may be recovered from Contractor or its Surety. If part of the Work is substantially completed within the Contract Time and part is not, the stated charge for liquidated damages shall be equitably prorated to that portion of the Work that the Contractor fails to substantially complete within the Contract Time. It is mutually understood and agreed between the parties hereto that such amount is reasonable as liquidated damages.

3.49 USE OF FOREIGN MATERIALS:

(a) In the performance of the Work the Contractor agrees to use materials, supplies, and products manufactured, mined, processed or otherwise produced in the United States or its territories, if same are available at reasonable and competitive prices and are not contrary to any sole source specification implemented under the Public Works Law.

(b) In the performance of the Work the Contractor agrees to use steel produced in the United States if the Contract Documents require the use of steel and do not limit its supply to a sole source pursuant to the Public Works Law. If the Owner decides that the procurement of domestic steel products becomes impractical as a result of national emergency, national strike, or other cause, the Owner shall waive this restriction.

(c) If domestic steel or other domestic materials, supplies, and products are not used in accordance with preceding Paragraphs A and B, the Contract Sum shall be reduced by an amount equal to any savings or benefits realized by the Contractor.

15058000 3-52 MCWD Pulaski Pike Water Line Replacement

(d) This Article applies only to Public Works projects financed entirely by the State of Alabama or any political subdivision of the state.

* * * * *

15058000 3-53

BLANK PAGE

(This page is left blank intentionally.) MCWD Pulaski Pike Water Line Replacement

4. SPECIAL CONDITIONS

4.1 PERIOD OF PERFORMANCE, NOTICE TO PROCEED, AND SUBMITTALS:

(a) Period of Performance: The period of performance for the contract is one hundred eighty (180) days.

(b) Notice to Proceed: On-site construction activities shall begin with an approved “Notice-to-Proceed with Construction” from the Owner. The period of performance includes ten (10) days for Madison County to perform bacteriological testing after the main is installed, pressure tested and disinfected. Transfer of meters, from an existing main, cannot begin until successful completion of the bacteriological testing. The Notice to Proceed will be issued after the two (2) week submittal period and after the pre-construction conference.

(c) Submittals: The contractor shall submit data sheets for all materials proposed for use on the project. Material data sheets, such as pipe, valves, hydrants, etc. shall be provided within 2 weeks after the fully executed construction contract is provided to the contractor.

4.2 CONSTRUCTION SEQUENCING AND COORDINATION:

(a) The elements of the Work may be performed concurrently.

(b) Minimal interruption in water service is allowed, provided sufficient communication is conducted with customers affected.

(c) Project Construction Sequence shall be as follows: (i) Install 6” and 12” water mains, service lines (saddles, corp valves, curb stops, etc), hydrants and valves. (ii) Connect new water line to existing to provide water for pressure testing (possibly temporary connection). Perform pressure test. (iii) Disinfect the water line and service lines up to the curb stop. (iv) Obtain satisfactory test results. (v) Connect new main to existing (involves coordination to minimize disruption of service). (vi) Flush new lines, install new meters and backflow preventer, connect meter to customer’s plumbing. (vii) After all customers are transferred to the new main, abandon the existing 6” main as shown on the Contract Documents. (d) Substantial completion shall be achieved when the services are transferred and the landscaping is completed.

4.3 NONPAYMENT ITEMS:

(a) No payment will be made for pumps, gauges, fittings and other materials, or for other equipment or labor which may be required for testing of lines, pumps, welding or paint systems.

(b) No payment will be made for site preparation, including clearing, grubbing or restoration, unless specifically stated otherwise in the Contract Documents.

15058000 4-1 MCWD Pulaski Pike Water Line Replacement

(c) No payment will be made for removal and/or replacement of defective or unauthorized work.

(d) No payment will be made for clean up and maintenance of the work during construction or during the warranty period.

(e) No payment will be made for testing of lines or paint systems or for repairing or other problems found during test or within warranty period.

(f) No payment will be made for any delays caused by the existence of other utilities in the path of the proposed water line.

(g) No payment will be made for any delays caused by weather or other acts of nature, or for any delays caused by delayed inspection when proper advance notice is not given by the Contractor for any required inspections to be scheduled.

(h) No payment will be made for the furnishing of equipment or any other items as required by the Engineer or Inspector to completely, adequately and safely inspect the construction at all times during the work, including final inspection following completion of the work.

4.4 WATER MAIN ALIGNMENT: The location and alignment of the new water main depicted on the drawings is approximate. The water main must be installed (a) on the side of the road indicated on the drawings, (b) in the public right-of-way, and (c) not within two feet of edge of existing pavement (unless approved by the Owner/Engineer).

Within the constraints listed above and conditions imposed by the Technical Specifications, the Contractor shall have the flexibility to install the water main at the Contractor’s discretion with approval of the Owner/Engineer. The Contractor can use the alignment flexibility to minimize the impact of obstructions.

4.5 ACCESS ROADS AND TRAFFIC CONTROL: Both lanes of traffic shall remain open during peak traffic hours (prior to 9:00 am and after 2:00 pm). At least one lane of roadway shall remain open between the hours of 9:00am and 2:00pm. When the project is completed, all roads shall be left in pre-project condition or better.

All traffic control shall be in accordance with the most current edition of Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD).

4.6 ATTENDANCE AT PRECONSTRUCTION CONFERENCE: The contractor’s superintendent must attend the preconstruction conference. The contractor may have any other personnel also attend the preconstruction conference. Contractor shall refer to the technical specifications for details regarding the required submittals due at the preconstruction conference. Required submittals are as follows: (a) Construction Schedule

(b) Erosion Control Schedule

15058000 4-2 MCWD Pulaski Pike Water Line Replacement

4.7 SECURITY REQUIREMENTS:

(a) The Contractor is responsible for security at the project site for the duration of the construction period and until the water line is turned over to the Owner.

4.8 RELEASE OF INFORMATION AND PUBLIC INQUIRIES: The contractor shall not provide information to the public. All public inquiries are to be referred to the Madison County Water Department.

4.9 NOTIFICATION OF DAMAGES, INJURIES, OR DEATHS: The contractor shall notify the Engineer (Garver) first and then Madison County Water Department shall be notified of any accidents that result in damages, injuries or deaths. The initial notification shall be made verbally as soon as possible. A written report shall be provided within three working days. This reporting requirement is in addition to any reporting requirements required by federal, state and local regulations.

4.10 REQUIRED SUBMITTALS: The following is a listing of required submittals. Additional submittals may be required per individual sections of the technical specifications or at the request of the Engineer or Owner.

(a) Construction Schedule.

(b) Submittals on all Piping, Valves, & Fittings.

(c) Submittals for fire hydrant assemblies.

(d) Submittals for asphalt mix

(e) Submittals for concrete mix.

(f) Erosion Control Schedule.

(g) Landscaping Measures

(h) Others as specified herein.

4.11 ENGINEER FOR THE WORK AND CONTRACT ADMINISTRATION: The plans and specifications for the project were prepared by Garver. The construction contract will be administered by Garver.

(a) All correspondence, requests for information, application for payment should be sent to Garver in the attention of Dana L. Pollock, P.E. Garver is located at 5125A Research Drive, Huntsville, Alabama 35805. Additional instructions will be given out at the pre-construction meeting in regards to contacts.

(b) After the contract is awarded, all correspondence from the Owner will be signed by, Mr. John M. Buxton, Assistant County Engineer. Contract change orders and supplemental agreements shall be signed by Mr. Dale Strong, Chairman, Madison County Commission.

15058000 4-3 MCWD Pulaski Pike Water Line Replacement

4.12 NOTIFICATION REQUIREMENTS:

(a) The owner shall notify the contractor in writing for changes to personnel, address, or telephone number.

4.13 OWNER’S REPRESENTATIVE. The Owner’s Representative for this Project shall be: Dana L. Pollock, PE, Garver, 5125A Research Drive, Huntsville, Alabama 35805, 256-534-5512, [email protected] . The Owner’s Representative shall be the primary contact for the Contractor during the course of the Project and the Owner’s Representative shall review and approve progress payments. The Owner will notify the Contractor, if the Owner’s Representative or any associated contact information changes during the Project.

4.14 SOURCE OF PROJECT FUNDING. This project shall be partially funded through an existing ADEM DWSRF loan. Local funds, deemed by the Owner to be an amount sufficient to fulfill the Owner’s obligations under this Contract, are to be the additional source of funding for the project.

4.15 DESIGNATION OF INSPECTORS:

(a) Garver will be representing the Owner and performing inspections on portions of this project.

(b) The Contract Administrator will make periodic visits to the site throughout the project.

(c) Ms. Bailee Robinson will be the primary quality assurance (QA) inspector for the project.

(d) Mr. John Buxton, PE and Mr. Steve Young will serve as alternate QA inspectors when Ms. Robinson is not available.

(e) Additional Madison County personnel will inspect specific aspects of the work such as day to day operations, pipe installation, etc. The primary QA inspector will inform the superintendent of the name of additional task specific inspectors.

(f) The owner will notify the contractor in writing of any changes to the primary and alternate inspectors.

4.16 EMERGENCY SITUATION: The Contractor shall furnish an emergency phone number, other than the day-to-day number, whereby construction related emergencies may be reported during night hours, weekends and holidays, and shall arrange for an adequate local crew to be “on call” each night, weekend and holidays during the project for the purpose of responding to emergency situations.

4.17 MATERIALS FURNISHED BY MADISON COUNTY. Madison County will furnish the meters and the backflow preventers for the new replacement meter installations. The Contractor is responsible for the remaining equipment/supplies for each replacement meter on these water lines (12” DIP on Pulaski Pike and the 6” PVC on Frank Church). Madison County will also supply the 6” PVC pipe for Frank Church Road. The Contractor will be responsible for all fittings and appurtenances to provide a complete and working installation.

15058000 4-4 MCWD Pulaski Pike Water Line Replacement

The Contactor is responsible for recording each individual meter replacement using the Madison County Water Department Daily Activity Sheet on both the 12” Ductile Iron Water Main along Pulaski Pike and the 6” PVC Water Main along Frank Church Road. The Contractor is also responsible for recording the linear footage of PVC pipe installed on Frank Church Road using the Madison County Water Department Daily Activity Sheet.

All materials furnished by Madison County Water Department shall be picked up and/or returned at the Madison County Water Department Warehouse, located at 107B Wholesale Ave. Contractors may pick up and/or return materials between the hours of 9:00 a.m. - 11:00 a.m. and 12:30 p.m. - 2:00 p.m. on Monday, Wednesday, and Friday excluding holidays. The materials will be issued by Mr. Coby Edwards, warehouseman. The Contractor is also responsible for removing all old valve boxes, meters and hydrants. The Contractor shall properly dispose of the valve boxes. The Contractor shall return the removed fire hydrants, meters and backflow preventers to Madison County’s warehouse at 107B Wholesale Avenue during hours of operation.

The Contractor will inspect material on receipt from the Water Department warehouse. If the Contractor receives any damaged material, the Contractor must notify Mr. Edwards of the damaged materials prior to departing the warehouse. The damaged materials will be exchanged for undamaged materials. After the Contractor has departed the warehouse, the Contractor is responsible for any damage to materials. Madison County will furnish replacement materials for the damaged materials and the cost of replacement materials will be deducted from the Contractor’s payment.

4.18 PRECONSTRUCTION VIDEO. The contractor shall prepare two (2) copies of a VHS color video tape (or tapes), DVD, or other media, showing all areas in order to have a record of the general condition and appearance of all public and private property on which water mains or services are to be located prior to the beginning of construction. The location, direction, and any pertinent information concerning the property shall be included with the media. This may be accomplished using the soundtrack available on the tape of other suitable means. Detailed views of specific items such as headwalls, retaining walls, driveways, streets, sidewalks, ornamental shrubbery and trees, buildings, and other important topographical features shall be provided. A description of location and specific features shall be provided with the detailed views by utilizing the soundtrack or other suitable means. The contractor shall retain one (1) copy of the media to use as a reference in restoring property and shall deliver a second copy to Madison County prior to the start of construction.

4.19 WORK ON OR ADJACENT TO PRIVATE PROPERTY: All work to be performed under this contract is on rights-of-way, land presently owned by Madison County, or on easements which have been obtained. In connection with work performed adjacent to private property, the Contractor shall take every precaution to avoid damage to the property owner's buildings, grounds and facilities and shall be completely responsible for the repair of damage to same. Fences, hedges, shrubs, etc. within the construction limits shall be carefully removed and preserved during construction and replaced when the construction is completed. Where ditches or excavations cross lawns, care shall be exercised to minimize incidental damage by equipment and vehicles. After backfilling has been completed and stabilized, the ditchline shall be graded at least 4" below existing grade and refilled with suitable topsoil stockpiled from the excavation or imported, if necessary, prior to seeding. All incidental damage to lawns, including

15058000 4-5 MCWD Pulaski Pike Water Line Replacement equipment and vehicle tracks, shall be regraded and reseeded. All grassed areas shall be graded, fertilized and seeded when construction is complete in accordance with the requirements set forth hereinafter in these Specifications. When construction is completed, the private property owner's facilities and grounds shall be restored to as good or better than their original conditions. A VHS video tape or DVD showing the condition of private property prior to construction is recommended on this project per Section 5.6. Foundations adjacent to an excavation which is to be carried below the bottom of the foundation shall be supported by shoring, bracing or underpinning and the Contractor shall be held strictly responsible for any damage to said foundation. Work on the rights-of-way of Madison County, Madison County and of the State of Alabama shall be considered work on private property.

4.20 EXISTING UTILITIES: Special precautions shall be taken by the Contractor to avoid damage to existing overhead and underground utilities owned and operated by the Owner or by public or private utility companies. With particular respect to existing underground utilities, all available information concerning their locations has been shown on the Drawings. While it is believed that the locations shown are reasonably correct, neither the Engineer nor the Owner can guarantee the accuracy or adequacy of this information.

From investigations during the design surveys, the following existing utilities were found to be present in the area: (Please note that this is not to be considered a complete listing of utilities in the areas. The Contractor is responsible for contacting “Alabama One Call” to locate utilities at each site.)

Utility Owner

Water Lines Madison County and/or Huntsville Utilities Sewer Lines None Present Power Lines Huntsville Utilities Telephone Lines AT & T

Before proceeding with the work, the Contractor shall confer with all public and private companies, agencies or departments that own and operate utilities in the vicinity of the construction work. The purpose of the conference, or conferences, shall be to notify said companies, agencies or departments of the proposed construction schedule, verify the location of, and possible interference with, the existing utilities that are shown or not shown on the Drawings, arrange for necessary suspension of service where possible, and make arrangements to locate and avoid interference with all utilities that may not be shown on the Drawings. The Engineer and Owner have no objection to the Contractor arranging for the said utilities companies to uncover their own lines; however, the Contractor shall bear the entire responsibility for locating and avoiding or repairing damage to said existing utilities.

Where existing utilities or other underground structures are encountered, they shall not be displaced or molested unless necessary and approved by the owner of the facility and, in such cases, they shall be replaced in as good or better condition than found, as quickly as possible. All such utilities that are so damaged or molested shall be replaced at the Contractor's expense, unless in the opinion of the Engineer such damage was caused through no fault of the Contractor.

It is expected that the Contractor will be diligent in its efforts and use every possible means to locate existing utilities. Any claims for unavoidable damage, based on improper or unknown locations will be thoroughly examined in the light of the Contractor's efforts to locate the said utilities or obstructions prior to beginning construction.

15058000 4-6 MCWD Pulaski Pike Water Line Replacement

4.21 UTILITIES REQUIRED BY CONTRACTOR: The contractor is responsible for providing all utilities required for construction including, but not limited to: electricity, water communication, and portable restrooms.

4.22 WATER AND UPLIFT: The Contractor shall, by the use of well points, pumps or other approved methods, prevent the accumulation of water in excavated areas. Should water accumulate, it shall be promptly removed. The Contractor shall also provide for dewatering areas adjacent to structures or lines to prevent uplift during construction operations. The Contractor will be held responsible for any damage due to uplift of such structures or lines and to existing structures during construction operations.

4.23 BLASTING: Blasting will not be allowed in this project.

4.24 SUBSURFACE CONDITIONS: Neither the Owner nor the Engineer will be responsible for subsurface conditions. However, the Contractor should make its own determination concerning the possible presence, quantity and nature of rock prior to bidding.

4.25 PRESSURE TESTING, DISINFECTION AND SAMPLING. The contractor shall flush, pressure test, and disinfect the water main according to the requirements in the “Technical Specifications.” Madison County will perform the bacteria sampling. This sampling must be coordinated with the Inspector. Samples can be taken on Monday through Thursday before 1 PM. The Contractor must provide 3 working days’ notice to have a sample taken. The sample results will be provided to the contractor within two working days of the sample being taken. If the sample results are not satisfactory, then the contractor will be required to disinfect the main and schedule another bacteria sample. This re-disinfection and sampling will continue until the bacterial sample results are satisfactory.

4.26 SITES AND EASEMENTS: All water main lines and work as shown on the Drawings are shown to be constructed within property owned by Madison County or within Madison County ROW.

4.27 SEDIMENT AND EROSION CONTROL: The Contractor shall maintain all areas where excavations and backfilling operations are being performed or have been performed in order that siltation and bank erosion will be kept to a minimum during construction. The Technical Specifications contain further information regarding this subject. A Construction Best Management Practices Plan (CBMPP) has also been developed and shall be followed by the contractor during construction efforts.

* * * * *

15058000 4-7

BLANK PAGE

(This page is left blank intentionally.)

SECTION 5 TECHNICAL SPECIFICATIONS

MADISON COUNTY WATER DEPARTMENT MADISON COUNTY, ALABAMA

CONTRACT SPECIFICATIONS

PULASKI PIKE WATER LINE REPLACEMENT SEPTEMBER 2015

15058000 MCWD Pulaski Pike Water Line Replacement

BLANK PAGE

(This page is left blank intentionally.) SECTION 5 MADISON COUNTY WATER DEPARTMENT MADISON COUNTY, ALABAMA

MADISON COUNTY PULASKI PIKE WATER LINE REPLACEMENT

TABLE OF CONTENTS

TECHNICAL SPECIFICATIONS

DIVISION 1 – GENERAL REQUIREMENTS

01 42 00 REFERENCES 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 60 00 PRODUCT REQUIREMENTS 01 73 00 EXECUTION 01 74 00 WARRANTIES AND BONDS 01 77 00 CLOSEOUT PROCEDURES 01 78 23 OPERATION AND MAINTENANCE DATA

DIVISION 03 – CONCRETE

03 30 00 CAST-IN-PLACE CONCRETE

DIVISION 31 – EARTH WORK

31 05 19.13 GEOTEXTILE FILTER FABRIC 31 22 13 SUBGRADE PREPARATION 31 23 16 EXCAVATION 31 23 23 FILL AND BACKFILL 31 23 23.16 TRENCH BACKFILL 31 30 00 EARTH MOVING 31 32 00 SOIL EROSION STABILIZATION AND SITE RESTORATION 31 37 00 RIP RAP 31 60 00 ROUGH GRADING 31 70 00 FINISH GRADING

DIVISION 32 – EXTERIOR IMPROVEMENT

32 11 00 BASE COURSE 32 12 16 ASPHALT CONCRETE PAVEMENT 32 13 13 PORTLAND CEMENT CONCRETE PAVING 32 92 00 TURF AND GRASSES

DIVISION 33 – UTILITIES

33 00 00 PIPES, VAVLES, AND FITTINGS 33 11 00 WATER DISTRIBUTION 33 11 11 WATER MAINS PRESSURE AND LEAKAGE TESTS 33 13 00 DISINFECTION OF WATER DISTRIBUTION SYSTEM

MCWD Pulaski Pike Water Line Replacement i Table of Contents

BLANK PAGE

(This page is left blank intentionally.)

SECTION 01 42 00 - REFERENCES

PART 1 - GENERAL

1.1 REFERENCE TO STANDARDS AND SPECIFICATIONS OF TECHNICAL SOCIETIES

A. Reference to standards and specifications of technical societies and reporting and resolving discrepancies associated therewith shall be as provided in the General Conditions, and as may otherwise be required herein and in the individual Specification sections.

B. Work specified by reference to published standard or specification of government agency, technical association or trade association, professional society or institute, testing agency, or other organization shall meet requirements or surpass minimum standards of quality for materials and workmanship established by designated standard or specification.

C. Where so specified, products or workmanship shall also meet or exceed additional prescriptive or performance requirements included within Contract Documents to establish a higher or more stringent standard of quality than required by referenced standard.

D. Where two or more standards are specified to establish quality, product and workmanship shall meet or exceed requirements of most stringent.

E. Where both a standard and a brand name are specified for a product in Contract Documents, proprietary product named shall meet or exceed requirements of specified reference standard.

F. Copies of Standards and Specifications of Technical Societies: 1. Copies of applicable referenced standards have not been bound in these Contract Documents. 2. Where copies of standards are needed by Contractor, obtain a copy or copies directly from publication source and maintain in an orderly manner at the Site as Work Site records, available to Contractor’s personnel, Subcontractors, Owner, and Engineer.

1.2 ABBREVIATIONS

A. Abbreviations for trade organizations and government agencies: Following is a list of construction industry organizations and government agencies to which references may be made in the Contract Documents, with abbreviations used. 1. AA Aluminum Association 2. AABC Associated Air Balance Council 3. AAMA American Architectural Manufacturers Association 4. AASHTO American Association of State Highway and Transportation Officials 5. ABMA American Bearing Manufacturers’ Association 6. ACI American Concrete Institute 7. AEIC Association of Edison Illuminating Companies 8. AGA American Gas Association 9. AGMA American Gear Manufacturers’ Association 10. AI Asphalt Institute 11. AISC American Institute of Steel Construction 12. AISI American Iron and Steel Institute 13. AITC American Institute of Timber Construction 14. ALS American Lumber Standards

Section 01 42 00 MCWD Pulaski Pike Water Line Replacement 1 References

15. AMCA Air Movement and Control Association 16. ANSI American National Standards Institute 17. APA APA - The Engineered Wood Association 18. API American Petroleum Institute 19. APWA American Public Works Association 20. ARI Air-Conditioning and Refrigeration Institute 21. ASAE American Society of Agricultural Engineers 22. ASCE American Society of Civil Engineers 23. ASHRAE American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. 24. ASME American Society of Mechanical Engineers 25. ASNT American Society for Nondestructive Testing 26. ASTM ASTM International 27. AWI Architectural Woodwork Institute 28. AWPA American Wood Preservers’ Association 29. AWPI American Wood Preservers’ Institute 30. AWS American Welding Society 31. AWWA American Water Works Association 32. BHMA Builders Hardware Manufacturers’ Association 33. CBM Certified Ballast Manufacturer 34. CDA Copper Development Association 35. CGA Compressed Gas Association 36. CIS PI Cast Iron Soil Pipe Institute 37. CMAA Crane Manufacturers’ Association of America 38. CRSI Concrete Reinforcing Steel Institute 39. CS Commercial Standard 40. CSA Canadian Standards Association 41. CSI Construction Specifications Institute 42. DIN Deutsches Institute für Normung e.V. 43. DIPRA Ductile Iron Pipe Research Association 44. EIA Electronic Industries Alliance 45. EJCDC Engineers Joint Contract Documents’ Committee 46. ETL Electrical Test Laboratories 47. FAA Federal Aviation Administration 48. FCC Federal Communications Commission 49. FDA Food and Drug Administration 50. FEMA Federal Emergency Management Agency 51. FIPS Federal Information Processing Standards 52. PM Factory Mutual 53. Fed. Spec. Federal Specifications (FAA Specifications) 54. FS Federal Specifications and Standards (Technical Specifications) 55. GA Gypsum Association 56. GANA Glass Association of North America 57. ID Hydraulic Institute 58. HMI Hoist Manufacturers’ Institute 59. IBC International Building Code 60. ICBO International Conference of Building Officials 61. ICC International Code Council 62. ICEA Insulated Cable Engineers’ Association 63. IFC International Fire Code 64. IEEE Institute of Electrical and Electronics Engineers, Inc.

Section 01 42 00 MCWD Pulaski Pike Water Line Replacement 2 References

65. IESNA Illuminating Engineering Society of North America 66. IFI Industrial Fasteners Institute 67. IGMA Insulating Glass Manufacturer’s Alliance 68. IMC International Mechanical Code 69. INDA Association of the Non-woven Fabrics Industry 70. IPC International Plumbing Code 71. ISA Instrumentation, Systems, and Automation 72. ISO International Organization for Standardization 73. ITL Independent Testing Laboratory 74. JIC Joint Industry Conferences of Hydraulic Manufacturers 75. MIA Marble Institute of America 76. Mil. Military Specifications 77. MMA Monorail Manufacturers’ Association 78. NAAMM National Association of Architectural Metal Manufacturers 79. NACE NACE International 80. NEBB National Environmental Balancing Bureau 81. NEC National Electrical Code 82. NECA National Electrical Contractor’s Association 83. NEMA National Electrical Manufacturers’ Association 84. NESC National Electrical Safety Code 85. NETA International Electrical Testing Association 86. NFPA National Fire Protection Association 87. NHLA National Hardwood Lumber Association 88. NICET National Institute for Certification in Engineering Technologies 89. NIST National Institute of Standards and Technology 90. NRCA National Roofing Contractors Association 91. NRTL Nationally Recognized Testing Laboratories 92. NSF NSF International 93. NSPE National Society of Professional Engineers 94. NTMA National Terrazzo and Mosaic Association 95. NWWDA National Wood Window and Door Association 96. OSHA Occupational Safety and Health Act (both Federal and State) 97. PCI Pre-cast/Pre-stressed Concrete Institute 98. PEI Porcelain Enamel Institute 99. PPI Plastic Pipe Institute 100. PS Product Standards Section-U.S. Department of Commerce 101. RMA Rubber Manufacturers’ Association 102. RUS Rural Utilities Service 103. SAE Society of Automotive Engineers 104. SDI Steel Deck Institute 105. SDI Steel Door Institute 106. SJI Steel Joist Institute 107. SMACNA Sheet Metal and Air Conditioning Contractors National Association 108. SPI Society of the Plastics Industry 109. SSPC The Society for Protective Coatings 110. SWI Steel Window Institute 111. TEMA Tubular Exchanger Manufacturers’ Association 112. TCA Tile Council of North America 113. TIA Telecommunications Industry Association 114. UBC Uniform Building Code 115. UFC Uniform Fire Code

Section 01 42 00 MCWD Pulaski Pike Water Line Replacement 3 References

116. UL Underwriters Laboratories Inc. 117. UMC Uniform Mechanical Code 118. USBR U.S. Bureau of Reclamation 119. WCLIB West Coast Lumber Inspection Bureau 120. WWPA Western Wood Products Association

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Section 01 42 00 MCWD Pulaski Pike Water Line Replacement 4 References

SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 REFERENCES

A. The following is a list of standards which may be referenced in this section: 1. American Association of Nurserymen: American Standards for Nursery Stock. 2. Federal Emergency Management Agency. 3. NFPA, National Fire Prevention Standard for Safeguarding Building Construction Operations. 4. Telecommunications Industry Association (TIA); Electronic Industries Alliance (EIA): 568B, Commercial Building Telecommunications Cabling Standard. 5. U.S. Department of Agriculture: Urban Hydrology for Small Watersheds. 6. U.S. Weather Bureau: Rainfall-Frequency Atlas of the U.S. for Durations from 30 Minutes to 24 Hours and Return Periods from 1 to 100 Years.

1.2 SUBMITTALS

A. Refer to Front End specifications for additional information and requirements on submittals.

B. Informational Submittals (To be submitted if requested by Engineer and/or Owner): 1. Copies of permits and approvals for construction as required by Laws and Regulations and governing agencies. 2. Temporary Utility Submittals: a. Electric power supply and distribution plans. b. Water supply and distribution plans. c. Drainage plans. 3. Temporary Construction Submittals: a. Access Roads: Routes, cross-sections, and drainage facilities. b. Parking area plans. c. Contractor’s field office, storage yard, and storage building plans, including gravel surfaced area. d. Fencing and protective barrier locations and details. e. Staging area location plan. f. Traffic and Pedestrian Control and Routing Plans: As specified herein, and proposed revisions thereto. 4. Temporary Control Submittals: a. Noise control plan. b. Plan for disposal of waste materials and intended haul routes.

1.3 MOBILIZATION

A. Mobilization shall Include, but Not be Limited to, these Principal Items: 1. Obtaining required permits. 2. Traffic Control 3. Erosion and Sediment Control.

Section 01 50 00 MCWD Pulaski Pike Water Line Replacement 1 Temporary Facilities and Controls

4. Moving Contractor’s field office, if required, and equipment required for first month operations onto Site. 5. Installing temporary construction power, wiring, and lighting facilities. 6. Providing onsite communication facilities, including telephones. 7. Providing onsite sanitary facilities and potable water facilities as specified and as required by Laws and Regulations, and governing agencies. 8. Arrange for and erection of Contractor’s work and storage yard. 9. Posting OSHA required notices and establishing safety programs and procedures. 10. Have Contractor’s superintendent at Site full time. 11. Any required clearing and grubbing. 12. Other items as noted on Drawings and in Specifications.

B. Use area designated for Contractor’s temporary facilities as shown on Drawings.

1.4 PROTECTION OF WORK AND PROPERTY

A. Comply with Owner’s safety rules while on Owner’s property.

B. Keep Owner informed of serious onsite accidents and related claims.

C. Use of Explosives: No blasting or use of explosives will be allowed onsite.

1.5 VEHICULAR TRAFFIC

A. Traffic Routing Plan: Show sequences of construction affecting use of roadways, time required for each phase of the Work, provisions for decking over excavations and phasing of operations to provide necessary access, and plans for signing, barricading, and striping to provide passages for pedestrians and vehicles.

PART 2 - PRODUCTS

2.1 ENGINEER’S FIELD OFFICES (NOT REQUIRED)

PART 3 - EXECUTION

3.1 ENGINEER’S FIELD OFFICE (NOT REQUIRED)

3.2 TEMPORARY UTILITIES

A. Refer to Front End Specifications for additional information on temporary facilities.

B. Fire Protection: Furnish and maintain on Site adequate equipment capable of extinguishing incipient fires. Comply with applicable parts of National Fire Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241).

Section 01 50 00 MCWD Pulaski Pike Water Line Replacement 2 Temporary Facilities and Controls

3.3 PROTECTION OF WORK AND PROPERTY

A. General: 1. Perform Work within right-of-way and easements in a systematic manner that minimizes inconvenience to property owners and the public. 2. Schedule the Work so construction will not interfere with irrigation of cultivated lands or pasturelands. Construction may proceed during irrigation season, provided Contractor constructs temporary irrigation ditches, turnouts, and miscellaneous structures acceptable to property owners. 3. Provide continuous access for livestock through farm areas. Do not cut off ready access to portions of farmlands in which livestock are pastured. Maintain existing fences required to restrain livestock. Keep gates closed and secure. 4. Maintain in continuous service all existing oil and gas pipelines, underground power, telephone or communication cable, water mains, irrigation lines, sewers, poles and overhead power, and all other utilities encountered along line of the Work, unless other arrangements satisfactory to owners of said utilities have been made. 5. Where completion of the Work requires temporary or permanent removal or relocation of existing utility, coordinate all activities with owner of said utility and perform all work to their satisfaction. 6. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground utility construction uncovered or otherwise affected by construction operations. 7. In areas where Contractor’s operations are adjacent to or near a utility, such as gas, telephone, television, electric power, water, sewer, or irrigation system, and such operations may cause damage or inconvenience, suspend operations until arrangements necessary for protection have been made by Contractor. 8. Notify property owners and utility offices that may be affected by construction operation at least 2 days in advance: Before exposing a utility, obtain utility owner’s permission. Should service of a utility become interrupted due to Contractor’s operation, notify proper authority immediately. Cooperate with said authority in restoring service as promptly as possible and bear costs incurred. 9. Do not impair operation of existing sewer system. Prevent construction material, pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers, pump stations, or other sewer structures. 10. Maintain original Site drainage wherever possible.

B. Site Security: 1. For additional information on Site Security, please refer to Front End Specifications. 2. The Contractor is responsible for the security of the site during the construction phase.

C. Barricades, Lights, Signs, and Equipment: 1. Provide as required by the Alabama Department of Transportation Standard Specifications and in sufficient quantity to safeguard public and the Work. 2. Provide as necessary to prevent unauthorized entry to construction areas and affected roads, streets, and alleyways, inside and outside of fenced area, and as required to ensure public safety and the safety of Contractor’s employees, other employer’s employees, and others who may be affected by the Work. 3. Provide to protect existing facilities and adjacent properties from potential damage. 4. Locate to enable access by facility operators and property owners. 5. Protect streets, roads, highways, and other public thoroughfares that are closed to traffic by effective barricades with acceptable warning signs.

Section 01 50 00 MCWD Pulaski Pike Water Line Replacement 3 Temporary Facilities and Controls

6. Locate barricades at the nearest intersecting public thoroughfare on each side of the blocked section. 7. Illuminate barricades and obstructions with warning lights from sunset to sunrise.

D. Trees and Plantings: 1. Protect from damage and preserve trees, shrubs, and other plants outside limits of the Work and within limits of the Work, which are designated on the Drawings to remain undisturbed.

E. Existing Structures: 1. Where Contractor contemplates removal of small structures such as mailboxes, signposts, and culverts that interfere with Contractor’s operations, obtain approval of property owner and Engineer. 2. Move mailboxes to temporary locations accessible to postal service. 3. Replace items removed in their original location and a condition equal to or better than original.

F. Finished Construction: Protect finished floors and concrete floors exposed as well as those covered with composition tile or other applied surfacing.

G. Waterways: Keep ditches, culverts, and natural drainages continuously free of construction materials and debris.

H. Dewatering: Construct, maintain, and operate cofferdams, channels, flume drains, sumps, pumps, or other temporary diversion and protection works. Furnish materials required, install, maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the Work. Maintain foundations and parts of the Work free from water.

3.4 TEMPORARY CONTROLS

A. Air Pollution Control: 1. Minimize air pollution from construction operations. 2. Burning: Of waste materials, rubbish, or other debris will not be permitted on or adjacent to Site. 3. Conduct operations of dumping rock and of carrying rock away in trucks to cause a minimum of dust. Give unpaved streets, roads, detours, or haul roads used in construction area a dust-preventive treatment or periodically water to prevent dust. Strictly adhere to applicable environmental regulations for dust prevention. 4. Provide and maintain temporary dust-tight partitions, bulkheads, or other protective devices during construction to permit normal operation of existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. Construct partitions in such a manner that dust and dirt from demolition and cutting will not enter other parts of existing building or facilities. Remove temporary partitions as soon as need no longer exists.

B. Noise Control (To be submitted if requested by Engineer and/or Owner): 1. Noise Control Plan: Propose plan to mitigate construction noise and to comply with noise control ordinances, including method of construction, equipment to be used, and acoustical treatments.

Section 01 50 00 MCWD Pulaski Pike Water Line Replacement 4 Temporary Facilities and Controls

C. Erosion, Sediment, and Flood Control: Provide, maintain, and operate temporary facilities to control erosion and sediment releases, and to protect the Work and existing facilities from flooding during construction period per the CBMPP. Owner/Engineer may request additional controls if deemed necessary in the field during construction activities.

3.5 STORAGE YARDS AND BUILDINGS

A. Coordinate requirements with Section 01 60 00, PRODUCT REQUIREMENTS.

B. Temporary Storage Yards: Construct temporary storage yards for storage of products that are not subject to damage by weather conditions.

C. Temporary Storage Buildings: 1. Provide environmental control systems that meet recommendations of manufacturers of equipment and materials stored. 2. Arrange or partition to provide security of contents and ready access for inspection and inventory. 3. Store combustible materials (paints, solvents, fuels) in a well-ventilated and remote building meeting safety standards. 4. Provide, at a minimum, one temporary storage building or storage trailer to house specified spare part during the duration of construction and until spare parts are accepted by Owner and Engineer.

3.6 ACCESS ROADS

A. Construct access roads as required and within easements, rights-of-way, or Project limits. Obtain Engineer’s approval of access roads.

B. Maintain drainage ways. Install and maintain culverts to allow water to flow beneath access roads. Provide corrosion-resistant culvert pipe of adequate strength to resist construction loads.

C. Provide gravel, crushed tock, or other stabilization material to permit access by all motor vehicles at all times.

D. Maintain road grade and crown to eliminate potholes, rutting, and other irregularities that restrict access.

E. Coordinate with Engineer detours and other operations affecting traffic and access. Provide at least 72 hours notice to Engineer of operations that will alter access to the Site.

F. Where access road crosses existing fences, install and maintain gates.

G. Upon completion of construction, restore ground surface disturbed by access road construction to original grade. Replace damaged or broken culverts with new culvert pipe of same diameter and material.

Section 01 50 00 MCWD Pulaski Pike Water Line Replacement 5 Temporary Facilities and Controls

3.7 PARKING AREAS

A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, Owner’s operations, or construction operations.

B. Provide parking facilities for personnel working on the Project. No employee or equipment parking will be permitted on Owner’s existing parking areas, except as specifically designated for Contractor’s use.

3.8 VEHICULAR TRAFFIC

A. Comply with Laws and Regulations regarding closing or restricting use of public streets or highways. No public or private road shall be closed, except by written permission of proper authority. Assure the least possible obstruction to traffic and normal commercial pursuits.

B. Conduct the Work to interfere as little as possible with public travel, whether vehicular or pedestrian.

C. Whenever it is necessary to cross, close, or obstruct roads, driveways, and walks, whether public or private, provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel.

D. Coordinate traffic routing with that of others working in same or adjacent areas.

3.9 CLEANING DURING CONSTRUCTION

A. In accordance with General Conditions, as may be specified in other Specification sections, and as required herein.

B. Wet down exterior surfaces prior to sweeping to prevent blowing of dust and debris. At least weekly, sweep all floors (basins, tunnels, platforms, walkways, roof surfaces), and pick up all debris and dispose.

C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. At least at weekly intervals, dispose of such waste materials, debris, and rubbish offsite.

D. At least weekly, brush sweep entry drive and roadways, and all other streets and walkways affected by the Work and where adjacent to the Work.

END OF SECTION

Section 01 50 00 MCWD Pulaski Pike Water Line Replacement 6 Temporary Facilities and Controls

SECTION 01 60 00 – PRODUCT REQUIREMENTS

PART 1 GENERAL

1.1 DEFINITIONS

A. Products: 1. New items for incorporation in the Work whether purchased by Contractor or Owner for the Project, or taken from previously purchased stock and may also include existing materials or components required for reuse. 2. Includes the terms material, equipment, machinery, components, subsystem, system, hardware, software, and terms of similar intent and is not intended to change meaning of such other terms used in Contract Documents, as those terms are self-explanatory and have well recognized meanings in construction industry. 3. Items identified by Manufacturer’s product name, including make or model designation, indicated in Manufacturer’s published product literature, that is current as of the date of the Contract Documents.

1.2 DESIGN REQUIREMENTS

A. Where Contractor design is specified, design of installation, systems, equipment, and components, including supports and anchorage, shall be in accordance with provisions of latest edition of International Building Code (IBC) by International Code Council.

1.3 ENVIRONMENTAL REQUIREMENTS

A. Altitude: Provide materials and equipment suitable for installation and operation under rated conditions at elevations shown on Drawings.

B. Provide equipment and devices installed outdoors or in unheated enclosures capable of continuous operation within an ambient temperature range of 0 °F to 104 °F.

1.4 PREPARATION FOR SHIPMENT

A. When practical, have the factory assemble products, mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable protective coating.

B. Package products to facilitate handling and protect from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate its purchase order number, bill of lading number, contents by name, name of Project and Contractor, equipment number, and approximate weight. Include complete packing list and bill of materials with each shipment.

C. Extra Materials, Special Tools, Test Equipment, and Expendables: 1. Furnish as Required by Individual Specifications. 2. Schedule: a. Ensure that shipment and delivery occur concurrently with shipment of associated equipment. b. Transfer to Owner shall occur immediately subsequent to Contractor's acceptance of equipment from Supplier.

Section 01 60 00 MCWD Pulaski Pike Water Line Replacement 1 Product Requirements

3. Packaging and Shipment: a. Package and ship extra materials and special tools to avoid damage during long term storage in original cartons insofar as possible, or in appropriately sized, hinged-cover, wood, plastic, or metal box. b. Prominently Displayed on Each Package, the Following: 1). Manufacturer’s part nomenclature and number, consistent with Operation and Maintenance Manual identification system. 2). Applicable equipment description. 3). Quantity of parts in package. 4). Equipment manufacturer. 4. Deliver materials to the site. 5. Notify Engineer upon arrival for transfer of materials. 6. Replace extra materials and special tools found to be damaged or otherwise inoperable at time of transfer to Owner.

D. Request a minimum 7-day advance notice of shipment from manufacturer. Upon receipt of Manufacturer’s advance notice of shipment, promptly notify Engineer of anticipated date of equipment arrival.

E. Factory Test Results: Reviewed and accepted by Engineer before product shipment as required in individual Specification sections.

1.5 DELIVERY AND INSPECTION

A. Deliver products in accordance with accepted current Progress Schedule and coordinate to avoid conflict with the Work and conditions at Site. Deliver anchor bolts and templates sufficiently early to permit setting prior to placement of structural concrete.

B. Deliver products in undamaged condition, in Manufacturer’s original container or packaging, with identifying labels intact and legible. Include on label, date of manufacture and shelf life, where applicable.

C. Unload products in accordance with Manufacturer’s instructions for unloading or as specified, and record receipt of products at Site. Promptly inspect for completeness and evidence of damage during shipment.

D. Remove damaged products from Site, and expedite delivery of identical new undamaged products, and remedy incomplete or lost products to provide that specified, so as not to delay progress of the Work.

1.6 HANDLING, STORAGE, AND PROTECTION

A. Handle and store products in accordance with Manufacturer’s written instructions and in a manner to prevent damage. Store in approved storage yards or sheds provided in accordance with Section 01 50 00, TEMPORARY FACILITIES AND CONTROLS. Provide Manufacturer’s recommended maintenance during storage, installation, and until products are accepted for use by Owner.

B. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. Keep running account of products in. storage to facilitate

Section 01 60 00 MCWD Pulaski Pike Water Line Replacement 2 Product Requirements

inspection and to estimate progress payments for products delivered, but not installed in the Work.

C. Store electrical, instrumentation, and control products, and equipment with bearings in weather- tight structures maintained above 60 °F. Protect electrical, instrumentation, and control products, and insulation against moisture, water, and dust damage. Connect and operate continuously all space heaters furnished in electrical equipment.

D. Store fabricated products above ground on blocking or skids, prevent soiling or staining, and store loose granular materials in well-drained area on solid surface to prevent mixing with foreign matter. Cover products that are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation.

E. Store finished products that are ready for installation in dry and well-ventilated areas. Do not subject to extreme changes in temperature or humidity.

F. After installation, provide coverings to protect products from damage due to traffic and construction operations. Remove coverings when no longer needed.

G. Hazardous Materials: Prevent contamination of personnel, storage building, and Site. Meet requirements of product specification, codes, and manufacturer’s instructions.

PART 2 - PRODUCTS

2.1 GENERAL

A. Provide the Manufacturers standard materials suitable for service conditions unless otherwise specified in the individual Specifications.

B. Where product specifications include a named Manufacturer, with or without model number, and also include performance requirements, named Manufacturer’s products must meet the performance specifications.

C. Like items of products furnished and installed in the Work shall be end products of one Manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, Manufacturer’s services, and implement same or similar process instrumentation and control functions in same or similar manner.

D. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents.

E. Provide interchangeable components of the same Manufacturer, for similar components, unless otherwise specified.

F. Equipment, components, systems, sub-systems: Design and manufacture with due regard for health and safety of operation, maintenance, and accessibility, durability of parts, and shall comply with applicable OSHA, State, and local health and safety regulations.

G. Regulatory Requirement: Coating materials shall meet Federal, State, and local requirements limiting the emission of volatile organic compounds and for worker exposure.

Section 01 60 00 MCWD Pulaski Pike Water Line Replacement 3 Product Requirements

H. Safety Guards: Provide for all belt or chain drives, fan blades, couplings, or other moving or rotary parts. Cover rotating part on all sides. Design for easy installation and removal. Use 16- gauge or heavier; galvanized steel, aluminum coated steel, or galvanized or aluminum coated ½” mesh expanded steel. Provide galvanized steel accessories and supports, including bolts. For outdoors application, prevent entrance of rain and dripping water.

I. Authority Having Jurisdiction (AHJ): 1. Provide the Work in accordance with authorities having jurisdiction that incorporates the 200 International Building Code. Where required by the AHJ, material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization acceptable to the AHJ in order to provide a basis for approval under NEC. 2. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories, Inc. shall conform to those standards and shall have an applied UL listing mark.

J. Equipment Finish: 1. Provide Manufacturer’s standard finish and color, except where specific color is indicated. 2. If Manufacturer has no standard color, provide equipment with gray finish as approved by Engineer and Owner.

K. Special Tools and Accessories: Furnish to Owner, upon acceptance of equipment, all accessories required to place each item of equipment in full operation. These accessory items include, but are not limited to, adequate oil and grease (as required for first lubrication of equipment after field testing), light bulbs, fuses, hydrant wrenches, valve keys, hand wheels, chain operators, special tools, and other spare parts as required for maintenance.

L. Lubricant: Provide initial lubricant recommended by equipment Manufacturer in sufficient quantity to fill lubricant reservoirs and to replace consumption during testing, startup, and operation until final acceptance by Owner.

2.2 FABRICATION AND MANUFACTURE

A. General: 1. Manufacture parts to U.S.A. standard sizes and gauges. 2. Two or more items of the same type shall be identical, by the same Manufacturer, and interchangeable. 3. Design structural members for anticipated shock and vibratory loads. 4. Use 1/4” minimum thickness for steel that will be submerged, wholly or partially, during normal operation. 5. Modify standard products as necessary to meet performance Specifications.

B. Lubrication System: 1. Require no more than weekly attention during continuous operation. 2. Convenient and accessible. Oil drains with bronze or stainless steel valves and fill-plugs easily accessible from the normal operating area or platform. 3. Locate drains to allow convenient collection of oil during oil changes without removing equipment from its installed position. 4. Provide constant-level oilers or oil level indicators for oil lubrication systems. 5. For grease type bearings, which are not easily accessible, provide and install stainless steel tubing; protect and extend tubing to convenient location with suitable grease fitting.

Section 01 60 00 MCWD Pulaski Pike Water Line Replacement 4 Product Requirements

2.3 SOURCE QUALITY CONTROL

A. Where Specifications call for factory testing to be witnessed by Engineer, notify Engineer not less than 14 days prior to scheduled test date, unless otherwise specified.

B. Calibration Instruments: Bear the seal of a reputable laboratory certifying instrument has been calibrated within the previous 12 months to a standard endorsed by the National Institute of Standards and Technology (NIST).

C. Factory Tests: Perform in accordance with accepted test procedures and document successful completion.

PART 3 - EXECUTION

3.1 INSPECTION

A. Inspect materials and equipment for signs of pitting, rust decay, or other deleterious effects of storage. Do not install material or equipment showing such effects. Remove damaged material or equipment from the Site and expedite delivery of identical new material or equipment. Delays to the Work resulting from material or equipment damage that necessitates procurement of new products will be considered delays within Contractor’s control.

3.2 INSTALLATION

A. Equipment Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned.

B. No shimming between machined surfaces is allowed.

C. Install the Work in accordance with NECA Standard of Installation, unless otherwise specified.

D. Repaint painted surfaces that are damaged prior to equipment acceptance.

E. Do not cut or notch any structural member or building surface without specific approval of Engineer.

F. Handle, install, connect, clean, condition, and adjust products in accordance with Manufacturer’s instructions, and as may be specified. Retain a copy of Manufacturers’ instruction at Site, available for review at all times.

G. For material and equipment specifically indicated or specified to be reused in the Work: 1. Use special care in removal, handling, storage, and reinstallation to assure proper function in the completed Work. 2. Arrange for transportation, storage, and handling of products that require offsite storage, restoration, or renovation. Include costs for such Work in the Contract Price.

3.3 FIELD FINISHING

A. In accordance with manufacturer’s written requirements.

Section 01 60 00 MCWD Pulaski Pike Water Line Replacement 5 Product Requirements

3.4 ADJUSTMENT AND CLEANING

A. Perform required adjustments, tests, operation checks, and other startup activities.

3.5 LUBRICANTS

A. Fill lubricant reservoirs and replace consumption during testing, startup, and operation prior to acceptance of equipment by Owner.

END OF SECTION

Section 01 60 00 MCWD Pulaski Pike Water Line Replacement 6 Product Requirements SECTION 01 73 00 - EXECUTION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following:

1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Coordination of Owner-installed products. 5. Progress cleaning. 6. Starting and adjusting. 7. Protection of installed construction. 8. Correction of the Work.

B. Related Sections include the following: 1. Front End Specifications, Section 3, Paragraph 3.9 regarding SUBMITTAL PROCEDURES, for submitting surveys. 2. Division 01 Section "Closeout Procedures" for submitting final Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning.

1.3 SUBMITTALS:

A. Qualification Data: For land surveyor.

B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements.

1.4 QUALITY ASSURANCE

A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated.

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 1 Execution PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 EXAMINATION

A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work.

1. Before construction, verify the location and points of connection of utility services.

B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work.

1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site.

C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations.

1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 3. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 4. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions.

3.2 PREPARATION

A. Existing Utility Information: Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction.

B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work.

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 2 Execution C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings.

D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Owner or Owner’s Representative. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents.

3.3 CONSTRUCTION LAYOUT

A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Owner or Owner’s Representative promptly.

B. General: Engage a land surveyor to lay out the Work using accepted surveying practices.

1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Owner or Owner’s Representative when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction.

C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations.

D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations.

E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Owner or Owner’s Representative.

3.4 FIELD ENGINEERING

A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations.

1. Do not change or relocate existing benchmarks or control points without prior written approval of Owner or Owner’s Representative. Report lost or destroyed permanent

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 3 Execution benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Owner or Owner’s Representative before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points.

B. Benchmarks: Establish and maintain a minimum of two (2) permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark.

1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition.

3.5 INSTALLATION

A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated.

1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement.

B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated.

C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion.

D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy.

E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.

F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements.

G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work.

1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Owner or Owner’s Representative. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 4 Execution items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation.

H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.

I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous.

3.6 OWNER-INSTALLED PRODUCTS

A. Site Access: Provide access to Project site for Owner's construction forces.

B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction forces.

1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction forces at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction forces if portions of the Work depend on Owner's construction.

3.7 PROGRESS CLEANING

A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully.

1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations.

B. Site: Maintain Project site free of waste materials and debris.

C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work.

1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate.

D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 5 Execution specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces.

E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.

F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion.

G. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted.

H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion.

I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects.

J. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period.

3.8 STARTING AND ADJUSTING

A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest.

B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation.

C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

D. Manufacturer's Field Service: If a factory-authorized service representative is required to inspect field-assembled components and equipment installation, comply with qualification requirements in these specifications.

3.9 PROTECTION OF INSTALLED CONSTRUCTION

A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion.

B. Comply with manufacturer's written instructions for temperature and relative humidity.

3.10 CORRECTION OF THE WORK

A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in these specifications.

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 6 Execution 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment.

B. Restore permanent facilities used during construction to their specified condition.

C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair.

D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired.

E. Remove and replace chipped, scratched, and broken glass or reflective surfaces.

END OF SECTION

Section 01 73 00 MCWD Pulaski Pike Water Line Replacement 7 Execution

BLANK PAGE

(This page is left blank intentionally.)

SECTION 01 74 00 – WARRANTIES AND BONDS

GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes: 1. Warranties. 2. Bonds.

1.3 SUBMITTAL REQUIREMENTS

A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors.

B. Number of original signed copies required: Two (2) each.

C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product of work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity or warranty or bond. 7. Contractor, name of responsible principal, address and telephone number.

1.4 FORM OF SUBMITTALS

A. Prepare in duplicate packets.

B. Format:

1. Size 8-1/2 inches by 11 inches, punch sheets for standard three (3) ring binder. a. Fold larger sheets to fit into binders.

Section 01 74 00 MCWD Pulaski Pike Water Line Replacement 1 Warranties and Bonds

2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor.

C. Binders: Commercial quality, three (3) D-ring type binders with durable and cleanable white plastic covers and maximum D-ring width of two (2) inches. Binders shall be presentation type with clear vinyl covers on front, back, and spine. Binders shall include two sheet lifters and two horizontal inside pockets.

1.5 WARRANTY SUBMITTALS REQUIREMENTS

A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for one (1) year, unless otherwise specified, commencing at the time of final acceptance by the Owner.

B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified. The Owner reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required.

C. In the event that the equipment manufacturer or supplier is unwilling to provide a one (1) year warranty commencing at the start of the Correction Period, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two (2) year warranty from the manufacturer shall not relieve the Contractor of the one (1) year warranty, starting at the time of Owner's acceptance of the equipment.

D. The Owner shall incur no labor or equipment cost during the guarantee period.

E. Guarantee shall cover all necessary labor, equipment, materials, and replacement parts resulting from faulty or inadequate equipment design, improper assembly or erection, defective workmanship and materials, leakage, breakage or other failure of all equipment and components furnished by the manufacturer or the Contractor.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Section 01 74 00 MCWD Pulaski Pike Water Line Replacement 2 Warranties and Bonds

SECTION 01 77 00 – CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 GENERAL

A. Informational Submittals: 1. Submit Prior to Application for Final Payment. a. Record Documents: As required in Front End Specifications. b. Approved Shop Drawings and Samples: As required in the Front End Specifications. c. Operations and Maintenance Manuals: In accordance with Section 01 78 23 OPERATION AND MAINTENANCE DATA, and as required in individual Specification sections. d. Certificates of Testing and Inspection: As required in the Front End Spefications, General Conditions, these General Requirements sections, and the individual Specifications sections. e. Certificate of Substantial Completion. f. Special bonds, Special Guarantees, and Service Agreements. 2. Form of Submittal: a. Bind in commercial quality 8-1/2” by 11” three ring, side binders with hardback, cleanable, plastic covers. 1). Label cover of each binder with typed or printed title Warranties and Bonds, with title of Project; name; address, and telephone number of Contractor and equipment Supplier, and name of responsible principal. 2). Table of Contents: Neatly typed, in the sequence of the of the Project Manual, with each item identified with the number and title of the Specification section in which specified, and the name of the product or Work item. 3). Separate each warranty or Bond with index tab sheets keyed to the Table of Contents. Provide full information, using separate typed sheets as necessary. List Subcontractor, Supplier, and Manufacturer, with name, address, and tele- phone number of responsible contact for service and warranty issues. 3. Preparation of Submittal: a. Obtain notarized warranties and Bonds, executed in duplicate by responsible Subcontractor, Supplier, and Manufacturer, within 10 days after completion of the applicable item or Work, except for items put into use with Owner’s permission, leave date of beginning of time warranty until date of Substantial Completion is determined. 4. Time of Submission: Submit within 10 days after the date of Date of Substantial Completion and prior to submission of Final Application of Payment. a. Spare parts and special tools as required by individual Specification sections. b. Consent of Surety to Final Payment: As required in General Conditions. c. Releases or Waivers of Liens and Claims: As required in General Conditions. d. Releases from Agreements. e. Final Application for Payment: Submit in accordance with procedures and requirements stated in Front End specifications for payment procedures. f. Extra Materials: As required by individual Specification sections.

Section 01 77 00 MCWD Pulaski Pike Water Line Replacement 1 Closeout Procedures

1.2 RECORD DOCUMENTS

A. Quality Assurance: 1. Furnish qualified and experienced person, whose duty and responsibility shall be to maintain record documents. 2. Accuracy of Records: 3. Coordinate changes within record documents, making legible and accurate entries on each sheet of Drawings and other documents where such entry is required to show change. 4. Purpose of Project record documents is to document factual information regarding aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive Site measurement, investigation, and examination. 5. Make entries within 24 hours after receipt of information that a change in the Work has occurred. 6. Prior to submitting each request for progress payment, request Engineer’s review and approval of current status of record documents. Failure to properly maintain, update, and submit record documents may result in a deferral by Engineer to recommend whole or any part of Contractor’s Application for Payment, either partial or final.

1.3 RELEASES FROM AGREEMENTS

A. Furnish Owner, written releases from property owners or public agencies where side agreements or special easements have been made, or where Contractor’s operations have not been kept within the Owner’s construction right-of-way.

B. In the Event Contractor is Unable to Secure Written Releases: 1. Inform Owner of the reasons. 2. Owner or its representatives will examine the Site, and Owner will direct Contractor to complete the Work that may be necessary to satisfy terms of the side agreement or special easement. 3. Should Contractor refuse to perform this Work, Owner reserves right to have it done by separate contract and deduct cost of same from Contract Price, or require Contractor to furnish a satisfactory bond in a sum to cover legal Claims for damages. 4. When Owner is satisfied that the Work has been completed in agreement with Contract Documents and terms of side agreement or special easement, right is reserved to waive requirement for written release if: 5. Contractor’s failure to obtain such statement is due to grantor’s refusal to sign, and this refusal is not based upon any legitimate Claims that Contractor has failed to fulfill terms of side agreement or special easement, or 6. Contractor is unable to contact or has had undue hardship in contacting grantor.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 MAINTENANCE OF RECORD DOCUMENTS

A. General: 1. Promptly following commencement of Contract Times, secure from Engineer at no cost to Contractor, one complete set of Contract Documents. Drawings will be full size.

Section 01 77 00 MCWD Pulaski Pike Water Line Replacement 2 Closeout Procedures

2. Label or stamp each record document with title, “RECORD DOCUMENTS,” in neat large printed letters. 3. Record information concurrently with construction progress and within 24 hours after receipt of information that change has occurred. Do not cover or conceal Work until required information is recorded.

B. Preservation: 1. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. 2. Make documents and Samples available at all times for observation by Engineer.

C. Making Entries on Drawings: 1. Use an erasable colored pencil (not ink or indelible pencil), clearly describe change by graphic line and note as required. a. Color Coding: 1). Green when showing information deleted from Drawings. 2). Red when showing information added to Drawings. 3). Blue and circled in blue to show notes. 2. Date entries. 3. Call attention to entry by “cloud” drawn around area or areas affected. 4. Legibly mark to record actual changes made during construction, including, but not limited to: 5. Depths of various elements of foundation in relation to finished first floor data if not shown or where depth differs from that shown. 6. Horizontal and vertical locations of existing and new Underground Facilities and appurtenances, and other underground structures, equipment, or Work, and Reference to at least two measurements to permanent surface improvements. 7. Location of internal utilities and appurtenances concealed in the construction referenced to visible and accessible features of the structure. 8. Locate existing facilities, piping, equipment, and items critical to the interface between existing physical conditions or construction and new construction. 9. Changes made by Addenda and Field Orders, Work Change Directive, Change Order, and Engineer’s written interpretation and clarification using consistent symbols for each and showing appropriate document tracking number. 10. Dimensions on Schematic Layouts: Show on record drawings, by dimension, the centerline of each run of items that are described in previous subparagraph above. 11. Clearly identify the item by accurate note such as “cast iron drain,” “galv. water,” and the like. 12. Show, by symbol or note, vertical location of item (“under slab,” “in ceiling plenum,” “exposed,” and the like). 13. Make identification so descriptive that it may be related reliably to Specifications.

3.2 FINAL CLEANING

A. At completion of the Work or of a part thereof and immediately prior to Contractor’s request for certificate of Substantial Completion; or if no certificate is issued, immediately prior to Contractor’s notice of completion, clean entire Site or parts thereof, as applicable. 1. Leave the Work and adjacent areas affected in a cleaned condition satisfactory to Owner. 2. Remove grease, dirt, dust, paint or plaster splatter, stains, labels, fingerprints, and other foreign materials from exposed surfaces.

Section 01 77 00 MCWD Pulaski Pike Water Line Replacement 3 Closeout Procedures

3. Repair, patch, and touch up marred surfaces to specified finish and match adjacent surfaces. 4. Clean all windows. 5. Clean and wax wood, vinyl, or painted floors. 6. Broom clean exterior paved driveways and parking areas. 7. Hose clean sidewalks, loading areas, and others contiguous with principal structures. 8. Rake and clean all other surfaces. 9. Remove snow and ice from access to buildings. 10. Replace air-handling filters and clean ducts, blowers, and coils of ventilation units operated during construction. 11. Leave water courses, gutters, and ditches open and clean.

B. Use only cleaning materials recommended by Manufacturer of surfaces to be cleaned.

END OF SECTION

Section 01 77 00 MCWD Pulaski Pike Water Line Replacement 4 Closeout Procedures

SECTION 01 78 23 - OPERATION AND MAINTENANCE DATA

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Detailed information for the preparation, submission, and Engineer’s review of Operations and Maintenance (O&M) Data, as required by individual Specification sections.

1.2 DEFINITIONS

A. Preliminary Data: Initial and subsequent submissions for Engineer’s review.

B. Final Data: Engineer-accepted data, submitted as specified herein.

C. Maintenance Operation: As used on Maintenance Summary Form is defined to mean any routine operation required to ensure satisfactory performance and longevity of equipment. Examples of typical maintenance operations are lubrication, belt tensioning, adjustment of pump packing glands, and routine adjustments.

1.3 SEQUENCING AND SCHEDULING

A. Equipment and System Data: 1. Preliminary Data: a. Do not submit until Shop Drawing for equipment or system has been reviewed and approved by Engineer. b. Submit prior to shipment date. 2. Final Data: a. Submit Instructional Manual Formatted data not less than 30 days prior to equipment or system field functional testing.

B. Materials and Finishes Data: 1. Preliminary Data: Submit at least 15 days prior to request for final inspection. 2. Final Data: Submit within 10 days after final inspection.

1.4 DATA FORMAT

A. Prepare preliminary data in the form of an instructional manual. Prepare final data in the form of an instructional manual and in electronic media format.

B. Instructional Manual Format: 1. Binder: Commercial quality, permanent, three-ring or three-post binders with durable plastic cover. 2. Size: 8-1/2” x 11” minimum. 3. Cover: Identify manual with typed or printed title “OPERATION AND MAINTENANCE DATA” and list: a. Project title. b. Designate applicable system, equipment, material, or finish. c. Identity of separate structure as applicable. d. Identity of general subject matter covered in manual.

Section 01 78 23 MCWD Pulaski Pike Water Line Replacement 1 Operation and Maintenance Data

e. Identity of equipment number and Specification section. 4. Title Page: a. Contractor name, address, and telephone number. b. Subcontractor, Supplier, installer, or maintenance contractor’s name, address, and telephone number, as appropriate. 1). Identify area of responsibility of each. 2). Provide name and telephone number of local source of supply for parts and re- placement. 5. Table of Contents: a. Neatly typewritten and arranged in systematic order with consecutive page numbers. b. Identify each product by product name and other identifying numbers or symbols as set forth in Contract Documents. 6. Paper: 20-pound minimum, white for typed pages. 7. Text: Manufacturer’s printed data, or neatly typewritten. 8. Three-hole punched data for binding and composition; arrange printing so that punched holes do not obliterate data. 9. Material shall be suitable for reproduction, with quality equal to original. Photocopying of material will be acceptable, except for material containing photographs.

C. Electronic Media Format: 1. Portable Document Format (PDF): a. After all preliminary data has been found to be acceptable to Engineer, submit Operation and Maintenance data in PDF format on CD. b. Files to be exact duplicates of Engineer-accepted preliminary data. Arrange by specification number and name. c. Files to be fully functional and viewable in most recent version of Adobe Acrobat.

1.5 SUBMITTALS

A. Informational: 1. Data Outline: Submit four copies of a detailed outline of proposed organization and contents of Final Data prior to preparation of Preliminary Data. 2. Preliminary Data: a. Submit three copies for Engineer’s review. b. If data meets conditions of the Contract: 1). One copy will be returned to Contractor. 2). One copy will be forwarded to Resident Project Representative. 3). One copy will be retained in Engineer’s file c. If data does not meet conditions of the Contract: 1). Two copies will be returned to Contractor with Engineer’s comments (on sepa- rate document) for revision. 2). Engineer’s comments will be retained in Engineer’s file. 3). One copy will be retained in Engineer’s file. 4). Re-submit three copies revised in accordance with Engineer’s comments. 3. Final Data: Submit three copies in each format specified herein.

1.6 DATA FOR EQUIPMENT AND SYSTEMS

A. Content for Each Unit (or Common Units) and System: 1. Product Data:

Section 01 78 23 MCWD Pulaski Pike Water Line Replacement 2 Operation and Maintenance Data

a. Include only those sheets that are pertinent to specific product. b. Clearly annotate each sheet to: 1). Identify specific product or part installed. 2). Identify data applicable to installation. 3). Delete references to inapplicable information. c. Function, normal operating characteristics, and limiting conditions. d. Performance curves, engineering data, nameplate data, and tests. e. Complete nomenclature and commercial number of replaceable parts. f. Original Manufacturer’s parts list, illustrations, detailed assembly drawings showing each part with part numbers and sequentially numbered parts list, and diagrams required for maintenance. g. Spare parts ordering instructions. h. Where applicable, identify installed spares and other provisions for future work (e.g., reserved panel space, unused components, wiring, and terminals). 2. As-installed, color-coded piping diagrams. 3. Charts of valve tag numbers, with the location and function of each valve. 4. Drawings: Supplement product data with Drawings as necessary to clearly illustrate: a. Format: 1). Provide reinforced, punched, binder tab; bind in with text. 2). Reduced to 8-1/2” x 11”, or 11” x 17” folded to 8-1/2” x 11”. 3). Where reduction is impractical, fold and place in 8-1/2” x 11” envelopes bound in text. 4). Identify Specification section and product on Drawings and envelopes. b. Relations of component parts of equipment and systems. c. Control and flow diagrams. d. Coordinate drawings with Project record documents to assure correct illustration of completed installation. 5. Instructions and Procedures: Within text, as required to supplement product data. a. Format: 1). Organize in consistent format under separate heading for each different proce- dure. 2). Provide logical sequence of instructions for each procedure. 3). Provide information sheet for Owner’s personnel, including: a). Proper procedures in event of failure. b). Instances that might affect validity of guarantee or Bond. b. Installation Instructions: Including alignment, adjusting, calibrating, and checking. c. Operating Procedures: 1). Startup, break-in, routine, and normal operating instructions. 2). Test procedures and results of factory tests where required. 3). Regulation, control, stopping, and emergency instructions. 4). Description of operation sequence by control Manufacturer. 5). Shutdown instructions for both short and extended duration. 6). Summer and winter operating instructions, as applicable. 7). Safety precautions. 8). Special operating instructions. d. Maintenance and Overhaul Procedures: 1). Routine maintenance. 2). Guide to troubleshooting. 3). Disassembly, removal, repair, reinstallation, and re-assembly. 6. Guarantee, Bond, and Service Agreement: In accordance with Section 01 77 00, CONTRACT CLOSEOUT.

Section 01 78 23 MCWD Pulaski Pike Water Line Replacement 3 Operation and Maintenance Data

B. Content for Each Electric or Electronic Item or System: 1. Description of Unit and Component Parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, nameplate data, and tests. c. Complete nomenclature and commercial number of replaceable parts. d. Interconnection wiring diagrams, including control and lighting systems. 2. Circuit Directories of Panelboards: a. Electrical service. b. Controls. c. Communications. 3. List of electrical relay settings, and control and alarm contact settings. 4. Electrical interconnection wiring diagram, including control and lighting systems. 5. As-installed control diagrams by control Manufacturer. 6. Operating Procedures: a. Routine and normal operating instructions. b. Sequences required. c. Safety precautions. d. Special operating instructions. 7. Maintenance Procedures: a. Routine maintenance. b. Guide to troubleshooting. c. Adjustment and checking. d. List of relay settings, control and alarm contact settings. 8. Manufacturer’s printed operating and maintenance instructions. 9. List of original Manufacturer’s spare parts, Manufacturer’s current prices, and recommended quantities to be maintained in storage.

C. Maintenance Summary: 1. Compile individual Maintenance Summary for each applicable equipment item, respective unit or system, and for components or sub-units. 2. Format: Use only 8-1/2” x 11” size paper. 3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature range of lubricants and frequency of lubrication. 4. Recommended Spare Parts: a. Data to be consistent with Manufacturer’s Bill of Materials/Parts List furnished in O&M manuals. b. “Unit” is the unit of measure for ordering the part. c. “Quantity” is the number of units recommended. d. “Unit Cost” is the current purchase price.

1.7 DATA FOR MATERIALS AND FINISHES

A. Content for Architectural Products, Applied Materials, and Finishes: 1. Manufacturer’s data, giving full information on products: a. Catalog number, size, and composition. b. Color and texture designations. c. Information required for reordering special-manufactured products. 2. Instructions for Care and Maintenance: a. Manufacturer’s recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods that are detrimental to product.

Section 01 78 23 MCWD Pulaski Pike Water Line Replacement 4 Operation and Maintenance Data

c. Recommended schedule for cleaning and maintenance. 3. Content for Moisture Protection and Weather Exposed Products: 4. Manufacturer’s data, giving full information on products: a. Applicable standards. b. Chemical composition. c. Details of installation. 5. Instructions for inspection, maintenance, and repair.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Section 01 78 23 MCWD Pulaski Pike Water Line Replacement 5 Operation and Maintenance Data

BLANK PAGE

(This page is left blank intentionally.)

SECTION 03 30 00 - CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Foundation walls. 3. Slabs-on-grade. 4. Suspended slabs. 5. Concrete toppings. 6. Building frame members. 7. Building walls. 8. Hydraulic (liquid containing) structures. 9. Other structures (as shown on Drawings)

B. Related Sections:

1.3 DEFINITIONS

A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag, and silica fume; subject to compliance with requirements.

B. Exposed Concrete: Concrete surface that can be seen inside or outside of structures regardless whether concrete is above water, dry at all times, or can be seen when structure is drained.

C. Hydraulic Structures: Liquid containing basins.

D. Defective Areas: Surface defects that include honeycomb, rock pockets, indentations greater than 3/16”, cracks 0.005” wide and larger as well as any crack that leaks for liquids containing basins and below grade habitable spaces; cracks 0.010” wide and larger in non-fluid holding structures, spalls, chips, air bubbles greater than ¾” in diameter, pinholes, bug holes, embedded debris, lift lines, sand lines, bleed lines, leakage from form joints, fins and other projections, form pop-outs, texture irregularities, and stains and other color variations that cannot be removed by cleaning.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 1 Cast-In-Place Concrete

B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. 2. Submit Shrinkage Test Results for design mixtures. See 2.15 CONCRETE MIXTURES FOR HYDRAULIC ELEMENTS for mix requirements. See 3.18 FIELD QUALITY CONTROL-D. Shrink Tests -3 for shrinkage test requirements and limitations. Any Mix Design submitted without a Shrink Test will not be reviewed and will be returned to the Contractor as “Rejected”.

C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. 1. Fabrication: Reinforcement shall not be fabricated until the shop drawings have been processed, approved and returned. 2. Check al shop drawings to verify reinforcement dimensions required by drawings are satisfied. 3. Certify material and type of deformation.

D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. All formwork erection, shoring and removal is the responsibility of the Contractor and/or the qualified professional engineer the contractor used for the formwork drawings. 1. Shoring and Re-shoring: Indicate proposed schedule and sequence of stripping formwork, shoring removal, and installing and removing re-shoring.

E. Samples: For waterstops, vapor retarder, expansion joint material, handrail and pressure relief valves if different than specified..

F. Welding certificates.

G. Qualification Data: For manufacturer testing agency.

H. Material Test Reports: for the following, from a qualified testing agency, indicating compliance with requirements: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity.

I. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form-release agents. 4. Steel reinforcement and accessories. 5. Waterstops. 6. Curing compounds. 7. Floor and slab treatments. 8. Bonding agents. 9. Adhesives. 10. Vapor retarders. 11. Semi-rigid joint filler.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 2 Cast-In-Place Concrete

12. Joint-filler strips. 13. Repair materials.

J. Floor surface flatness and levelness measurements indicating compliance with specified tolerances.

K. Field quality-control test and inspection reports.

L. Minutes of pre-installation conference.

M. Course Aggregate Gradation.

N. Fine Aggregate Gradation.

O. One copy of each 30 consecutive strength test results and mix design used from a record of past performance or one copy of the laboratory trial mix design and results and one copy of the mix design proposed for each mixture and use under this contract.

P. Material Test Reports: for the following, from a qualified testing agency indicating compliance with requirements: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity.

Q. Ready-Mix concrete. 1. Provide delivery tickets for ready-mix concrete or weigh-masters certificate per ASTM C94 including weights of cement and each size aggregate and amount of water added at the plant and record of pours. Record the amount of water added on the job on the delivery ticket. Water added at the plant shall account for moisture in both coarse and fine aggregate. If water is added on the job the total water content shall not exceed the water content of the approved design mix. 2. Keep record showing time and place of each pour (placement) of concrete, together with transit-mix delivery slips certifying the contents of the pour (placement). 3. Furnish records to Engineer upon request.

1.5 QUALITY ASSURANCE

A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician.

B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." 2. The criteria hereinafter set out are solely for the purpose of establishing required mixture proportions and do not constitute a basis for confirming the adequacy of concrete strength. a. Required Average Strength Above specified Compressive Strength: Propositions, including water-cement ratio, shall be established on the basis either of laboratory

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 3 Cast-In-Place Concrete

trial batches or of field experience with the materials to be employed. The proportions shall be selected to produce an average strength of 28 days exceeding the specified compressive strength by the amount indicated below, when both air content and slump are the maximums permitted by the Specifications. b. Determination of the required average strength shall be in accordance with ACI 318 “building Code Requirements for Reinforced Concrete,” except that if suitable data from trial batches or field experience cannot be obtained, permission will not be granted to base concrete proportions on the water-cement ratio limits set out in the above referenced code. 1) Past Plant Performance: Proportions may be established on the actual field performance of the ready-mix producer. Where the concrete production facility has a record, based on at least 30 consecutive strength tests representing similar materials and conditions to those expected, the strength used as the basis for selecting proportions shall exceed the required f’c by at least: a) 400 psi if the standard deviation is less than 300 psi; b) 500 psi if the standard deviation is 300 to 400 psi; c) 700 psi if the standard deviation is 400 to 500 psi; d) 900 psi if the standard deviation is 500 to 600 psi; e) 1,200 psi if the standard deviation is above 600 psi or unknown. 2) Strength data for determining standard deviation shall be considered to comply with the foregoing stipulations if they represent either a group of at least 30 consecutive tests or the statistical average of two groups totaling 30 or more tests. The tests used to establish standard deviation shall represent concrete produced to meet a specified strength or strengths within 1,000 psi of that specified for the proposed work. Changes in materials and proportions within the population of background tests shall not have been more closely restricted than they will be for the proposed work. 3) Strength data for determining standard deviation shall be considered to comply with the foregoing stipulations if they represent either a group of at least 30 consecutive tests or the statistical average of two groups totaling 30 or more tests. The tests used to establish standard deviation shall represent concrete produced to meet a specified strength or strengths within 1,000 psi of that specified for the proposed work. Changes in materials and proportions within the population of background tests shall not have been more closely restricted than they will be for the proposed work. 4) Laboratory Trial Batches: When the ready-mix producer does not have a record of past performance, the combination of materials and the proportions selected shall be determined from trial mixes having proportions and consistencies suitable for the work based on ACI 211.1-77. a) When laboratory trial batches are used as the basis for selecting concrete proportions, strength tests shall be made in accordance with “Method of Test for Compressive Strength of Molded Concrete Cylinders” (ASTM C39) on specimens prepared in accordance with “Method of Making and Curing Test Specimens in the Laboratory” (ASTM C192). A curve shall be established showing the relationship between water-cement ratio (or cement content) and compressive strength. The curve shall be based on at least three points representing batches which produce strengths above and below that required. Eqch point shall represent the average of at least three specimens tested at 28 days or the earlier age designation.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 4 Cast-In-Place Concrete

b) The average strength required shall exceed the specified compressive strength by 1,200 psi. c) The maximum permissible water-cement ratio (or minimum cement content) for the concrete to be used in the structure shall be that shown by the curve to produce the average strength indicated, but in no case shall the water-cement ratio exceed 0.42 by weight.

C. Testing Agency Qualifications: An independent agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. 2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician - Grade II.

D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer.

E. Welding Qualifications: Qualify procedures and personnel according to AWS D1.4/D 1.4M, "Structural Welding Code - Reinforcing Steel."

F. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 3. ACI 350 “Code Requirements for Environmental Engineering Concrete Structures.” 4. ACI 318 “Building Code Requirements for Reinforced Concrete.”

G. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures.

H. Preinstallation Conference: Conduct conference at Project site. 1. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast-in-place concrete to attend, including the following: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixtures. c. Ready-mix concrete manufacturer. d. Concrete subcontractor. 2. Review special inspection and testing and inspecting agency procedure for field quality control., concrete finishes and finishing, cold and hot-weather concreting procedures, curing procedures, construction contraction and isolation joints and joint-filler strips, semirigid joint fillers, forms and form removal limitations, shoring and reshoring procedures, vapor-retarder installation, anchor rod and anchorage device installation tolerances, steel reinforcement installation, floor and slab flatness and levelness measurement, concrete repair procedures and concrete protection.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 5 Cast-In-Place Concrete

1.6 DELIVERY, STORAGE, AND HANDLING

A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. 1. Store reinforcement in a neat manner, bundled, tagged and a minimum 4” off the ground. 2. All damaged or improperly fabricated bars shall be replaced at no added expense to the project. 3. All reinforcement shall be free from rust, loose mill scale and other contaminants.

B. Waterstops: Store waterstops under cover to protect from moisture, sunlight, dirt, oil, and other contaminants. Do not store directly on ground.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements products that may be incorporated into the work include, but are not limited to products specified. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified.

2.2 FORM-FACING MATERIALS

A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. Furnish on exposed surfaces and interior surfaces.

B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. Permitted to furnish on below grade exterior surfaces

C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass-fiber-reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation.

D. Pan-Type Forms: Glass-fiber-reinforced plastic or formed steel, stiffened to resist plastic concrete loads without detrimental deformation.

E. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads.

F. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.

G. Rustication Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form removal.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 6 Cast-In-Place Concrete

H. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust inhibitor for steel form-facing materials.

2.3 STEEL REINFORCEMENT

A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed.

B. Plain-Steel Welded Wire Reinforcement: ASTM A 185 plain, fabricated from as-drawn steel wire into flat sheets.

C. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet.

2.4 REINFORCEMENT ACCESSORIES

A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60, plain-steel bars, cut true to length with ends square and free of burrs. 1. All dowels shall be placed and securely anchored before placing concrete. All dowels shall be parallel with each other and perpendicular to the joint.

B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2. Secure all reinforcement in place using steel chairs, supports, “A” bars and any other ACI approved product. Supports shall be spaced adequately to support the steel firmly in place. 3. Charis will not be accepted to hold reinforcing clearance on walls.

C. General: 1. Accessories shall be subject to Engineer’s approval. 2. Tie wire- 18 gauge steel wire. Ends of wire shall be bent towards the interior part of the wall. 3. Support above forms with fabricated steel chairs. Number of chairs shall be adequate to prevent sag during steel and concrete placement. 4. Wall layer spacers shall be 1/4” ROUND “Z” BAR. 5. Horizontal layer spacers shall be stand. 6. Dowel Bar Splicer: a. Dowel bar splicer shall be Richmond or approved equal, manufactured from standard specified rebar material with NC threads and shop fabricated to specified dowel configurations.

2.5 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement (Non-hydraulic Above Grade Structures): ASTM C 150, Type I or II, or combination of Type I with fly ash.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 7 Cast-In-Place Concrete

2. Portland Cement (Hydraulic and Below Grade Structures): ASTM C 150 type II or combination of Type I with fly ash.

FLY ASH: ASTM C 618, Class F FLY ASH SHALL NOT EXCEED 15 PERCENT.

B. Norman-Weight Aggregates: ASTM C 33, Class 3S coarse aggregate or better, graded. Provide aggregates from a single source with documented service record data of at least 10 years satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. 1. Maximum Coarse-Aggregate Size: 1 ½” nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement.

C. Water: ASTM C 94 and potable.

2.6 ADMIXTURES

A. Air-Entraining Admixture: ASTM C 260.

B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. a. Bayer Corporation. b. ChemMasters. c. Conspec Marketing & Manufacturing Co., Inc.; a Dayton Superior Company. d. Davis Colors. e. Elementis Pigments, Inc.

2.7 WATERSTOPS

A. General: Provide flexible rubber water stops or flexible PVC water stops unless otherwise noted.

B. Flexible Rubber Waterstops: CE CRD-C 513, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. 1. Manufacturers a. Greenstreak. b. Progress Unlimited, Inc. c. Williams Products, Inc. 2. Profile: 3. Dimensions: 4 inches by 3/16 inch thick or 6 inches by 3/8 inch thick nontapered as noted on drawings

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 8 Cast-In-Place Concrete

C. Chemically Resistant Flexible Waterstops: Thermoplastic elastomer rubber waterstops for embedding in concrete to prevent passage of fluids through joints; resistant to oils, solvents, and chemicals. Factory fabricate corners, intersections, and directional changes. 1. Products: a. JP Specialties, Inc.; Earth Shield TPE-Rubber. b. Vinylex Corp.; PetroStop. c. WESTEC Barrier Technologies, Inc.; 600 Series TPE-R. 2. Profile: 3. Dimensions: 4 inches by 3/16 inch thick or 6 inches by 3/16 inch thick nontapered as indicated on Drawings.

D. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. 1. Manufacturers: a. BoMetals, Inc. b. Greenstreak. c. Meadows, W. R., Inc. d. Murphy, Paul Plastics Co. e. Progress Unlimited, Inc. f. Tamms Industries, Inc. g. Vinylex Corp. 2. Profile: Ribbed with center bulb or as indicated. 3. Dimensions: 4 inches by 3/16 inch thick or 6 inches by 3/8 inch thick, nontapered.

E. Self-Expanding Butyl Strip Waterstops: Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4 by 1 inch. 1. Products: a. Colloid Environmental Technologies Company; Volclay Waterstop-RX. b. Concrete Sealants Inc.; Conseal CS-231. c. Greenstreak; Swellstop. d. Henry Company, Sealants Division; Hydro-Flex. e. JP Specialties, Inc.; Earth Shield Type 20. f. Progress Unlimited, Inc.; Superstop. g. TCMiraDRI; Mirastop.

F. Self-Expanding Rubber Strip Waterstops: Manufactured rectangular or trapezoidal strip, bentonite-free hydrophilic polymer modified chloroprene rubber, for adhesive bonding to concrete, 3/8 by 3/4 inch. 1. Products: a. Deneef construction Chemicals; Swellseal. b. Greenstreak; Hydrotite. c. Mitsubishi International Corporation; Adeka Ultra Seal. d. Progress Unlimited, Inc.; Superstop.

2.8 VAPOR RETARDERS

A. Plastic Vapor Retarder: ASTM E 1745, Class B. Include manufacturer's recommended adhesive or pressure-sensitive tape. 1. Products: a. Fortifiber Corporation: Moistop Ultra.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 9 Cast-In-Place Concrete

b. Revan Industries Inc.; Vapor Block 10. c. Stego Industries, LLC; Stego Wrap, 15 mils.

B. Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve.

2.9 FLOOR AND SLAB TREATMENTS

A. Not applicable to this project.

2.10 LIQUID FLOOR TREATMENTS

A. Penetrating Liquid Floor Treatment: Clear, chemically reactive, waterborne solution of inorganic silicate or siliconate materials and proprietary components; odorless; that penetrates, hardens, and densifies concrete surfaces. 1. Products: a. Burke by Edoco; Titan Hard. b. ChemMasters; Chemisil Plus. c. ChemTec international; ChemTec One. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior company; Intraseal. e. Curecrete Distribution Inc.; Ashford Formula. f. Dayton superior corporation; Day-Chem sure Hard. g. Euclid Chemical company (The); Euco Diamond Hard. h. Kaufman Products, Inc.; SureHard. i. L&M Construction Chemicals, Inc.,; Seal Hard. j. Meadows, W. R., Inc.; Liqui-Hard. k. Metalcrete Industries; Floorsaver. l. Nox-Crete Products Group, Kinsman corporation; Duranox. m. Symons Corporation, a Dayton Superior Company buff Hard. n. US Mix Products Company; US Spec Industraseal. o. Vexcon Chemicals, Inc.; Vexcon StarSeal PS.

2.11 CURING MATERIALS

A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Products: a. Axim Concrete Technologies; Cimfilm. b. Burke by Edoco; BurkeFilm. c. ChemMasters; Spray-Film. d. Conspec Marketing & manufacturing Co., Inc., a Dayton Superior company; Aquafilm. e. Dayton Superior corporation; Sure Film. f. Euclid Chemical Company (The); Eucobar. g. Kaufman Products, Inc.; Vapor Aid. h. Lambert coporation; Lambco Skin. i. L&M Construction Chemicals, Inc.; E-Con. j. MBT Protection and Repair, Div., of ChemRex; confilm. k. Meadows, W. R., Inc; Sealtight Evapre.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 10 Cast-In-Place Concrete

l. Metalcrete Industries; Waterhold. m. Nox-Crete Produts Group, Kinsman corporation; Monofilm. n. Sika Corporation, Inc.; SikaFilm. o. Symons Corporation, a Dayton Superior Company; Finishing Aid. p. Unitex; Pro-Film. q. US Mix Products Company; US Spec Monofilm ER. r. Vexcon Chemicals, Inc.; Certi-Vex EnvioAssist..

B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry.

C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet.

D. Water: Potable.

E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1. Products a. Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB. b. Burke by Edoco; Aqua Resin cure. c. ChemMasters; Safe-Cure Clear. d. Conspec Marketing & Manufacyturing co., Inc., a Dayton superior company; W.B. Resin cure. e. Dayton Superior corporation; Day Chem Rez cure (J-11-W). f. Euclid Chemical Company (The); Kurez DR VOX. g. Kaufman Products, Inc.; Thinfilm 420. h. Lambert Corporation; Aqua Kure-Clear. i. L&M Construction Chemicals, Inc.; L&M Cure R. j. Meadows, W. R., Inc.; 100 Clear. k. Nox-Crete Products Group, Kinsman Corporation; Resom Cire E/ l. Sykkmons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure. m. Tamms Industries, Inc., Horncure WB 30. n. Unitex; Hydro cure 309. o. US Mix Products Company; US Spec Maxcure Resin Clear. p. Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100.

F. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. Compatible with pen4etrating liquid floor treatment for survaces specified to receive penetrating liquid floor treatment. 1. Products: a. Burke by Edoco; cureseal 1315 WB. b. ChemMasters; Polyseal WB. c. Conspec Marketing & manufacturing co., Inc., a Dayton Superior Company; Sealcure 1315 WB d. Euclid Chemical company (The); super Diamond Clear VOX. e. Kaufman Products, Inc.; Sure Cure 25 Emulsion. f. Lambert corporation; UV Safe Seal. g. L&M construction Chemicals, Inc.; Lumiseal WB Plus. h. Meadows, W. R., Inc.; Vocomp-30. i. Metalcrete Industries; Metcure 30.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 11 Cast-In-Place Concrete

j. Symons Corporation, a Dayton superior company; Cure 7 Seal 31 Percent E. k. Tamms Industries, Inc.; LusterSeal WB 300. l. Unitex; Hydro Seal 25. m. US Mix Products Company; US Spec Radiance UV-25. n. Vexcon Chemicals, Inc.; Vexcon Starseal 1315.

2.12 RELATED MATERIALS

A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber.

B. Semirigid Joint Filler: Two-component, semirigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80 per ASTM D 2240.

C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene.

D. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1. Types IV and V, load bearing for bonding hardened or freshly mixed concrete to hardened concrete.

2.13 CONCRETE MIXTURES, GENERAL

A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301.

1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures.

B. Cementitious Materials: Limit percentage by weight of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash: 15 percent.

C. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent by weight of cement for non-hydraulic structures and 0.10 percent by weight of cement for hydraulic structures.

D. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing or high-range water-reducing admixture in concrete, as required, for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 12 Cast-In-Place Concrete

2.14 CONCRETE MIXTURES FOR BUILDING ELEMENTS

A. Footings, Equipment Supports, Miscellaneous Concrete: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Minimum cementitious materials content: 564 lb/cy 4. Slump Limit: 8 inches maximum for concrete with verified slump of 2 to 4 inches (50 to 100 mm) before adding high range water-reducing admixture or plasticizing admixture per ACI 301. 5. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size.

B. Foundation Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: .45. 3. Minimum Cementitious Materials content: 564 LB/CUYD. 4. Slump Limit: 8 inches max for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture per ACI 301. 5. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size.

C. Slabs-on-Grade: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45 by weight. 3. 564 lb/cuyd. 4. Slump Limit: 4 inches plus ½” or minus 2”. 5. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch (38-mm) nominal maximum aggregate size. 6. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent.

D. Suspended Slabs: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Minimum Cementitious Materials Content: 540 lb/cu.yd. 3. Slump Limit: 4 inches plus 1/2” or minus 2”. 4. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. 5. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent.

E. Building Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Minimum Cementitious Materials Content: 564 lb/cu yd. 4. Slump Limit: 8 inches Max for concrete with verified slump of 2 to 4 inches before adding high range water-reducing admixture or plasticizing admixture per ACI 301. 5. Air Content: 5.5 percent , plus or minus 1.5 percent at point of delivery for 1 1/2 inch (38-mm) nominal maximum aggregate size.

F. MASONRY GROUT: Pea Gravel Concrete with 3000 psi minimum compressive strength at 28 days and a maximum water/cement ratio = .50.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 13 Cast-In-Place Concrete

2.15 CONCRETE MIXURES FOR HYUDRAULIC ELEMENTS

A. Proportional normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4500 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.42. 3. Slump Limit: 8 inch for concrete with verified slump of 2” to 4: before adding high-range water-reducing admixture or plasticizing admixture per ACI 301. 4. Air content: 5 ½%, ±1.5% at point of delivery for 1 ½” nominal maximum aggregate size. 5. Minimum Cementitious Materials Content: 564 lb/CU YD. 6. Shrinkage Limit: 0.036% as measured at 21-day drying age or 0.042% as measured at 28- day drying age.

2.16 FABRICATING REINFORCEMENT

A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."

B. Bending: All bending shall be by using bending jigs and mandrels. All bars shall be bent cold.

C. Cuting: Bars shall be cut by cold shearing. Torch cutting in the field may be permitted in special situations.

D. Openings and obstructions: 1. Place additional reinforcement at all opening as indicated or detailed. 2. Shop bend reinforcing around obstructions. Engineer’s approval is required before cutting steel. 3. Consult Engineer on special situations.

2.17 CONCRETE MIXING

A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F , reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes.

B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd.. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 14 Cast-In-Place Concrete

PART 3 - EXECUTION

3.1 FORMWORK

A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads.

B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117.

C. Limit concrete surface irregularities, designated by ACI 347 as abrupt or gradual, as follows: 1. Class A, 1/8 inch for smooth-formed finished surfaces. 2. Class B, 1/4 inch for rough-formed finished surfaces.

D. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust-stained steel form-facing material.

E. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds.

F. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations.

G. Chamfer exterior corners and edges of permanently exposed concrete.

H. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items.

I. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete.

J. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment.

K. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 15 Cast-In-Place Concrete

1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 2. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3. Install dovetail anchor slots in concrete structures as indicated.

3.3 REMOVING AND REUSING FORMS

A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form-removal operations and curing and protection operations need to be maintained. 1. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores.

B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent.

C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect.

3.4 SHORES AND RESHORES

A. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. 1. Do not remove shoring or reshoring until measurement of slab tolerances is complete.

B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection.

3.5 VAPOR RETARDERS

A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape.

3.6 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 16 Cast-In-Place Concrete

C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Weld reinforcing bars according to AWS D1.4/D 1.4M, where indicated.

D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.

E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire.

F. Other trades: Coordinate all work of other trades to avoid conflict with reinforcement.

G. Shop drawings: Check all shop drawings to verify dimensions required.

H. Clearance: 1. Preserve clearance between bars of 1 inch minimum, not less than one bar diameter or 1 1/3 times large aggregate, whichever is larger. 2. Provide following concrete coverage over reinforcing steel in accordance with the latest edition of ACI 318 and ACI 350 unless otherwise indicated on plans. 3. Lap all reinforcing bars as required by ACI 318 Latest Edition Class B lap except where otherwise shown or required by ACI. 4. Stagger splices except where otherwise shown. 5. Lap welded wire two spaces.

3.7 JOINTS

A. General: Construct joints true to line with faces perpendicular to surface plane of concrete.

B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer/Owner 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. 6. Use epoxy-bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces.

C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one fourth of concrete thickness as follows:

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 17 Cast-In-Place Concrete

1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks.

D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint-filler strips full width and depth of joint, terminating flush with finished concrete surface unless otherwise indicated. 2. Terminate full-width joint-filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants are indicated. 3. Install joint-filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together.

E. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint.

3.8 WATERSTOPS

A. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions.

B. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable.

3.9 CONCRETE PLACEMENT

A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed.

B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect.

C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture.

D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 18 Cast-In-Place Concrete

2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate.

E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations.

F. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs.

G. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas.

3.10 CONCRETE WALL FINISHES

A. Type W-1 (Ordinary Wall Finish or Coating): 1. Patch tie holes. 2. Knock off projections. 3. Patch defective areas.

B. Type W-2 (Smooth Wall Finish): 1. Patch tie holes. 2. Grind off projections, fins, and rough spots. 3. Patch defective areas and repair rough spots resulting from form release agent failure or other reasons to provide smooth uniform appearance.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 19 Cast-In-Place Concrete

C. Type W-5 (Finish for Painting): 1. Patch tie holes. 2. Grind off projections, fins, and rough spots. 3. Patch and repair defective areas as specified for Type W-2.

3.11 CONCRETE SLAB FINISHES

A. General: 1. Finish slab concrete per the requirements of ACI 302.1R 2. Use manual screeds, vibrating screeds, or roller compacting screeds to place concrete level and smooth. 3. Do not use “Jitterbugs” or other special tools designed for the purpose of forcing coarse aggregate away from the surface and allowing a layer of mortar, which will be weak and cause surface cracks or delamination, to accumulate. 4. Do not dust surface with dry materials. 5. Use evaporation retardant. 6. Round off edges of slabs with a steel edging tool, except where a cove finish is shown. Steel edging tool radius shall be 1/4” for slabs subject to wheeled traffic.

B. Type S-1 (Steel Troweled Finish): 1. Finish by screeding and floating with straightedges to bring surfaces to required finish elevation, use evaporation retardant. 2. While concrete is still green, but sufficiently hardened to bear a person’s weight without deep imprint, wood float to true, even plane with no coarse aggregate visible. 3. Use sufficient pressure on wood floats to bring moisture to surface. 4. After surface moisture has disappeared, hand trowel concrete to produce smooth, impervious surface, free from trowel marks. 5. Burnish surface with an additional troweling. Final troweling shall produce a ringing sound from trowel. 6. Do not use dry cement or additional water during troweling, nor will excessive troweling be permitted. 7. Power Finishing: a. An approved power machine may be used in lieu of hand finishing in accordance with directions of machine manufacturer. b. Do not use power machine when concrete has not attained the necessary set to allow finishing without introducing high and low spots in slab. c. Do first steel troweling for slab S-1 finish by hand.

C. Type S-2 (Wood Float Finish): 1. Finish slabs to receive fill and mortar setting beds by screeding with straightedges to bring surface to required finish plane. 2. Wood float finish to compact and seal surface. 3. Remove laitance and leave surface clean. 4. Coordinate with other finish procedures.

D. Type S-3 (Underside Elevated Slab Finish): When forming is removed, grind off projections on underside of slab and patch defective areas, including small shallow air pockets where schedule of concrete finishes requires painting or protective coating.

E. Type S-5 (Broomed Finish):

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 20 Cast-In-Place Concrete

1. Finish as specified for Type S-1 floor finish, except omit final troweling and finish surface by drawing a fine-hair broom lightly across the surface. 2. Broom in same direction and parallel to expansion joints, or, in the case of inclined slabs, perpendicular to scope, except for round roof slab, broom surface in radial direction.

F. Type S-6 (Sidewalk Finish): 1. Slope walks down ¼” per foot away from structures, unless otherwise shown. 2. Strike off surface by means of strike board and float with wood or cork float to a true plane, then flat steel trowel before brooming. 3. Broom surface at right angles to direction of traffic or as shown. 4. Lay out sidewalk surfaces in blocks, as shown or as directed by Engineer, with a grooving tool.

G. Type S-7: The top surfaces of basins in which raking mechanisms are to be installed 1. Slabs shall be finished by sweeping in cement grout with the mechanism. The cement grout to be used shall be composed of one part Portland cement and two parts sand. 2. The sweeping-in process shall be performed under the supervision of a factory representative of the equipment manufacturer. 3. The slab upon which the grout is to be applied shall receive a Type S-5 finish except that after leveling and floating, it shall be raked in such a manner as to provide a good bond for the grout. Raking shall develop a pattern with a depth of 1/4” every 2”. Before grout is deposited on the slab, it shall be thoroughly cleaned, wet down with clean water and lightly dusted with neat cement immediately prior to placement of the grout.

3.12 MISCELLANEOUS CONCRETE ITEMS

A. Filling In: Fill in holes and openings left in concrete structures after work of other trades is in place unless otherwise indicated. Mix, place, and cure concrete, as specified, to blend with in- place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work.

B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded.

C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment.

D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast-in inserts and accessories as shown on Drawings. Screed, tamp, and trowel finish concrete surfaces.

3.13 CONCRETE PROTECTING AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 21 Cast-In-Place Concrete

B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing.

C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period.

D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces.

E. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. c. Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period.

3.14 LIQUID FLOOR TREATMENTS

A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment according to manufacturer's written instructions.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 22 Cast-In-Place Concrete

1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and complete surface repairs. 2. Do not apply to concrete that is less than 28 days' old. 3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet; and repeat brooming or scrubbing. Rinse with water; remove excess material until surface is dry. Apply a second coat in a similar manner if surface is rough or porous.

B. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions.

3.15 JOINT FILLING

A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least one month. Do not fill joints until construction traffic has permanently ceased.

B. Remove dirt, debris, cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry.

C. Install semi-rigid joint filler full depth in saw-cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening.

3.16 REPAIRING CONCRETE

A. General: 1. Any areas deemed as having excessive defects or considered to have a negative effect on the structural performance of the structure shall be removed to the extents approved by the Engineer. The Engineer has the option of calling for the removal of the entire section if the damage is such that a repair will not be a suitable option. All work required to correct the defect will be the responsibility of the Contractor and will be paid for by the Contractor. 2. Inject cracks with crack repair epoxy. 3. Repair concrete surfaces defects as required to meet the contract requirements. Select system, submit for review, and obtain approval from Engineer prior to use. 4. Prior to starting the repair work, obtain quantities of color-matched repair material and manufacturer’s detailed instructions for use to provide a structural repair with finish to match adjacent surface. 5. Develop repair techniques with material manufacturer. 6. Dress surface of repair that will remain exposed to view to match color and texture of adjacent surfaces. Repair of concrete shall provide a structurally sound surface finish, uniform in appearance or upgrade finish by other means until acceptable to Engineer.

B. Tie Holes: 1. Fill with non-shrink grout. 2. Match color of adjacent concrete. 3. Compact grout using steel hammer and steel tool to drive grout to high density. Cure grout with water.

C. Alternate Form Ties-Through-Bolts:

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 23 Cast-In-Place Concrete

1. Seal through-bolt hole by sandblasting or mechanically cleaning and roughening entire interior surface of hole, coating roughened surface with bonding agent and driving elastic vinyl plug and then dry packing entire hole on each side of plug with non-shrink grout. Use only enough water to dry pack grout. Dry pack while bonding agent is still tacky or remove bonding agent by mechanical means and reapply new bonding agent. 2. Compact grout using steel hammer and steel tool to drive grout to high density. Cure grout with water.

D. Exposed Metal Objects: 1. Metal objects not intended to be exposed in as-built condition of structure including wire, nails, and bolts, shall be removed by chipping back concrete to depth of 1 inch and then cutting or removing metal object. 2. Repair areas of chipped-out concrete.

E. Blockouts at Pipes or Other Penetrations: 1. Meet details shown or submit proposed blockouts for review. 2. Use non-shrink, nonmetallic grout, Category I or II.

3.17 FIELD QUALITY CONTROL

A. Testing and Inspecting: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. Payment of the testing and inspection agency shall be by the Contractor from the contract allowance for independent testing.

B. Inspections: 1. Steel reinforcement placement. 2. Headed bolts and studs. 3. Verification of use of required design mixture. 4. Concrete placement, including conveying and depositing. 5. Curing procedures and maintenance of curing temperature. 6. Verification of concrete strength before removal of shores and forms from beams and slabs.

C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd. plus one set for each additional 50 cu. yd. or fraction thereof. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal-weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31M.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 24 Cast-In-Place Concrete

a. Cast and laboratory cure two sets of three standard cylinder specimens for each composite sample. b. Cast and field cure two sets of three standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of three laboratory-cured specimens at 7 days and one set of three specimens at 28 days. a. Test one set of two field-cured specimens at 7 days and one set of two specimens at 28 days. The third cylinder will be retained for subsequent testing if required by the Engineer. b. A compressive-strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 7. When strength of field-cured cylinders is less than 85 percent of companion laboratory- cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 9. Test results shall be reported in writing to Engineer, Owner, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 11. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 12. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 13. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents.

D. Measure floor and slab flatness and levelness according to ASTM E 1155 48 hours of finishing. Specified overall values of flatness F(f)=25; and levelness F(L)20; with minimum local values, F(f)=17 and 01= levelness F(L)15. F(L) value only applies to elevated slabs after shoring has been removed. F(L) value does not apply to elevated slabs after shores have been removed or to sloped slabs on grade.

E. Shrink Tests 1. Drying shrinkage tests shall be performed for the trial batch indicated in Paragraph CONCRETE MIXTURES FOR HYDRAULIC ELEMENTS for the first placement of each class of concrete for all structures noted in paragraph CONCRETE MIXTURES FOR HYDRAULIC ELEMENTS, and during construction to insure continued compliance with these Specifications. Number of field test to be determined by Engineer or Engineer’s Field Representative.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 25 Cast-In-Place Concrete

2. Drying shrinkage specimens shall be 4” by 4” by 11” prisms with an effective gauge length of 10”; fabricated, cured, dried, and measured in accordance with ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 ±1 hours after trial batching, shall be placed immediately in water at 70 °F ±3 °F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 °F ± 3 °F. Measurement to determine expansion expressed as a percentage of original length shall be made at age 7 days. This length at age 7 days shall be the base length for drying shrinkage calculations (“0” days drying age). Specimens then shall be stored immediately in a humidity control room maintained at 73 °F ±3 °F and 50% ±4% relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at “0” days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001” at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004”, the results obtained from that specimen shall be discarded. Results of the shrinkage test shall be reported in graphical form Length Change (in) vs. Age (days) and Length Change (%) vs. Age (days) to the nearest 0.001% of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as indicated below. a. Shrinkage Limitation: The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036% or 0.042%, respectively. The Contractor shall only use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to all concrete used for hydraulic structures and structures noted in paragraph CONCRETE MIXTURES FOR HYDRAULIC ELEMENTS. b. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 25%. c. If the required shrinkage limitation is not met during construction, the Contractor shall take any or all of the following actions at no additional cost to the Owner, for securing the specified shrinkage requirements. These actions may include changing the source of aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage.

F. Water Leakage Tests: 1. Purpose: Determine integrity and water tightness of finished concrete surfaces. Contractor shall perform and pay for all costs associated with water leakage tests. Report all test results to the Engineer. 2. All water-holding Structures: a. Perform leakage tests after concrete structure is complete and capable of resisting the hydrostatic pressure of the water test. The concrete shall have achieved its full design strength. b. Perform leakage test before backfill, brick facing, or other work that will cover concrete wall surfaces is begun.

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 26 Cast-In-Place Concrete

c. Install all temporary bulkheads, cofferdams, and pipe blind flanges, and close all valves. Inspect each to see that it provides a complete seal. d. Fill with water to test level shown, or maximum liquid level if no test level is given. Maintain this level for 72 hours prior to the start of the test to allow water absorption, structural deflection, and temperature to stabilize. e. Measure evaporation and precipitation by floating a partially filled, transparent, calibrated, open top container. f. Measure the water surface at two points 180° apart, when possible where attachments such as ladders exist, at 24-hour intervals. Using a sharp pointed hook gauge and fixed metal measure capable of reading to 1/100 of an inch. Continue the test for a period of time sufficient to produce at least 1/2” drop in the water surface based on the assumption that leakage would occur at the maximum allowable rate specified or for 72 hours whichever is the lesser time.

G. Acceptance Criteria: 1. Volume loss shall not exceed 0.075% of contained liquid volume in a 24-hour period, correcting for evaporation, precipitation, and settlement. 2. No damp spots or seepage visible on exterior surfaces. A damp spot is defined as sufficient moisture to be transferred to a dry hand upon touching.

H. Repairs When Test Fails: Dewater the structure; fill leaking cracks with crack repair epoxy. Patch areas of damp spots previously recorded, and repeat water leakage test in its entirety until the structure successfully passes the test

END OF SECTION

Section 03 30 00 MCWD Pulaski Pike Water Line Replacement 27 Cast-In-Place Concrete

BLANK PAGE

(This page is left blank intentionally.)

SECTION 31 05 19.13 – GEOTEXTILE FILTER FABRIC

PART 1 - GENERAL

1.1 SCOPE

A. This work shall consist of the installation of a non-woven geotextile fabric below the riprap as shown on the Drawings.

1.2 RELATED SECTIONS

A. Section 31 37 00, RIPRAP

1.3 REFERENCE STANDARDS

A. ASTM D3786 – Standard Test Method for Bursting Strength of Textile Fabrics – Diaphragm Bursting Strength Tester Method

B. ASTM D4355 – Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus

C. ASTM D4491 – Standard Test Methods for Water Permeability of Geotextiles by Permittivity

D. ASTM D4632 – Standard Test Method for Grab Breaking Load and Elongation of Geotextiles

E. ASTM D4833 – Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products

F. ASTM D4751 – Standard Test Method for Determining Apparent Opening Size of a Geotextile

G. ASTM D4886 – Standard Test Method for Abrasion Resistance of Geotextiles (Sand Paper/Sliding block Method)

H. ASTM D4533 – Standard Test Method for Trapezoid Tearing Strength of Geotextiles

I. ASTM D6241 – Standard Test Method for Static Puncture Strength of Geotextiles and Related Products Using a 50mm Probe

1.4 QUALITY ASSURANCE

A. The installation shall be performed in accordance with the manufacturer's recommendations and as directed by Engineer.

1.5 SUBMITTALS

A. See Front End Specifications, Section 3, Paragraph 3.9, regarding SUBMITTAL PROCEDURES.

B. Certificates: Certify that products meet or exceed specified requirements.

MCWD Pulaski Pike Water Line Replacement 1 Section 31 05 19.13 Geotextile Filter Fabric

PART 2 - PRODUCTS

2.1 MATERIAL

A. The non-woven geotextile fabric shall be an 8-ounce fabric, US Fabrics US 205NW or equal. The fabric shall be of non-woven needle punched construction and consist of long-chain polymeric filaments or fibers composed of polypropylene, polyethylene or polyamide. The filaments and fibers shall be oriented whereby they retain their relative positions with each other and allow the passage of water as specified.

B. The fabric shall be mildew, insect and rodent resistant and shall be inert to chemicals commonly found in soil. The non-woven fabric shall conform to the physical property requirements below:

Physical Property Test Method Test Results Weight ASTM D 5261 8 oz/sy Tensile Strength, wet, lbs ASTM D 4632 205 lbs Elongation, wet, % ASTM D 4632 50% Permittivity ASTM D 4491 1.35 sec-1 Puncture Strength, lbs ASTM D 4833 130 lbs CBR Puncture ASTM D 6241 535 lbs Mullen Burst Strength, psi ASTM D 3786 350 psi Abrasion Resistance, % Strength Retained ASTM D 4886 90 Apparent Opening Size (AOS) ASTM D 4751 80 US Sieve Ultraviolet Resistance, % Strength Retention ASTM D 4355 (After 500 70% Xenon Weatherometer hrs.) Trapezoidal Tear ASTM D 4533 85 lbs Water Flow Rate ASTM D 4491 90 gal/min/sf

C. The non-woven geotextile fabric shall be furnished in a protective wrapping which shall protect the fabric from ultraviolet radiation and from abrasion due to shipping and handling.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Fabric Exposure Following Placement - Exposure of the geotextile filter fabric to the elements, particularly the sun, between lay down and cover shall be a maximum of 7 days.

B. The non-woven geotextile fabric shall be placed in the manner and at the locations shown on the drawings or as directed by the Engineer. The surface to receive the fabric shall be prepared to a smooth condition free of obstructions, depressions and debris. The fabric shall be placed loosely, not in a stretched condition.

C. The Contractor shall anchor the geotextile fabric at outer edges of the riprap courses by embedding the fabric down, across, and up a 1-foot deep by 1-feet wide trench. The fabric shall be centered on the pipe. The anchoring trench shall be backfilled with rock material approved by Engineer. There will be no separate payment for Geotextile Fabric; it shall be subsidiary to other items.

MCWD Pulaski Pike Water Line Replacement 2 Section 31 05 19.13 Geotextile Filter Fabric

D. Where necessary, the fabric shall be placed so as to provide a minimum 24-inch overlap. The fabric shall be placed transverse to the direction of the flow with the upstream panel overlapping the downstream panel. All installations shall be subject to approval by Engineer.

E. Repairs - A geotextile patch, of the same material, shall be placed over any damaged area and shall extend 12-inches beyond the perimeter of the tear or damaged area. Patch shall be either glued or sewn to the mother fabric or as approved by Engineer.

END OF SECTION

MCWD Pulaski Pike Water Line Replacement 3 Section 31 05 19.13 Geotextile Filter Fabric

BLANK PAGE

(This page is left blank intentionally.) SECTION 31 22 13 – SUBGRADE PREPARATION

PART 1 - GENERAL

1.1 REFERENCE STANDARDS

A. ASTM D1557 – Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3)

B. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3)

1.2 DEFINITIONS

A. Optimum Moisture Content: As defined in Section 31 23 23, FILL AND BACKFILL.

B. Prepared Ground Surface: Ground surface after completion of clearing and grubbing, scalping of sod, stripping of topsoil, excavation to grade, and scarification and compaction of subgrade.

C. Relative Compaction: As defined in Section 31 23 23, FILL AND BACKFILL.

D. Relative Density: As defined in Section 31 23 23, FILL AND BACKFILL.

E. Subgrade: Layer of existing soil after completion of clearing, grubbing, scalping of topsoil prior to placement of fill, roadway structure or base for floor slab.

F. Standard Specifications: The latest edition, including supplements of the Alabama Department of Transportation (ALDOT) Standard Specifications for Highway Construction.

1.3 SEQUENCING AND SCHEDULING

A. Complete applicable Work specified in Sections 31 11 00, BASE COURSE; and 31 30 00, EARTH MOVING, prior to preparation.

1.4 QUALITY ASSURANCE

A. Notify Engineer when subgrade is ready for compaction or whenever compaction is resumed after a period of extended inactivity.

1.5 ENVIRONMENTAL REQUIREMENTS

A. Prepare subgrade when unfrozen and free of ice and snow.

Section 31 22 13 MCWD Pulaski Pike Water Line Replacement 1 Subgrade Preparation PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 GENERAL

A. Clearing and Grubbing: Where clearing and/or partial clearing of the right-of way or easements is necessary, such as work shall be completed prior to trench excavation. Projecting materials, such as trees, logs, brush, hedges, etc. shall be cut as near to the surface of the ground as possible, and all stumps and roots shall be grubbed out unless specifically stated otherwise. All materials so cleared and grubbed shall be removed from the site or piled for disposal. In no case shall excavated materials be allowed to cover brush or trees prior to disposal.

B. Keep subgrade free of water, debris, and foreign matter during compaction or proof-rolling.

C. Bring subgrade to proper grade and cross-section and uniformly compact surface.

D. Do not use sections of prepared ground surface as haul roads. Protect prepared from traffic.

E. Maintain prepared ground surface in finished condition until next course is placed.

3.2 MOISTURE CONDITIONING

A. Dry Subgrade: Add water, then mix to make moisture content uniform throughout.

B. Wet Subgrade: Aerate material by blading, disking, harrowing, or other methods, to hasten drying process.

3.3 TESTING

A. Test roll subgrade as specified in Standard Specifications to detect soft or loose subgrade or unsuitable material, as determined by Engineer.

3.4 CORRECTION

A. Soft or Loose Subgrade:

1. Adjust moisture content and recompact, or 2. Over excavate as specified in Section 31 30 00, EARTH MOVING, and replace with suitable material from the excavation, as specified in Section 31 23 23, FILL AND BACKFILL

END OF SECTION

Section 31 22 13 MCWD Pulaski Pike Water Line Replacement 2 Subgrade Preparation

SECTION 31 23 16 - EXCAVATION

PART 1 - GENERAL

1.1 SUBMITTALS

A. Shop Drawings: 1. Excavation Plan, Detailing: a. Methods and sequencing of excavation. b. Proposed locations of stockpiled excavated material. c. Proposed and spoil disposal sites. d. Numbers, types, and sizes of equipment proposed to perform excavations.

1.2 QUALITY ASSURANCE

A. Provide adequate survey control to avoid unauthorized overexcavation.

1.3 WEATHER LIMITATIONS

A. Material excavated when frozen or when air temperature is less than 32 degrees F shall not be used as fill or backfill until material completely thaws.

B. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction.

1.4 SEQUENCING AND SCHEDULING

A. Demolition: Complete applicable Work as specified, prior to excavating.

B. Clearing, Grubbing, and Stripping: Complete applicable Work as specified, prior to excavating.

C. Dewatering: Conform to applicable requirements and engineer’s recommendations, if required.

D. Excavation Support: Install and maintain, support systems, as necessary to support sides of excavations and prevent detrimental settlement and lateral movement of existing facilities, adjacent property, and completed Work.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 GENERAL

A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavate to within tolerance of plus or minus 0.1-foot except where dimensions or grades are shown or specified as maximum or minimum. Allow for forms, working space, granular base, topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be deposited against earth.

B. Do not over excavate without written authorization of Engineer.

1 Section 31 23 16 MCWD Pulaski Pike Water Line Replacement Excavation

3.2 UNCLASSIFIED EXCAVATION

A. Excavation is unclassified. Complete all excavation regardless of the type, nature, or condition of the materials encountered.

3.3 TRENCH WIDTH

A. Minimum Width of Trenches: 1. Single Pipes, Conduits, Direct-Buried Cables, and Duct Banks: a. Less than 4-inch Outside Diameter or Width: 18 inches. b. Greater than 4-inch and up to 18-inch Outside Diameter or Width: 12 inches greater than outside diameter or width of pipe, conduit, direct-buried cable, or duct bank. c. Greater than 18-inch Diameter or Width: 24-inches greater than outside diameter or width of pipe, conduit, direct-buried cable, or duct bank. 2. Multiple Pipes, Conduits, Cables, or Duct Banks in Single Trench: 18 inches greater than aggregate width of pipes, conduits, cables, duct banks, plus space between. 3. Increase trench widths by thicknesses of sheeting.

B. Maximum Trench Width: Unlimited, unless otherwise shown or specified, or unless excess width will cause damage to existing facilities, adjacent property, or completed Work.

3.4 PIPE BEDDING GROOVES FOR NONPERFORATED DRAIN LINES

A. Semicircular, trapezoidal, or 90-degree-V.

B. Excavated or plowed into trench bottom. Forming groove by compaction will not be acceptable.

3.5 STOCKPILING EXCAVATED MATERIAL

A. Stockpile excavated material that is suitable for use as fill or backfill until material is needed.

B. Post signs indicating proposed use of material stockpiled. Post signs that are readable from all directions of approach to each stockpile. Signs should be clearly worded and readable by equipment operators from their normal seated position.

C. Confine stockpiles to within easements, rights-of-way, and approved work areas. Do not obstruct roads or streets.

D. Do not stockpile excavated material adjacent to trenches and other excavations unless excavation side slopes and excavation support systems are designed, constructed, and maintained for stockpile loads.

E. Do not stockpile excavated materials near or over existing facilities, adjacent property, or completed Work, if weight of stockpiled material could induce excessive settlement.

3.6 DISPOSAL OF SPOIL

A. Dispose of excavated materials, which are unsuitable or exceed quantity needed for fill or backfill,

2 Section 31 23 16 MCWD Pulaski Pike Water Line Replacement Excavation

B. Dispose of debris resulting from removal of underground facilities as specified and per local and federal regulations.

C. Dispose of debris resulting from removal of organic matter, trash, refuse, and junk as specified and per local and federal regulations.

3.7 EXCAVATION SAFETY

A. Conform to all applicable federal, state, and local regulations.

3.8 SUBGRADE PREPARATION

A. The excavation for all structures and facilities shall be in dewatered, firm, undisturbed earth. If, in the Engineer’s opinion, the has been disturbed, corrective measures may include: 1. Scarification and recompaction to 95 percent relative compaction or, 2. Overexcavation and replacement with compacted granular fill.

B. If the source of disturbance is determined to be the result of the actions, or inactions of the Contractor, (for example, inadequate dewatering, disturbance by excavating or hauling equipment) the cost of additional subgrade preparation will be at the Contractor’s expense.

END OF SECTION

3 Section 31 23 16 MCWD Pulaski Pike Water Line Replacement Excavation

BLANK PAGE

(This page is left blank intentionally.) SECTION 31 23 23 – FILL AND BACKFILL

PART 1 - GENERAL

1.1 REFERENCE STANDARDS

A. The following is a list of standards which may be referenced in this section: ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3):

1. American Society for Testing and Materials (ASTM): a. ASTM C117, Standard Test Method for Materials Finer Than 75-μm (No. 200) Sieve in Mineral Aggregates by Washing. b. ASTM C136, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. c. ASTM D75, Standard Practice for Sampling Aggregates. d. ASTM D698, Standard Test Methods for Laboratory Characteristics of Soil Using Modified Effort (12,400 ft-lbf/ft3 ). e. ASTM D1556, Standard Test Method for Density of Soil in Place by the Sand Cone Method. f. ASTM D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 ) g. ASTM D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). h. ASTM D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. i. ASTM D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density.

1.2 DEFINITIONS

A. Relative Compaction:

1. Ratio, in percent, of as-compacted field dry density to laboratory maximum dry density as determined in accordance with ASTM D698. 2. Apply corrections for oversize material to either as-compacted field dry density or maximum dry density, as determined by Engineer.

B. Optimum Moisture Content:

1. Determined in accordance with ASTM D698 specified to maximum dry density for relative compaction. 2. Determine field moisture content on basis of fraction passing 3/4-inch sieve.

C. Relative Density: Calculated in accordance with ASTM D4254 based on maximum index density determined in accordance with ASTM D4253 and minimum index density determined in accordance with ASTM D4254.

Section 31 23 23 MCWD Pulaski Pike Water Line Replacement 1 Fill and Backfill D. Prepared Ground Surface: Ground surface after completion of required demolition, clearing and grubbing, scalping of sod, stripping of topsoil, excavation to grade, and preparation.

E. Completed Course: A course or layer that is ready for next layer or next phase of Work.

F. Lift: Loose (uncompacted) layer of material.

G. Geosynthetics: Geotextiles, geogrids, or geomembranes.

H. Well-Graded:

1. A mixture of particle sizes with no specific concentration or lack thereof of one or more sizes. 2. Does not define numerical value that must be placed on coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters. 3. Used to define material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids.

I. Influence Area: Area within planes sloped downward and outward at 60-degree angle from horizontal measured from:

1. 1-foot outside outermost edge at base of foundations or slabs. 2. 1-foot outside outermost edge at surface of roadways or shoulder. 3. 0.5-foot outside exterior at spring line of pipes or culverts.

J. Borrow Material: Material from required excavations or from designated borrow areas on or near site. Refer to contract documents for specific locations and instructions.

K. Selected Backfill Material/Earthfill: Materials available onsite that Engineer determines to be suitable for specific use. Refer to contract drawings for specific locations and instructions.

L. Imported Material: Materials obtained from sources suitable for specified use.

M. Structural Fill: Fill materials as required under structures, pavements, and other facilities.

N. Embankment Material: Fill materials required to raise existing grade in areas other than under structures.

O. Standard Specification: The latest edition, including supplements of the Alabama Department of Transportation (ALDOT) Standard Specifications for Highway Construction.

1.3 SUBMITTALS

A. Quality Control Submittals:

1. Catalog and manufacturer's data sheets for compaction equipment. 2. Certified test results from independent testing agency.

Section 31 23 23 MCWD Pulaski Pike Water Line Replacement 2 Fill and Backfill 1.4 QUALITY ASSURANCE

A. Notify Engineer when:

1. Structure is ready for backfilling, and whenever backfilling operations are resumed after a period of inactivity. 2. Soft or loose subgrade materials are encountered wherever embankment or site fill is to be placed. 3. Fill material appears to be deviating from Specifications.

1.5 SEQUENCING AND SCHEDULING

A. Complete applicable Work specified in Sections 31 23 16, EXCAVATION; and 31 22 13, SUBGRADE PREPARATION, prior to placing fill or backfill.

B. Backfill against concrete structures only after concrete has attained compressive strength, as specified in Section 03 30 00, CAST-IN-PLACE CONCRETE. Obtain acceptance of concrete work and attained strength prior to placing backfill.

C. Backfill around water-holding structures only after completion of satisfactory leakage tests as specified in Section 03 30 00, CAST-IN-PLACE CONCRETE.

D. Do not place granular base, subbase, or surfacing until after subgrade has been prepared as specified in Section 31 22 13, SUBGRADE PREPARATION.

PART 2 - PRODUCTS

2.1 SOURCE QUALITY CONTROL

A. Gradation Tests: It will be the Contractor’s responsibility to conduct testing as necessary to locate acceptable sources of imported material.

2.2 EARTHFILL

A. Excavated material from required excavations, free from rocks larger than 3 inches, from roots and other organic matter, ashes, cinders, trash, debris, and other deleterious materials.

B. Locations of fill material will be shown on the Contract Documents.

2.3 GRANULAR FILL

A. Crushed Stone material shall conform with the requirements of the applicable sections of the ALDOT Standard Specifications and shall consist of clean, hard and durable particles or fragments, free from dirt, vegetation or objectionable materials. Two classes of crushed stone may be referred to as follows: 1. Class I – ALDOT No. 78 Aggregate 2. Class II – Dense Graded Aggregate (DGA)

Section 31 23 23 MCWD Pulaski Pike Water Line Replacement 3 Fill and Backfill

2.4 WATER FOR MOISTURE CONDITIONING

A. Free of hazardous or toxic contaminates, or contaminants deleterious to proper compaction.

2.5 BASE COURSE ROCK

A. As specified in Section 32 11 00, BASE COURSE.

2.6 FOUNDATION STABILIZATION ROCK

A. Crushed rock or pit run rock.

B. Uniformly graded from coarse to fine.

C. Free from excessive dirt and other organic material.

D. Maximum 2-1/2 inches particle size.

PART 3 - EXECUTION

3.1 GENERAL

A. Keep placement surfaces free of water, debris, and foreign material during placement and compaction of fill and backfill materials.

B. Place and spread fill and backfill materials in horizontal lifts of uniform thickness, in a manner that avoids segregation, and compact each lift to specified densities prior to placing succeeding lifts. Slope lifts only where necessary to conform to final grades or as necessary to keep placement surfaces drained of water.

C. During filling and backfilling, keep level of fill and backfill around each structure and buried tank even.

D. Do not place fill or backfill, if fill or backfill material is frozen, or if surface upon which fill or backfill is to be placed is frozen.

E. If pipe, conduit, duct bank, or cable is to be laid within fill or backfill: 1. Fill or backfill to an elevation 2 feet above top of item to be laid. 2. Excavate trench for installation of item. 3. Install bedding, if applicable, as specified in Section 31 23 23.16, TRENCH BACKFILL. 4. Install item. 5. Backfill envelope zone and remaining trench, as specified in Section 31 23 23.16, TRENCH BACKFILL, before resuming filling or backfilling specified in this section.

Section 31 23 23 MCWD Pulaski Pike Water Line Replacement 4 Fill and Backfill F. Tolerances:

1. Final Lines and Grades: Within a tolerance of 0.1-foot unless dimensions or grades are shown or specified otherwise. 2. Grade to establish and maintain slopes and drainage as shown. Reverse slopes are not permitted.

G. Settlement: Correct and repair any subsequent damage to structures, pavements, curbs, slabs, piping, and other facilities, caused by settlement of fill or backfill material.

H. Fill and backfill materials shall be conditioned to a water content that is within 2 percentage points (plus or minus) of the optimum required for compaction as determined by ASTM D698.

3.2 BACKFILL UNDER AND AROUND STRUCTURES

A. Under Facilities: Within influence area beneath structures, slabs, pavements, curbs, piping, conduits, duct banks, and other facilities, backfill with granular fill, unless otherwise shown. Place granular fill in lifts of 6-inch maximum thickness and compact each lift to minimum of 95 percent relative compaction as determined in accordance with ASTM D698, Method C.

B. Subsurface Drainage: Backfill with granular drain material, where shown. Place granular drain material in lifts of 6-inch maximum thickness and compact each lift to minimum of 90 percent relative density.

C. Other Areas: Backfill with earthfill to lines and grades shown, with proper allowance for topsoil thickness where shown. Place in lifts of 6-inch maximum thickness and compact each lift to minimum 95 percent relative compaction as determined in accordance with ASTM D698, Method C.

3.3 FILL

A. Outside Influence Areas Beneath Structures, Tanks, Pavements, Curbs, Slabs, Piping, and Other Facilities: Unless otherwise shown, place earthfill as follows:

1. Allow for 6-inch thickness of topsoil where required. 2. Maximum 9-inch thick lifts. 3. Place and compact fill across full width of embankment. 4. Compact to minimum 95 percent relative compaction as determined in accordance with ASTM D698, Method C. 5. Dress completed embankment with allowance for topsoil, crest surfacing, and slope protection, where applicable.

3.4 SITE TESTING

A. Gradation:

1. One sample from each 400 tons of finished product or more often as determined by Engineer, if variation in gradation is occurring, or if material appears to depart from Specifications.

Section 31 23 23 MCWD Pulaski Pike Water Line Replacement 5 Fill and Backfill 2. If test results indicate material does not meet Specification requirements, terminate material placement until corrective measures are taken. 3. Remove material placed in Work that does not meet Specification requirements.

B. In-Place Density Tests: In accordance with ASTM. During placement of materials, test as follows:

1. One test per every other lift per 200 lineal feet of roadway or trench. 2. A minimum of two tests on granular fill beneath structures. 3. A minimum of two test per 300 cubic yards during backfilling of walls.

C. Testing shall be the Contractor’s responsibility and conducted by persons experienced in such work.

3.5 GRANULAR BASE, SUBBASE, AND SURFACING

A. Place and Compact as specified in Section 32 11 00, BASE COURSE

3.6 REPLACING OVEREXCAVATED MATERIAL

A. Replace excavation carried below grade lines shown or established by Engineer as follows:

1. Beneath Footings: Concrete of strength equal to that of respective footing. 2. Beneath Fill or Backfill: Same material as specified for overlying fill or backfill. 3. Beneath Slabs-On-Grade: Granular fill. 4. Trenches:

a. Unauthorized Overexcavation: Either trench stabilization material or granular pipe base material, as specified in Section 31 23 23, TRENCH BACKFILL. b. Authorized Overexcavation: Trench stabilization material, as specified in Section 31 23 23, TRENCH BACKFILL.

5. 5. Permanent Cut Slopes (Where Overlying Area is Not to Receive Fill or Backfill):

a. Flat to Moderate Steep Slopes (3: 1, Horizontal Run: Vertical Rise or Flatter): Earthfill. b. Steep Slopes (Steeper than 3: 1):

1) Correct overexcavation by transitioning between areas and designed slope adjoining areas, provided such cutting does not extend offsite or outside easements and right-of-ways, or adversely impacts existing facilities, adjacent property, or completed Work. 2) Backfilling overexcavated areas is prohibited unless, in opinion, backfill will remain stable, and overexcavated material is replaced as compacted earth fill.

END OF SECTION

Section 31 23 23 MCWD Pulaski Pike Water Line Replacement 6 Fill and Backfill SECTION 31 23 23.16 – TRENCH BACKFILL

PART 1 - GENERAL

1.1 REFERENCE STANDARDS

A. The following is a list of standards which may be referenced in this section: 1. American National Standards Institute (ANSI): 253.1, Safety Color Code. 2. American Public Works Association (APWA): Uniform Color Code for Temporary Marking of Underground Utility Locations. 3. American Society for Testing and Materials (ASTM): a. ASTM D448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. b. ASTM C94, Specification for Ready-Mixed Concrete. c. ASTM C117, Standard Test Method for Materials Finer than 75 micrometer (No. 200) Sieve in Mineral Aggregates by Washing. d. ASTM C136, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. e. ASTM C150, Standard Specification for Portland Cement. f. ASTM C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. g. ASTM D422, Standard Test Method for Particle-Size Analysis of Soils. h. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil using Standard Effort (12,400 ft-lbf/cubic ft). i. ASTM D1140, Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75 micrometer) Sieve. j. ASTM D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil using Modified Effort (56,000 ft-lbf). k. ASTM D3776, Standard Test Methods for Mass per Unit Area (Weight) of Fabric. l. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics: Diaphragm Bursting Strength Tester Method. m. ASTM D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. n. ASTM D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. o. ASTM D4318, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. p. ASTM D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles. q. ASTM D4832, Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. r. ASTM D4991, Standard Test Method for Leakage Testing of Empty Rigid Containers by Vacuum Method. s. ASTM D5034, Standard Test Method for Breaking Strength and Elongation of Textile Fabrics (Grab Test).

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 1 Trench Backfill 1.2 DEFINITIONS

A. Base Rock: Granular material upon which manhole bases and other structures are placed.

B. Bedding Material: Granular material upon which pipes, conduits, cables, or duct banks are placed.

C. Imported Material: Material obtained by the Contractor from source(s) offsite.

D. Lift: Loose (uncompacted) layer of material.

E. Pipe Zone: Backfill zone that includes full trench width and extends from prepared trench bottom to an upper limit above top outside surface of pipe, conduit, cable or duct bank.

F. Prepared Trench Bottom: Graded trench bottom after stabilization and installation of bedding material.

G. Relative Compaction: The ratio, in percent, of the as-compacted field dry density to the laboratory maximum dry density as determined by ASTM D698. Corrections for oversize material may be applied to either the as-compacted field dry density or the maximum dry density, as determined by the Engineer.

H. Relative Density: As defined by ASTM D4253 and ASTM D4254.

I. Selected Backfill Material: Material available that the Engineer determines to be suitable for a specific use.

J. Well-Graded: A mixture of particle sizes that has no specific concentration or lack thereof of one or more sizes producing a material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. Well-Graded does not define any numerical value that must be placed on the coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters.

1.3 SUBMITTALS

A. Shop Drawings: Manufacturer's descriptive literature for marking tapes.

B. Samples: 1. Trench stabilization material. 2. Bedding and pipe zone material. 3. Granular drain. 4. Granular backfill. 5. Earth backfill. 6. Sand(s). 7. Geotextile.

C. Quality Control Submittals: Catalog and manufacturer's data sheets for compaction equipment.

D. Certified Gradation Analysis: Submit not less than 30 days prior to delivery for imported materials or anticipated use for excavated materials, except for trench stabilization material that will be submitted prior to material delivery to site.

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 2 Trench Backfill E. Controlled Low Strength Material: Certified mix design and test results. Include material types and weight per cubic yard for each component of mix.

PART 2 - PRODUCTS

2.1 MARKING TAPE

A. Plastic: 1. Inert polyethylene, impervious to known alkalis, acids, chemical reagents, and solvents likely to be encountered in soil. 2. Thickness: Minimum 4 mils. 3. Width: 12 inches. 4. Identifying Lettering: Minimum 1-inch high, permanent black lettering imprinted continuously over entire length. 5. Manufacturers and Products: a. Reef Industries; Terra Tape. b. Allen; Markline.

B. Metallic: 1. Solid aluminum foil, visible on unprinted side, encased in a protective high visibility, inert polyethylene plastic jacket. 2. Thickness: Minimum 5 mils. 3. Width: 12 inches. 4. Identifying Lettering: Minimum 1-inch high, permanent black lettering imprinted continuously over entire length. 5. Joining Clips: Tin or nickel-coated, furnished by tape manufacturer. 6. Manufacturers and Products: a. Reef Industries; Terra Tape Sentry Line. b. Allen; Detectatape.

C. Color: In accordance with APWA Uniform Color Code for Temporary Marking of Underground Facilities.

Colora Facility

Red Electric power lines, cables, conduit, and lightning cables

Orange Communicating alarm or signal lines, cables, or conduit

Yellow Gas, oil, steam, petroleum, or gaseous materials

Green Sewers and drain lines

Blue Water, irrigation, and slurry lines

aAs specified in ANSI Z53.1, Safety Color Code.

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 3 Trench Backfill 2.2 TRENCH STABILIZATION MATERIAL

A. Clean, hard, durable 3-inch minus crushed rock gravel, or pit run, free from clay balls, other organic materials, or debris.

B. Uniformly graded from coarse to fine, less than 8 percent by weight passing the 1/4-inch sieve.

2.3 BEDDING MATERIAL AND PIPE ZONE MATERIAL

A. Unfrozen, friable, and no clay balls, roots, or other organic material.

B. Clean or gravelly sand with less than 5 percent passing No. 200 sieve, as determined in accordance with ASTM D1140, or gravel or crushed rock within maximum particle size and other requirements as follows unless otherwise specified. 1. Duct Banks: 3/4-inch maximum particle size. 2. PVC Irrigation System Piping, and Ductile Iron Pipe with Polyethylene Wrap: 3/8-inch maximum particle size. 3. Pipe Under 18 Inches Diameter: 3/4-inch maximum particle size, except 1/4-inch for stainless steel pipe, copper pipe, tubing, and plastic pipe under 3 inches diameter. 4. Pipe Greater than 18 Inches Diameter: 1-1/2-inch maximum particle size for ductile iron pipe, concrete pipe, welded steel pipe, and pretensioned or prestressed concrete cylinder pipe. 3/4-inch maximum particle size for PVC, FRP, or HDPE Pipe. 5. Perforated Pipe: Granular drain material. 6. Conduit and Direct-Buried Cable: a. Sand, clean or clean to silty, less than 12 percent passing the No. 200 sieve. b. Individual Particles: Free of sharp edges. c. Maximum Size Particle: Pass a No. 4 sieve. d. If more than 5 percent passes No. 200 sieve, the fraction that passes No. 40 sieve shall be nonplastic as determined in accordance with ASTM D4318.

2.4 EARTH FILL

A. As specified in Section 31 23 23, FILL AND BACKFILL.

2.5 CONTROLLED LOW STRENGTH FILL

A. Select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832.

B. Materials: 1. Cement: ASTM C150, Type I or II. 2. Aggregate: ASTM C33, Size 7. 3. Fly Ash (if used): ASTM C618, Class C. 4. Water: Clean, potable, containing less than 500 ppm of chlorides.

2.6 CONCRETE BACKFILL

A. Provide as specified in Section 03 30 00, CAST-IN-PLACE CONCRETE.

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 4 Trench Backfill 2.7 TOPOSOIL

A. Topsoil removed and stockpiled from onsite excavation.

2.8 SOURCE QUALITY CONTROL

A. Perform gradation analysis in accordance with ASTM C136 for: 1. Earth backfill, including specified class(es). 2. Trench stabilization material. 3. Bedding and pipe zone material.

B. Certify Laboratory Performance of Mix Designs: 1. Controlled low strength fill. 2. Concrete.

PART 3 - EXECUTION

3.1 TRENCH PREPARATION

A. Water Control: 1. Promptly remove and dispose of water entering trench as necessary to grade trench bottom and to compact backfill and install manholes, pipe, conduit, direct-buried cable, or duct bank. Do not place concrete, lay pipe, conduit, direct-buried cable, or duct bank in water. 2. Remove water in a manner that minimizes soil erosion from trench sides and bottom. 3. Provide continuous water control until trench backfill is complete.

B. Remove foreign material and backfill contaminated with foreign material that falls into trench

3.2 TRENCH BOTTOM

A. Firm Subgrade: Grade with hand tools, remove loose and disturbed material, and trim off high areas and ridges left by excavating bucket teeth. Allow space for bedding material if shown or specified.

B. Soft Subgrade: If it is encountered that it may require removal to prevent pipe settlement, notify Engineer. Engineer will determine the depth of over excavation, if any, required.

3.3 TRENCH STABILIZATION MATERIAL INSTALLATION

A. Rebuild trench bottom with trench stabilization material.

B. Place material over full width of trench in 6-inch lifts to required grade, providing allowance for bedding thickness.

C. Compact each lift so as to provide a firm, unyielding support for the bedding material prior to placing succeeding lifts.

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 5 Trench Backfill 3.4 BEDDING

A. Furnish imported bedding material where, in the opinion of the Engineer, excavated material unsuitable for bedding or insufficient in quantity.

B. Place over the full width of the prepared trench bottom in two equal lifts when the required depth exceeds 8 inches.

C. Hand grade and compact each lift to provide a firm, unyielding surface.

D. Minimum Thickness: 1. Pipe, 15-inch and Smaller: 4 inches. 2. Pipe, 18-inch to 36 inch: 6 inches. 3. Pipe, 42-inch and Larger: 12 inches. 4. Conduit: 3 inches. 5. Direct-Buried Cable: 3 inches. 6. Duct Banks: 3 inches

E. Check grade and correct irregularities in bedding material. Loosen top 1 to 2 inches of compacted bedding material with a rake or by other means to provide a cushion before laying each section of pipe, conduit, direct-buried cable, or duct bank.

F. Install to form continuous and uniform support except at bell holes, if applicable, or minor disturbances resulting from removal of lifting tackle.

G. Bell or Coupling Holes: Excavate in bedding at each joint to permit proper assembly and inspection of joint and to provide uniform bearing along barrel of pipe or conduit.

3.5 BACKFILL PIPE ZONE

A. Upper limit of pipe zone shall not be less than following:

1. Pipe: 12 inches above top of pipe, unless shown otherwise. 2. Conduit: 3 inches above top of conduit, unless shown otherwise. 3. Direct-Buried Cable: 3 inches above top of cable, unless shown otherwise. 4. Duct Bank: 3 inches above top of duct bank, unless shown otherwise.

B. Restrain pipe, conduit, cables, and duct banks as necessary to prevent their movement during backfill operations.

C. Place material simultaneously in lifts on both sides of pipe and, if applicable, between pipes, conduit, cables, and duct banks installed in same trench. 1. Pipes 10 Inches and Smaller Diameter: First lift less than or equal to pipe-diameter. 2. Pipes Over 10 Inches Diameter: Maximum 6-inch lifts.

D. Thoroughly tamp each lift, including area under haunches, with handheld tamping bars supplemented by "walking in" and slicing material under haunches with a shovel to ensure that voids are completely filled before placing each succeeding lift.

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 6 Trench Backfill E. After the full depth of the pipe zone material has been placed as specified, compact the material by a minimum of three passes with a vibratory plate compactor only over the area between the sides of the pipe and the trench walls.

F. Do not use power-driven impact compactors to compact pipe zone material.

3.6 MARKING TAPE INSTALLATION

A. Continuously install marking tape along centerline of all buried piping, at depth of 2 feet. Coordinate with piping installation drawings. 1. Metallic Marking Tape: Install with nonmetallic piping 2. Plastic Marking Tape: Install with metallic piping.

3.7 BACKFILL ABOVE PIPE ZONE

A. General: 1. Process excavated material to meet specified gradation requirements. 2. Adjust moisture content as necessary to obtain specified compaction. 3. Do not allow backfill to free fall into the trench or allow heavy, sharp pieces of material to be placed as backfill until after at least 2 feet of backfill has been provided over the top of pipe. 4. Do not use power driven impact type compactors for compaction until at least 4 feet of backfill is placed over top of pipe. 5. Backfill to grade with proper allowances for topsoil, crushed rock surfacing, and pavement thicknesses, wherever applicable. 6. Backfill around structures with same class backfill as specified for adjacent trench unless otherwise shown or specified.

B. Select Excavated Backfill: 1. Place in lifts not exceeding 9-inch thickness. 2. Mechanically compact each lift to a minimum of 95 percent relative compaction prior to placing succeeding lifts.

C. Excavated Backfill: Backfill trench above the pipe zone with granular backfill in lifts not exceeding 8 inches. Compact each lift to a minimum of 95 percent relative compaction prior to placing succeeding lifts.

D. Concrete Backfill: 1. Place above bedding. 2. Minimum Concrete Thickness: 6 inches on top and sides of pipe. 3. Do not allow dirt or foreign material to become mixed with concrete during placement. 4. Allow sufficient time for concrete to reach initial set before additional backfill material is placed in trench. 5. Prevent flotation of pipe. 6. Begin and end concrete backfill within 4 inches of a pipe joint on each end. 7. Do not encase pipe joints except within the limits of the concrete backfill.

E. Controlled Low Strength Fill: 1. Discharge from truck mounted drum type mixer into trench.

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 7 Trench Backfill 2. Place in lifts as necessary to prevent uplift (flotation) of new and existing facilities.

3.8 REPLACEMENT OF TOPSOIL

A. Replace topsoil in top 6 inches of backfilled trench.

B. Maintain the finished grade of topsoil even with adjacent area and grade as necessary to restore drainage.

3.9 MAINTENANCE OF TRENCH BACKFILL

A. After each section of trench is backfilled, maintain the surface of the backfilled trench even with the adjacent ground surface until final surface restoration is completed.

B. Gravel Surfacing Rock: Add gravel surfacing rock where applicable and as necessary to keep the surface of the backfilled trench even with the adjacent ground surface, and grade and compact as necessary to keep the surface of backfilled trenches smooth, free from ruts and potholes, and suitable for normal traffic flow.

C. Topsoil: Add topsoil where applicable and as necessary to maintain the surface of the backfilled trench level with the adjacent ground surface.

D. Asphaltic Pavement: Replace settled areas or fill with asphalt as specified in Madison County Standard Specifications or per County Standards.

E. Other Areas: Add excavated material where applicable and keep the surface of the backfilled trench level with the adjacent ground surface.

3.10 SETTLEMENT OF BACKFILL

A. Settlement of trench backfill, or of fill or facilities constructed over trench backfill, will be considered a result of defective compaction of trench backfill.

END OF SECTION

Section 31 23 23.16 MCWD Pulaski Pike Water Line Replacement 8 Trench Backfill

SECTION 31 30 00 – EARTH MOVING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: 1. Preparing subgrades for slabs-on-grade, pavements, turf and grasses. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for concrete slabs-on-grade. 4. Subbase course for concrete pavements. 5. Subbase course and base course for asphalt paving. 6. Subsurface drainage backfill for walls and trenches. 7. Excavating and backfilling trenches for utilities and pits for buried utility structures.

B. Related Sections: 1. Division 01 Section "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities; also for temporary site fencing if not in another Section. 2. Division 31 Sections related to Excavation. 3. Division 32 Section "Turf and Grasses" for finish grading in turf and grass areas, including preparing and placing planting soil for turf areas.

C. This Section describes the earthwork necessary for excavating, backfilling and compaction for installation of new utilities. The extent of earthwork shall be as indicated on the Plans. Excavation for site piping and utilities is included as part of this work. "Excavation" consists of removal of all material encountered to subgrade elevations and subsequent disposal or reuse of materials removed. The Contractor shall furnish, place and compact all bedding and backfill materials specified herein or as denoted on the Plans.

D. Topsoil shall be removed and stockpiled for later reuse. Subsoil shall be excavated and stockpiled for later reuse as directed in this Section. All excavated areas shall be graded and restored to near original contours or to new grading contours as directed on Plans after backfilling and compaction is completed.

E. All work included in this section shall follow the standards of the Federal Occupational Safety and Health Act and the Alabama Department of Labor.

1.3 DEFINITIONS

A. Backfill: Soil material or controlled low-strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 1 Earth Moving

2. Final Backfill: Backfill placed over initial backfill to fill a trench.

B. Base Course: Aggregate layer placed between the subbase course and hot-mix asphalt paving.

C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe.

D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.

E. Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward capillary flow of pore water.

F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Owner. 2. Bulk Excavation: Excavation more than 10 feet (3 m) in width and more than 30 feet (9 m) in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Owner. Unauthorized excavation, as well as remedial work directed by Owner, shall be without additional compensation.

G. Fill: Soil materials used to raise existing grades.

H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. (0.76 cu. m) for bulk excavation or 3/4 cu. yd. (0.57 cu. m) for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1. Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- (1065-mm-) wide, maximum, short-tip-radius rock bucket; rated at not less than 138-hp (103-kW) flywheel power with bucket-curling force of not less than 28,700 lbf (128 kN) and stick-crowd force of not less than 18,400 lbf (82 kN) with extra-long reach boom; measured according to SAE J-1179. 2. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 230-hp (172- kW) flywheel power and developing a minimum of 47,992-lbf (213.3-kN) breakout force with a general-purpose bare bucket; measured according to SAE J-732.

I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface.

J. Subbase Course: Aggregate layer placed between the subgrade and base course for hot-mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk.

K. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials.

L. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 2 Earth Moving

1.4 SUBMITTALS

A. Product Data: For each type of the following manufactured products required: 1. Controlled low-strength material, including design mixture. 2. Warning tapes.

B. Qualification Data: For qualified testing agency.

C. Material Test Reports: For each borrow soil material proposed for fill and backfill as follows: 1. Classification according to ASTM D 2487. 2. Laboratory compaction curve according to ASTM D 698.

D. Blasting plan approved by authorities having jurisdiction.

E. Seismic survey report from seismic survey agency.

F. Copies of all test reports and field reports shall be made available to the Owner and the Engineer.

G. The Contractor shall provide access to site areas, borrow pits and other areas for testing. The Contractor shall also indicate when there is a need for tests to be performed. The Contractor is responsible for preparation for any tests necessary for the conduct of the Work.

1.5 QUALITY ASSURANCE

A. Blasting: No blasting is allowed on this project.

B. Geotechnical Testing Agency Qualifications: Qualified according to ASTM E 329 and ASTM D 3740 for testing indicated.

C. Codes and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction.

D. Testing and Inspection Service: The Owner shall select the services of a qualified geotechnical engineering, inspection, and testing firm for quality control testing during earthwork operations. The Contractor shall shall coordinate testing and inspection with the testing firm for services directed by the Owner and/or the Engineer.

E. Inspection: Verify that all stockpiled fill to be reused is approved. Verify areas to be backfilled are free of debris, snow, ice, or water, and surfaces are not frozen. Verify foundation perimeter drainage installation has been inspected.

1.6 PROJECT CONDITIONS

A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth moving operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 3 Earth Moving

2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction.

B. Improvements on Adjoining Property: Authority for performing earth moving indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Owner.

C. Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth moving operations.

D. Do not commence earth moving operations until temporary erosion- and sedimentation-control measures, specified in Division 01 Section "Temporary Facilities and Controls" and Division 31 Section "Site Clearing," are in place.

E. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. 1. The Contractor may conduct test borings and other exploratory operations. 2. Identify all required lines, levels, contours and datum necessary during construction work.

F. Prior to commencement of work, the Contractor shall locate existing underground utilities in areas of the work. If utilities are to remain in place, provide adequate means of protection during earthwork operations where required. Upon discovery of unknown utility or concealed conditions, affected work shall be discontinued until the Owner and the Engineer are notified.

PART 2 - MATERIALS

2.1 SOIL MATERIALS

A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations.

B. Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to ASTM D 2487, or a combination of these groups; free of rock or gravel larger than 3 inches (75 mm) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.

C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction.

D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 4 Earth Moving

E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve.

F. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch (25-mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve.

G. Sand: ASTM C 33; fine aggregate.

H. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state.

I. Drainage fill: Washed, uniformly graded mixture of crushed stone or crushed gravel conforming to No. 2 of The Table of ALDOT Coarse Aggregate Sizes of the Alabama Department of Transportation (ALDOT) Standard Specifications.

J. Backfill and non-structural fill materials: Satisfactory soil materials free of debris, waste, frozen materials, vegetable, and other deleterious matter.

K. Topsoil: Excavated material, graded free of roots, rocks larger than one inch, subsoil, debris, and large weeds.

L. Subsoil: Excavated material, graded free of lumps larger than 12 inches, rocks larger than 12 inches and debris.

2.2 MATERIAL REQUIREMENTS

A. The nature of the materials will govern both their acceptability for backfill and the methods best suited for their placement and compaction in the backfill. No stone or rock fragment larger than 12 inches in greatest dimension shall be placed in the backfill nor shall large masses of backfill materials be dropped into the trench in such a manner as to endanger the pipeline. If necessary, a timber grillage shall be used to break the fall of material dropped from a height of more than 5 feet. Pieces of bituminous pavement shall be excluded from the backfill unless their use is expressly permitted, in which case they shall be broken up as directed. 1. Crushed Stone a. Crushed stone material shall conform with the requirement of the applicable sections of the ALDOT Standard Specifications and shall consist of clean, hard, and durable particles or fragments, free from dirt, vegetation or objectionable materials. Two classes of crushed stone may be referred to in this Section as: 1) Class I – ALDOT No. 78 Aggregate. 2) Class II – Dense Graded Aggregate (DGA).

B. Use of explosives shall not be allowed without prior written approval from the Owner.

C. Protection of Persons and Property 1. Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. 2. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 5 Earth Moving

3. Protect trees and other features remaining as portion of final landscaping. 4. Protect benchmarks, existing structures, fences, roads, sidewalks, and other features not designated for demolition. Contractor shall be responsible to repair any damage to those items not designated for demolition or removal in a manner satisfactory to the Owner.

D. Material Storage: Stockpile satisfactory excavated materials where directed, until required for backfill or fill. Place, grade, and shape all stockpiles for proper drainage.

2.3 TOLERANCES

A. Top Surface of Subgrade: Plus or minus three (3) inches.

B. Top Surface of Backfilling: Plus or minus one (1) inch.

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations.

B. Protect and maintain erosion and sedimentation controls during earth moving operations.

C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials.

3.2 DEWATERING

A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area.

B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation.

1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches.

C. Dewatering and Drainage: Refer to Section 31 23 19 for dewatering and drainage requirements. It is anticipated that dewatering and/or drainage may be required at excavations.

3.3 EXPLOSIVES

A. Explosives shall not be used on this project.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 6 Earth Moving

3.4 EXCAVATION, GENERAL

A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 24 inches outside of concrete forms other than at footings. b. 12 inches outside of concrete forms at footings. c. 6 inches outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches beneath bottom of concrete slabs-on-grade. f. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42 inches wide.

B. Excavation includes excavation to subgrade elevations including excavation of earth, rock, bricks, wood, cinders, and other debris. All excavation shall conform to 29CFR, Part 1926, Subpart P.

C. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of the Owner or the Engineer.

D. When excavation has reached required subgrade elevations, notify the Owner or Engineer who will make an inspection of conditions. If unsuitable bearing materials are encountered at required subgrade elevations, carry excavation deeper and replace excavated material as directed in writing by the Owner or Engineer at no additional expense to the Owner and/or Engineer.

E. Stability of Excavations: 1. Slope sides of excavations to comply with OSHA regulations and all other ordinances having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. 2. Maintain sides and slopes of excavations in safe condition until completion of backfilling.

3.5 SHORING AND BRACING

A. Sheeting and shoring of trenches shall be provided where necessary to protect life, property and the new or existing structures from damage or to maintain maximum permissible trench widths at top of pipe. All necessary materials, including, but not limited to, sheeting, sheet piling, trench jacks, braces, shores and stringers, shall be used to hold trench walls. Sheeting and shoring may be withdrawn as the trenches are being backfilled, after backfill has been tamped over top of the pipe at least 18 inches. If removal before backfill is completed to surface endangers adjacent structures, such as buildings, pipelines, street paving, and sidewalks, then the sheeting and shoring shall be left in place until such danger has passed, and then pulled if practical. Voids caused by sheeting withdrawal shall be backfilled and tamped. If not

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 7 Earth Moving

withdrawn, sheeting shall be cut off at least 18 inches below final surface grade, so there is no obstruction at the ground level.

B. The Contractor shall furnish, put in place, and maintain such sheeting, bracing, etc. as may be necessary to support the sides of the excavation and to prevent any movement of earth which could in any way diminish the width of the excavation to less than that necessary for proper construction, or could otherwise injure or delay the work, or endanger adjacent structures.

C. Where unstable material is encountered or where the depth of excavation in earth exceeds 5 feet, the sides of the trench or excavation shall be supported by substantial sheeting, bracing, and shoring, or the sides sloped to the angle of repose. Sloping the sides of the ditch to the angle of repose will not be permitted in streets, roads, narrow rights-of-way or other constricted areas unless otherwise specified. The design and installation of all sheeting, sheet piling, bracing and shoring shall be based on computations of pressure exerted by the materials to be retained under obtaining conditions. Adequate and proper shoring of all excavations shall be the entire responsibility of the Contractor; however, the Owner or Engineer may require the submission of shoring plans (accompanied by supporting computations) for approval prior to the Contractor undertaking any portion of the work. The standards of the Federal Occupational Safety and Health Act and the Alabama Department of Labor shall be followed.

D. Whenever possible, sheeting shall be driven ahead of the excavation to avoid loss of material from behind the sheeting. If it is necessary to excavate below the sheeting, care shall be taken to avoid trimming behind the face along which the sheeting will be driven. Care shall be taken to prevent voids outside of the sheeting, but if voids occur, they shall be filled immediately with sand and compacted.

E. The Contractor shall leave in place to be embedded in the backfill, or concrete, all sheeting, bracing, etc. which indicated on the Plans to be so left in place. The Contractor also shall leave in place any and all other sheeting, bracing, etc. which the Owner or Engineer may direct him in writing to leave in place at any time during the progress of the work for the purpose of preventing injury to structures or property.

F. The Owner or Engineer may direct that sheeting and bracing be cut at any specified elevation.

G. All sheeting and bracing not to be left in place shall be carefully removed in such manner as not to endanger the construction or other structures. All voids left or caused by the withdrawal of sheeting shall be backfilled immediately using suitable materials and compaction methods.

3.6 EXCAVATION FOR STRUCTURES

A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 8 Earth Moving

3.7 EXCAVATION FOR WALKS AND PAVEMENTS

A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. The Contractor shall remove only as much of any existing pavement as is necessary for the prosecution of the work in a paved area.

B. Excavation for Pavements: The Contractor shall remove only as much of any existing pavement as is necessary for the prosecution of the work. Pavement shall be sawcut. Where pavement is removed in large pieces, it shall be disposed of before proceeding with the excavation.

3.8 EXCAVATION FOR UTILITY TRENCHES

A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line.

B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (300 mm) higher than top of pipe or conduit unless otherwise indicated. 1. Clearance: 12 inches (300 mm) each side of pipe or conduit.

C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. Excavate trenches to allow for bedding course as indicated below and shown on the Standard Details. Hand-excavate deeper for bells of pipe. 1. Excavate trenches 6 inches (150 mm) deeper than elevation required within stable soil. 2. Excavate trenches 12 inches (300 mm) deeper than elevation required within rock, unstable, soft or other unyielding bearing material to allow for bedding course.

D. All existing facilities shall be protected from danger or damage while pipelines are being constructed and backfilled, and from damage due to settlement of the backfill.

E. From areas within which excavations are to be made, loam and topsoil shall be carefully removed and separately stored to be used again as directed; or, if the Contractor prefers not to separate surface materials, the Contractor shall furnish, as directed, loam and topsoil at least equal in quantity and quality to that excavated.

F. In the event any existing structure is damaged, repair and restoration shall be made at once and backfill shall not be replaced until this is done. Restoration and repair shall be such that the damaged structure is equal to or better than its original condition and can serve its purpose as completely as before.

G. Trenches must be dug to lines and grades shown on the Plans. Hand trenching may be required in areas where machine trenching would result in undue damage to existing structures and facilities.

H. Where pipe is to be laid in gravel bedding or concrete cradle, the trench may be excavated by machinery to, or just below, the designated subgrade, provided that the material remaining at

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 9 Earth Moving

the bottom of the trench is no more than slightly disturbed and existing pipe to remain is not damaged. 1. Where pipe is to be laid directly on the trench bottom, the lower part of trenches in earth shall not be excavated to subgrade by machinery. However, just before the pipe is to be placed, the last of the material to be excavated shall be removed by means of hand tools to form a flat or shaped bottom, true to grade, so that the pipe will have a uniform and continuous bearing and support on firm and undisturbed material between joints except for limited areas where the use of pipe slings may have disturbed the bottom. Notching shall be provided under pipe bells. 2. The location of the pipelines and their appurtenances as shown on the Plans are those intended for the final construction. However, conditions may present themselves before construction on any line is started that would indicate desirable changes in location. The Owner reserves the right to make reasonable changes in line and structure locations. The Owner is under no obligation to locate pipelines so they may be excavated by machine. 3. The Contractor shall only have sufficient trench open ahead of the pipe laying work as necessary for the prosecution of the work that day. Dig trenches to the uniform width required for the particular item to be installed, sufficiently wide to provide ample working room. Provide a minimum of 12 inches clearance on both sides of pipe or conduit. In doing this, based on backfill requirements, the Contractor must use 12 inches of stone on sides of pipe, even for smaller diameter pipes. a. Excavate trenches to depth indicated or required. Carry depth of trenches for piping to establish indicated flow lines and invert elevations. Beyond building perimeter, keep bottoms of trenches sufficiently below finish grade to avoid freeze- ups. b. Where rock is encountered, carry excavation 12 inches below required elevation and backfill with a 12 inch layer of crushed stone or gravel prior to installation of pipe as shown on the Standard Details. c. For pipes or conduit 6 inches or larger in nominal size excavate to subbase depth indicated or, if not otherwise indicated, to 6 inches below of work to be supported. d. Except as otherwise indicated, excavate for piping so top of piping is no less than 3-feet 0-inches below finish grade. e. Encase pipe with concrete (full encasement) where trench excavations pass within 18 inches of columns, wall footings, or slabs, or which pass under wall footings. Place concrete to level of bottom of adjacent footing(s) or slab. f. Concrete is specified in Division 03. g. For pipe which is not to be pressure-tested, do not backfill trenches until tests and inspections have been made and backfilling authorized by the Owner or Engineer. Use care in backfilling to avoid damage or displacement of pipe systems. h. Pipe trenches shall be made as narrow as practicable and shall not be widened by scraping or loosening materials from the sides. Every effort shall be made to keep the sides of the trenches firm and undisturbed until backfilling has been completed and consolidated. i. Trenches shall be excavated with approximately vertical sides between the elevation of the center of the pipe and an elevation 1-foot above the top of the pipe. j. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35oF (1oC). k. Depth of Trench: Trenches shall be excavated to such depths as will permit the pipe to be laid at the elevations, slopes, or depths of cover as indicated on the Plans, and at uniform slopes between indicated elevations. l. Trench Excavation in Fill: If pipe is to be laid in embankments or other recently filled material, the material shall first be placed to the top of the fill or to a height

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 10 Earth Moving

of at least 1 foot above the top of the pipe, whichever is the lesser. Particular care shall be taken to ensure maximum consolidation of material under the pipe location. The pipe trench shall be excavated as though in undisturbed material.

3.9 SUBGRADE INSPECTION

A. Notify Owner when excavations have reached required subgrade.

B. If Owner determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed at no additional expense to the Owner and/or Engineer.

C. Proof-roll subgrade below the building slabs and pavement with a pneumatic-tired and loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Completely proof-roll subgrade in one direction, repeating proof-rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph. 2. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed.

D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Owner, without additional compensation.

3.10 UNAUTHORIZED EXCAVATION

A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi (17.2 MPa), may be used when approved by Owner. 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Owner.

3.11 STORAGE OF SOIL MATERIALS

A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees.

3.12 PIPE BEDDING

A. All pipe shall be laid on a bed of granular material except when a concrete encasement situation occurs. All pipe bedding material shall be Class I and shall be placed to a minimum depth of 6 inches in a stable earth trench and a minimum depth of 12 inches in a rock or unstable earth trench. The Contractor will not be permitted to use dense graded aggregate material for pipe bedding.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 11 Earth Moving

B. Pipe bedding shall be graded to provide for a uniform and continuous support beneath the pipe at all points.

C. After each pipe has been brought to grade, aligned, and placed in final position, Class I material shall be deposited and densified under the pipe haunches and on each side of the pipe, up to the spring line of the pipe or as indicated on the Standard Details, to prevent lateral displacement and hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling operations.

D. In wet, yielding and mucky locations where pipe is in danger of sinking below grade or floating out of grade or line, or where backfill materials are of such a fluid nature that such movements of pipe might take place during the placing of the backfill, the pipe must be weighted or secured permanently in place by such means as will prove effective.

E. Where an unstable (i.e., water, mud, etc.) trench bottom is encountered, stabilization of the trench bottom is required. This is to be accomplished by undercutting the trench depth and replacing to grade with a foundation of crushed stone aggregate. The depth of the foundation is dependent upon the severity of the trench bottom. The size of stone aggregate used in the foundation will be determined by the condition of the unstable material. Once the trench bottom has been stabilized, the required ALDOT #78 crushed stone aggregate bedding material can be placed.

F. No pipe shall be laid on solid or blasted rock.

3.13 BACKFILL

A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls.

B. Place backfill on subgrades free of mud, frost, snow, or ice.

C. All material to be used as backfill material shall be tested and approved by the Owner or Engineer prior to backfilling excavations.

D. With the exception of the organic and inorganic debris, and topsoil, the on-site soil removed from the excavations could be used as non-structural/non-low permeability fill or vegetative backfill material provided the moisture content of the soil is within acceptable limits and the Geotechnical Engineer approves the material for the intended use. However, offsite borrow material may be required for use as non-structural fill.

E. Place acceptable backfill material in maximum 6 inch to 8-inch lifts (loose thickness) as specified on Standard Details to required subgrade elevations, for each area classification listed below:

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 12 Earth Moving

1. In excavations, use satisfactory excavated or borrow material. 2. Under slabs, use drainage fill material for a minimum depth of 6 inches. Below drainage fill use satisfactory excavated or borrow material. 3. Backfill excavations as promptly as work permits, but not until completion of the following: 4. Acceptance of construction below finish grade. 5. It is recommended, but not required, that inspection and testing of the sanitary sewer, manholes and forcemain be conducted prior to backfilling. The documentation may be of benefit at time of the final testing, which is mandatory after all other utilities are installed, roadway sub-grade is laid, and backfill is complete. Final testing requirements are listed in Section 33 00 00. 6. Recording locations of underground utilities. 7. Removal of concrete formwork. 8. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut off temporary sheet piling driven below bottom of structures and remove in manner to prevent settlement of the structure or utilities, or leave in place if required. 9. Removal of trash and debris. 10. As soon as practicable after the pipes have been laid and the connection joints have acquired a suitable degree of hardness, if applicable, or the structures have been built and are structurally adequate to support the loads, including construction loads to which they will be subjected, the backfilling shall be started and thereafter it shall proceed until its completion. 11. It is recommended that trenches not be backfilled at pipe joints until after that section of the pipeline has successfully passed the required and specified tests. Should the Contractor wish to minimize the maintenance of lights and barricades and the obstruction of traffic, he may, at his own risk, backfill the entire trench as soon as practical provided the joints have acquired a suitable degree of hardness, if applicable, and the related structures have acquired a suitable degree of strength. The Contractor shall, however, be responsible for removing and later replacing such backfill, at his own expense, should he be ordered to do so in order to locate and repair or replace leaking or defective joints or pipe. Any inspection and testing documentation may be of benefit at time of the final testing, which is mandatory after all other utilities are installed, roadway sub-grade is laid, and backfill is complete. Final testing requirements are listed in Section 33 00 00. The approval and acceptance of the sewer lines, manholes and forcemain will be based on the final testing. 12. Excavated materials from trenches in excess of the quantity required for trench backfill, shall be disposed of by the Contractor. It shall be the responsibility of the Contractor to obtain location or permits for its disposal, unless specific waste areas have been designated on the Plans. 13. The Contractor shall protect all sewer, gas, electric, telephone, water, and drain pipes or conduits from damage while pipelines are being constructed and backfilled, and from danger due to settlement of trench backfill. 14. On completion of the Work, all backfill shall be dressed; holes filled; and surplus material hauled away.

3.14 UTILITY TRENCH BACKFILL

A. Initial Backfill (See Details): 1. This backfill is defined as the material that is placed over the pipe from the spring line to a point 12 inches above the top of the pipe.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 13 Earth Moving

2. Zone Around Pipe: The zone around the pipe shall be backfilled with the materials and to the limits indicated on the Standard Details. Material shall be compacted by tamping to the percentages shown on the Standard Details. Uneven places in the backfill shall be leveled by hand. 3. In areas where large quantities of rock are excavated and the available excavated earth in the immediate vicinity is insufficient for placing the required amount of backfill over the top of the pipe, the Contractor shall either haul in earth or order Class I material for backfilling over the pipe. Neither the hauling and placement of earth nor the ordering and placement of Class I material to fulfill the backfill requirements set forth herein is considered a separate pay item. 4. Packing of crushed stone between joints shall be uniform and progress as the pipe laying progresses. This is in order to avoid danger of misalignment from slides, flooding or other causes.

B. Final Backfill (See Details): 1. There are two cases where the method of final backfilling varies. The various cases and their trench situations are as follows: a. Case I - Areas not subject to vehicular traffic. b. Case II - Paved areas including streets, drives and walks where horizontal borings are not specified. 2. In all cases, walking or working on the completed pipelines, except as may be necessary in backfilling, will not be permitted until the trench has been backfilled to a point twelve (12) inches above the top of the pipe. The method of final backfilling for each of the above cases is as follows: a. Case I – Non-Traffic Areas - The trench shall be backfilled from a point as indicated on the Standard Details to finish grade with earth material free from large rock (over one-half cubic foot in volume), acceptable to the Owner or Engineer. The backfill material should be placed in 12 in. lifts and compacted to 92% Standard Proctor Test. The remainder of the trench shall be backfilled with earth material reasonably free of any rocks. b. Case II – Traffic Areas – 1) Option 1 - The trench shall be backfilled from the top of the pipe to the sub- grade of pavement surface with Class I material. The backfill shall be installed as shown on the Standard Details. 2) Option 2 – (This option available for trench depths greater than 15 feet only.) The trench shall be backfilled from a point as indicated on the Standard Details to a point 6 inches below dense graded base material with earth material free from large rock (over one-half cubic foot in volume), acceptable to the Owner or Engineer. The backfill material should be placed in 6 inch lifts and compacted to 95% Standard Proctor Test. The 6 inches of pavement subgrade as indicated on the standard details shall be compacted to 100% Standard Proctor Test. 3) Option 3 – Controlled Low Strength (CLSM) or Flowable Backfill a) Description: This work shall consist of placing of flowable backfill in lieu of compacted soil or aggregate backfill. b) Materials: Cement type shall be approved by Owner prior to installation. c) Fly Ash shall have no specific requirement for fineness, loss of ignition, or reactivity. d) Water shall conform to the requirements of the Madison County Standard Design Specifications.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 14 Earth Moving

e) Aggregates shall conform to Division 03 and the requirements of the Madison County Standard Design Specifications with a combined gradation as determined by the Contractor. f) Admixtures shall conform to Division 03 and the requirements of the Madison County Standard Design Specifications. g) Granulated Iron Blast Furnace Slag shall conform to the requirements of Division 03 and the Madison County Standard Design Specifications. h) Mixture Design: Mixture design for flowable backfill shall be provided by the Contractor. Flowable backfill shall have a design compressive strength of 30 to 200 psi at 28 days when tested in accordance with AASHTO T-23. Mixture design shall result in a fluid product having an 8 inch to 10 inch slump at time of placement. The Contractor shall submit a mixture design for approval supported by laboratory test data verifying compliance with 28 day compressive strength requirements. Mix design shall be approved by the Owner prior to placement. i) Procedures: Mixing and transporting shall be in accordance with the Madison County Standard Design Specifications or by other methods approved by the Owner. j) Temperature of backfill shall be at least 50 degrees Fahrenheit at time of placement. Material shall be protected from freezing for 24 hours after placement. k) When used as backfill for pipe and floatation or misalignment occurs, correct alignment of the pipe culvert shall be assured by means of straps, soil anchors or other approved means of restraint. c. For temporary measures the Class I material may be brought up to the existing pavement surface. A slight mound may be left if, in the opinion of the Owner or Engineer, the public would not be inconvenienced. Extreme care shall be exercised to prevent damage to the pipe during the backfilling operation. 3. Remainder of Trench: The remainder of the trench (above the zone around the pipe) shall be compacted by tamping as shown on the Standard Details. If the material is to be compacted by tamping or, under appropriate circumstances, rolling, the material shall be deposited and spread in uniform, parallel layers. Before the next layer is placed, each layer shall be tamped as required so as to obtain a thoroughly compacted mass. Care shall be taken that the material close to the bank, as well as in all other portions of the trench, is thoroughly compacted. When the trench width and the depth to which backfill has been placed are sufficient to make it feasible and it can be done effectively and without damage to the pipe, backfill may, on approval, be compacted by the use of suitable rollers, tractors, or similar powered equipment instead of by tamping. For compaction by tamping (or rolling), the rate at which backfilling material is deposited in the trench shall not exceed that permitted by the facilities for its spreading, leveling, and compacting as furnished by the Contractor. If necessary to ensure proper compaction by tamping (or rolling), the material shall first be wet by sprinkling. However, no compaction by tamping (or rolling) shall be done when the material is too wet either from rain or too great an application of water to be compacted properly; at such times, the work shall be suspended until the previously placed and new materials have dried out sufficiently to permit proper compacting, or such other precautions shall be taken as may be necessary to obtain proper compaction. 4. Miscellaneous Requirements: Whatever method of compacting backfill is used, care shall be taken that stones and lumps shall not become nested and that all voids between stones

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 15 Earth Moving

shall be completely filled with fine material. Only suitable quantities of stone and rock fragments shall be used in the backfill. The Contractor shall, as part of the work done under the items involving earth excavation and rock excavation as appropriate, furnish and place all other necessary backfill material. a. All voids left by the removal of sheeting shall be completely backfilled with suitable materials and thoroughly compacted. b. Excavated material, which is acceptable to the Owner for surfacing or pavement subbase shall be placed at the top of the backfill to such depths as may be specified elsewhere or as directed. The surface shall be brought to required grade and stones raked out and removed. 5. Class I – Backfill limitations – Crushed stone or ALDOT # 78 stone shall be limited to the dimensions specified on the Standard Details for payment purposes. 6. A sufficient amount of Class II material shall be stockpiled to insure immediate replacement by the Contractor of any settled areas.

C. Place backfill on subgrades free of mud, frost, snow, or ice.

D. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits.

E. Trenches under Roadways: Provide trenches under roadways in accordance with the Standard Details included in the Drawings.

F. Backfill voids with satisfactory soil while removing shoring and bracing.

G. Place and compact initial backfill of subbase material free of particles larger than 1 inch (25 mm) in any dimension, to a height of 12 inches (300 mm) over the pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing.

H. Place and compact final backfill of satisfactory soil to final subgrade elevation.

I. Install warning tape directly above utilities as required in Section 33 00 00 “Pipe and Fittings.”

3.15 BACKFILL UNDER FOUNDATION ELEMENTS (i.e., base slabs)

A. All backfill under foundation elements shall consist of granular structural fill as herein defined.

3.16 SOIL FILL

A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material.

B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 16 Earth Moving

4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill.

C. Place soil fill on subgrades free of mud, frost, snow, or ice.

3.17 SOIL MOISTURE CONTROL

A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3. Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface or subgrade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 4. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 5. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by dicing, harrowing, or pulverizing until moisture content is reduced to the optimum moisture for compaction.

3.18 COMPACTION OF SOIL BACKFILLS AND FILLS

A. Place backfill and fill soil materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers.

B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure.

C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at 92 percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent.

D. Control soil compaction during construction providing minimum percentage of density specified for each area classification indicated below.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 17 Earth Moving

1. Granular structural fill under foundation elements, i.e., footings and base slabs for manholes and vaults shall be compacted to 100% Standard Proctor Density, at a moisture content between 2 percent below to 3 percent above the optimum moisture content. 2. Native soils used as fill under foundation elements shall be placed in maximum eight- inch loose lifts and compacted to a minimum dry density of 100% of the Standard Proctor density at a moisture content between 2 percent below to 3 percent above the optimum moisture content.

E. Place backfill and fill materials evenly adjacent to structures, piping, or conduit to required elevations. Take care to prevent wedging action of backfill against structures or displacement of piping or conduit by carrying material uniformly around structure, piping, or conduit to approximately same elevation in each lift. All backfill and fill materials shall be compacted per Standard Details.

F. Foundation Systems-Manhole & Vault 1. Soil Bearing Foundation Systems: All Structures shall be designed assuming their foundation elements would bear on a minimum of one foot of compacted granular structural fill to native soil. 2. If rock is encountered while excavating for soil bearing foundation elements, the rock shall be undercut to a minimum of two (2) feet below the bearing elevation. The area shall then be backfilled with compacted soil fill and ALDOT No. 78 stone as approved by Owner or Engineer. 3. Soil bearing foundation areas shall be stripped of all vegetation, topsoil, soft soils, organic matter and other deleterious material. The stripped area shall extend two (2) feet outside the foundation limits. Areas receiving fill shall be brought to subgrade elevation with compacted-engineered fill. The last 12" of fill under slabs on grade shall be No. 78 stone. Fill shall be placed and compacted in accordance with these specifications. 4. The excavation for all slabs on grade shall be undercut a minimum of 12 inches (or as shown on the Standard Details). The area under the slab shall be brought to grade with a 12 inch of ALDOT No. 78 stone. 5. Care shall be exercised to ensure that the foundation bearing soils do not experience changes in moisture content. 6. Foundation excavation, proofrolling, backfilling and compaction work shall be performed under the supervision of a professional geotechnical engineer.

G. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to required density prior to further construction.

3.19 GRADING

A. General: Uniformly grade areas within limits of grading under this Section, including adjacent transition areas to a smooth surface, free of irregular surface changes. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 18 Earth Moving

B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Turf or Unpaved Areas: Plus or minus 1 inch (25 mm). 2. Walks: Plus or minus 1 inch (25 mm). 3. Pavements: Plus or minus 1/2 inch (13 mm).

C. Grading inside Building Lines: Finish subgrade to a tolerance of plus or minus 1/2 inch (13 mm) when tested with a 10-foot (3-m) straightedge.

3.20 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS

A. Place subbase course and base course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place subbase course and base course under pavements and walks as follows: 1. Install separation geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place base course material over subbase course under hot-mix asphalt pavement. 3. Shape subbase course and base course to required crown elevations and cross-slope grades. 4. Place subbase course and base course 6 inches (150 mm) or less in compacted thickness in a single layer. 5. Place subbase course and base course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick. 6. Compact subbase course and base course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698.

3.21 DRAINAGE COURSE UNDER CONCRETE SLABS-ON-GRADE

A. Place drainage course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs- on-grade as follows: 1. Install subdrainage geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place drainage course 6 inches (150 mm) or less in compacted thickness in a single layer. 3. Place drainage course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick. 4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698.

3.22 FIELD QUALITY CONTROL

A. Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections:

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 19 Earth Moving

1. Determine prior to placement of fill that site has been prepared in compliance with requirements. 2. Determine that fill material and maximum lift thickness comply with requirements. 3. Determine, at the required frequency, that in-place density of compacted fill complies with requirements. 4. Compaction of soil backfills and fills require Contract compaction testing in accordance with ANSI/ASTM D1556 or ANSI/ASTM D2292 and under provisions of Section 14000 – Quality Requirements. 5. If tests indicate work does not meet specified requirements, remove work, replace and retest at no additional cost to the Owner.

B. Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections.

C. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements.

D. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Owner.

E. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for every 100 feet or less of wall length, but no fewer than two tests. 3. Trench Backfill: At each compacted initial and final backfill layer, at least one test for every 150 feet or less of trench length, but no fewer than two tests.

F. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained.

G. Quality Control Testing During Construction: Allow the Geotechnical Engineer to inspect and report to the Owner or Engineer on findings and approve sub-grades and fill layers before further construction work is performed. Perform field density tests in accordance with ASTM D 1556 (sand cone method), ASTM D 2167 (rubber balloon method), or ASTM D 2992 (nuclear density method), as applicable and at a frequency necessary to be reasonably assured that adequate compaction is achieved.

H. If in the opinion of the Owner or Engineer, based on testing service reports and inspection, subgrade or fills, which have been placed are below specified density, the Contractor shall provide additional compaction and testing at no additional expense to the Owner.

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 20 Earth Moving

3.23 PROTECTION

A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris.

B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Owner; reshape and recompact.

C. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible.

3.24 DISPOSAL OF SURPLUS AND WASTE MATERIALS

A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property.

B. Disposal of Excess Non-Organic Soil and Rock: All excess excavated material shall become the property of the Contractor and shall be disposed by him outside the project limits. It is the Contractor's responsibility to locate a suitable legal waste area off-site, obtain necessary permits or use of the waste area and be in compliance with applicable laws and regulations.

END OF SECTION

Section 31 30 00 MCWD Pulaski Pike Water Line Replacement 21 Earth Moving

BLANK PAGE

(This page is left blank intentionally.)

SECTION 31 32 00 - SOIL EROSION STABILIZATION AND SITE RESTORATION

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes: Work and materials required to minimize erosion and comply with Storm Water Pollution Prevention Plan. Miscellaneous site restoration requirements after completion of construction activities.

B. General: Madison County has obtained coverage under General NPDES Permit No. ALR10AZ54 from the Alabama Department of Environmental Management (ADEM). It shall be the responsibility of the Contractor to comply with all the requirements and conditions of the construction stormwater General Permit and to implement and maintain effective erosion and sediment controls according to ADEMS’s guidelines. It shall also be the responsibility of the Contractor to prepare, implement and maintain a Spill Prevention, Control and Countermeasures (SPCC) Plan, in accordance with the ADEM regulations, for all applicable onsite petroleum storage.

C. Related Sections: 1. Division 31 Section "Earth Moving" for excavation, bedding and backfilling, and compaction requirements. 2. Division 32 Section “Turf and Grasses” for site restoration requirements.

1.2 STABILIZATION

A. Soil Erosion Stabilization: 1. Ground surfaces exposed during the wet weather conditions: 2. Areas which will not be subjected to heavy wear by ongoing construction traffic. 3. Temporary and long term stabilization of new or disturbed ditches, swales, detention ponds, or disturbed ground with intermittence construction traffic.

B. Permanent Stabilization: 1. Permanently stabilize exposed soil surfaces at finished grades. 2. Permanent stabilization methods include, but are not limited to, seeding (permanent), mulching, and landscaping. 3. Immediately perform permanent stabilization at each completed excavation and areas except for areas that are scheduled to be redisturbed. 4. Incorporate all permanent erosion control features into the project at the earliest practical time.

C. Buffer Zone: Undisturbed area or strip of natural vegetation or an established suitable planting adjacent to a disturbed area that reduces erosion and runoff.

D. Standard Specification: The Contractor must utilize erosion and sediment control methods as outlined in the project’s Construction Best Management Practices Plan (CBMPP). The CBMPP details the structural and/or non-structural practices and management strategies which need to be implemented and continually maintained to ensure effective erosion and sediment control, prevent/minimize the introduction of pollutants to stormwater, and treat stormwater to remove any pollutants, to the maximum extent practicable, prior to discharge. The best management practices (BMP’s) specified in the CBMPP include, but are not limited to, covering material

15058000 1 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

stockpiles, strawing disturbed areas, installation of silt fence, sediment traps, wattle check dams and rock check dams per the Alabama Handbook of Erosion Control, Sediment Control and Stormwater Management on Construction Sites and Urban Areas, latest edition. Please refer to CBMPP for more detailed information.

E. The Contractor must consult the Erosion and Sediment Control Plan drawing(s) and the Engineer(s) for control placement. All controls must be constructed and stabilized prior to disturbance.

F. All BMPs shall be conducted in accordance with specifications contained in the “Alabama Handbook for Erosion Control, Sediment Control and Stormwater Management on Construction Sites and Urban Areas”, latest edition.

G. Regular site and receiving water(s) inspections must be conducted to ensure the BMPs are properly designed, implemented, maintained and, if necessary, repaired. The Contractor is responsible for daily observations. Madison County and Garver will provide “Qualified Credentialed Inspector(s)” and a “Qualified Credentialed Professional” to conduct formal inspections. Any poorly functioning controls, non-compliant discharges, or other deficiencies observed during inspections shall be corrected as soon as possible, but not to exceed five (5) days of the inspection unless prevented by unsafe weather conditions.

H. Phasing of major activities is encouraged to minimize the surface area disturbed at any one time. Temporary vegetative cover must be implemented on areas anticipating no active disturbance for longer than thirteen (13) days, and permanent re-vegetation or cover on all disturbed areas shall be applied when disturbance is complete.

1.3 SUBMITTALS

A. Submittals: Product Data for the following items (if being utilized on project): 1. Erosion control rock. 2. Fertilizer. 3. Seed. 4. Mulch. 5. Erosion control rock. 6. Soil tackifier 7. Reinforced plastic covering. 8. Silt fence. 9. Straw bales. 10. Posts for straw bales. 11. Dust controller. 12. Wire mesh.

1.4 DELIVERY, STORAGE, AND PROTECTION

A. General: Prevent or reduce the discharge of pollutants to stormwater from all material delivery and storage by minimizing the storage of hazardous materials storing materials in a designated area, installing Secondary containment, conducting regular inspection, and training employees and subcontractors.

15058000 2 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

B. Seed: 1. Furnish in standard containers with seed name, lot number, net weight, percentages of purity, germination, and hard seed and maximum weed seed content, clearly marked for each container of seed. 2. Keep dry during storage.

C. Hydroseeding Mulch: Mark package of wood fiber mulch to show air dry weight.

1.5 SEQUENCING AND SCHEDULING

A. The Contractor must consult the Erosion and Sediment Control Plan drawings and the Engineer(s) for control placement. All controls must be constructed and stabilized prior to disturbance. Install erosion and sediment control devices before starting earth disturbance activities and as drainage facilities get constructed.

B. Complete Soil Preparation: Seeding, fertilizing, mulching and matting on disturbed areas that will require stabilization either because the area has reached final grade (permanent landscaping) or because the area will remain unworked for over 14 days (temporary seeding) during the wet season.

C. Notify Engineer at least 3 days in advance of: 1. Materials delivery. 2. Start of stabilization activity.

D. Seeding: Perform between March 15 and September 15.

1.6 MAINTENANCE

A. Operations: 1. Seeded Areas: Perform during maintenance period to include: a. Watering: Keep seeded surface moist. b. Washouts: Repair by filling with topsoil, fertilizing, seeding, and mulching. c. Mulch: Replace wherever and whenever washed or blown away. d. Reseed unsatisfactory areas or portions thereof immediately at the end of the maintenance period if a satisfactory stand has not been produced. e. Reseed during next planting season if scheduled end of maintenance period falls after September 15. f. Reseed entire area if satisfactory stand does not develop by July 1 of the following year. g. Mowing: Mow to 2 inches after grass height reaches 3 inches, and mow to maintain grass height from exceeding 3-1/2 inches. 2. Inspect, repair, and replace as necessary all erosion control measures during the time period from start of construction to completion of construction. 3. Inspect a minimum of at least once every 7 days or after a 1/2-inch storm event in a 24- hour period. 4. Furnish and install a rain gauge at the project site to monitor rainfall. At no time shall more than 1-foot depth of sediment be allowed to accumulate in any erosion control device.

15058000 3 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

B. Sediment Removal: 1. Remove sediment from erosion control devices and work into the grading plan at least once a week as required to maintain proper operation of devices. The cleaning operation shall not dispose of sediment offsite 2. Sediment shall be removed and the controls upgraded or repaired as needed as soon as practicable, but not later than 2 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for repair operations. 3. In the event of continuous rainfall over a 24 hour period, or other circumstances that preclude equipment operation in the area, hand carry and install additional sediment controls as approved by the Engineer.

1.7 CLEAN-UP

A. Upon completion of the installation of the structures, yard piping, utilities, equipment and appurtenances, the Contractor shall remove all debris and surplus construction materials resulting from construction operations. The Contractor shall grade the ground along each side of the pipe trench and/or structure in a uniform and neat manner leaving the construction area in a shape as near as possible to the original ground line or to the grades shown on the Contract Drawings.

PART 2 - PRODUCTS

2.1 FERTILIZER

A. Commercial, uniform in composition, free-flowing, suitable for application with equipment designed for that purpose.

B. Fertilizer shall have the following minimum percentage of plant food by weight: 1. Summer Hydroseed Mix: a. Nitrogen: 20 percent. b. Phosphoric Acid: 10 percent. c. Potash: 10 percent. 2. Winter Hydroseed Mix: a. Nitrogen: 16 percent. b. Phosphoric Acid: 8 percent. c. Potash: 0 percent.

2.2 SEEDING

A. All graded areas shall be seeded as noted on the Drawings and as specified in Section 32 92 00.

2.3 GRAVEL

A. All gravel required to restore existing gravel drive shall be in like kind.

B. Replacement of gravel drive shall require a minimum six (6) inch thick gravel layer.

15058000 4 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

2.4 MULCH

A. Wood Cellulose Fiber Mulch: 1. Specially processed wood fiber containing no growth or germination inhibiting factors. 2. Dyed a suitable color to facilitate inspection of material placement. 3. Manufactured such that after addition and agitation in slurry tanks with water, the material fibers will become uniformly suspended to form a homogenous slurry. 4. When hydraulically sprayed on ground, material will allow absorption and percolation of moisture.

B. Straw: 1. Clean salt hay or threshed straw of oats, wheat, barley, or rye, free from seed of noxious weeds. Suitable for spreading with mulch blower equipment. 2. Average Stalk Length: 6 inches. 3. Seasoned before baling or loading.

2.5 EROSION CONTROL MATTING

A. Excelsior mat or straw blanket; staples as recommended by matting manufacturer.

B. Manufacturers and Products: 1. American Excelsior Company, Dallas, TX; Curlex Mat. 2. North American Green, Evansville, IN; S150 blanket.

2.6 REINFORCED PLASTIC COVERING

A. Co-extruded, copolymer laminate reinforced with a nonwoven grid of high strength nylon cord submersed in a permanently flexible adhesive media allowing for equal tear resistance in all directions.

B. Black in color and ultraviolet stabilized.

C. Physical Requirement (Minimum Average Roll Values): 1. Tear Strength: 130 pounds. 2. Elongation: 620 percent. 3. Minimum Thickness: 6 mil.

D. Manufacturers: 1. Reef Industries, Inc., Houston, TX. 2. Griffolyn Co., Houston, TX.

2.7 SILT FENCE

A. Installed per details on Contract Drawings and as required based on field conditions.

B. Support Posts: As recommended by manufacturer of geotextile.

C. Fasteners: Heavy-duty wire staples at least 1-inch long, tie wires, or hog rings, as recommended by manufacturer of geotextile.

15058000 5 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

D. Filter Fabric: Polyester, polypropylene, or nylon filaments, woven into a uniform pattern, distinct and measurable openings. 1. Filaments: Resistant to damage from exposure to ultraviolet rays and heat. 2. Material Edges: Finish so that, filaments retain their relative positions under stress.

E. In accordance with requirements of Table No. 1:

Table No. 1 – Filter Fabric

Physical Property Required Value Test Method

Weight, pz/sq yd, min. 4 ASTM D3776

Equivalent Opening Size, max. 50-70 U.S. Standard Sieve

Grab Tensile Strength, lb, min. ARV 160 ASTM D4632

Elongation, % max. 25 ASTM D1682

Mullen Burst Strength, psi, min. ARV 200 ASTM D3786

Ultraviolet Radiation Resistance, % Strength Retention 70 ASTM D4355

Flow Rate, gpm/sf, min. ARV 30 to 50 ASTM D4491

F. Manufacturers: 1. Polyfelt, Evergreen, AL. 2. Dupont Co., Wilmington, DE. 3. Mirafi, Inc., Charlotte, NC.

2.8 STRAW BALES

A. Machine baled clean salt hay or straw of oats, wheat, barley, or rye, free from seed of noxious weeds, using standard baling wire or string.

2.9 POSTS FOR STRAW BALES

A. 2-inch by 2-inch untreated wood or commercially manufactured metal.

2.10 DUST CONTROLLER

A. Nontoxic materials that do not have an adverse effect on soil structure or establishment and growth of vegetation.

15058000 6 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

PART 3 - EXECUTION

3.1 GENERAL

A. Erosion control measures are required during all construction and site disturbance activity and shall remain until permanent site ground covers are in place.

B. The implementation of the erosion control plan and the construction maintenance, replacement and upgrading the erosion control devices are the responsibility of the Contractor until all construction is completed and landscaping established and approved. During the construction period, the erosion control devices shall be upgraded for unexpected storm events and to ensure that sediment and sediment laden water do not leave the site.

C. Maintain existing buffer zones adjacent to project limits. Keep all construction equipment, debris and soils out of the natural buffer zone.

D. Regular site and receiving water(s) inspections must be conducted to ensure the BMP’s are properly designed implemented, maintained and if necessary, repaired. The Contractor is responsible for daily observations. The Engineer will provide “Qualified Credentialed Inspector(s)” and a “Qualified Credentialed Professional” to conduct formal inspections. Any poorly functioning controls, non-compliant discharges, or other deficiencies observed during inspection shall be corrected as soon as possible, but not to exceed five (5) days of the inspections unless prevented by unsafe weather conditions.

3.2 CLEARING AND GRUBBING

A. Where clearing or partial clearing of the right-of-way or easements is necessary, such work shall be completed prior to trench excavation. Projecting materials, such as trees, logs, brush, hedges, etc., shall be cut as near to the surface of the ground as possible, and all stumps and roots shall be grubbed out unless specifically stated otherwise. All materials so cleared and grubbed shall be removed from the site or piled for disposal. In no case shall excavated materials be allowed to cover brush or trees prior to disposal.

B. On public property, existing trees or limbs over 2 inches in diameter shall not be cut unless they are within 4 feet of pipe centerline or specific permission is received from the Owner and/or Engineer. On private easements or in lawns, no trees or brush shall be cleared or cut without prior approval of the Owner and/or Engineer. The Contractor shall be required to remove trees, shrubs, or plants on private property intact, to ball the roots, keep watered as required, and replant in their original location upon completion of pipe laying operations, unless written permission is otherwise obtained from the Owner and/or Engineer or unless otherwise specified. The Contractor shall replace, at his own expense, any tree, shrub, or plant damaged as a result of his operations or dies within 6 months of the time it was disturbed or damaged.

C. Where grubbing is not specifically required, trees, stumps and brush shall be cut to a height of no more than 6 inches above the ground.

D. The Contractor shall bear all costs of disposing of all cleared and grubbed materials. Unless otherwise specified, all merchantable timber cut from the area designated to be cleared shall become the property of the Contractor.

15058000 7 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

E. In no case shall any materials from clearing and grubbing operations be left on the project, be pushed onto abutting private properties, or be buried in embankments or trenches on the project.

3.3 DRAINAGE STRUCTURES AND PIPE CULVERTS

A. Existing pipe culverts in conflict with the proposed construction shall be unearthed, carefully disjointed, and stockpiled adjacent to the right-of-way. The pipes shall be cleaned and replaced immediately after new construction is clear so as to cause no serious inconveniences to the property owners and to allow access to their property as quickly as possible. Any culvert pipe in unsuitable condition, for any reason, shall be replaced with suitable new pipe at the Contractor’s expense. All culverts shall be re-laid to proper grade on a firm bedding of gravel base, 6 inches thick, and mechanically tamped to a density such that settlement will not occur. Where existing rubble or concrete headwalls are cut, damaged or removed, they shall be replaced in an equal or better condition, as determined by the Owner and/or Engineer. Concrete headwalls and/or rip rap shall also be installed where called for on the Contract Documents.

3.4 FENCES

A. All fences in conflict with the proposed construction shall be removed in a neat and workmanlike manner and then replaced immediately following construction operations. Where materials removed are not suitable for reuse, they shall be replaced with new material of equal or better quality and construction, at the Contractor’s expense. All fences shall be rebuilt to line, with posts well set, wires fastened with new staples or ties, and well stretched. All corner and end posts shall be well braced and set a minimum of 30 inches in the ground.

B. Temporary fences may be required. These shall be the responsibility of the Contractor, who shall also coordinate removal of fences with all property owners. In no case shall fences remain down overnight without express written authorization from the Owner and/or Engineer.

3.5 POLES, SIGNS, GUY WIRES AND OTHER UTILITIES

A. All utility poles, guy wires, sign posts and similar private obstructions, which are indicated on the plans or existing on the ground, shall be removed and replaced by the Contractor at his own expense. In the event street sign posts or signs are damaged or destroyed by the Contractor's operations, they may be replaced by Madison County at the Contractor's expense.

B. When it is necessary to remove or adjust any utilities, representatives of the utilities involved shall be notified to decide the method and nature of work to be done. The Contractor shall make satisfactory arrangements with other utilities for the required removal or adjustments at the Contractor's expense, unless otherwise specified.

C. Any and all underground utilities or other structures damaged by the Contractor during the prosecution of the Work shall be repaired or replaced to their original condition by the Contractor at no expense to the Owner.

3.6 GRAVEL ROADS AND DRIVEWAYS

A. After the trench has been properly backfilled and compacted, where a gravel roadway or driveway has been cut, crushed rock material shall be placed on the full width of the trench (plus any other areas disturbed by the construction) and shall be to a grade approved by the

15058000 8 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

Owner and/or Engineer. Gravel shall be spread, leveled, and graded to conform to existing grades and surfaces.

3.7 PLANTS AND TREES

A. Plants and trees shall not be removed unless directed by the Owner and/or Engineer. When plants and/or trees are to be removed and replaced, the following steps shall be taken: 1. Remove all trees, shrubs or plants, which interfere with construction, intact with root system and protect from drying during construction period. 2. Replace plants to original location (as long as original location does not interfere with new water line location) as soon as possible, taking care to insure the hole is large enough and no damage is done to the root system. 3. If original location is no longer acceptable, work with property owner and Engineer to determine new location for trees/shrubs/plants. 4. Fill hole with good topsoil, tamp lightly and firmly into place, and water plant.

B. Contractor shall replace, with like kind and size, any plant, tree, or shrub which is disturbed by construction and dies within the warranty period, at no cost to the Owner.

3.8 SOIL PREPARATION

A. Before start of seeding, and after surface has been shaped and graded, and lightly compacted to uniform grade, scarify soil surface to minimum depth of 1 inch.

3.9 FERTILIZER

A. Apply evenly over area in accordance with manufacturer's instructions. Mix into top 1-inch of soil.

B. Application Rate: 5 pounds per 1,000 square foot over areas to be seeded. Use of approved hydraulic equipment to sow seed and distribute fertilizer at the same time will be acceptable.

3.10 SEEDING

A. All areas disturbed by the construction shall be seeded and mulched in a timely manner. Following backfill, the areas to be seeded shall be brought to the designated grade with not less than the original depth of select topsoil, with due consideration being given to shrinkage and settlement. Care should be taken to insure that all areas which have been disturbed during construction will properly drain. The topsoil shall be free from rocks, roots, or other debris.

B. Areas to be seeded shall be tilled and fertilized at a minimum rate of 400 pounds of fertilizer per acre; then seeded under favorable weather conditions, during normal and acceptable planting seasons. Seeding rate shall be as recommended for the type of seed mixture to be applied, which shall be equivalent to existing conditions or as approved by the Owner and/or Engineer. If the construction is completed during winter months, a temporary seeding of winter rye grass at a minimum rate of 120 pounds per acre shall be undertaken to prevent erosion until spring.

C. Where slope of ground is flat or gentle slope, a uniform cover of straw mulch shall be spread over the seeded area within a day or two after seeding. All areas with steep slopes shall have protective netting installed or shall be sodded, with the Contractor being responsible for furnishing whatever means necessary to hold the sod in place.

15058000 9 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

D. The Contractor shall be responsible for maintaining of seeded areas until final acceptance and for providing a satisfactory stand of grass, to be defined as having no bare spots larger than 3 square feet and no more than 10% of total area with bare spots larger than 1 square foot.

E. Madison County will furnish water, at no charge, from a fire hydrant along the Project to the Contractor for establishing grassed areas, but it shall be the responsibility of the Contractor to provide whatever means necessary for distributing the water throughout the project.

3.11 MULCHING

A. Apply uniformly on all disturbed areas that will remain undisturbed for 7 days or more, as requested by Engineer, and on all seeded areas.

B. Application: Sufficiently loose to permit penetration of sunlight and air circulation, and sufficiently dense to shade ground, reduce evaporation rate, and prevent or materially reduce erosion of underlying soil. 1. Straw: Apply by hand or mechanical means to minimum depth of 2 inches. 2. Wood Cellulose Fiber: 1,000 to 1,500 pounds per acre.

3.12 EROSION CONTROL MATTING

A. Place on seeded slopes 4H:1V and steeper.

B. Apply seed and fertilizer prior to matting.

C. At top of slope, entrench material in a 6-inch by 6-inch trench and staple at 1-foot intervals. At the bottom of the slope, extend the mat 2 feet beyond the toe of slope, turn material under 4 inches and staple at 1-foot intervals.

D. Mats shall be stapled in place as they are installed down the slope face. The mat shall have direct contact with the soil surface.

E. Overlap: 1. Lengthwise: 1-foot minimum. 2. Crosswise: 6-inches minimum.

3.13 REINFORCED PLASTIC COVERING

A. Place on areas where hydroseeding and erosion control matting have not controlled erosion and over all temporary stockpiles.

B. Install in single thickness, strips parallel to direction of drainage. Anchor plastic in 6-inch by 6- inch trench backfilled with compacted native material

C. Maintain tightly in place by using sand bags on ropes with a maximum 10-foot grid spacing in all directions.

D. Tape or weight down full length, overlap seams at least 12 inches.

E. Remove at final acceptance unless notified otherwise by Engineer.

15058000 10 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

3.14 SILT FENCE

A. Install prior to starting earth disturbing activities upslope of fence and per details on Contract Drawings.

B. One-piece filter fabric or continuously sewn to make one-piece filter fabric for full height of the fence, including portion buried in the toe trench.

C. When joints are necessary, splice filter fabric together only at a support post, with a minimum 6- inch overlap, and securely fasten both ends to support post.

D. Filter fabric shall not extend more than 24 inches above the ground surface. Securely fasten to upslope side of each support post using ties. Filter fabric shall not be stapled to existing trees.

E. Fasten wire mesh material support fence securely to upslope side of post fasteners. Extend wire into the trench a minimum of 4 inches, and not more than 36 inches above the ground surface.

F. Take precaution not to puncture filter fabric during installation. Repair or replace damaged area.

G. Remove silt fence after upslope area has been permanently stabilized. Immediately dress sediment deposits remaining after the silt fence has been removed to conform to existing grade. Prepare and seed graded area.

3.15 TEMPORARY SOIL STOCKPILES

A. Cover with reinforced plastic covering, as directed in Article REINFORCED PLASTIC COVERING.

B. Protect perimeter of stockpile from erosion with ditches.

3.16 STRAW BALES

A. Embed minimum of 4 inches in flat-bottomed trench. Place across swales or ditches to reduce velocities of concentrated flows. Space bales a minimum of 100-foot spacing.

B. Place with ends tightly abutting or overlapped. Corner abutment is not acceptable.

C. Install so that bale bindings are oriented around the sides and not over the top and bottom of the bale.

D. Use two posts for each bale. Drive posts through the bale until top of post is flush with top of bale.

E. Wedge loose straws in any gaps between bales.

3.17 DUST CONTROL

A. Apply appropriate dust control measures on a continuous basis until permanent stabilization measures are in place.

B. Apply on construction routes and other disturbed areas subject to surface dust movement and where off-site damage may occur if dust is not controlled.

15058000 11 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

C. Avoid creating erosion when using water as a dust controller.

3.18 SITE RESTORATION REQUIREMENTS

A. After installation of Work, the construction site shall be restored to its original condition or bet- ter. All paved streets, roads, sidewalks, curbs, etc. removed or disturbed during construction shall be replaced, and all materials and workmanship shall conform to standard practices and specifications of the Owner and/or to the Alabama Department of Transportation (Alabama Highway Department) requirements and specifications, whichever applies. Gravel, cinder or dirt streets, drives and shoulders shall be replaced and sufficiently compacted to provide a sur- face suitable for carrying the type of traffic normally imposed at that location.

B. All seeded areas shall be watered daily during the germination period, unless rain supplies the required moisture. The Contractor shall replace, at no additional cost to the Owner, trees, shrubs, etc. disturbed during construction.

C. The Contractor shall remove from the site all equipment, unused materials and other items. The construction site shall be left in a neat, orderly condition, clear of all unsightly items, before the Work is finally accepted.

3.19 CLEAN-UP

A. Sediment trapped in erosion control devices shall be re-graded into the slopes on the site. Do not flush sediment-laden water into the drainage system.

B. After site restoration is complete and when approved by the Engineer, all temporary erosion control measures shall be completely removed. Immediately shape and permanently stabilize areas affected by the removal process.

C. Silt fence, straw bales, reinforced plastic covering, and any other erosion control devices shall be disposed off site to locations that are approved by federal, state, and local authorities.

END OF SECTION

15058000 12 Section 31 32 00 MCWD Pulaski Pike Water Line Replacement Soil Erosion Stabilization and Site Restoration

SECTION 31 37 00 – RIP RAP

PART 1 - GENERAL

1.1 SCOPE

A. This Section includes the procurement and installation of riprap.

1.2 RELATED SECTIONS

A. Section 31 23 16, EXCAVATION

B. Section 31 23 23.16, TRENCH AND BACKFILL

C. Section 31 05 19.13, GEOTEXTILE FILTER FABRIC

1.3 REFERENCE STANDARDS:

A. American Society for Testing and Materials (ASTM) latest edition. 1. ASTM C97 – Standard Test Methods for Absorption and Bulk Specific Gravity of Dimension Stone 2. ASTM D4992 – Standard Practice for Evaluation of Rock to Be Used for Erosion Control. 3. ASTM D5240 – Standard Test Method for Evaluation of Durability of Rock for Erosion Control Using Sodium Sulfate or Magnesium Sulfate. 4. ASTM D5312 – Standard Test Method for Evaluation of Durability of Rock for Erosion Control Under Freezing and Thawing Conditions. 5. ASTM D5313 – Standard Test Method for Evaluation of Durability of Rock for Erosion Control Under Wetting and Drying Conditions. 6. ASTM D5779 – Standard Test Method for Field Determination of Apparent Specific Gravity of Rock and Manmade Materials for Erosion Control.

1.4 SUBMITTALS

A. Provide as specified in Front End Specifications, Section 3, Paragraph 3.9 regarding SUBMITTAL PROCEDURES.

B. Certificates: Certify that products meet or exceed specified requirements.

PART 2 - PRODUCTS

2.1 MATERIALS

A. The class of riprap shall be as specified on the construction documents. Riprap Class shall be as specified in the latest revision of the ALDOT Standard Specifications.

B. The riprap shall be hard, sound, and durable. It shall be reasonably free of fines and shall be well graded between the maximum and minimum rock sizes so as to produce a minimum of voids. No riprap shall be placed on the project until it has been accepted by Engineer.

1 MCWD Pulaski Pike Water Line Replacement Section 31 37 00 Rip Rap

C. The minimum density of stone shall be 130 pounds per cubic foot and the maximum absorption shall be 6 percent.

D. Geotextile fabric shall be as specified or equal.

E. Contractor shall obtain and submit certification that the proposed rock meets density and absorption requirements specified herein. Testing for certification shall be in accordance with ASTM C97. Certified test results shall be submitted to Engineer prior to the use of the proposed material as riprap.

F. Where called for on Drawings, Grouted Riprap shall be as specified in latest revision of the ALDOT Standard Specifications.

PART 3 - EXECUTION

3.1 INSTALLATION

A. The riprap layer shall be a minimum of 24-inches thick when placed over the geotextile fabric.

B. When placed on the embankment, the smaller stones shall be well distributed throughout the mass. Hand placing may be required to obtain the results specified above.

C. The areas to be protected with riprap shall be dressed to the lines and grades shown on the Drawings and covered with the geotextile fabric prior to placing the riprap.

D. Riprap graded so that the smaller stones are uniformly distributed throughout the mass shall then be placed, starting at the toe of the slope, with a maximum vertical drop onto the geotextile fabric of 2 feet. In no case shall stones be allowed to roll down the fabric covered slope. Placement of the riprap over the fabric shall proceed so that the upper boundary of the riprap layer is at essentially the same level for the entire length of the fabric.

E. Care shall be taken so that the geotextile fabric is not damaged during riprap installation. Any rips or tears shall be repaired by Contractor, as specified in Section 31 05 19.13, GEOTEXTILE FILTER FABRIC, before proceeding with further riprap installation.

END OF SECTION

2 MCWD Pulaski Pike Water Line Replacement Section 31 37 00 Rip Rap

SECTION 31 60 00 - ROUGH GRADING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: 1. Rough Grading 2. Temporary erosion and sedimentation control measures.

B. Related Sections: 1. Division 01 Section "Temporary Facilities and Controls" for temporary utility services, construction and support facilities, security and protection facilities. 2. Division 01 Section "Execution" for field engineering and surveying. 3. Division 31 Section “Earth Moving” for earthwork requirements. 4. Division 31 Section “Finish Grading” for finish grading requirements. 5. Division 32 Section “Site Restoration” for site restoration requirements.

C. Remove topsoil and stockpile for later reuse.

D. Excavate subsoil and stockpile for later reuse as directed in Section 31 30 00 “Earth Moving”.

E. Place fill in areas designated on construction documents.

F. Grade and rough contour site.

1.3 PROJECT RECORD DOCUMENTS

A. Accurately record location of utilities remaining, rerouted utilities, new utilities by horizontal dimensions, elevations or inverts, and slope gradients.

1.4 PROTECTION

A. Protect trees and other features remaining as portion of final landscaping.

B. Protect bench marks, existing structures, fences, roads, sidewalks and other features not designated for demolition.

C. Protect above or below grade utilities which are to remain.

D. Contractor shall be responsible to repair any damage to those items not designated for demolition or removal in a manner satisfactory to the Owner at no additional cost to the Owner.

1 Section 31 60 00 15058000 MCWD Pulaski Pike Water Line Replacement Rough Grading

PART 2 - PRODUCTS

2.1 MATERIALS

A. Topsoil: Excavated material, graded free of roots, rocks larger than one inch, subsoil, debris, and large weeds.

B. Subsoil: Excavated material, graded free of lumps larger than 12 inches, rocks larger than 12 inches, and debris.

PART 3 - EXECUTION

3.1 PREPARATION

A. Identify required lines, levels, contours, and datum. Identify known below grade utilities. Stake and flag locations. Identify and flag above grade utilities. Maintain and protect existing utilities remaining which pass through work area. Upon discovery of unknown utility or concealed conditions, discontinue affected work and notify Owner.

3.2 TOPSOIL EXCAVATION

A. Excavate topsoil from areas to be further excavated, and stockpile in area designated on site by the Owner. Do not excavate wet topsoil. Stockpile topsoil to depth not exceeding 8 feet.

3.3 SUBSOIL EXCAVATION

A. Excavate subsoil from indicated areas and stockpile in area designated on site. Excess subsoil may be reused according to Section 31 30 00, “Earth Moving”.

B. Do not excavate wet subsoil.

C. Stockpile subsoil to height not exceeding 8 feet.

D. When excavation in roots is necessary, perform work by hand and cut roots with a sharp axe.

3.4 TOLERANCES

A. Top Surface of Subgrade: Plus or minus three (3) inches.

END OF SECTION

2 Section 31 60 00 15058000 MCWD Pulaski Pike Water Line Replacement Rough Grading

SECTION 31 70 00 - FINISH GRADING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: 1. Finish Grading 2. Temporary erosion and sedimentation control measures.

B. Related Sections: 1. Division 01 Section "Temporary Facilities and Controls" for temporary utility services, construction and support facilities, security and protection facilities. 2. Division 01 Section "Execution" for field engineering and surveying. 3. Division 31 Section “Earth Moving” for earthwork requirements. 4. Division 31 Section “Rough Grading” for finish grading requirements. 5. Division 32 Section “Site Restoration” for site restoration requirements.

C. This section includes all sites of the Project. These criteria are to be considered a minimum and the Contractor is required to provide both labor and material needed to bring commercial and residential areas back to a state essentially equivalent to or better than that before construction. Necessary measure and material may include, but are not limited to shrubbery, trees, sod, fencing, pavement repair and repair of or compensation for any damage which construction activities may cause to any public or private property. 1. Remove topsoil and stockpile for later reuse. 2. Excavate subsoil and stockpile for later reuse as directed in Section 31 20 00 “Earth Moving”. 3. Grade and rough contour site. 4. Finish grade subsoil. 5. Place, level, and compact topsoil.

1.3 PROTECTION

A. Protect landscaping and other features remaining as final work.

B. Protect existing structures, fences, roads, and paving.

1.4 PROJECT RECORD DOCUMENTS

A. Submit documents under provisions of Front End Specifications.

1 Section 31 70 00 15058000 MCWD Pulaski Pike Water Line Replacement Finish Grading

B. Accurately record location of utilities remaining, rerouted utilities, new utilities by horizontal dimensions, elevations or inverts, and slope gradients.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Topsoil: Topsoil for all sites shall consist of excavated loamy soil reasonably free from hard lumps, stiff clay, hardpan, gravel and that which is otherwise suitable for supporting a stand of grass.

PART 3 - EXECUTION

3.1 INSPECTION

A. Verify site conditions and note irregularities affecting work of this Section.

B. Beginning work of this Section means acceptance of existing conditions.

3.2 SUBSOIL PREPARATION

A. Eliminate uneven areas and low spots. Remove debris, roots, branches and stones in excess of 1 inch in size. Remove subsoil contaminated with petroleum products.

B. Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil.

3.3 PLACING TOPSOIL

A. Place topsoil in areas where seeding is scheduled.

B. Use topsoil in relatively dry state. Place during dry weather.

C. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and contours of subgrade.

D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading.

E. Manually spread topsoil around structures to prevent damage.

F. Roll placed topsoil.

G. Leave stockpile area and site clean and raked, ready to receive landscaping.

2 Section 31 70 00 15058000 MCWD Pulaski Pike Water Line Replacement Finish Grading

3.4 TOLERANCES

A. Top of Topsoil: Plus or minus one (1) inch.

3.5 SCHEDULE OF LOCATIONS

A. The compacted topsoil thickness for various locations for seeded grass is six (6) inches minimum.

END OF SECTION

3 Section 31 70 00 15058000 MCWD Pulaski Pike Water Line Replacement Finish Grading

BLANK PAGE

(This page is left blank intentionally.) SECTION 32 11 00 - BASE COURSE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 REFERENCES

A. The following is a list of standards which may be referenced in this section: 1. American Association of State Highway and Transportation Officials (AASHTO): a. T 89, Standard Method for Determining the Liquid Limit of Soils. b. T 90, Determining the Plastic Limit and Plasticity Index of Soils. c. T 96/ASTM C131, Standard Test Method for Resistance to Degradation of Small Size Course Aggregate by Abrasion and Impact in the Los Angeles Machine. d. T 99, Standard Methods of Test for the Moisture-Density Relations of Soils Using a 5.5 pound (2.5 kg) Rammer and a 12-inch (305 mm) Drop. e. T 180, Standard Methods of Test for the Moisture-Density Relations of Soils Using a 10 pound (4.54 kg) Rammer and an 18-inch (457 mm) Drop. f. T 191, Standard Method of Test for Density of Soil In-Place by the Sand-Cone Method. g. T 238, Standard Method of Test for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth).

1.3 DEFINITIONS

A. Completed Course: Compacted, unyielding, free from irregularities, with smooth, tight, even surface, true to grade, line, and cross-section.

B. Completed Lift: Compacted with uniform surface reasonably true to cross- section.

C. Standard Specification: The latest edition, including supplements of the Alabama Department of Transportation (ALDOT) Standard Specifications for Highway Construction.

1.4 SUBMITTALS

A. Quality Control Submittals: 1. Certified Test Results on Source Materials: Submit copies from commercial testing laboratory 20 days prior to delivery of materials to project. 2. Certified Results of In-Place Density Tests from independent testing agency.

1 Section 32 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Base Course PART 2 - PRODUCTS

2.1 BASE COURSE ROCK

A. Crushed Stone material shall conform with the requirements of the applicable sections of the ALDOT Standard Specifications and shall consist of clean, hard and durable particles or fragments, free from dirt, vegetation or objectionable materials. Two classes of crushed stone may be referred to as follows: 1. Class I – ALDOT No. 78 Aggregate 2. Class II – Dense Graded Aggregate (DGA)

2.2 SOURCE QUALITY CONTROL

A. Contractor: tests necessary to locate acceptable source of materials meeting specified requirements.

B. Final approval of aggregate material will be based on materials' test results on installed materials.

C. Should separation of course from fine materials occur during processing or stockpiling, immediately change methods of handling materials to correct uniformity in grading.

PART 3 - EXECUTION

3.1 PREPARATION

A. As specified in Section 31 22 13, SUBGRADE PREPARATION.

B. Obtain Engineer’s acceptance of subgrade before placement of base course rock.

C. Do not place base materials in snow or on soft, muddy, or frozen subgrade.

3.2 EQUIPMENT

A. Compaction Equipment: Adequate in design and number to provide compaction and obtain the specified density for each layer.

3.3 HAULING AND SPREADING

A. Hauling Materials: 1. Do not haul over surfacing in process of construction. 2. Loads: Of uniform capacity. 3. Measure capacity of truck to determine vehicle load and quantity. 4. Maintain consistent gradation of material delivered; loads of widely varying gradations will be cause for rejection.

2 Section 32 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Base Course B. Spreading Materials: 1. Distribute material to provide required density, depth, grade and dimensions with allowance for subsequent lifts. 2. Produce even distribution of material upon roadway without segregation. 3. Should segregation of course from fine materials occur during placing, immediately change methods of handling materials to correct uniformity in grading.

3.4 CONSTRUCTION OF COURSES

A. General: Complete each lift in advance of laying succeeding lift to provide required results and adequate inspection.

B. Base Course: 1. Maximum Completed Lift Thickness: 6 inches. 2. Completed Course Total Thickness: As shown. 3. Spread lift on preceding course to required cross-section. 4. Lightly blade and roll surface until thoroughly compacted. 5. Add keystone to achieve compaction and as required when aggregate does not compact readily due to lack of fines or natural cementing properties, as follows: a. Use base 1/4-minus crushed aggregate material as keystone. b. Spread evenly on top of crushed base course, using spreader boxes or chip spreaders. c. Roll surface until keystone is worked into interstices of crushed base course without excessive displacement. , d. Continue operation until course has become thoroughly keyed, compacted, and will not creep or move under roller. 6. Blade or broom surface to maintain true line, grade, and cross-section.

3.5 ROLLING AND COMPACTION

A. Blade or otherwise work existing surface as necessary to achieve a smooth and thoroughly compacted surface.

B. Commence compaction of each layer of base after spreading operations and continue until density of 100 percent of maximum density has been achieved as determined by AASHTO T 99.

C. Commence rolling at outer edges of surfacing and continue toward center; do not roll center of road first.

D. Apply water as needed to obtain densities.

E. Place and compact each lift to the required density before succeeding lift is placed.

F. Bind up preceding course before placing leveling course. Remove floating or loose stone from surface.

G. Blade or otherwise work surfacing as necessary to maintain grade and cross- section at all times, and to keep surface smooth and thoroughly compacted.

3 Section 32 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Base Course H. Surface Defects: Remedy surface defects by loosening and rerolling entire area, including surrounding surface, until thoroughly compacted. 1. Finished Surface: True to grade and crown before proceeding with surfacing.

3.6 SURFACE TOLERANCES

A. Finished Surface of Base Course: Within plus or minus 0.04-foot of grade shown at any individual point.

B. Overall Average: Within plus or minus 0.01-foot from crown and grade specified.

3.7 FIELD QUALITY CONTROL

A. In-Place Density Tests: 1. Construct base course so areas shall be ready for testing. 2. Allow reasonable length of time for testing laboratory to perform tests and obtain results during normal working hours. 3. Show proof that areas meet specified requirements before identifying density test locations. 4. Perform a minimum of 2 tests on completed course per 200 cubic yards of material placed in accordance with T 191, or T 238 at locations acceptable to Engineer.

B. Cleaning

1. Remove excess material; clean stockpile areas of aggregate.

END OF SECTION

4 Section 32 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Base Course

SECTION 32 12 16 - ASPHALT CONCRETE PAVEMENT

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes: Providing and placing Asphalt Concrete Hot Mix (ACHM) for driveway and road repairs.

B. Related sections:

1. Section 31 22 13 – Subgrade Preparation.

1.2 REFERENCE STANDARDS

A. ASTM D2950 - Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods.

B. ASTM D2041 - Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures.

C. ASTM E699 – Standard Practice for Evaluation of Agencies Involved in Testing, Quality Assurance, and Evaluating Building Components.

1.3 DEFINITIONS

A. Combined Aggregate: All mineral constituents of an asphalt concrete mix, including mineral filler and separately sized aggregates.

B. Standard Specification: The latest edition, including supplements of the Alabama Department of Transportation.

1.4 SUBMITTALS

A. Shop Drawings: Job-mix formula for pavements.

B. Quality Control Submittals:

1. Manufacturer's Certificate of Compliance for the following materials: a. Aggregate: Gradation. b. Asphalt for Binder: Type and grade. c. Tack Coat: Type and grade of asphalt. d. Mixes: Job-mix formula per these specifications. 2. Manufacturer's Certificate of Proper Installation. 3. Statement of qualification for independent testing laboratory. 4. Test Results: (if required) a. For Each Trial Batch of the Mix Design: 1). Aggregate gradation. 2). Asphalt content. 3). Stability number. 4). Percent air voids. 5). Percent voids in mineral aggregate.

1 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

6). Density. 7). Retained strength. b. Asphalt cement for binder. c. Field density.

1.5 QUALIFICATIONS

A. Independent Testing Laboratory: In accordance with ASTM E699.

1.6 ENVIRONMENTAL REQUIREMENTS

A. Temperature:

1. Do not apply asphalt materials or place asphalt mixes when ground temperature is lower than 50 degrees F, air temperature is lower than 40 degrees F, or application surface is wet. 2. Measure ground and air temperature in shaded areas away from heat sources or wet surfaces.

PART 2 - PRODUCTS

2.1 AGGREGATE

A. As specified on Contract Drawings and in Standard Specifications for hot plant mix bituminous pavement; however, reclaimed material will not be acceptable.

2.2 MINERAL FILLER

A. As specified on Contract Drawings and in Standard Specifications.

2.3 TACK COAT

A. Emulsified asphalt, As specified on Contract Drawings and in Standard Specifications.

2.4 BLOTTER MATERIAL

A. As specified on Contract Drawings and in Standard Specifications.

2.5 ASPHALT CONCRETE MIXTURE

A. Surface Course: As specified on Contract Drawings and in Standard Specifications.

B. Base Course: As specified on Contract Drawings and in Standard Specifications.

2.6 ASPHALT CEMENT

A. Surface Course: As specified on Contract Drawings and in Standard Specifications.

B. Base Course: As specified on Contract Drawings and in Standard Specifications.

2.7 SOURCE QUALITY CONTROL

A. Tests: Furnish services of independent testing laboratory to conduct tests.

2 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

1. Job-Mix Formula for Pavements: a. Define gradation for each of the aggregate constituent used in mixture and establish exact proportion of each constituent to produce a gradation of aggregate within specified limits. b. Bulk specific gravity for each aggregate constituent. c. Measured maximum specific gravity of mix at optimum asphalt content determined in accordance with ASTM D2041. d. Properties as stated in Standard Specifications, for at least four different asphalt contents other than optimum, two below optimum, and two above optimum. e. Percent of asphalt lost due to absorption by aggregate. f. After each job-mix formula is established, the combined aggregate grading of respective mixture furnished to the Project shall meet tolerances specified in Standard Specifications.

PART 3 - EXECUTION

3.1 GENERAL

A. Backfill trench, with dense graded base material, to a smooth and even grade at the proper depth to allow adequate space for binder coarse and/or pavement. This material shall be tamped with acceptable and approved mechanical tampers in layers not to exceed 10 inches (loose measure), to a minimum compaction of 95% in accordance with AASHTO T 99. Where required, the top 6 inches of subgrade shall be compacted to 100%. Backhoes, rubber tired loaders, bulldozers, etc. are not acceptable tamping devices. Where paving is not to be immediately patched, fill trench to finish grade within 24 hours of excavation with a layer of cold-mix, minimum 1 ½” thick, and maintain until pavement patching is complete.

B. Application Equipment: In accordance with the State of Alabama Highway Department Standard Specifications for Highway Construction (SAHD Specifications).

C. Roadways: Construct to lines, grades, and cross-sections shown.

D. Bituminous binder layer shall be placed in accordance with Section 424 of the State of Alabama Highway Department Standard Specifications for Highway Construction (SAHD Specifications). Minimum thickness of binder layer shall be 2 inches for two lane roads and 2 ½ inches for roads of three or more lanes. The asphalt binder shall extend a minimum of 9 inches on either side of the trench and shall be compacted by rolling to provide a smooth, uniform surface 1 to 1 ½ inches below the finish grade.

E. Bituminous asphalt paving shall be placed, to a minimum depth of 1 ½ inches, in accordance with Section 424 of ALDOT Standard Specifications.

F. The finished surface of the new compacted paving shall be flush with the existing surface and shall conform to the grade and crown of the existing pavement. The surface of the new pavement shall be smooth to within 1/4 inch when checked using a straightedge.

G. Asphalt shall not be applied to wet material or during adverse weather conditions. Do not place asphalt upon frozen surfaces or when the temperature is below 40 degrees, without express written approval of the Owner or Engineer.

3 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

H. Traffic Control: Minimize inconvenience to traffic, but keep vehicles off freshly treated or paved surfaces to avoid pickup and tracking of asphalt. Maintain at least one-way traffic at all times.

I. Traffic Control: Contractor shall be solely responsible for traffic control and for meeting all federal, state, and local requirements for such.

3.2 CONTROL OF LINE AND GRADE

A. Provide and maintain intermediate control of the underlying base to meet finish surface grades and minimum thickness.

3.3 SURFACE PREPARATION FOR ASPHALT OVER EXISTING GRAVEL ROAD

A. Blade or otherwise work existing surface as necessary to achieve a smooth and thoroughly compacted surface.

B. Surface Depressions: Fill with base course, and thoroughly compact.

3.4 TACK COAT

A. Do not apply more tack coat than necessary for the day's paving operation.

B. Application: Apply tack coat uniformly to clean dry surfaces. Avoid overlapping of applications. Touch up missed or lightly coated surfaces and remove excess tack coat.

C. Application Rate: Minimum 0.05-gallon to maximum 0.15-gallon of asphalt (residual if diluted emulsified asphalt) per square yard of surface area. Apply at rate, within range specified, sufficient to assure good bonding, but not too heavy that surplus asphalt flushes into asphalt concrete being placed.

3.5 ASPHALT CONCRETE PAVEMENT PLACEMENT

A. Lay asphalt concrete over prepared base in a single lift to a total compacted thickness as shown on Plans.

B. Collect and dispose of segregated aggregate from raking process. Do not scatter material over finished surface.

3.6 CONNECTIONS WITH EXISTING FACILITIES

A. Where asphalt concrete pavement connects to an existing roadway surface, bridge, railway crossing, or other facility, modify existing roadway profile to produce a smooth riding connection to existing facility.

B. Modifying Existing Surfaces: Sawcut existing paved surfaces to provide meet lines and surfaces. Allow for sufficient depth of removal to reinstall a minimum thickness of 1-inch of asphalt concrete.

1. Meet Lines: Lines straight and edges vertical. 2. Edges of Meet Line Cuts: Paint with tack coat prior to placing pavement. 3. Sealing Meet Line: After placement of pavement, by painting with liquid asphalt or emulsified asphalt, cover immediately with clean, dry sand.

4 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

C. Paint edges of contact surfaces (curbs, manhole frames), before laying pavement, with tack coat or paving asphalt cement to provide watertight joints. Do not stain adjacent surfaces not intended to be coated.

D. Removing and Replacing Pavement: Remove existing pavement as necessary for installing the pipe line and appurtenances.

1. Marking: Before removing any pavement, mark the pavement neatly paralleling pipe lines and existing street lines. Space the marks the width of the trench. 2. Breaking or Cutting: Break asphalt pavement along the marks using jack hammers or other suitable tools. Break concrete pavement along the marks using of jack hammers or by scoring with a rotary saw and breaking below the score with the use of jack hammers or other suitable tools. 3. Machine Pulling: Do not pull pavement with machines until it is completely broken and separated from remaining pavement. 4. Damage to Adjacent Pavement: Do not disturb or damage the adjacent pavement. If the adjacent pavement is disturbed or damaged, remove and replace. 5. Asphalt Driveways and Pavements: When replacing the asphalt, remove the pavement twelve (12) inches back from the edges of the original cut. Use jack hammers or other suitable tools.

E. Replace driveways, sidewalks, and curbs with the same material and to the same dimensions as the existing.

3.7 JOINTS

A. Offset edge of each layer a minimum of 6 inches so joints shall not be directly over those in underlying layer.

B. Offset longitudinal joints in roadway pavements, so longitudinal joints in wearing layer coincide with pavement centerlines and lane divider lines.

C. Form transverse joints by cutting back on previous day’s run to expose full vertical depth of layer.

3.8 PATCHING

A. Patch Thickness: 3 inches or thickness of adjacent asphalt concrete, whichever is greater.

B. Preparation:

1. Remove damaged, broken, or unsound asphalt concrete adjacent to patches. Trim to straight lines exposing smooth, sound, vertical edges. 2. Prepare patch as specified in Section 31 22 13, SUBGRADE PREPARATION.

C. Construction:

1. Place asphalt concrete mix across full width of patch in layers of equal thickness. 2. Spread and grade asphalt concrete with hand tools or mechanical spreader, depending on size of area to be patched. 3. Finished surface of patch shall be flush with adjacent surface and match grade, slope, and crown of adjacent surface.

5 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

D. Compaction:

1. Roll patches with power rollers capable of providing compression of 200 to 300 pounds per linear inch. Use hand tampers where rolling is impractical. 2. Begin rolling top course at edge of patches, lapping adjacent asphalt surface at least 1/2 the roller width. Progress toward center of patch overlapping each preceding track by at least 1/2 the width of roller. Make sufficient passes over entire area to remove roller marks and to produce desired finished surface.

E. Surface Smoothness of Replaced Pavement: New pavement shall not deviate more than plus 1/4- inch or minus 0 inches when a straightedge is laid across patched area between edges of new pavement and surface of old surfacing.

3.9 COMPACTION

A. Roll until roller marks are eliminated and a density of 92 percent of measured maximum density determined in accordance with ASTM D2041 and ASTM D2950 is obtained.

3.10 JOINT COMPACTION

A. Place top or wearing layer as continuously as possible.

B. Pass roller over unprotected end of freshly laid mixture only when laying of layer is discontinued long enough to permit mixture to become chilled.

C. Cut back previously compacted mixture when Work is resumed to produce a slightly beveled edge for full thickness of layer.

D. Cut away waste material and lay new mix against fresh cut.

3.11 TOLERANCES

A. Conduct measurements for conformity with crown and grade immediately after initial compression. Correct variations immediately by removal or addition of materials and by continuous rolling.

B. Tolerance Measurements:

1. Completed Surface of Top or Wearing Layer: Uniform texture, smooth, and uniform to crown and grade. 2. Completed surface shall not vary more than 1/8-inch from lower edge of 10-foot straightedge placed on surface parallel to centerline. 3. Transverse slope of completed surface shall not vary more than 1/4-inch in 10 feet from the rate of transverse slope shown. 4. Finished grade shall not vary more than 0.02 feet.

C. Correct deviations in excess of specified tolerances by addition of asphalt concrete mixture to low places or removal of material from high places.

D. Wearing surface may be removed and replaced to achieve a satisfactory finish surface, if surface of completed pavement deviates by more than twice the specified tolerances.

6 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

3.12 FIELD QUALITY CONTROL

A. General: Provide services of independent testing laboratory to conduct tests.

END OF SECTION

7 Section 32 12 16 MCWD Pulaski Pike Water Line Replacement Asphalt Concrete Pavement

BLANK PAGE

(This page is left blank intentionally.)

SECTION 32 13 13 - PORTLAND CEMENT CONCRETE PAVING

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Concrete paving, driveways, sidewalks, curbs and gutters and aprons.

1.2 RELATED SECTIONS

A. Section 31 22 13, SUBGRADE PREPARATION: Preparation of site for paving and base and preparation of subsoil at pavement perimeter for planting.

B. Section 31 23 23, FILL AND BACKFILL.

C. Section 03 30 00, CAST-IN-PLACE CONCRETE.

D. Section 32 11 00, BASE COURSE.

1.3 REFERENCES

A. The following is a list of standards which may be referenced in this section:

1. American Concrete Institute (ACI): a. ACI 211.1 – Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete b. ACI 301 – Specifications for Structural Concrete for Buildings c. ACI 304R – Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. d. ACI 305R – Hot Weather Concreting e. ACI 306R – Cold Weather Concreting 2. American Society for Testing and Materials (ASTM): a. ASTM A185 – Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete b. ASTM A615 – Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement c. ASTM C33 – Standard Specification for Concrete Aggregates d. ASTM C39 – Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. ASTM C94– Standard Specification for Ready Mixed Concrete f. ASTM C150 – Standard Specification for Portland Cement g. ASTM C260 – Standard Specification for Air-Entraining Admixtures for Concrete h. ASTM C309- Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete i. ASTM C494– Standard Specification for Chemical Admixtures for Concrete j. ASTM C685 – Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing k. ASTM D1751 – Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)

1 Section 32 13 13 MCWD Pulaski Pike Water Line Replacement. Portland Cement Concrete Paving

l. ASTM D1752 – Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction.

1.4 SUBMITTALS

A. Provide as specified in Front End Specifications, Section 3, Paragraph 3.9 regarding SUBMITTAL PROCEDURES.

B. Product Data: Provide data on joint filler, admixtures, and curing compound.

C. Design Data: Indicate pavement thickness, designed concrete strength, reinforcement, and typical details.

1.5 QUALITY ASSURANCE

A. Perform work in accordance with ACI 301.

B. Obtain cementitious materials from same source throughout.

C. Follow recommendations of ACI 305R when concreting during hot weather.

D. Follow recommendations of ACI 306R when concreting during cold weather.

1.6 ENVIRONMENTAL REQUIRMENTS

A. Do not place concrete when base surface temperature is less than 40 degrees F, or surface is wet or frozen.

PART 2 - PRODUCTS

2.1 FORM MATERIALS

A. Form Materials: conform to ACI 301.

B. Joint Filler: Preformed; non-extruding bituminous type (ASTM D1751) or sponge rubber or cork (ASTM D1752).

1. Thickness: 1/2 inch.

2.2 REINFORCEMENT

A. Reinforcing Steel: ASTM A615 / A615M Grade 60 (420); deformed billet steel bars; unfinished finish.

B. Steel Welded Wire Reinforcement: Plain type, ASTM A185; in flat sheets; unfinished.

C. Dowels: ASTM A615 Grade 60 (420); deformed carbon steel bars; unfinished finish.

2 Section 32 13 13 MCWD Pulaski Pike Water Line Replacement. Portland Cement Concrete Paving

2.3 CONCRETE MATERIALS

A. Concrete Materials: As specified in Section 03 30 00, CAST-IN-PLACE CONCRETE.

2.4 ACCESSORIES

A. Curing Compound: ASTM C309, Type 1, Class A.

2.5 CONCRETE MIX DESIGN

A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. Refer to Civil Plans and Specifications for site concrete design.

B. Concrete Strength: Establish required average strength for each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301.

1. For trial mixtures method, employ independent testing agency acceptable to Owners Representative for preparing and reporting proposed mix designs.

C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer.

D. Concrete Properties:

1. Refer to Construction Documents.

2.6 MIXING

A. On Project Site: Mix in drum type batch mixer, complying with ASTM C685. Mix each batch not less than 1-1/2 minutes and not more than 5 minutes.

B. Transit Mixers: Comply with ASTM C94 / C94M.

PART 3 - EXECUTIONS

3.1 EXISTING CONCRETE PAVEMENT DRIVEWAYS

A. All existing concrete driveways to be replaced shall be replaced to an existing joint or sawcut to provide a neatly finished product.

B. All concrete, so replaced, shall be the same thickness as that removed or 6 inches (4 inches for driveways), whichever is greater, and shall be installed over a properly backfilled and compacted trench.

C. The Contractor shall protect the concrete and cure as per the requirements of this Section.

D. All pavements, including driveways, shall be Class "A" concrete. Reinforcing steel equivalent to that removed shall be used; welded wire mesh is to be used in all installations as a minimum.

E. All edges, grooves and joints of the concrete shall be tooled to produce a finished job similar to the adjoining concrete.

3 Section 32 13 13 MCWD Pulaski Pike Water Line Replacement. Portland Cement Concrete Paving

3.2 REMOVAL OF EXISTING CONCRETE DRIVEWAYS

A. Remove concrete driveways to their full width.

B. Prior to replacing concrete pavement, make a final cut using a rotary saw. Unless otherwise directed by the Owner or Engineer, all driveways shall be replaced from the driveway joint at the street to the nearest undisturbed construction joint. If no construction joint exists between the location of the cut and the right-of-way line, replace concrete from the street joint to a location twelve (12) inches back from the edge of the original cut.

3.3 EXAMINATION

A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads.

B. Verify gradients and elevations of base are correct.

3.4 SUBBASE

A. Prepare subbase in accordance with the Alabama Department of Transportation (ALDOT) Standards.

3.5 PREPARATION

A. Moisten base to minimize absorption of water from fresh concrete.

3.6 FORMING

A. Place and secure forms to correct location, dimension, profile, and gradient.

B. Assemble formwork to permit easy stripping and dismantling without damaging concrete.

C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement.

3.7 REINFORCEMENT

A. Place reinforcement as indicated.

B. Place dowels to achieve pavement and curb alignment as detailed.

3.8 PLACING CONCRETE

A. Place concrete in accordance with ACI 304R.

B. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during concrete placement.

C. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur.

D. Apply surface retarder to all exposed surfaces in accordance with manufacturer’s instructions.

4 Section 32 13 13 MCWD Pulaski Pike Water Line Replacement. Portland Cement Concrete Paving

3.9 JOINTS

A. Place control and expansion joints as indicated on drawings.

B. Place control and expansion joints and edge of new concrete to align with existing joints beyond.

C. Evenly space joint patterns not dimensioned on plans. Align joints with corners of masonry where shown on plans.

D. Place joint filler between new sidewalks and building or adjacent saw cut paving.

3.10 FINISHING

A. Sidewalk and Ramp Paving: Light broom, texture perpendicular to pavement direction.

B. Place during compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer’s instructions.

3.11 JOINT SEALING

A. If joint sealants are required, Engineer shall supply joint sealant requirements.

3.12 TOLERANCES

A. Maximum Variation of Surface Flatness: 1/4 inch in 10 feet.

B. Maximum Variation From True Position: 1/4 inch.

3.13 FIELD QUALITY CONTROL

A. An independent testing agency will perform field quality control tests.

1. Provide free access to concrete operations at project site and cooperate with appointed firm. 2. Submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of concrete operations. 3. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements.

B. Compressive Strength Tests: ASTM C39 / C39M. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 100 cu yd or less of each class of concrete placed.

1. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. 2. Perform one slump test for each set of test cylinders taken.

C. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken.

5 Section 32 13 13 MCWD Pulaski Pike Water Line Replacement. Portland Cement Concrete Paving

3.14 PROTECTION

A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures and mechanical injury.

B. Do not permit pedestrian traffic over pavement until 75 percent design strength of concrete has been achieved.

END OF SECTION

6 Section 32 13 13 MCWD Pulaski Pike Water Line Replacement. Portland Cement Concrete Paving

SECTION 32 92 00 - TURF AND GRASSES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Seeding 2. Sodding

B. Related Sections:

1. Division 31 Section "Earth Moving" for excavation, filling and backfilling, and compaction requirements.

1.3 DEFINITIONS

A. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus.

B. Finish Grade: Elevation of finished surface of planting soil.

C. Manufactured Topsoil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil.

D. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant.

E. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses.

F. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in-place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth.

G. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or top surface of a fill or backfill before planting soil is placed.

1 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses H. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms.

I. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated.

1. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to this Project.

B. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging.

C. Qualification Data: For qualified landscape Installer.

D. Product Certificates: For fertilizers, from manufacturer.

E. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of turf during a calendar year. Submit before expiration of required initial maintenance periods.

1.5 QUALITY ASSURANCE

A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful turf establishment. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: Five (5) years' experience in turf installation in addition to any other requirements specified elsewhere. 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Personnel Certifications: Installer's field supervisor shall have certification in one of the following categories from the Professional Landcare Network: a. Certified Landscape Technician - Exterior, with installation, maintenance specialty area(s), designated CLT-Exterior. b. Certified Turfgrass Professional, designated CTP. c. Certified Turfgrass Professional of Cool Season Lawns, designated CTP-CSL. 5. Maintenance Proximity: Not more than two (2) hours' normal travel time from Installer's place of business to Project site. 6. Pesticide Applicator: State licensed, commercial.

2 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses B. Soil-Testing Laboratory Qualifications: An independent laboratory or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, as applicable.

B. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod in time for planting within 24 hours of harvesting. Protect sod from breakage and drying.

C. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion-control measures to prevent erosion or displacement of bulk materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk fertilizers and soil amendments with appropriate certificates.

1.7 PROJECT CONDITIONS

A. Planting Restrictions: Coordinate planting periods with initial maintenance periods to provide required maintenance from date of substantial completion.

B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions.

PART 2 - PRODUCTS

2.1 SEED

A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances.

B. Seed Species: State-certified seed of grass species as follows: 1. Full Sun: Bermudagrass (Cynodon dactylon). 2. Sun and Partial Shade: Proportioned by weight as follows: a. 50 percent Kentucky bluegrass (Poa pratensis). b. 30 percent chewings red fescue (Festuca rubra variety). c. 10 percent perennial ryegrass (Lolium perenne).

3 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses d. 10 percent redtop (Agrostis alba).

2.2 SOD

A. Turfgrass Sod: Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted.

B. Turfgrass Species: Bermudagrass (Cynodon dactylon)

2.3 ORGANIC SOIL AMENDMENTS

A. Manure: Well-rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth.

2.4 FERTILIZERS

A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. (0.45 kg/92.9 sq. m) of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory.

2.5 MULCHES

A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley.

2.6 PESTICIDES

A. General: Pesticide, registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas to be planted for compliance with requirements and other conditions affecting performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel,

4 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. 3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable and which is too dusty.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by ENGINEER and replace with new planting soil.

3.2 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them.

B. Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways.

3.3 TURF AREA PREPARATION

A. Limit turf subgrade preparation to areas to be planted.

B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 6-inches. Remove stones larger than 1-inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property.

C. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch (13 mm) of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future.

D. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil.

E. Before planting, obtain Owner's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading.

3.4 SEEDING

A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph (8 km/h). Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged.

5 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses 2. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer.

B. Rake seed lightly into top 1/8 inch (3 mm) of soil, roll lightly, and water with fine spray.

C. Protect seeded areas with slopes exceeding 1:4 with erosion-control blankets installed and stapled according to manufacturer's written instructions.

D. Protect seeded areas with erosion-control mats where shown on Drawings; install and anchor according to manufacturer's written instructions.

E. Protect seeded areas from hot, dry weather or drying winds within 24 hours after completing seeding operations. Soak areas, scatter mulch uniformly, and roll surface smooth.

3.5 SODDING

A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy.

B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding 1:3. 2. Anchor sod on slopes exceeding 1:6 with wood pegs spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage.

C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod.

3.6 TURF MAINTENANCE

A. Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards.

B. Watering: Install and maintain temporary piping, hoses, and turf-watering equipment to convey water from sources and to keep turf uniformly moist to a depth of 4 inches (100 mm).

6 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water turf with fine spray at a minimum rate of 1 inch (25 mm) per week unless rainfall precipitation is adequate.

C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height:

3.7 SATISFACTORY TURF

A. Turf installations shall meet the following criteria as determined by ENGINEER: 1. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities.

B. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory.

3.8 PESTICIDE APPLICATION

A. Apply pesticides and other chemical products and biological control agents in accordance with requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed.

3.9 CLEANUP AND PROTECTION

A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas.

B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established.

C. Remove nondegradable erosion-control measures after grass establishment period.

END OF SECTION

7 Section 32 92 00 MCWD Pulaski Pike Water Line Replacement Turf and Grasses

BLANK PAGE

(This page is left blank intentionally.) SECTION 33 00 00 – PIPE, VALVES, AND FITTINGS

PART 1 - GENERAL

1.1 DESCRIPTION OF WORK

A. This section is intended to set a standard of quality and design for all materials used in the construction of the utility lines and appurtenances.

B. All materials under this section must be of domestic manufacture. FOREIGN MANUFACTURED MATERIALS ARE STRICTLY PROHIBITED.

C. Any reference to specifications published by other agencies shall refer to the latest edition or revision of such specifications as of the date of advertising for bids.

1.2 DEFINITIONS AND APPLICABLE STANDARDS

A. The following shall apply to this specification: 1. "As Specified" shall mean as specified by these Contract Documents. 2. "Or Equal" (See the General Conditions herein for definition) 3. AASHTO American Assoc. of State Highway and Transportation Officials 4. ANSI American National Standards Institute 5. ASTM American Society for Testing Materials 6. AWWA American Water Works Association 7. CI Gray Cast Iron 8. DI Ductile Iron 9. IP Iron Pipe 10. FIP Female Iron Pipe 11. MIP Male Iron Pipe 12. PE Polyethylene and Plain End (as appropriate) 13. FCF Female Copper Flare 14. PSI/psi Pounds Per Square Inch 15. PVC Polyvinyl Chloride 16. SSPC Steel Structures Painting Council

1.3 REFERENCE SPECIFICATIONS

A. Except as otherwise indicated, the current editions of the following apply to the Work of this Section. 1. AWWA C104 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water 2. AWWA C110 Ductile-Iron and Gray-Iron Fittings 3-in. Through 48-in for Water 3. AWWA C116/A21.16 “Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings”. 4. AWWA C900 Polyvinyl Chloride Pressure Pipe 5. AWWA C909 Molecularly Oriented Polyvinyl Chloride Pressure Pipe 6. AWWA M23 PVC Pipe - Design and Installation 7. ASTM D1599 Test Method for Short-Time Hydraulic Failure Pressure of Plastic Pipe, Tubing and Fittings

1 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings 1.4 SHOP DRAWINGS

A. The Contractor shall submit to the Engineer, for approval, Shop Drawings of the pipe valves, fittings, and appurtenances proposed to meet the Specifications. The Drawings shall be supported by notes or written directions as required.

B. The submission shall be made as soon as feasible after award of the contract, and in any event shall be submitted and approval obtained before fabrication of the equipment. The manufacturer shall furnish the Engineer with five (5) copies of the submission as approved.

C. The information required on the Shop Drawings shall include but is not necessarily limited to the following: 1. Full and complete mechanical and electrical specifications covering all parts of the equipment proposed to be furnished. 2. Detail Drawings showing outlines, schematics, connections, block diagrams and other pertinent information to define the size, operation and maintenance requirements of the proposed equipment. 3. Guarantees of performance of the equipment proposed to be furnished. 4. Available locations for factory trained maintenance and service facilities. 5. Hydrostatic proof, sustaining pressure and burst strength testing reports.

D. Failure to submit the above data shall be cause for rejection of the equipment.

1.5 INSPECTION

A. Factory Inspection 1. All pipe may be subject to inspection at the place of manufacture in accordance with the provisions of the referenced standards as supplemented by the requirements herein. The Contractor shall notify the Engineer in writing of the manufacturing start date not less than 14 calendar days prior to the start of any phase of the pipe manufacture. 2. During the manufacture of the pipe, the Engineer shall be given access to all areas where manufacturing is in process and shall be permitted to make all inspections necessary to confirm compliance with the Specifications.

1.6 TESTING

A. Except as modified herein, pipe shall be tested in accordance with the requirements of this Section and AWWA C110, AWWA C900 or C909, as applicable. 1. The Contractor shall perform said material tests in accordance with the requirements of the Contract Documents. The Engineer shall have the right to witness all testing conducted by the Contractor; provided, that the Contractor’s schedule will not be delayed for the convenience of the Engineer. 2. All expenses incurred in obtaining samples for testing shall be borne by the Contractor at no increased cost to the Engineer. 3. In addition to those tests specifically required, the Engineer may request additional samples of any material for testing by the Engineer. The additional samples shall be furnished at no additional cost to the Engineer.

2 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings PART 2 – PRODUCTS

2.1 DUCTILE IRON PIPE

A. Ductile iron pipe shall be supplied and delivered in the type, class and nominal diameters as specified in the Contract Documents or shown on the drawings, and shall be manufactured in accordance with the following ANSI/AWWA specifications, latest revision, as well as other special requirements contained herein: 1. ANSI/AWWA C150/A21.50 “Thickness Design of Ductile Iron Pipe” 2. ANSI/AWWA C151/A21.51 “Ductile Iron Pipe, Centrifugally Cast” 3. ANSI/AWWA C111/A21.11 “Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings” 4. ANSI/AWWA C104/A21.4 “Cement-Mortar Lining for Ductile-Iron Pipe and Fittings”

B. All ductile iron pipe shall be supplied WITHOUT the asphaltic seal coating.

C. Approved manufacturers/models/part numbers: 1. American Cast Iron Pipe Company a. Push-On: Fas-Tite (all sizes b. M.J. Mechanical Joint (all sizes) c. Restrained Joint: Lok-Ring (14" – 48”), Flex-Ring (4”-12”) d. Ball Joint: Flex-Lok (all sizes) 2. Clow Water Systems Corporation a. Ball Joint: Clow Ball and Socket (all sizes) 3. McWane Cast Iron Pipe Company a. Push-On: Tyton (4” – 24”), Fas-Tite(30”-36”) b. M.J.: Mechanical Joint (all sizes) c. Restrained Joint: Fastite Restrained Joint 4. United States Pipe and FoundryCompany a. Push-On: Tyton (all sizes) b. M.J.: Mechanical Joint (all sizes) c. Restrained Joint: TR Flex (all sizes) d. Ball Joint: USIFLEX (all sizes)

D. Ductile iron pipe (DIP) shall be supplied in accordance with the requirements below and as required by the manufacturer. 1. Unless otherwise specified, the interior of the pipe shall receive the cement-mortar lining for Ductile Iron Pipe. No asphaltic seal coating shall be applied to the interior lining of the pipe. 2. The exterior of all pipe and fittings, unless otherwise specified, shall receive a Fusion- Bonded Epoxy coating per ANSI/AWWA C116/A21.16. 3. Each piece of pipe shall bear the manufacturer’s name or trademark, the year in which it was produced and the letters “DI” or word “DUCTILE”. Pipe manufacturer shall furnish notarized certificate of compliance to the above AWWA or ANSI specifications. 4. The cleaning and assembly of pipe and fitting joints shall be in accordance with the manufacturer’s recommendations. 5. Ductile iron pipe joint deflection angles shall not exceed 75% of the manufacturer’s maximum allowance.

3 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings E. All pipe, 16” diameter or greater, shall be subjected to a hydrostatic pressure test equal to 75% of the minimum yield strength, where the minimum yield strength is 42,000 psi. Therefore, the required hydrostatic test should be equal to 31,500 psi in pipe wall, based upon outside diameter and total standard thickness. The Developer will require written certification that this testing has been successfully completed.

F. All pipe shall be supplied in nominal 18- or 20-foot sections unless otherwise specified and shall be push-on with gaskets and pipe lube. Each shipment of pipe shall contain a minimum of 50% "Field Gauge" pipe, unless otherwise specified at the time of placement of order. Madison County Water Department reserves the right to specify a larger or smaller percentage of "Field Gauge" pipe as required for particular projects or portions of projects. Particularly for pipe diameters above 12", the percentage required per shipment will normally be lower than 50%.

G. All ductile iron pipe and fittings shall be new, unused pipe delivered directly from the manufacturer to the job site. Pipe, which has been stored by the Contractor for 3 months or longer, is not acceptable. All pipe must be approved by the Engineer or Owner prior to installation.

H. The Contractor shall be responsible for all other products and procedures, including bedding, backfill, concrete and all other appurtenances required.

I. Ductile iron pipe for buried service shall be class and size as specified on Drawings.

J. Pipe fabricated for above ground service, with flanged joints, shall be fabricated in accordance with ANSI/AWWA C115/A21.15 and shall be pressure class 350 for up to and including 12 inches and pressure class 250 for pipe greater than 12 inches.

K. All ductile iron pipe shall have a metallic tape laid 2 feet below finished grade. 1. The tape shall be aluminum foil plastic encased. 2. 5 Mil (2 Mil clear film laminated to aluminum foil, laminated to 2 Mil clear reverse printed) 3. Solid color-coded bar with black letters. 4. Installation instructions printed on tape. 5. Meets or exceeds industry standards. 6. Permanently printed. 7. APWA Uniform Color Code (Blue – with the words “CAUTION BURIED WATER LINE BELOW” printed on it). 8. Product shall be Seton Name Plate Corp., New Haven, CT, No. 210, or equivalent

2.2 POLYVINYL CHLORIDE PIPE

A. Madison County Water Department will provide the 6” PVC main required for Frank Church Road.

B. Saddles and PVC fittings shall be supplied by the Contractor per these Specifications.

C. Contractor to install pipe, fittings, saddles, etc. for a complete and working water line per Contract Documents.

4 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings 2.3 POLYVINYL CHLORIDE PIPE JOINT AND FITTINGS

A. Fittings used with polyvinyl Chloride Pipe shall be Ductile Iron Pipe Fittings.

B. Fittings shall meet the requirements set below for Ductile Iron Pipe Joint and Fittings.

2.4 DUCTILE IRON PIPE JOINT AND FITTINGS

A. Approved Manufacturers/Models/Part Numbers: 1. American Cast Iron Pipe Company 2. Tyler Pipe 3. Union Foundry Company 4. United States Pipe and Foundry Company

B. All fittings shall be mechanical joint type with a fusion-bonded epoxy coating.

C. All items used for jointing pipe shall be furnished with the pipe and tested before shipment. The joints shall be made with tools and lubricant in strict conformity with the manufacturer’s instructions. If requested, three (3) copies of such instructions shall be delivered to the Engineer at start of construction.

D. Ductile iron fittings and accessories shall be supplied and delivered in the type, sizes and class as specified in the Contract Documents or shown on the drawings, and shall be manufactured in accordance with the following ANSI/AWWA specifications, latest revision, as well as other special requirements contained herein: 1. C116/A21.16 “Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings”. 2. C110/A21.10 “Ductile-Iron and Gray-Iron Fittings". 3. C111/A21.11 “Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings”. 4. C115/A21.15 “Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges”.

E. All fittings shall be ductile iron (no cast iron), and shall be "Long Body" or “Standard Size” (C110) style fittings wherever the size specified is available. All materials must be of domestic USA in origin, which shall be defined to include each component of every fitting, which must be cast, manufactured, and assembled, in its entirety, in the United States

F. Where called for on the Drawings, Push-in socket joints shall be equal to manufacturer’s specifications for “Tyton,” “Bell-Tite,” or “Fastite.” The joints shall consist of a rubber gasket compressed in groove in bell of pipe with beveled spigot end of pipe for initial centering into rubber gasket in bell and conform to ANSI/AWWA C111/A21.11.

G. All ductile iron fittings shall be pressure rated 350 and shall be ductile cast iron grade per ASTM A536.

H. Mechanical joints are to be furnished according to ANSI/AWWA C111/A21.11. All pipe joints must be furnished complete with all accessories. Ductile iron mechanical joints shall be used for ductile iron pipe. Rubber gaskets shall be made of plain first grade rubber, free of imperfections and porosity. Hardness shall be 70 to 75 durometer.

5 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings I. Flanged Pipe and Fittings: 1. Ductile iron flanges for pipe and fittings are to have dimensions, facing, and drilling to correspond with ANSI B16.1 150 pound template with pressure rating 250, unless otherwise specified on the contract drawings. 2. Where flanges are pit cast integrally with pipe in vertical position in dry sand molds, flanged pipe shall be latest revision of ANSI Specifications A21.2 for Class 150 or Class 250 pipe. Where flanged pipe is made up by threading plain end, centrifugally cast pipe, screwing on specially designed long hub flanges, and refacing across both face of flange and end of pipe, flange shall be per ANSI Specification B16.1 and pipe shall be ANSI Specification A21.6 Class 150. Either method of manufacture of flanged pipe will be acceptable; except when plain ends fit into mechanical joint bells, then centrifugally cast pipe shall be used. 3. With prior approval of the Engineer, the Contractor may use mechanical grooved or shouldered pipe couplings, flanges, and fittings, as manufactured by Victaulic Company of America or approved equal, conforming to ANSI/AWWA C606-97 on ductile iron piping systems in lieu of flanged joints. Grooved product manufacturer is to be certified ISO-9001 single supplier. The Contractor shall install the grooved system by means of reference to the manufacturer's most recent published instruction and ensure that the complete installation is similar in function to a flanged piping system. 4. With prior approval of the Engineer, couplings and flanges for use with grooved and shouldered joints shall be ductile iron or malleable iron conforming to ASTM A-536 or A- 47. Fittings shall be ductile, ASTM A-536, or cast iron, ASTM A-48. Fittings conforming to center to end dimensions, wall thickness, and rigid grooving dimensions for end pipe preparation as specified in AWWA C-110, AWWA C-153, and AWWA C-606 shall be required. Gaskets shall be the center leg design to conform to ductile pipe surfaces, have properties designated in ASTM A-2000, and shall be suitable for the required service. Bolts shall be heat treated, track head design, plated, and manufactured in accordance with ASTM A-183, minimum tensile 110,000 PSI or Type 304 stainless steel to ASTM A-193, Grade B-8 Class 2.

J. Restrained Joints, Reaction Anchorage and Blocking: 1. Restrained joint pipe shall be furnished and installed in accordance with these specifications and the manufacturer's recommendations, in the locations shown on the Drawings. Restrained joints shall prevent "pulling apart" of push-on joints due to axial thrust forces. Joints shall restrain against working pressures at least equal to the working pressure rating of the pipe. Restrained joint fittings shall be equal to manufacturer's specifications for Megalug, or other approved equal. EBAA Iron is an approved manufacturer for Megalug. 2. Reaction anchorage and blocking (thrust blocks) shall only be allowed where specifically called for on the Drawings, or at the direction of the Engineer. 3. Unplugged bell and spigot or bell tees, Y-branches, bends deflecting 11-1/4 degrees or more, and plugs which are installed in buried piping shall be provided with reaction blocking, anchors, joint harness, or other acceptable means for preventing movement of the pipe and joints caused by the internal test pressure. 4. Concrete blocking shall extend from the fittings to solid undisturbed earth and shall be installed so that all joints are accessible for repair. The bearing area of concrete reaction blocking shall be as shown on the Drawings or as directed by the Engineer. If adequate support against undisturbed ground cannot be obtained, metal harness anchorages consisting of steel rods across the joint, securely anchored to pipe and fitting or other adequate facilities, shall be installed to provide the necessary support.

6 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings 5. Reaction blocking, anchorage, or other supports for fittings installed in fills or other unstable ground or above grade shall be provided as shown on the Drawings or as directed by the Engineer.

K. Threaded Joints: Threaded joints shall have red or white lead painting on male threads. Teflon tape may be used on male threads in lieu of paint.

L. Hot Poured Joints: Compound for cast iron bell and spigot pipe joints shall be caulking lead not less than 99.73% lead meeting AWWA Specifications for jointing water pipes. This method shall be used only when replacing an existing joint.

2.5 PVC PIPE SADDLES (SDR 21, CLASS 200)

A. See Section 2.12 for approved service saddles.

2.6 LOCKING GASKETS

A. Locking (thrust restraint) gaskets as recommended by the pipe manufacturer shall be used as shown and indicated on the plans and as described in these technical specifications. The locking gaskets shall prevent the joints from separating due to thrust forces.

B. The US Pipe Field Lok 350 Gasket or equal shall be used. The contractor must submit technical data sheets demonstrating that gaskets proposed for use on the project are approved by the pipe manufacturer and are equal to the US Pipe Field Lok 350 Gasket for ductile iron pipe manufactured by US Pipe.

2.7 RESTRAINED MECHANICAL JOINT RETAINER GLANDS

A. Approved Manufacturers/Models/Part Numbers: 1. EBAA Iron Mega Lug (3” – 1103, 6” – 1106, 8”- 1108, 12” – 1112, 16” – 1116, 18” – 1118) 2. Approved equal.

2.8 LOCATION TAPE

A. Location tape shall meet the following minimum specifications: 1. To be detectable marking tape, aluminum foil plastic encased 2. 5 Mil (2 Mil clear film laminated to aluminum foil, laminated to 2 Mil clear reverse printed) 3. Solid color-coded bar with black letters 4. Installation instructions printed on tape 5. Meets or exceeds industry standards 6. Permanently printed 7. APWA Uniform Color Code (Blue – Caution: Buried Water Line Below) 8. See Section 2.1, paragraph K of these Specifications.

2.9 BALL CORPORATION VALVES

A. Approved Manufacturers 1. Ford 2. McDonald 3. Mueller

7 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings B. Approved Model/Part Number 1. The approved model for the 1” is the Ford FB1600-4, 1” CC x 1” Female IP with coupling C86-44, 1” MIP x 1” P.J. for PEP. 2. The approved model for the 2” is the Ford FB1700-TA-7 with coupling L84-77 IP x P.J. for CTS. 3. All other manufacturer models should use the No-Lead equivalent to the models above.

C. All ball Corporation valves to be full port.

D. The 2” ball corporation valves shall be equipped with the tee head adapters.

2.10 CURB STOPS

A. Approved Manufacturers: 1. Ford 2. McDonald 3. Mueller

B. Approved Models/ Part Numbers: 1. B63-342W – 1” PEP P.J. x ¾” Meter Swivel (Ford). 2. B63-444W – 1” PEP P.J. x 1” Meter Swivel (Ford) 3. BF43-777W – 2” CTS P.J. x Meter Flange (Ford) 4. All other manufacturer models should use the No-Lead equivalent to the models above.

C. All curb stops must be full port.

D. All curb stops must be supplied with lock wing.

2.11 BACKFLOW DUAL CHECK VALVES

A. Approved Manufacturers: 1. Watts (all sizes) 2. Ames (3” and larger) B. Approved Models / Part Number: 1. ¾” Dual Check Valve: 1” x ¾” 7 10 – U2 (Watts) 2. 1” Dual Check Valve: 1-1/4” x 1” 7 10 – U2 (Watts) 3. 3” and larger Dual Check Valve: 774 NRS (Watts) or 2,000SS NRS (Ames). 4. All other manufacturer models should use the No-Lead equivalent to the models above.

2.12 SERVICE SADDLES

A. Approved Manufacturers 1. Ford 2. Romac 3. JMC 4. McDonald 5. Mueller

8 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings B. Approved Models / Part Number 1. 6" x ¾” - FC202-669-CC3 (Ford) 2. 6" x 1” - FC202-669-CC4 (Ford) 3. 6" x ¾" or 1” (for A.C. & D.I.) - FC202-760-CC3 or CC4 (Ford) 4. 6” x 2” - FC202-669-IP7 (Ford) 5. 6” x 2” - FC202-669-IP7 (Ford) 6. 8" x ¾” or 1” - FC202-871-CC3 or CC4 (Ford) 7. 8" x ¾” or 1” (for A.C. & D.I.) - FC202-979-CC3 or CC4 (Ford) 8. 8” x 2” – FC202-IP7 (Ford) 9. 10" x ¾” or 1” - FC202-1075-CC3 or CC4 (Ford) 10. 12" x ¾” or 1” - FC202-1275-CC3 or CC4 (Ford) 11. 18” x ¾”, 1” or 2” – FC202-2050-CC3, CC4, CC7, IP4 or IP7 (Ford)

C. Requirements: 1. Strapped with double wide STAINLESS STEEL bands. 2. Epoxy Coated.

2.13 STAINLESS STEEL TAPPING SLEEVES (6” THROUGH 12”)

A. Approved Manufacturers / Models / Part Numbers 1. Ford FAST style 2. Romac SST-FLG style 3. JCM All Stainless 432 4. Mueller

B. Requirements: 1. Fast Tap Design 2. Flange – Stainless, carbon steel, or ductile 3. Test Plug – Brass 4. Meet or exceed ANSI/AWWA C223, Latest Revision.

C. Stainless steel tapping sleeves shall be split type, and shall be constructed of 304 stainless steel with branch outlet flanges also of 304 stainless steel.

D. All bolts and nuts shall be constructed of 304 stainless steel furnished with national coarse threads and heavy hex nuts.

E. All welded connections for the attachment of flanges, outlet sections and other component parts of the sleeve shall be fully passivated.

F. The interior surfaces of the split sleeve shall be supplied with a full size gridded gasket which will surround 100% of the outer surface of the carrier pipe within the sleeve when installed. The gasket material, virgin SBR, virgin GPR, or other materials as approved, shall meet or exceed the requirements of ASTM D2000, latest revision. Flanged outlet gasket material shall be a minimum of 1/8" thick, cut full faced, and shall be composed of Buna-N rubber which meets or exceeds the requirements of ASTM D2000, latest revision, or other materials as approved. All gasket materials shall be glued or otherwise bonded permanently to the stainless steel surfaces in sufficient areas to retain the gasket materials in proper alignment for installation.

G. The nominal carrier pipe size (or range of sizes) and branch outlet size for which the tapping sleeve is designed shall be clearly and permanently marked on the side of each tapping sleeve.

9 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings 2.14 TAPPING VALVES

A. Non-Rising Stem (NRS) Resilient Seat Tapping valves shall be designed for a working pressure of 250 psi in accordance with ANSI/AWWA C509 standards, latest revision (6” through 12”), and ANSI/AWWA C515 standards, latest revision (14” through 20”). Tapping valves shall meet or exceed requirements for approval by Underwriters Laboratories Inc. and Factory Mutual Research Corporation.

B. Approved Manufacturers/Models/Part Numbers (6” through 12”): 1. M&H Style 407 2. Mueller T-2360 3. Clow 2639/2640 4. American Darling Series 2500 5. US Pipe T-USP0-16

C. Requirements: 1. NRS Resilient Seat 2. Rated for 250psi working pressure 3. Epoxy coated

D. All tapping valves shall also meet or exceed the requirements of MCWD NRS Resilient Seat Tapping Valves Specification, latest revision.

E. To eliminate the possibility of damage to the tapping valves caused from the use of full size shell cutters, the interior waterway of the valve body shall be designed with a full circular port opening having an inside diameter greater than or equal to the nominal pipe size.

F. End configurations of all tapping valves shall be flanged inlet by mechanical joint outlet. All flanged ends shall be provided with a raised alignment ring (centering ring or male pilot) in accordance with MSS-SP60, shall be faced and drilled in accordance with ANSI/ASME B16.2 Class 150 and supplied complete with gaskets, bolts and nuts. Flange gasket material shall be 1/8" thick cloth inserted rubber, free from corrosive alkali or acid ingredients and suitable for use in potable water lines. Each gasket shall be supplied in one piece, cut full faced with adequate clearance between the gasket and the outside edge of the alignment ring, and supplied with the sufficient number and size holes to install the flange bolts.

G. Mechanical joint ends shall conform to ANSI/AWWA C111/A21.11, latest revision.

H. All tapping valves shall be equipped with 2" square operating nuts.

I. Interior and exterior surfaces of the valve body shall be epoxy coated conforming to ansi/awwa c550, latest revision, having a minimum thickness of 10 mils and is certified to nsf standard 61tapping saddles.

J. Tapping saddles shall be installed a minimum of 3 feet from the edge of the saddle to any pipe joint or other saddle. Multiple taps of 6 inches or larger shall not be made in the same joint of pipe without the approval of the Engineer.

10 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings 2.15 CULVERT PIPE

A. All culverts removed during construction can be reused, if in good condition and if approved by Owner/Engineer. Refer to Section 31 32 00, Soil Erosion Stabilization and Site Restoration, for additional information on culvert pipe replacement.

B. All culvert pipes in need of replacement shall be replaced in like and kind as existing pipe being replaced in field. All replaced culvert pipes shall be of new materials. Culvert pipe used for replacement of disturbed or damaged existing culverts shall be the same nominal diameter as the pipe being replaced. The replacement lengths shall be as shown on the Drawings.

2.16 TRACER WIRE

A. Tracer wire shall be #14 copper solid (insulated). Required for 6” PVC on Frank Church Road only.

B. See Section 3.3 for installation instructions and additional information.

2.17 PLASTIC METER BOXES

A. Approved Manufacturers/Models/Part Numbers 1. Carson (Oldcastle Precast) 2. Standard Meter Box – Carson Old Style – 1118-MSBCF-18 or equal. 3. Standard Meter Lid – Carson 1118-BC Flush cover Ductile Iron max view reader lid or equal. 4. Jumbo Meter Box - MSBCF 1730 – 18 5. Jumbo Meter Lid – MSCBC 1730 – R

B. The meter box shall be high-density Polyethylene of one-piece, molded construction for durability.

C. The meter box must have a minimum wall thickness of 0.55” and have been tested to withstand a 15,000 lb. vertical load rating.

D. All edges shall be clean and smooth for safety during handling.

E. Inner and outer walls are to be smooth with a bright white interior to ease meter reading.

F. The exterior shall be black to retard UV degradation.

G. The meter box shall have a top flange, below the cover seat, to retard “push down” when set in paving and an anti-settling flange on the bottom.

H. The cover shall be one-piece, with reader lid, dimensions of 11.125” x 18”, made of ductile iron and have a minimum weight of 21.5 lbs.

I. The cover shall have a minimum thickness of 0.25”, tensile strength of (psi) 65,000 and yield strength of (psi) 45,000.

J. The castings shall conform to ASTM A536-84, latest revision.

11 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings 2.18 GATE VALVES

A. General: Gate valves shall be installed at locations shown on the Drawings or as directed by the Owner/Engineer. They shall be set properly and as shown on the standard details on the Drawings. The valves shall be joined to the pipe as specified and per manufacturer’s recommendations.

B. All valves shall open when the operating nut is turned to the left (counter-clockwise), unless otherwise noted.

C. When gate valves are used as tapping valves, the tapping machines used shall have slightly undersized shell cutters to insure protection of the valve interior coating.

D. 3” Through 12” – Resilient Seat Gate Valves: 1. Non-Rising Stem (NRS) Resilient Seat Gate valves shall be designed for a working pressure of 250 psi in accordance with ANSI/AWWA C509 standard, latest revision, and shall meet or exceed requirements for approval by Underwriters Laboratories Inc. and Factory Mutual Research Corporation. 2. Valve bodies and valve gates shall be constructed of ductile iron, which meets or exceeds the requirements of ASTM A536, latest revision. 3. Valve seat design shall utilize a wedge action, which evenly compresses the resilient rubber seat material between the one-piece valve gate and the valve body. 4. All valves shall be capable of maintaining a tight drip proof seal while maintaining 400- psi differential test pressure applied alternately on either side of the gate (400 psi on one side of the gate with 0 psi on the other side). To assure zero leakage and quick installation and removal of replacement parts, o-ring seals shall be used between the valve stem and valve bonnet, as well as between the valve bonnet and valve body. 5. To minimize pressure loss during conditions of flow through the valve, the interior waterway of the valve body shall be designed with a full circular port opening with smooth surfaces which accommodates full-sized shell cutter and no obstructions or depressions in the seat area that can accumulate rust or scale. 6. Interior surfaces of the valve body shall be epoxy coated conforming to ANSI/AWWA C550, latest revision, having a minimum thickness of 10 mils and is certified to NSF Standard 61. 7. All valves shall be furnished with non-rising stems, and all stems and stem nuts shall be constructed of high strength non-corrosive bronze. 8. All valves shall be designed to open left (counter-clockwise direction); all valve stems, nuts, gates and other parts shall be capable of withstanding, without damage, a minimum of 300 foot-pounds of input torque applied to the operating nut or hand wheel. Anti-friction thrust washers and guides shall be used wherever possible to reduce the required operating torque. 9. All internal parts, such as the valve seat or gate, valve stem, stem nut, or other parts, shall be field replaceable with the valve in line and depressurized but not dewatered. 10. All valves shall be designed to provide trouble free operation with the valve stem installed in any position ranging from vertically upward, horizontal, or vertically downward. 11. Unless specified otherwise in the purchase documents, valves that are to be used for above ground installation shall be equipped with hand wheels and flanged end connections. 12. Valves that are to be used for below ground installations shall be equipped with 2" square operating nuts and mechanical joint end connections. 13. Flanged end valves shall be faced and drilled in accordance with ANSI/ASME B16.2 Class 150, and shall be supplied with flange gaskets. Flange gasket material shall be 1/8" thick

12 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings cloth inserted rubber, free from corrosive alkali or acid ingredients and suitable for use in potable water lines. Each gasket shall be in one piece, full faced with holes to pass bolts. Mechanical joint ends shall conform to ANSI/AWWA C111/A21.11, latest revision. 14. Any valves installed at a depth of greater than 48” (as measured from final grade to top of valve operating nut) shall have a valve stem riser installed prior to backfill

E. Valves conforming to these specifications shall be accepted from the following manufacturers (Models/Part Numbers): 1. Mueller Company, A-2360 (MJ), A-2360-6 (FL) 2. Clow Corporation, F-6100 (MJ), F-6102 (FL) 3. M & H Valve & Fitting Company, Style 4067 (MJ & FL) 4. American Darling Series 2500 5. US Pipe Metroseal 250 NRS (MJ & FL) 6. Others as approved by Owner/Engineer

F. The requirements/specifications of each valve include: 1. NRS Resilient Seat 2. Class 250, 3” – 12” 3. Epoxy Coated

G. Submit shop drawing data on all valves to Engineer for approval.

2.19 PRESSURE AIR RELEASE VALVES

A. Approved Manufacturers/Models/Part Numbers: 1. APCO Model 200A 2. Crispin Model PL10A (2”) 3. Cla-Val Series 34, 34AR-332.3C (2”)

B. Requirements: 1. Up to 300 psi operating pressure 2. Compound lever 3. Manufactured to AWWA C-512 4. Stainless steel float and internal components 5. Cast iron body and cover to comply with ASTM A-126 Class B

2.20 VALVE BOXES

A. All valves shall be equipped with valve boxes.

B. All valve boxes shall be installed as shown on Drawings.

C. Valve stem extensions shall be required where depth to operate exceeds 4’–0” (as measured from final grade to top of valve operating nut) and shall have the valve stem riser or extension installed prior to backfill. Valve stems shall be centered inside valve box.

D. Valve box shall be set plumb and valve box lid shall be flush with ground surface with concrete pad poured around valve lid as shown on Drawings. Valve lid shall have the word “WATER” incorporated on lid.

13 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings E. Valve boxes shall be the heavy roadway type. The valve boxes shall be cast iron, two-piece screw type with drop covers. The valve boxes shall be adjustable to 6” up or down from the nominal required cover over the pipe.

F. Valve boxes shall be cast iron, made in the USA, and meet required specifications of ASTM A48.

2.21 FIRE HYDRANTS

A. Fire hydrants shall meet or exceed ANSI/AWWA C502 standards for dry barrel fire hydrants, latest revision; shall be listed by Underwriters Laboratories Inc. as meeting UL246, latest revision; and shall be approved by Factory Mutual Research Corporation for a working pressure of at least 250 psig.

B. Fire hydrants shall be equipped with two 2.5-inch bronze hose outlets and one 4.5-inch bronze pumper outlet connection. All bronze hose or pumper outlets shall be field replaceable and shall be supplied with hose threads in conformance with the NFPA 1963 Standard for Screw Threads and Gaskets for Couplings. Threaded iron caps with gaskets shall be installed on all hose outlet connections to ensure that a tight drip proof seal can be obtained when needed. Each cap shall have a pentagonal national standard nut measuring 1.5 inches from point to flat for installation and removal and each cap shall be securely attached by chain to the hydrant barrel.

C. Fire hydrant main valves shall be 5.25 inches in diameter, open left (counterclockwise), and shall be controlled by a pentagonal national standard operating nut measuring 1.5 inches from point to flat. The operating nut, valve rods, valve seats, and other working parts shall be capable of withstanding a minimum of 200 foot-pounds of input torque applied to the operating nut in either direction (closing or opening). A travel stop shall be provided on all main valve rods to ensure that no compressive forces can be applied to the valve rods when the operating nuts are rotated beyond the full open position. A weather cap, weather shield, or weather seal shall be provided around the operating nut to ensure corrosion free operation under all weather conditions. All working parts shall be of a bronze-to-bronze design and all brass or bronze parts shall comply with the applicable ASTM or CDA alloy specifications. Upper valve rod threads shall be lifetime lubricated with an all temperature grease or oil, which shall be sealed off from the internal waterway by multiple O-ring seals. All working parts, such as the valve seat or stem, shall be removable through the top of the hydrant without requiring the removal of the complete assembly from the line. Bronze multiport drain valve outlets (weep holes) shall be provided to drain water from the upper barrel once the main valve is closed and shall seal drip tight against rubber or plastic facings when the main valve is fully open.

D. Fire hydrant bonnets, barrels, shoes, and other ferrous parts shall be constructed of ductile iron, which shall conform to one or more of the following specifications: ANSI/AWWA C151/A21.51, ANSI/AWWA C110/A21.10, ASTM A395, or ASTM A536, latest revisions. Fire hydrant shoes shall be provided with a 6-inch mechanical joint inlet connection furnished without accessories and in conformance with ANSI/AWWA C111/A21.11, latest revision. The upper bolt holes of the mechanical joint inlet flange may be slotted to facilitate the installation of standard length tee-head bolts. Breakaway connections consisting of breakable flanges, page couplings, and/or bolts shall be provided at ground level on the fire hydrant barrel and main valve stem. Main valve design shall open against system pressure so that system pressure will seal off the main valve in the event that the upper barrel or nozzle section is sheared off at the ground line flange. The bury depth shall be clearly marked on the outside of all fire hydrant barrels to ensure that break away flanges are installed at the proper height above ground.

14 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings E. Interior waterway surfaces of the fire hydrants below the main valve shall be epoxy coated conforming to ANSI/AWWA C550, latest revision, using an epoxy color other than black. All other surfaces, with the exception of the working parts of the valve and the exterior surfaces of the hydrant barrel above the bury line, shall be coated with an asphaltic varnish in conformance with Federal Spec. TT-V-51, or equal. Exterior surfaces of the fire hydrant above the bury line shall be painted with a rust resistant primer followed by a finish coating of yellow enamel in conformance with Federal Standard 595B. All fire hydrants shall be supplied with a manufacturer’s limited warranty on materials and workmanship of at least 10 years duration.

F. Approved Manufacturers/Models/Part Numbers for Fire Hydrants are as follows: 1. M&H Style 129 (Traffic Model with travel stop nut) 2. Mueller Super Centurion 250 with travel stop nut 3. Clow Medallion with travel stop nut 4. American Darling B-84-B with travel stop nut 5. U.S. Pipe Metropolitan 250 with travel stop nut 6. AVK 250 PSI SERIES 2780 with travel stop nut

2.22 SWIVAL HYDRANT ADAPTERS AND TEES

A. Tees for fire hydrant leads shall be the anchor type such that a 6” mechanical joint gate valve can be directly joined to the tee branch using a split gland. The tees shall be rated for 250 psi working pressure, and shall otherwise meet the requirements for ductile iron fittings addressed herein.

B. Anchor tees shall be American No. A-10180 or equal. The split glands shall be American No. A- 10844 or equal.

C. Swivel adapters shall be 6” nominal diameter and shall be of the length required by the Owner and shall be designed for a working pressure of at least 250 psi. They shall be designed to connect to the standard mechanical joint end (AWWA C111) of the gate valve and the fire hydrant. One end of the swivel adapter shall be provided with a split gland that may be rotated 360° on the fitting. Swivel adapters shall be American No. A-10895 or equal. The split glands shall be American No. A-10844 or equal.

2.23 COUPLINGS

A. Pipe couplings and reducer couplings shall be of a gasketed, sleeve-type, with diameter to fit the pipe properly. Each coupling shall consist of one (1) steel middle ring, two (2) steel followers, two (2) rubber-compounded wedge section gaskets and sufficient track-head steel bolts to properly compress the gaskets. Couplings shall have a minimum working pressure rating of 250 psi.

B. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower-ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1% beyond the yield point.

C. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval. All nuts, bolts, washers, etc., shall be stainless steel.

15 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings D. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material which will not deteriorate from age, from heat, or exposure to air under normal storage conditions. It shall also possess the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipe line.

E. The couplings shall be assembled on the job in a manner to insure permanently tight joints under all reasonable conditions of expansion, contraction, shifting and settlement, unavoidable variations in trench gradient, etc. The coupling shall be style 38, as manufactured by Dresser Manufacturing Division, Bradford, Pennsylvania, or approved equal.

2.24 SERVICE TUBING

A. Approved Manufacturers/Models/Part Numbers: 1. Drisco Phillips 5100 2. Endot Industries 3. Silver Line

B. Meet the following minimum specifications: 1. Service tubing is to meet or exceed 200 psi working pressure, clearly marked on tubing. 2. Tubing must comply with the latest revision of ansi/awwa c901, which applies to ½” through 3” sizes. 3. One-inch service lines shall be PEP/SIDR7, Class 200. 4. Two-inch service lines shall be CTS, Class 200. 5. Stainless steel insert stiffeners are to be used in all corporations and curb stop flanges.

2.25 FLANGES

A. Flanges shall be cast solid and faced accurately at right angles to the axis of the casting.

B. Dimensions and drilling of flanges shall be in accordance with the American Standards Association. Special drilling shall be provided where necessary.

2.26 ENCASEMENT PIPE

A. Encasement Pipe for Long Side Services 1. 2” or Larger – Schedule 40 or Class 200

B. Steel Encasement Pipe for Roadway Bores – Sizes 12” through 42” 1. All utility encasement (casing) pipe shall comply with the appropriate requirements of ASTM A139, latest revision, Grade B, for all sizes. 2. Casing pipe shall be manufactured seamless or with a single straight linear fusion weld. No spiral welded casings will be accepted. 3. All casing shall have a uniform diameter and circular cross section, with the maximum allowable variation of the diameter at the ends not to exceed ½ of the nominal wall thickness of the casing. 4. All casing pipe shall be furnished in nominal lengths of 20 feet. 5. Mildly pitted pipe is acceptable provided minimum wall thickness is obtained at the deepest pits, the pipe is cleaned and coated with corrosion protective coating, and that such coating

16 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings is clearly identified in the bid at time of submittal and is approved by the Engineer and/or Owner. 6. New unpitted pipe shall not require a corrosion protective coating. 7. All ends shall be cut square and beveled for welding. 8. All casing shall be clearly and legibly stamped, painted or otherwise permanently labeled on both ends with the following information: a. Nominal Diameter b. Wall Thickness c. Exact Length d. ASTM specification e. Pipe Grade 9. Minimum wall thickness shall be as specified in the following table and shall be measured at the thinnest point: Diameter Minimum Wall Thickness Less than 30 inches 0.250 inches (1/4”) 36 inches and greater 0.375 inches (3/8”)

PART 3 – EXECUTION

3.1 GENERAL

A. The Contractor shall install all the pipe closure sections, fittings, valves and appurtenances shown on the approved plans, including bolts, nuts, gaskets and joining materials.

B. The Contractor shall excavate sufficiently in advance of pipe laying operations to enable the alignment and profile to be revised to clear existing utilities and to align with existing connection points.

C. PVC pipe which has been gouged shall not be used. PVC pipe which has received minor scratches during handling may be used solely at the discretion of the Engineer.

D. Before being placed in position, the pipe fittings and accessories shall be cleaned and shall be maintained in a clean condition.

E. The Contractor shall maintain the interior of the pipe clean, sanitary and free from foreign materials. At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of the pipe in the trenches shall be kept tightly closed to prevent the entrance of animals and foreign materials. To prevent unwanted water intrusion, open ends of pipe shall be closed temporarily with a watertight bulkhead.

F. Do not install any pipe contaminated with a petroleum product (inside or outside).

G. Do not install any pipe that shows evidence of exposure to sunlight, age, surface deterioration, or other physical damage. The decision of the Owner’s Representative shall be final as to the acceptability of the pipe to be installed.

H. Pipe should be stored, if possible, at the job site in unit packages provided by the manufacturer. Caution should be exercised to avoid compression damage or deformation to bell-ends of the pipe. Pipe shall be supported uniformly while being stored and not stacked with the weight on bells. All pipe shall be stored in such a way to protect it from exposure from direct sunlight. The

17 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings pipe may be covered with an opaque material while permitting adequate air circulation above and around the pipe. Gaskets shall be stored in a cool, dark place out of the direct rays of the sun, preferably in original cartons. For pipe older than 24 months, the Owner/Engineer will require information on the pipe storage during the period. The Owner/Engineer reserves the right to reject pipe older than 24 months or to require retesting and recertification by the pipe manufacturer.

3.2 INSTALLATION

A. Proper care shall be used to prevent damage in handling, moving and placing the pipe. Tools and equipment satisfactory to the Engineer shall be provided and used by the Contractor.

B. The pipe shall not be handled in a manner that will cause bruises, cracks, or other damage. Any material damaged in the course of installation shall be identified and removed from the job site.

C. All pipe, fittings, valves, and other pipeline materials shall be lowered into the trench in a manner that prevents damage. Under no circumstances shall pipe, fittings or any other materials be dropped or dumped into trenches.

D. The pipe shall be hoisted with mechanical equipment using a cloth belt sling or a continuous fiber rope which avoids scratching the pipe. A chain is not permitted. Pipes up to 6 inches in diameter can be lifted by hand.

E. The full length of each section of pipe and fittings shall rest solidly on the pipe bed, with recessed excavation to accommodate bells, joints and couplings. Anchors and supports shall be provided where necessary and where indicated on the Drawings for fastening work into place.

F. Wood support blocking will not be permitted.

G. Bell and spigot shall be laid with the bell-ends pointing in the direction of laying. Pipe shall be graded in straight lines taking care to avoid the formation of any dips or low points. Joints shall be installed according to manufacturer’s recommendations.

H. Pipe installation for straight and horizontal or vertical curve alignments shall be as described below. The maximum deflection at any joint shall be in accordance with the manufacturer’s recommendations. The pipe layout for curved alignments using 20-foot pipe lengths with bell- end or coupling shall also be recommended by the manufacturer.

I. Installation tolerances for the pipe shall not vary more than 0.15 foot horizontally or 0.1 foot vertically from the alignment and elevations shown on the approved plans.

J. Install PVC pipe such that the indelible identification strip markings on each pipe section are continuously aligned for the total length of the pipeline being installed. Orient the strip marking upward to the 12 o’clock position (top) of the trench opening.

K. Assemble the pipe joint using the lubricant supplied by the manufacturer. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint.

L. Pipe shall be cut by means of saws, power driven abrasive wheels or pipe cutters which will produce a square cut. After cutting and before insertion into a PVC bell-end, the end of the pipe shall be beveled using a beveling tool, portable type or abrasive disk. When a PVC pipe is

18 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings to be inserted into a mechanical joint fitting, the end shall be left square or made square by cutting off the beveled end.

M. Depth of Cover: All water mains shall have a minimum cover of 30 inches from finished grade. Unless installed under storm drains, no water mains shall exceed a maximum cover of 48 inches, measured from final grade to the top of casing. Service lines shall have a minimum cover of 18 inches.

3.3 COPPER TRACER WIRE

A. All non-metallic pipeline, including water service laterals, shall be provided with a No. 14 AWG insulated copper wire lad along the top of the pipe and held in place with ties or hitches. The ties or hitches shall be spaced not more than 10 feet apart. The copper wire is to be used in the future as a means of locating the pipe with an electronic-type locator.

3.4 PAINTING AND/OR COATINGS

A. All pipe, fittings, and valves shall be painted or coated as specified.

3.5 RESPONSIBILITY

A. The Contractor shall be responsible for furnishing and installing all pipes, fittings, and valves of the types shown on the Plans and as specified herein. Pipes, fittings, and valves furnished shall be designed to meet the requirements for use, velocity, pressure, etc., of the system as shown on the Drawings.

3.6 PATENTED DEVICES

A. If the manufacturer is required or desires to use any design, device, material or process covered by letter, patent, or copyright, the manufacturer shall provide for such use by suitable legal agreement with the patentee or owner and the prices bid hereunder shall, without exception, indemnify and save the Owner and Engineer from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright used in connection with any equipment to be furnished hereunder.

3.7 OPERATING AND MAINTENANCE INSTRUCTIONS

A. Operating and maintenance instructions, along with a separate parts list, shall be furnished in two (2) copies to the Owner. Operating instructions shall also incorporate a functional description of the system including the system schematics which reflect "as-built" modifications. Maintenance requirements particular to the system shall be clearly defined, along with calibration and test procedures.

3.8 RECONNECTING SERVICE LINES AND METER BOXES

A. General: The Contractor shall connect all existing services to the new water main prior to pressure testing and bacteriological testing. During pressure testing, leave the service taps exposed to observe possible leaks. After successful pressure testing, conduct bacteriological testing. Services can be transferred to the new main once all test results are satisfactory. New meters and backflow preventers can then be installed for each customer. Materials, provided by Madison County, will be used to connect the new meters to the new water main. Materials provided by Madison County

19 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings include service meters and backflow preventers. The Contractor shall supply all other materials to successfully reconnect all existing service lines and meter boxes.

B. The Contractor is responsible for recording each individual meter replacement using the Madison County Water Department Daily Activity Sheet.

C. Installation Requirements: 1. Service saddles with corporation stops shall be used on all water mains. 2. Service lines shall be installed perpendicular to mains using shortest possible route. All service lines shall be continuous; no splices will be allowed. In a case where the service line is damaged or must be extended during construction, the entire service line must be replaced. 3. There are to be no more than two (2) taps at one location, and these must run in the same direction. 4. The corporation valve must be installed with the operating nut on top. 5. Services lines under roadways shall have a minimum cover of 18 inches. 6. Contractor shall connect to existing meter. If existing meter is deeper than 15 inches, the Contractor is to adjust the height of meter. No meters shall be deeper than 15 inches. 7. Meter boxes are to be installed flush with existing grade. Curb stops shall be placed just inside of meter box with operating nut turned up. 8. The Contractor shall backfill under mains and corporation valves in a manner to insure there are no voids under the mains or corporation valves. The fill material shall be added in 3 to 6 inch layers and placed under the corporation valves. After 12 inches of material is placed over the corporation valves, then the backfilling procedures, as described in Section 5.4, shall apply.

D. Replacement of Meters: The Contractor shall install new meters and backflow preventers for every household. The meters and backflow preventers will be provided by Madison County. The Contractor must coordinate with the customer according to the instructions in Paragraph (E) below. The Contractor shall return all old meters, valves, etc. to the Madison County’s warehouse as referenced in Section 4.17.

E. Coordination with Customers: The Contractor must inform the customer of a planned water outage no less than 24 hours before the planned outage occurs. The duration of the outage shall be no longer than four (4) hours for each residence. Customers shall also be notified of possible air in customer’s water lines when those conditions may exist. Customer coordination is required when work to be performed to the customer’s connection could potentially cause an outage. Face- to-face coordination is preferred. After attempts of face-to-face or telephone notification are unsuccessful, written notices may be used.

F. The Contractor is responsible for ensuring that ALL existing service connections currently connected to the 6” water line (within the segment that is being replaced) are reconnected to the new 12” water line. The existing 6” water line will be abandoned after the 12” water line has passed all inspections, tests, and is brought on line. Efforts have been made to show all existing meters on the Construction Documents. However, it is still the Contractors responsibility to reconnect ALL existing service connections to the new 12” water line.

3.9 VENDOR SERVICE (IF REQUIRED)

A. When the assembly and installation of the equipment is complete, services to be provided by the vendor's service engineer shall include, but not necessarily be limited to, the following:

20 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings B. Checking the Contractor's installation of the equipment supplied by the vendor.

C. Placing all equipment supplied by the vendor in commercial service.

D. Demonstrating that the unit meets all guarantees.

E. Instructing Owner's operators in the operation, maintenance and care of equipment supplies by the vendor.

F. Correcting and/or augmenting instruction books supplied by the vendor for specific conditions of the installation.

G. Providing onsite service as required.

H. The cost of such manufacturer's service shall be included in the Contract submitted by the equipment manufacturer as a part of the cost of the equipment.

3.10 INSPECTION

A. No water mains shall be covered until visually inspected by the Engineer and/or Owner. Any mains covered prior to inspection shall be uncovered, at the Contractor’s expense. Detail inspection requirements are included in Section 3.16 - Inspection of the Work.

END OF SECTION

21 Section 33 00 00 MCWD Pulaski Pike Water Line Replacement Pipe, Valves, and Fittings

BLANK PAGE

(This page is left blank intentionally.)

SECTION 33 11 00 - WATER DISTRIBUTION

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Pipe and fittings for site water lines including domestic water lines and fire water lines.

B. Valves, Fire hydrants, and domestic water hydrants.

1.2 RELATED SECTIONS

A. Section 03 30 00, CAST-IN-PLACE CONCRETE: concrete for thrust restraints.

B. Section 31 23 16, EXCAVATION.

C. Section 31 23 23.13, FILL AND BACKFILL.

D. Section 33 00 00, PIPE, VALVES, AND FITTINGS.

E. Section 33 11 11, WATER MAINS PRESSURE AND LEAKAGE TESTS

F. Section 33 13 00, DISINFECTION OF WATER DISTRIBUTION SYSTEM.

PART 2 - PRODUCTS

2.1 WATER PIPE

A. AWWA C110 Ductile-Iron and Gray-Iron Fittings 3-in. Through 48-in for Water. No asphaltic coating on inside of pipe shall be used. Refer to Specification Section 33 00 00, Pipe, Valves, and Fittings.

B. Polyvinyl Chloride: Refer to Specification Section 33 00 00, Pipe, Valves, and Fittings. PVC Pipe (SDR 21, Class 200) will be provided by Madison County Water Department.

2.2 TRACE WIRE:

A. Magnetic detectable conductor, clear plastic covering, imprinted with “water service” in large letters. Refer to Specification Section 33 00 00, Pipe, Valves, and Fittings for details.

2.3 VALVES

A. Valves: As specified in Section 33 00 00, Pipe, Valves, and Fittings.

B. Valves: Manufacturer’s name and pressure rating marked on valve body.

C. Substitutions: Subject to Owner/Engineer approval.

1 Section 33 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Water Distribution

2.4 BEDDING AND COVER MATERIALS

A. Bedding: As specified and as shown on Drawings.

B. Cover: As specified and as shown on Drawings.

2.5 ACCESSORIES

A. Class “A” Concrete: Class “A” concrete shall be used for sidewalks, streets, curbs, gutters, ditch paving, driveways, and structures such as manholes, manhole bottoms, retaining walls, footings, piers, and pipe supports. Refer to Section 03 30 00, CAST-IN-PLACE CONCRETE and standard details on Drawings.

B. Class “B” Concrete: Class “B” concrete shall be used for thrust blocking, concrete encasement, and any pipe bedding as specified by Owner/Engineer. Concrete for thrust blocking shall also be as specified in Section 03 30 00, CAST-IN-PLACE CONCRETE.

C. Backflow Preventer: Madison County will supply backflow preventers required for each service connections. Refer to Drawings.

D. Meter: Madison County will supply Service Meters required for each service connection. Refer to Drawings.

E. Valve boxes and covers: Refer to Specification Section 33 00 00, Pipe, Valves, and Fittings and Drawings.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that municipal utility water main size, location, and invert are as indicated.

B. Verify all easements, right-of-ways, etc.

3.2 PREPARATION

A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs.

B. Remove scale and dirt on inside and outside before assembly.

C. Prepare pipe connections to equipment with flanges or unions.

3.3 TRENCHING

A. Backfill around sides and to top of pipe with cover fill, tamp in place and compact, then complete backfilling as specified in Section 31 23 23.16 TRENCH BACKFILL and Drawings.

3.4 INSTALLATION – PIPE

A. Install Ductile Iron piping and fittings according to AWWA C110.

2 Section 33 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Water Distribution

B. Route pipe in straight line.

C. Install pipe to allow for expansion and contraction without stressing pipe or joints.

D. Slope water pipe and position drains at low points.

E. Refer to Section 33 00 00, PIPE, VALVES, AND FITTINGS

3.5 INSTALLATION – VALVES AND HYDRANTS

A. Set valves on solid bearing.

B. Center and plumb valve box over valve. Set box cover flush with finished grade.

C. Refer to Section 33 00 00, Pipe, Valves, and Fittings

3.6 FIELD QUALITY CONTROL

A. Perform field inspection and testing in accordance with Section 33 11 10 – WATER MAINS PRESSURE AND LEAKAGE TESTS.

B. Pressure test water piping to satisfy local code requirements.

C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no additional cost to Owner and/or Engineer.

D. Following successful pressure test, perform disinfection of lines and bacteriological testing as specified in Section 33 13 00, DISINFECTION OF WATER DISTRIBUTION SYSTEM.

END OF SECTION

3 Section 33 11 00 15058000 MCWD Pulaski Pike Water Line Replacement Water Distribution

BLANK PAGE

(This page is left blank intentionally.)

SECTION 33 11 11 - WATER MAINS PRESSURE AND LEAKAGE TESTS

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Testing of water lines, fire hydrants, and valves.

1.2 RELATED SECTIONS

A. Section 31 23 16, EXCAVATION.

B. Section 31 23 23.13, FILL AND BACKFILL.

C. Section 33 00 00, PIPE, VALVES, AND FITTINGS.

D. Section 33 13 00, DISINFECTION OF WATER SYSTEM.

1.3 QUALITY CONTROL

A. Supervision: Provide full time superintendent on the project who is qualified and experienced in testing procedures. Superintendent shall direct all work in connection with the testing.

B. Codes and standards: Testing shall comply with AWWA C600, latest revision - Hydrostatic Testing.

1.4 SUBMITTALS

A. Submittals shall be made as required in Front End Specifications, Section 3, Paragraph 3.9, regarding SUBMITTAL PROCEDURES. The following specific information shall be provided:

1. Quality Control Submittals: a. Testing Plan: Submit at least 30 days prior to testing and include at least the information that follows. 1) Testing dates. 2) Piping systems and sections(s) to be tested. 3) Test type. 4) Method of isolation. 5) Calculation of maximum allowable leakage for piping sections(s) to be tested. b. Certifications of Calibration: Testing equipment. c. Certified Test Report.

B. Test reports: Submit certified copies of test reports on each section of pipe tested.

1 Section 33 11 11 15058000 MCWD Pulaski Pike Water Line Replacement Water Main Pressure and Leakage tests

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 GENERAL

A. The Contractor shall provide all necessary piping connections, pumping equipment, pressure gauges, flow meters, and other equipment as necessary for the required test.

B. Pressure and leakage test may be coordinated with the disinfection of the pipeline, subject to conditions of Section 33 13 00 DISINFECTION OF WATER DISTRIBUTION SYSTEMS.

C. The Owner will furnish at the nearest available source, all water required for filling the lines and making the required test. The pipe shall be filled with water at a velocity not to exceed 1 foot per second. Air shall be expelled from pipeline during filling.

D. Where practical, pipelines shall be tested in lengths of not more than 1500 feet.

E. All pipe, fittings and other materials found to be defective, shall be removed and replaced with new materials by the Contractor.

F. All lines that fail to meet tests shall be repaired and retested as necessary until test requirements are complied with.

G. During the contract or 1 year guarantee period, testing before backfilling in no way relieves the Contractor of the responsibility of repairing leaks which become evident after the main is put into service.

3.2 PREPARATION

A. Notify Engineer in writing 5 days in advance of testing. Perform testing in presence of Engineer.

B. Pressure Piping: 1. Install temporary thrust blocking or other restraint as necessary to protect adjacent piping or equipment and make taps in piping prior to testing. 2. Wait 5 days minimum after concrete thrust blocking is installed to perform pressure tests. If high-early strength cement is used for thrust blocking, wait may be reduced to 2 days. 3. Prior to test, remove or suitably isolate appurtenant instruments or devices that could be damaged by pressure testing. 4. New Piping connected to Existing Piping: a. Isolate new piping with grooved-end pipe caps, spectacle blinds, blind flanges, or as acceptable to Engineer. b. Test joint between new piping and existing piping by methods that do not place entire existing system under test load, as approved by Engineer. 5. Items that do not require testing include: Equipment seal drains, tank overflows to atmospheric vented drains, and tank atmospheric vents. 6. Test Pressure: As indicated on the Piping Schedule.

C. Test section may be filled with water and allowed to stand under low pressure prior to testing.

2 Section 33 11 11 15058000 MCWD Pulaski Pike Water Line Replacement Water Main Pressure and Leakage tests

3.3 TESTING AFTER BACKFILL

A. If the Contractor chooses to test after backfilling, he shall comply with all requirements shown for testing before backfilling, except that the duration of the test shall be for 6 hours. All surface indications of leaks shall be immediately corrected even though the total leakage is less than allowed.

B. In the event the leakage is more than permissible, the system shall be corrected as found necessary to bring it within the allowed limits. It shall be subject to as many 6 hour tests as necessary to obtain the desired result. If a section of pipe fails the 6 hour test, then a 24 hour test may be required by the Project Engineer.

3.4 TESTING BEFORE BACKFILL

A. All backup blocks and anchors shall have been in place at least 48 hours prior to testing.

B. The test pressure shall be maintained for 2 hours or longer as is necessary for time to inspect the pipe line for visible leaks and as is required to obtain a reasonable time for leakage measurement.

3.5 HYDROSTATIC TEST FOR PRESSURE PIPING (WATER MAINS)

A. Test pressure: 1. All newly installed piping shall be hydrostatic pressure tested per AWWA C600-10, Section 5.2, Paragraph 5.2.1.1.1, which states: “The test pressure shall not be less than 1.25 times the stated working pressure of the pipeline measured at the highest elevation along the test section and not less than 1.5 times the stated working pressure at the lowest elevation of the test section.” 2. Anticipated test pressures shall be a minimum pressure of 150 psi and a maximum pressure of 183 psi. 3. Garver’s construction observer will work coordinate with the Contractor to determine the required test pressures for a given segment. This pressure would be specific to the actual line segment as well as that line segment’s working pressure and elevations. 4. Pressure shall not vary by more than plus or minus 5 psi. 5. Pressurization: a. Each valved section of pipe shall be filled with water slowly and the specified test pressure, based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gage, shall be applied by means of a pump connected to the pipe. Test shall begin after pipe is filled with water and the air expelled.

B. Fluid: Clean water of such quality to prevent corrosion of materials in piping system.

C. Air removal: Before applying the specified test pressure, air shall be expelled completely from the pipe, valves, and hydrants. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged, or left in place at the discretion of the Owner.

3 Section 33 11 11 15058000 MCWD Pulaski Pike Water Line Replacement Water Main Pressure and Leakage tests

D. Examination: All exposed pipe, fittings, valves, hydrants, and joints shall be examined carefully during the test. Any damage or defective pipe, fittings, valves, or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material and the test shall be repeated until it is satisfactory to the Owner.

3.6 LEAKAGE TEST

A. General: A leakage test shall be conducted concurrently with the pressure test.

B. Leakage defined: Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi (34.5 kPa) of the specified test pressure after the pipe has been filled with water and the air has been expelled. Leakage shall not be measured by a drop in pressure in a test section over a period of time.

C. Allowable leakage: 1. No pipe installation will be accepted if the leakage is greater than that determined by the following formula:

L = SD P 7400 Where: L = allowable leakage, in gallons per hour S = length of pipeline tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in pounds per square inch gage

2. When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gallons per hour per inch of nominal valve size shall be allowed. 3. When hydrants are in the test section, the test shall be made against the closed hydrant. 4. All visible leaks shall be repaired regardless of the amount of leakage.

D. Acceptance of installation: Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid discloses leakage greater than that specified, the Contractor shall, at his own expense, locate and repair the defective material until the leakage is within the specified allowance.

END OF SECTION

4 Section 33 11 11 15058000 MCWD Pulaski Pike Water Line Replacement Water Main Pressure and Leakage tests

SECTION 33 13 00 - DISINFECTION OF WATER DISTRIBUTION SYSTEM

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Disinfection of site domestic water lines and site fire water lines specified in Section 33 11 00, WATER DISTRIBUTION.

B. Testing and reporting results.

1.2 RELATED SECTIONS

A. Section 33 11 00, WATER DISTRIBUTION.

B. Section 33 11 11, WATER MAINS PRESSURE AND LEAKAGE TESTS

1.3 REFERENCES

A. AWWA B301 – Liquid Chlorine; American Water works Association; latest revision. (ANSI/AWWA B301)

B. AWWA C651 – Disinfecting Water Mains; American Water works Association, latest revision (ANSI/AWWA C651)

1.4 SUBMITTALS

A. See Front End Specifications, Section 3, Paragraph 3.9, regarding SUBMITTAL PROCEDURES.

B. Test Reports: Indicate results comparative to specified requirements.

C. Disinfection report. 1. Type and form of disinfectant used. 2. Disinfection method being used. 3. Date and time of disinfectant injection start and time of completion. 4. Test locations. 5. Initial and 24 hour disinfectant residuals (quantity in treated water) in ppm for each outlet tested. 6. Date and time of flushing start and completion. 7. Disinfectant residual after flushing in ppm for each outlet tested.

D. Bacteriological report: 1. Date issued, project name, and testing laboratory name, address, and telephone number. 2. Time and date of water sample collection 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24 hour disinfectant residuals in ppm for each outlet tested 6. Coliform bacteria test results for each outlet tested. 7. Certification that water test samples confirm water is bacterially negative.

1 Section 33 13 00 15058000 MCWD Pulaski Pike Water Line Replacement Disinfection of Water Distribution System

1.5 QUALITY ASSURANCE

A. Perform all Work in accordance with AWWA C651, latest revision.

B. Water Treatment Firm: Company specializing in disinfecting potable water systems specified in this Section with minimum three years documented experience.

C. Madison County personnel will collect the samples for the bacteriological testing.

D. Submit bacteriologist’s signature and authority associated with testing.

E. Unacceptable disinfection testing results will require additional testing at the Contractor’s expense.

F. Testing Firm: Company specializing in testing potable water systems, certified by governing authorities of Alabama.

1.6 REGULATORY REQUIRMENTS

A. Conform to applicable code or regulation for performing all work of this Section.

B. Provide certificate of compliance from authority having jurisdiction indicating approval of water system.

C. Comply with all State and local Health Departments, Madison County Water Department, State of Alabama, and the United States of America regulations concerning contamination and bacteria counts.

PART 2 - PRODUCTS

2.1 DISINFECTION CHEMICALS

A. Chemicals: AWWA B301, Liquid Chlorine

B. All personnel working with and handling chemicals shall be appropriately trained per local and government standards.

PART 3 - EXECUTIONS

3.1 EXAMINATION

A. Verify that piping system and water well source has been cleaned, inspected and pressure tested.

B. Schedule disinfecting activity to coordinate with start-up, testing, adjusting and balancing, demonstration procedures, including related systems.

2 Section 33 13 00 15058000 MCWD Pulaski Pike Water Line Replacement Disinfection of Water Distribution System

3.2 EXECUTION

A. Disinfection and Sampling: 1. General: Following acceptable completion of the pressure test, water mains shall be disinfected by the Contractor in accordance with AWWA specifications governing water main disinfections. Bacteriological samples shall be collected from each dead end main and at other locations as may be required by Madison County Water Department. 2. The Contractor shall provide an adequate number of temporary taps, usually ¾”, for the injection of a disinfecting agent, collecting bacteriological samples, and pressure testing, as shown on the project drawings and/or as determined by the MCWD. At a minimum, disinfection taps are required at each tie point, and sampling taps are required at a minimum of 2 feet from each dead end main, and along each valved section of main. Following successful disinfection and sampling, the Contractor shall remove all materials and cap all temporary corporation stops. The cost of all materials, equipment, and labor shall be borne by the Contractor. 3. The Contractor shall be required to install temporary blow-offs at ends of all mains as required or as directed by the MCWD, and must remove these installations upon successful disinfection of main. The Contractor shall properly dispose of flushing water and protect any structures, sub grade or landscaping as so required. The Contractor shall obtain and apply sufficient quantities of a reducing agent to thoroughly neutralize the remaining chlorine residual. The quantities and types of neutralizing chemicals to be used shall be in accordance with ANSI/AWWA C651, latest revision, and shall conform to all Federal, State, and local regulatory requirements. 4. Madison County personnel will collect the samples for bacteriological testing. Should any mains test bad or unacceptable, more samples must be taken. The Contractor will be responsible for re-disinfecting the main(s). Madison County will then resample the main(s). Should bad samples again be collected after two tries to disinfect, it shall be assumed that there is a problem with the main, and the Contractor shall be required to determine the cause of the problem. The Contractor may at any point, when trying to obtain satisfactory results from a main which has repeatedly failed health samples, at his own expense, attempt to disinfect mains and hire an independent, approved laboratory to collect and analyze samples under the supervision of MCWD.

B. Disinfection Method: 1. The contractor shall disinfect the main using an application of a chlorine and water mixture. To use this method, the contractor should have some form of portable chlorinator, hypo chlorinator, or water jet to inject a chlorine solution into the main. 2. The point of application should be at the beginning of the water filled main, which has previously been flushed at a velocity of at least 2.5 feet per second. Chlorine is fed at this point while water is being withdrawn slowly and sampled at the other end. The chlorine feed should be continued until the chlorine residual dose reaches at least 50 parts per million. 3. The main should then be isolated and allowed to stand at least 24 hours. 4. Afterwards, the contractor shall thoroughly flush the main and request the water department to obtain samples for bacteriological examination.

3.3 FIELD QUALITY CONTROL

A. Perform field inspection and testing in accordance with Section 33 11 11, Water Main Pressure and Leakage Tests.

3 Section 33 13 00 15058000 MCWD Pulaski Pike Water Line Replacement Disinfection of Water Distribution System

B. Clean and disinfect lines in accordance with AWWA C651.

C. Test samples in accordance with AWWA C651.

D. No water lines shall be placed in service until tested, approved and accepted by the Owner.

END OF SECTION

4 Section 33 13 00 15058000 MCWD Pulaski Pike Water Line Replacement Disinfection of Water Distribution System MCWD Pulaski Pike Water Replacement

APPENDIX A: FORMS

15058000 A-1

MCWD Pulaski Pike Water Replacement

A.1 BID FORM

To: Madison County Commission, Date: ______

In compliance with your Advertisement for Bids and subject to all the conditions thereof, the undersigned ______(Legal Name of Bidder) hereby proposes to furnish all labor and materials and perform all work required for the Work Installation of the MCWD Pulaski Pike Water Line Replacement, Project Number MCWD 2015-004, dated September 2015. The Bidder, which is organized and existing under the laws of the State of ______, having its principal offices in the City of ______, is a: ___ Corporation, ___ Partnership ___ Individual, ___ (Other) ______

LISTING OF PARTNERS OR OFFICERS: If Bidder is a Partnership, list all partners and their addresses; if Bidder is a Corporation, list the names, titles, and business addresses of its officers:

BIDDER’S REPRESENTATION: The Bidder declares that it has examined the site of the Work, having become fully informed regarding all pertinent conditions, and that it has examined the Specifications (including all Addenda received) for the Work and the other Bid and Contract Documents relative thereto, and that it has satisfied itself relative to the Work to be performed.

ADDENDA: The Bidder acknowledges receipt of Addenda Numbers.______through ______inclusively.

15058000 A-2

MCWD Pulaski Pike Water Replacement

BASE LUMP SUM BID:

PRICE PER EXTENDED UNIT PRICED BID ITEM QUANTITY UNIT UNIT PRICE Mobilization for entire project. 1 LS $ $ Submittals and Shop Drawing (Prepare and Submit for 1 LS $ $ approval) Road Bore (Pulaski Pike), 6” RJ DIP inside 16” Steel 1 LS $ $ Casing Pipe (two locations, approx.. 40 lf each) Road Bore (Pulaski Pike), 12” RJ DIP inside 24” Steel 1 LS $ $ Casing Pipe (one location, approx.. 40 lf) 12" DIP Water Pipe, class 350, Complete-In-Place 15,200 LF $ $ 6" PVC Water Pipe (Pipe to be supplied by MCWD), 345 LF $ $ Install Complete-In-(extended up Frank Church Road) 12” Gate Valves, Complete in Place 22 Each $ $ 8” Gate Valves, Complete in Place 4 Each $ $ 6” Gate Valves, Complete in Place 7 Each $ $ Fire Hydrant Assemblies, Complete in Place 23 Each $ $ Pressure Air Release Valve Assembly, Complete-in-Place 2 Each $ $ Long Side Service connections and all appurtenances 22 Each $ $ (includes bore under Pulaski Pike), Complete-in-Place Short Side Service connections and all appurtenances, 40 Each $ $ Complete-in-Place Reconnecting Meters (meters and backflow preventers to 62 Each $ $ be supplied by County) Abandonment of Existing 6” Water Line 1 LS Asphalt Replacement for Open-Cut Installation of Water 375 SY $ $ Line on Roadways, Per Contract Documents, Complete- In-Place Concrete Driveway Repairs for Open Cut Installation 300 SY $ $ Asphalt Driveway Repairs for Open Cut Installation 1 LS $ $ (Approximate 1500 SY to be replaced) Gravel Driveway Repairs for Open Cut Installation 1 LS $ $ (Approximate 1200 SY to be replaced) Misc. Culvert remove/replace and ditch restoration, 1 LS $ $ including headwall replacements Grouted Riprap 60 SY $ $ Riprap 400 SY $ $ Silt Fencing 15,000 LF Straw Bales 25 EA $ $ Landscaping and Site Restoration 1 LS $ $ Record Drawings (Red-lined Drawings) 1 LS $1,500.00 $1,500.00 Startup, Testing, and Disinfection 1 LS $10,000.00 $10,000.00 Final Clean-up and Demobilization 1 LS $15,000.00 $15,000.00

TOTAL FOR BASE BID = $

15058000 A-3

MCWD Pulaski Pike Water Replacement

TOTAL BID:

For construction complete as specified (based lump sum items plus unit priced items using estimated quantities1), the sum of

______

______Dollars ($______) is bid.

1 Estimated quantities are for use of Madison County only, and Madison County makes no warranty representation or guarantee as the actual quantities.

15058000 A-4

MCWD Pulaski Pike Water Replacement

OPTIONS: None

REQUIRED INFORMATION FOR ALABAMA SALES AND USE TAX EXEMPTION: Pursuant to Code of Alabama § 40-9-14.1 (1975) and Alabama Administrative Code r. 810-6-3-.77 (2013) the Bidder must account for the estimated sales tax NOT included in the bid.

Labor Cost ______

Material Cost ______

Estimated Sales Tax NOT included in the Total Base Bid: ______

BID SECURITY: The undersigned agrees to enter into a Construction Contract and furnish the prescribed Performance and Payment Bonds and evidence of insurance within fifteen calendar days, or such other period stated in the Bid Documents, after the contract forms have been presented for signature, provided such presentation is made within 60 calendar days after the opening of bids, or such other period stated in the Bid Documents. As security for this condition, the undersigned further agrees that the funds represented by the Bid Bond (or cashier’s check) attached hereto may be called and paid into the account of the Awarding Authority as liquidated damages for failure to so comply.

Attached hereto is a: (Mark the appropriate box and provide the applicable information.) □ Bid Bond, executed by ______as Surety,

□ Cashier’s Check on the______Bank ______, for the sum of ______Dollars

($ ______) made payable to the Awarding Authority.

15058000 A-5

MCWD Pulaski Pike Water Replacement

BIDDER’S ALABAMA LICENSE:

License Number Bid Limit Type(s) of Work

CERTIFICATIONS: The undersigned certifies that he or she is authorized to execute contracts on behalf of the Bidder as legally named, that this proposal is submitted in good faith without fraud or collusion with any other bidder, that the information indicated in this document is true and complete, and that the bid is made in full accord with State law. Notice of acceptance may be sent to the undersigned at the address set forth below. The Bidder also declares that a list of all proposed major subcontractors and suppliers will be submitted at a time subsequent to the receipt of bids as established by the Owner in the Bid Documents but in no event shall this time exceed twenty-four (24) hours after receipt of bids.

I hereby certify that I have read and understand Madison County’s general terms and conditions and affirm that I have not been in any agreement or collusion among bidders or prospective bidders in restraint of freedom of competition. Upon award of this bid, I will not substitute any item on this bid under any circumstances. I also understand that the general terms and conditions are standard and that any contradicting requirements of the IFB or RFP supersede.

Legal Name of Bidder:______

Mailing Address: ______

* By (Legal Signature): ______

* Name (type or print): ______

*Title: ______

Telephone Number: ______

* If other than the individual proprietor, or an above named member of the Partnership, or the above named president, vice-president, or secretary of the Corporation, attach written authority to bind the Bidder. Any modification to a bid shall be over the initials of the person signing the bid, or of an authorized representative.

15058000 A-6

MCWD Pulaski Pike Water Replacement

A.2 BID BOND

The PRINCIPAL:

The SURETY:

The OWNER: Madison County, Alabama, Madison County Courthouse, 100 Northside Square, Huntsville, Alabama 35801

The PROJECT for which the Principal’s Bid is submitted: MCWD, Project Number MCWD 2015-004, dated September 2015.

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Principal and Surety, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the Owner in the PENAL SUM of five percent (5%) of the amount of the Principal’s bid, but in no event more than Ten- thousand Dollars ($10,000.00).

THE CONDITION OF THIS OBLIGATION is that the Principal has submitted to the Owner the attached bid, which is incorporated herein by reference, for the Project identified above.

NOW, THEREFORE, if, within the terms of the Bid Documents, the Owner accepts the Principal’s bid and the Principal thereafter either: (a) executes and delivers a Construction Contract with the required Performance and Payment Bonds (each in the form contained in the Bid Documents and properly completed in accordance with the bid) and delivers evidence of insurance as prescribed in the Bid Documents, or (b) fails to execute and deliver such Construction Contract with such Bonds and evidence of insurance, but pays the Owner the difference, not to exceed the Penal Sum of this Bond, between the amount of the Principal’s Bid and the larger amount for which the Owner may award a Construction Contract for the same Work to another bidder, then, this obligation shall be null and void, otherwise it shall remain in full force and effect.

15058000 A-7

MCWD Pulaski Pike Water Replacement

The Surety, for value received, hereby stipulates and agrees that the obligation of the Surety under this Bond shall not in any manner be impaired or affected by any extension of the time within which the Owner may accept the Principal’s bid, and the Surety does hereby waive notice of any such extension.

SIGNED AND SEALED this ______day of ______, ______.

ATTEST: PRINCIPAL: ______By______

______Name and Title

SURETY: ATTEST ______By______

______Name and Title

15058000 A-8

A.3 CONTRACTOR'S QUESTIONNAIRE

1. General Information

1.1 Name of Firm: ______

Street Address: ______

Mailing Address: ______(If different from street address)

Area Code & Phone #: (__ )______

Facsimile No.: (__ )______

Email Address:

Persons to Contact: ______

1.2 a. Date your firm was organized or started: ______

b. Legal Form of Business Corporation: ______

Individual: ______

Partnership: ______

Joint Venture: ______

Other: ______

c. If a Corporation State of Incorporation: ______

Date of Incorporation: ______

Federal I.D. #: ______

1.3 a. Subsidiary of another company? Yes ___ No ___

b. Parent Company Name ______

c. Sister Company in Related Business: Yes ___ No ___

d. Sister Company Name ______

1.4 a. In what states are you licensed to do business?

______

b. Alabama Contractor's License Number: ______

15058000 A-9

1.5 Names of officers, owners, partners, and principals. Identify relationship of each to firm and if active in firm: ______

______

______

______

1.6 Other than persons listed above, number of full-time office employees: ______

1.7 Number of full-time, permanent field employees: ______

1.8 If yes to any of the following questions, please attach a brief explanation and include the names, addresses, and phone numbers of persons who might be contacted for additional information.

a. Are there any claims, judgments, arbitration proceedings or suits pending against your organization: Yes ___ No. ___

b. Within the last five years, has your organization filed any lawsuits or requested arbitration related to construction contracts? Yes ___ No ___

c. Within the last five years, has your organization ever failed to complete any work awarded to it? Yes ___ No ___

d. Has your organization ever been adjudged a bankrupt or filed a petition in bankruptcy? Yes ___ No ___

e. Within the last five years, has your organization been assessed liquidated damages for failure to complete a project by the contracted date? Yes ___ No ___

f. Has your organization, in the last three years, received a final order for willful and/or repeated violation(s) issued by the United States Occupational Safety and Health Administration (OSHA) or by the Alabama Department of Labor or any other government agency? Yes ___ No ___

g. Have any Performance or Payment Bond claims ever been paid by any surety on behalf of your organization? Yes ___ No ___

2. Contractor's Experience

2.1 a. Number of years doing similar work for which you are bidding: _____

b. Number of projects that your organization has completed that are similar to work for which you are bidding: _____

15058000 A-10

2.2 Attach a list of major and/or similar projects completed within the last five years. Include cost of construction and date completed.

2.3 Attach a list of major projects in progress. Include cost of construction and anticipated completion date.

2.4 On a separate page, briefly describe your approach to project scheduling, monitoring, and control to ensure timely completion. Include how your firm will keep the owner abreast of any concerns related to the schedule (1 page or less).

2.5 a. What percentage of the contract amount do you typically perform with your own forces? _____

b. Identify work normally performed with your own forces or projects similar to the one for which your firm is bidding.

3. Contractor's Financial Status

3.1 Enclose your latest audited financial statement and a current letter of reference from your bank or primary lending institution indicating good financial standing.

3.2 a. Who is your bonding company? ______

b. Who is your bonding agent? ______

c. Has your bonding company changed in the last three(3) years? ___ If so, why?

______

d. Indicate your surety's A.M. Best rating: ______

e. Does your surety have a license to business in the State of Alabama? ______

3.3 a. What is the total bonding capacity of your firm? ______

b. What is your current bond amount in use? ______

c. What is the individual job bonding capacity of your firm? ______

d. What is the maximum you have bonded on any single project: ______

e. What is your average annual volume for the past five years? ______

f. What is your organization's current backlog (total value of work in progress and

work under current)? ______

3.4 What is your policy on bonding and awarding subcontracts? ______

15058000 A-11

4. Employee Qualifications

4.1 On a separate page, provide an organizational chart of project personnel for a project similar to the one for which you are bidding (1 page or less).

4.2 Include resumes of your key personnel who may staff this project. Provide at least three (3) project-related references for each proposed team member. Include a resume for the project field superintendent.

5. Safety

5.1 a. Indicate your Experience Modification Rate (EMR) for the past three years:

20______

20______

20______

b. EMR Anniversary Date: ______

5.2 a. Does your firm have a written safety program: Yes ___ No ____

b. Is a copy available upon request? Yes ___ No ____

6. References

6.1 Does the Owner have concurrence of the Contractor to contact any and all references included? Yes ___ No ___

6.2 OWNER/CLIENT (3 each)

Owner/Client #1: ______

Street Address: ______

City/State/Zip: ______

Phone: (___)______

Contact: ______

Owner/Client #2: ______

Street Address: ______

City/State/Zip: ______

Phone: (___)______

Contact: ______

15058000 A-12

Owner/Client #3: ______

Street Address: ______

City/State/Zip: ______

Phone: (___)______

Contact: ______

6.3 LEGAL COUNSEL:

Firm Name: ______

Street Address: ______

City/State/Zip: ______

Phone: (___)______

Contact: ______

The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading.

Signature: ______

Date: ______

15058000 A-13

A.4 SUBCONTRACTOR LIST: Must include name of contractor to perform work. Also include the name of any independent testing firms to complete the any necessary inspections. Independent testing firm is required to submit a “Statement of Qualifications” to the Owner.

NAME ADDRESS PHONE CONTACT WORK TO % OF PERSON PERFORM BID

15058000 A-14

A.5 UNAUTHORIZED ALIENS AFFIDAVIT

EACH VENDOR SUBMITTING A BID MUST COMPLETE AND SUBMIT WITH ITS BID THE FOLLOWING STATEMENT

STATE OF ALABAMA MADISON COUNTY

VERIFIED STATEMENT REGARDING UNAUTHORIZED ALIENS

The undersigned hereby certifies, under oath, in regard to the performance of the services or for the supply of materials or things described in this Invitation for Bid, that:

(A) it has conducted a verification, pursuant to all federal and state laws, of all the employees who will perform work on the Madison County Commission contract or work on the materials or things supplied to the Madison County Commission in response to this Invitation for Bid to insure that no unauthorized aliens will be employed to perform Madison County Commission work or supply materials or things to the Madison County Commission,

and (B) to the best of their knowledge and belief, it is not employing or otherwise using unauthorized aliens to provide services, materials or things to the Madison County Commission.

The undersigned agrees:

1. it will verify that whether an employee is an unauthorized alien by inspecting such documents as are designated by Federal Law. For contracts in excess of $100,000.00, in any twelve (12) month period of time, the contractor or supplier shall certify to the Commission that it has and will verify, to the extent allowable by Federal Law, by using the Federal E-Verify program, that no unauthorized aliens are utilized in providing services, materials or things to the Commission;

2. upon request, it will certify to the Commission, under oath by an officer or a management level employee, that it has verified to the extent allowable under Federal Law that named or otherwise described employees utilized in providing services, materials or things to the Commission are not unauthorized aliens;

3. upon determination by any appropriate Federal Agency that an employee is an unauthorized alien, the undersigned shall terminate the unauthorized alien’s employment.

4. if the undersigned fails to terminate an employee determined to be an unauthorized alien by the Federal government or fails to provide the verification described above, the Madison County Commission may terminate the contract for the performance of services, materials or things pursuant to Madison County, Alabama, Policy Regarding The Employment of Unauthorized Aliens by Contractors and Suppliers.

The requirements and obligations of this Policy and Statement shall be interpreted and implemented in a manner consistent with all Federal and State Laws. If any provision of this Policy or Statement is declared invalid or in conflict with Federal or State Laws, such invalidly or conflict shall not affect the other provisions of this Policy or Statement which can be given effect without the invalid provision. The provisions of this Policy and Statement are declared to be severable.

NAME:

______

BY:______

Printed Name of Person Signing:______

Position:______

SWORN TO and subscribed before me on this the ______day of ______, 20______.

______Notary Public

My Commission Expires:______

15058000 A-15

SWORN AFFIDAVIT OF EMPLOYER REGARDING UNAUTHORIZED ALIENS

1. The undersigned hereby attests by this sworn affidavit signed before a notary that it does not knowingly employ, hire for employment, or continue to employ an unauthorized alien.

2. The undersigned hereby attests that it is enrolled in the Federal E-Verify program. A true and correct copy of the undersigned's fully executed Federal E-Verify Memorandum of Understanding is attached hereto.

3. The Federal E-Verify Memorandum of Understanding attached hereto is the operative Memorandum of Understanding under which the undersigned is currently participating in the Federal E-Verify Program.

4. This sworn affidavit is provided to comply with Alabama Act No. 2011-535, known as the "Beason-Hammon Alabama Taxpayer and Citizen Protection Act."

Name:

______

By:______

Printed Name:______

Position:______

STATE OF ALABAMA

COUNTY OF MADISON

I, the undersigned, Notary Public in and for said County in said State, hereby certify that ______, whose name as ______of______, is signed to the foregoing instrument and who is known to me, acknowledged before me on this day that, being informed of the contents of the instrument, he, as such ______and with full authority, executed the same voluntarily for and as the act of said ______.

Given under my hand this the _____ day of ______, 20___.

Notary Public My Commission Expires:

15058000 A-16

SWORN AFFIDAVIT OF SUBCONTRACTOR REGARDING UNAUTHORIZED ALIENS

1. The undersigned subcontractor hereby attests by this sworn affidavit signed before a notary that it does not knowingly employ, hire for employment, or continue to employ an unauthorized alien.

2. The undersigned subcontractor hereby attests that it is enrolled in the Federal E-Verify program. A true and correct copy of the undersigned's fully executed Federal E-Verify Memorandum of Understanding is attached hereto.

3. The Federal E-Verify Memorandum of Understanding attached hereto is the operative Memorandum of Understanding under which the undersigned is currently participating in the Federal E-Verify Program.

4. This sworn affidavit is provided to comply with Alabama Act No. 2011-535, known as the "Beason-Hammon Alabama Taxpayer and Citizen Protection Act."

Name:

______

By:______

Printed Name:______

Position:______

STATE OF ALABAMA

COUNTY OF MADISON

I, the undersigned, Notary Public in and for said County in said State, hereby certify that ______, whose name as ______of______, is signed to the foregoing instrument and who is known to me, acknowledged before me on this day that, being informed of the contents of the instrument, he, as such ______and with full authority, executed the same voluntarily for and as the act of said ______.

Given under my hand this the _____ day of ______, 20___.

Notary Public My Commission Expires:

15058000 A-17

MCWD Pulaski Pike Water Line Replacement

APPENDIX B: CONTRACT DOCUMENTS (SAMPLE)

15058000 B-1

BLANK PAGE

(This page is left blank intentionally.) MCWD Pulaski Pike Water Line Replacement

B.1 CONSTRUCTION CONTRACT

This Construction Contact is entered into this _____ day of ______in the year of ______, between the OWNER,

Madison County, Alabama, Madison County Courthouse, 100 Northside Square, Huntsville, Al 35811 and the CONTRACTOR,

for the WORK of the Project, identified as:

MCWD Pulaski Pike Water Line Replacement, Project Number MCWD 2015-004.

The CONTRACT DOCUMENTS are dated September 2015, and have been amended by

ADDENDA

The CONTRACT SUM is Dollars

($ ) and is the sum of the Contractor’s Base bid for the Work and the following

BID ALTERNATE PRICES:

None

BID OPTION:

The CONTRACT TIME is one hundred eighty (180) calendar days.

UNIT PRICES:

The contract sum will be adjusted to reflect the actual quantity of unit priced work.

Unit Price Item Units Unit Price

15058000 B-2 MCWD Pulaski Pike Water Line Replacement

THE OWNER AND THE CONTRACTOR AGREE AS FOLLOWS:

The Contract Documents, as defined in the General Conditions of the Contract are incorporated herein by reference. The Contractor shall perform the Work in accordance with the Contract Documents. The Owner will pay and the Contractor will accept as full compensation for such performance of the Work, the Contract Sum subject to additions and deductions (including liquidated damages) as provided in the Contract Documents. The Work shall be commenced on a date to be specified in the Notice to Proceed.

LIQUIDATED DAMAGES for which the Contractor and its Surety (if any) shall be liable and may be required to pay the Owner in accordance with the Contract Documents shall be equal to six hundred and 00/100 Dollars ($600.00) per calendar day.

STATE GENERAL CONTRACTOR’S LICENSE: The Contractor does hereby certify that Contractor is currently licensed by the Alabama State Licensing Board for General Contractors and that the certificate for such license bears the following:

______

License No. Bid Limit: Classification:

15058000 B-3 MCWD Pulaski Pike Water Line Replacement

The Owner and Contractor have entered into this Construction Contract as of the date first written above and have executed this Construction Contract in sufficient counterparts to enable each contracting party to have an originally executed Construction Contract each of which shall, without proof or accounting for the other counterparts, be deemed an original thereof.

The Owner does hereby certify that this Construction Contract was let in accordance with the provisions of Title 39, Code of Alabama 1975, as amended, and all other applicable provisions of law.

CONTRACTING PARTIES

______MADISON COUNTY, ALABAMA Contractor

By______By ______

______Dale Strong, Chairman, Name Madison County Commission

______Title

15058000 B-4 MCWD Pulaski Pike Water Line Replacement

B.2 PERFORMANCE BOND SURETY’S BOND NUMBER The PRINCIPAL

The SURETY

The OWNER Madison County, Alabama, Madison County Courthouse, 100 Northside Square, Huntsville, Alabama 35801

The PENAL SUM of this Bond (the Contract Sum) Dollars ($ ).

DATE of the Construction Contract :

The PROJECT: MCWD Pulaski Pike Water Line Replacement, Project Number MCWD 2015-004, dated September 2015. 1. WE, THE PRINCIPAL (hereinafter “Contractor”) AND THE SURETY, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the Owner in the Penal Sum stated above for the performance of the Contract, and Contract Change Orders, in accord with the requirements of the Contract Documents, which are incorporated herein by reference. If the Contractor performs the Contract, and Contract Change Orders, in accordance with the Contract Documents, then this obligation shall be null and void; otherwise it shall remain in full force and effect. 2. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time. 3. Whenever the Owner gives the Contractor and the Surety, at their addresses stated above, a written Notice to Cure a condition for which the Contract may be terminated in accordance with the Contract Documents, the Surety may, within the time stated in the notice, cure or provide the Owner with written verification that satisfactory positive action is in process to cure the condition. 4. The Surety’s obligation under this Bond becomes effective after the Contractor fails to satisfy a Notice to Cure and the Owner: (a) gives the Contractor and the Surety, at their addresses stated above, a written Notice of Termination declaring the Contractor to be in default under the Contract and stating that the Contractor’s right to complete the Work, or a designated portion of the Work, shall terminate seven days after the Contractor’s receipt of the notice; and (b) gives the Surety a written demand that, upon the effective date of the Notice of Termination, the Surety promptly fulfill its obligation under this Bond. 5. In the presence of the conditions described in Paragraph 4, the Surety shall, at its expense: (a) On the effective date of the Notice of Termination, take charge of the Work and be responsible for the safety, security, and protection of the Work, including materials and equipment stored on and off the Project site, and

15058000 B-5 MCWD Pulaski Pike Water Line Replacement

(b) Within twenty-one days after the effective date of the Notice of Termination, proceed, or provide the Owner with written verification that satisfactory positive action is in process to facilitate proceeding promptly, to complete the Work in accordance with the Contract Documents, either with the Surety’s resources or through a contract between the Surety and a qualified contractor to whom the Owner has no reasonable objection. 6. As conditions precedent to taking charge of and completing the Work pursuant to Paragraph 5, the Surety shall neither require, nor be entitled to, any agreements or conditions other than those of this Bond and the Contract Documents. In taking charge of and completing the Work, the Surety shall assume all rights and obligations of the Contractor under the Contract Documents; however, the Surety shall also have the right to assert “Surety Claims” to the Owner in accordance with the Contract Documents. The presence or possibility of a Surety Claim shall not be just cause for the Surety to fail or refuse to promptly take charge of and complete the Work or for the Owner to fail or refuse to continue to make payments in accordance with the Contract Documents. 7. By accepting this Bond as a condition of executing the Construction Contract, and by taking the actions described in Paragraph 4, the Owner agrees that: (a) the Owner shall promptly advise the Surety of the unpaid balance of the Contract Sum and, upon request, shall make available or furnish to the Surety, at the cost of reproduction, any portions of the Project Record, and (b) as the Surety completes the Work, or has it completed by a qualified contractor, the Owner shall pay the Surety, in accordance with terms of payment of the Contract Documents, the unpaid balance of the Contract Sum, less any amounts that may be or become due the Owner from the Contractor under the Construction Contract or from the Contractor or the Surety under this Bond. 8. In the presence of the conditions described in Paragraph 4, the Surety’s obligation includes responsibility for the correction of Defective Work, liquidated damages, and reimbursement of any reasonable expenses incurred by the Owner as a result of the Contractor’s default under the Contract, including architectural, engineering, administrative, and legal services. 9. Nothing contained in this Bond shall be construed to mean that the Surety shall be liable to the Owner for an amount exceeding the Penal Sum of this Bond, except in the event that the Surety should be in default under the Bond by failing or refusing to take charge of and complete the Work pursuant to Paragraph 5. If the Surety should fail or refuse to take charge of and complete the Work, the Owner shall have the authority to take charge of and complete the Work, or have it completed, and the following costs to the Owner, less the unpaid balance of the Contract Sum, shall be recoverable under this Bond: (a) the cost of completing the Contractor’s responsibilities under the Contract, including correction of Defective Work; (b) additional architectural, engineering, managerial, and administrative services, and reasonable attorneys’ fees incident to completing the Work; (c) interest on, and the cost of obtaining, funds to supplement the unpaid balance of the Contract Sum as may be necessary to cover the foregoing costs; (d) the fair market value of any reductions in the scope of the Work necessitated by insufficiency of the unpaid balance of the Contract Sum and available supplemental funds to cover the foregoing costs; and (f) additional architectural, engineering, managerial, and administrative services, and reasonable attorneys’ fees incident to ascertaining and collecting the Owner’s losses under the Bond. 10. All claims and disputes arising out of or related to this bond, or its breach, shall be resolved in accordance with Section 3.24, General Conditions of the Contract.

SIGNED AND SEALED this ______day of ______, ______.

15058000 B-6 MCWD Pulaski Pike Water Line Replacement

ATTEST: Contractor as Principal:

______

By______

______Name and Title Countersigned by Alabama Resident Agent for Surety: SURETY: By______By______Name

______Address Name and Title

NOTE: Power of attorney for the Surety’s signatory shall be furnished with the original and three copies of the bond.

15058000 B-7

B.3 PAYMENT BOND SURETY’S BOND NUMBER The PRINCIPAL

The SURETY

The OWNER Madison County, Alabama, Madison County Courthouse, 100 Northside Square, Huntsville, Alabama 35801

The PENAL SUM of this Bond (the Contract Sum) Dollars ($ ).

DATE of the Construction Contract:

The PROJECT: MCWD Pulaski Pike Water Line Replacement, Project Number MCWD 2015-004, dated September 2015.

1. WE, THE PRINCIPAL (hereinafter “Contractor”) AND THE SURETY, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the Owner in the Penal Sum stated above to promptly pay all persons supplying labor, materials, or supplies for or in the prosecution of the Contract, which is incorporated herein by reference, and any modifications thereof by Contract Change Orders. If the Contractor and its Subcontractors promptly pay all persons supplying labor, materials, or supplies for or in the prosecution of the Contract and Contract Change Orders, then this obligation shall be null and void; otherwise to remain and be in full force and effect.

2. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time.

3. Any person that has furnished labor, materials, or supplies for or in the prosecution of the Contract and Contract Change Orders for which payment has not been timely made may institute a civil action upon this Bond and have their rights and claims adjudicated in a civil action and judgment entered thereon. Notwithstanding the foregoing, a civil action may not be instituted on this bond until 45 days after written notice to the Surety of the amount claimed to be due and the nature of the claim. The civil action must commence not later than one year from the date of final settlement of the Contract. The giving of notice by registered or certified mail, postage prepaid, addressed to the Surety at any of its places of business or offices shall be deemed sufficient. In the event the Surety or Contractor fails to pay the claim in full within 45 days from the mailing of the notice, then the person or persons may recover from the Contractor and Surety, in addition to the amount of the claim, a reasonable attorney’s fee based on the result, together with interest on the claim from the date of the notice.

4. Every person having a right of action on this bond shall, upon written application to the Owner indicating that labor, material, or supplies for the Work have been supplied and that payment has not been made, be promptly furnished a certified copy of this bond and the Construction Contract. The claimant may bring a civil action in the claimant’s name on this Bond against the Contractor and the Surety, or either of them, in the county in which the Work is to be or has been performed or in any other county where venue is otherwise allowed by law.

5. This bond is furnished to comply with Code of Alabama, §39-1-1, and all provisions thereof shall be applicable to civil actions upon this bond.

15058000 B-8

6. All claims and disputes between Owner and either the Contractor or Surety arising out of or related to this bond, or its breach, shall be resolved in accordance with Section 3.24, General Conditions of the Contract

SIGNED AND SEALED this ______day of______, ______.

ATTEST: CONTRACTOR as PRINCIPAL:

______By______Name and Title

Countersigned by

Alabama Resident Agent for Surety: Surety:

By______

______By______Name ______Address Name and Title

NOTE: Power of attorney for the Surety’s signatory shall be furnished with the original and three copies of the bond.

15058000 B-9 MCWD Pulaski Pike Water Line Replacement

APPENDIX C: DRAWINGS

15058000

BLANK PAGE

(This page is left blank intentionally.)